Page 1 of 62 Jammu and Kashmir e-Governance Agency ...

62
Page 1 of 62 Jammu and Kashmir e-Governance Agency (JaKeGA), Information Technology Department Government of Jammu and Kashmir TENDER FOR SUPPLY, INSTALLATION, TESTING COMMISSIONING AND MAINTENANCE (SITC&M) OF ICT EQUIPMENTS FOR ESTABLISHMENT OF 382 CAL Centers and 630 ICT Labs IN GOVERNMENT SCHOOLS OF JAMMU & KASHMIR Tender Document Notification No.: 01 -JaKeGA of 2020 Dated: 14 .01.2020

Transcript of Page 1 of 62 Jammu and Kashmir e-Governance Agency ...

Page 1 of 62

Jammu and Kashmir e-Governance Agency (JaKeGA),

Information Technology Department Government of Jammu and Kashmir

TENDER FOR SUPPLY, INSTALLATION, TESTING COMMISSIONING AND MAINTENANCE (SITC&M) OF ICT

EQUIPMENTS FOR ESTABLISHMENT OF 382 CAL Centers and 630 ICT Labs IN GOVERNMENT SCHOOLS

OF JAMMU & KASHMIR

Tender Document Notification No.: 01 -JaKeGA of 2020

Dated: 14 .01.2020

Page 2 of 62

Definitions: AMC: Annual Maintenance Contract BG: Bank Guarantee CDR: Call Deposit Receipt CAL: Computer Aided Learning DD: Demand Draft EMD: Earnest Money Deposit FDR: Fixed Deposit Receipt Go Live: Is the date of Commissioning of the project ICT: Information and Communication Technology ITD: Information Technology Department JaKeGA: Jammu and Kashmir e-Governance Agency OEM: Original Equipment Manufacturer PBG: Performance Bank Guarantee SLA: Service Level Agreement TAC: Technical Assistance Center UPS: Uninterrupted power Supply Wi-Fi: Wireless Fidelity

Page 3 of 62

S. No Table of Contents Page No

Disclaimer 4 1 Introduction 5 2 Notice Inviting Bid 5 3 Scope of Work 7 4 General Terms and Conditions 8 5 Special Terms and Conditions 9 6 Checklist 12 7 FORM 1: Proposal cum Covering Letter 13

8 FORM 2: Technical Compliance as per detailed specifications of this Tender 14

9 FORM 3: Manufacturers Authorization Form (MAF) 15 10 Annexure – I - General Information about bidder 16 10 Annexure – II : Bidder and OEM Compliance 17 11 Annexure – III - SLA 19 12 Annexure IV – Technical Specifications 20 13 Annexure V – Technical Specifications Bid Compliance 23 14 Annexure VI –Equipments requiring Manufacturers Authorization 31 15 Annexure VII- Bill of Quantity 32 16 Annexure VIII –School Location details 33 17 Annexure IX – Financial Bid 61

Page 4 of 62

1. Disclaimer:

All information contained in this RFP document provided/ clarified is in the good interest and faith. This is not an agreement and this is not an offer or invitation to enter into an agreement of any kind with any party. Though adequate care has been taken in the presentation of this RFP document, the interested firms shall satisfy it-self that the document is complete in all respects. The information published in this document is not intended to be exhaustive. Interested respondents are required to make their own enquiries and assumptions wherever required. Intimation of discrepancy, if any, should be given to the specified office immediately. If no intimation is received by this office by the date mentioned in the document, it shall be deemed that the RFP document is complete in all respects and firms submitting their bids are satisfied that the RFP document is complete in all respects. Jammu & Kashmir e-Governance Agency (JaKeGA) for Promotion of Information Technology (A society under Department of Information Technology, Government of Jammu & Kashmir) reserves the right to reject any or all of the applications submitted in response to this RFP document at any stage without assigning any reasons whatsoever. JaKeGA for Promotion of Information Technology also reserves right to withhold or withdraw the process at any stage with intimation to all who have submitted their applications in response to this RFP. JaKeGA for Promotion of Information Technology reserves the right to change/ modify/ amend any or all of the provisions of this RFP document without assigning any reason. Any such change would be communicated to the applicants by posting it on the website of JaKeGA (www.jakega.jk.gov.in) for Promotion of Information Technology. Neither JaKeGA for Promotion of Information Technology nor their employees and associates will have any liability to any prospective Respondent interested to apply or any other person under the law of contract to the principles or resolution or unjust enrichment or otherwise for any loss, expense or damage which may raise from or be incurred or suffered in connection with anything contained in this RFP document, any matter deemed to form part of this RFP document, the award of the Assignment, the information and any other information supplied by or on behalf of JaKeGA for Promotion of Information Technology or their employees and Prime applicant (PA)/ Consortiums or otherwise arising in any way from the selection process for the Assignment. Information provided in this document or imparted to any respondent as part of RFP process is confidential to JaKeGA for Promotion of Information Technology and shall not be used by the respondent for any other purpose, distributed to, or shared with any other person or organization.

Page 5 of 62

1. Introduction:

The Jammu and Kashmir e-Governance Agency is an implementation agency for execution of Information Technology Projects in the Union Territory of Jammu and Kashmir. The agency works under the administrative control of Information Technology Department. The primary objective of the Jammu and Kashmir e-Governance Agency (JaKeGA) is to design, deliver and administer e-Governance projects in the State of Jammu and Kashmir. JaKeGA works in promoting and disseminating Information Technology culture in the Union Territory so that common man could avail the benefits of Information technology and e-Governance. The Agency also facilitate establishment of e-service centre’s throughout the Union Territory through suitable public-private partnerships to ensure that public gets the desired information and e-Services literally at their doorsteps. JaKeGA has so far delivered various mission mode and other projects.

JaKeGA, IT Department intends to establish, operationalize, monitor and maintain

Information and Communication (ICT) Labs & CAL Centers in the Government Schools in J&K.

2. Notice Inviting Bid:

S. No

Subject Description

1 Bid Inviting Authority Chief Executive Officer, Jammu and Kashmir e-Governance Agency

2 Requirement

Selection of System Integrator (SI) for TENDER FOR SUPPLY, INSTALLATION, TESTING COMMISSIONING AND MAINTENANCE (SITC&M) OF ICT EQUIPMENTS FOR ESTABLISHMENT OF 158 CAL Centers and 455 ICT Labs IN GOVERNMENT SCHOOLS OF JAMMU & KASHMIR.

3 Mode of Bid Through e-tendering mode using two Bid System – Technical and Financial

4 Bid Evaluation Criteria (Selection Method)

Least Cost Based Selection (LCBS) (L1)

5 Websites for downloading RFP, Corrigendum’s, Addendums etc.

www.jktenders.gov.in www.jakega.jk.gov.in

6 Bid Document/Tender Fee

Rs.5000/- (Rupees Five thousand only) in form of DD/Bankers Cheque in favor of CEO, JaKeGA payable at Jammu, J&K. The Tender fee DD can be scanned and uploaded on e-tendering portal before 04:00 PM of 20/02/2020

Page 6 of 62

7 Bid Security and Mode of Payment

Bid security- Earnest Money Deposit in the form of a CDR/FDR/BG from a scheduled or Nationalized Indian Bank in favor of ‘CEO JaKeGA, valid for (01) one year payable at Jammu, J&K, for the sum of Rupees Twenty Lakh shall be required to be submitted by each bidder (“bid Security”). EMD fees shall be submitted along with the Bid documents by the bidders. Bids not accompanied with the Earnest Money Deposit shall be liable to be rejected by JaKeGA. The EMD can be scanned and uploaded on e-tendering portal. Meanwhile actual EMD must be send either by hand or through registered courier and must reach this office by or before 20/02/2020 upto 05:00 PM before the opening of Technical Bid.

8 Start/ End Date for the submission of Bids

Start Date: 10:00 AM of 28-01-2020 End Date: 20-02-2020 upto 04:00 PM

9 Pre Bid Meeting Date and Time and Place

02:30 PM of 23 .01.2020, CEO, JaKeGA, Civil Secretariat, Jammu, 190001

10

Submission of Online Banker’s Cheque/ Demand Draft for Tender Fee, Bid Security, and Processing Fee*

The Bidder shall submit the scanned copies of EMD/tender Fee receipt along with the Technical Bid. However, the bidder has to submit original documents of EMD/Tender fee by or before 05:00 PM of 20.02.2020 in the office of CEO, JaKeGA Civil Secretariat Jammu, J&K.

10 Date/ Time/ Place of Technical Bid Opening

21/02/2020 at 11:00 AM in the office of CEO, JaKeGA, Civil Secretariat Jammu

11 Date/ Time/ Place of Financial Bid Opening

Will be notified later to the Technically qualified bidders

12 Date and Time to seek Query/Clarification on the RFP

via email on [email protected] by or before 22/01/2020 upto 02:00 PM.

13 Bid Validity 365 days from the bid submission deadline

14 Communications regarding this RFP

All communications regarding this RFP/Tender shall be done via www.jakega.gov.in and www.jktenders.gov.in

Page 7 of 62

3. Scope Of Work:

To establish 630 Information and Communication Technology (ICT) Labs and 382 Computer Aided Learning (CAL) Centers in Government Schools of Jammu and Kashmir to facilitate learning of subjects with the aid of Information and Communication Technology (ICT). Following is the tentative scope of ICT Labs ad CAL Centers:

2018-19 2019-20 CAL Centre 158 CAL Centre 224 ICT Labs 455 ICT Labs 175 Total 613 Total 399

The following summarizes the scope of work:

a. To establish, operationalize, monitor and maintain Information and Communication (ICT) Labs & CAL Centers in the Government Schools in Jammu and Kashmir.

b. To supply, install, test, commission and maintain all the hardware and requisite software as per the technical specifications and requirements.

c. Detailed Specification of Components needed as per Annexure-IV and all other allied

detailed on Annexure-I to Annexure-VIII.

d. The successful bidder will be maintaining and up keeping the supplied infrastructure at each location during the project period of 3 years. The bidder has to supply, install, test, commission and maintain hardware mentioned in the NIT document in each locations.

e. The successful bidder will do site preparation and electrification wherever required at the

sites.

f. The successful bidder will provide 2 days training of teachers of the Government Schools at District Level. The Goal of the training is to give hands on experience on all the equipments installed in ICT Lab and CAL Centre to make each teacher familiarize with all the hardware, software and multimedia content.

g. The successful bidder will set up a centralized helpdesk service for uptime queries of all

deliverables.

Page 8 of 62

h. The successful bidder will conduct a baseline survey of the schools to understand the existing infrastructure and learning levels and later conduct an impact assessment through survey.

i. The successful bidder will develop an Online Project Monitoring tool to check the health of

the systems provided in ICT and CAL Labs. Working: An android based application system on smart mobile phone for ticketing of new issues related to hardware and software. From the server side, dashboard reports like ticket resolved versus pending at different granularity levels. Also, successful bidder will submit monthly and quarterly reports on the project using Online Project Management tool for hardware downtime and complaint resolution.

j. The successful bidder has to set up office at Jammu and Srinagar within 2 months of the award of contract and set up a Project Monitoring Unit (PMU) at the offices to physically inspect the hardware and software installed in ICT Labs on regular basis to fix any hardware or software related problem. PMU will act as a bridge between the end user and OEM(Original Equipment Manufacturer) such that the end user need not contact different OEM`s for different equipments and instead can have a single point solution at the PMU for any fault in any equipment in the ICT Lab.

4. General Terms and Conditions

a) The bids under Two-Bid System will consist of two parts as per following details:- (i) Technical bid consisting of all technical details along with terms and conditions and EMD (Earnest Money Deposit) and Tender Cost, in the form of two separate Demand Drafts issued from any Nationalized / Scheduled commercial bank in favour of CEO, Jammu and Kashmir e-Governance Agency, IT Department, Government, J&K, and payable at “Jammu, India (ii) Price bid indicating price for the items / services mentioned in Financial Bid as per the BOQ mentioned herein. In stage-one, only the Technical Bids shall be opened and evaluated. In stage-two, the Price bids of only the technically qualified and acceptable offers will be opened, for further evaluation.

b) The documents referred in Checklist and its Annexures thereof of this Tender forms the Technical Bid Evaluation criteria. All documents pertaining to the same as mentioned therein may be signed and stamped by the bidder and uploaded as Technical Bid on e-Tendering portal.

c) The successful bidder will have to deposit 5% of the total value of supply as Security Money in the form of Performance Bank Guarantee or FDR in favour of the CEO, JaKeGA, J&K; which will be refunded after completion of the warranty and support period or will be adjusted/forfeited in case of violation of terms and conditions laid down in this tender.

d) Conditional offer will not be accepted. e) Consortium of any kind is not permitted. f) It will be the sole responsibility of the bidder(s) that its bid should be uploaded on time

on e-tendering portal. g) Necessary corrigendum(s), if required, will be issued at any stage. Any corrigendum will

be published on our website www.jakega.jk.gov.inand www.jktenders.gov.in. Bidder(s) must be in touch with the mentioned websites for corrigendum(s). It will be sole responsibility of the bidder(s) that they will go through the corrigendum(s) published, if

Page 9 of 62

any, on our website www.jakega.jk.gov.in,www.jktenders.gov.in and submit its tender accordingly

h) Bidder has to quote all equipments mentioned in this tender as Specifications given in this tender.

i) No part shipment/transshipment/third party shipment shall be acceptable. j) All pre bid queries regarding the tender must be submitted to email: [email protected]

by or before 02.00 PM of 22 /01/2020. k) The successful bidder has to maintain the setup for a period of 3 years with minimum 3

years manufacturer’s warranty from the OEM from the date of delivery. l) In case any manufacturing defect arises in the equipment, it should be replaced within

seven working days. m) In the event of goods not being in accordance with the specification or the conditions of

the contract or failure by the bidder to perform services as outlined in the Tender/Bid document, JAKEGA reserves the right to cancel the contract at any stage.

n) Validity of the quoted offer should cover the period of the completion of project. Offers without such validity need not to bid.

o) All information in the Tender/Bid should be in English language and each page of the Tender/Bid document should be signed & stamped by the Bidder as a token of acceptance to terms and conditions.

p) Bidders should quote for all accessories, which are either part of an item or are necessary for proper functioning of that item. Thus, for accessories of individual items JaKeGA shall not pay anything separately and if the functioning of any item is not proper or does not function at all, JaKeGA shall have the full right to deduct complete payment of that item(s).

q) The successful Bidder shall have to sign an agreement with JaKeGA to comply with all rules, regulations, Laws and Byelaws enforced by the Govt. of Jammu and Kashmir and JaKeGA.

r) Bidder must not have been blacklisted by any State/Central Government Department. An undertaking in this effect may be submitted.

s) Participating in this tender would mean that Bidder is accepting all terms and conditions of this tender document. Bidders are requested to mandatorily do survey of the schools for the site preparedness.

t) All legal disputes, arising if any, would be settled under jurisdiction of High Courts in Jammu and Kashmir. Arbitration shall be only in the Union Territory of J&K.

5. Special Terms and Conditions

a) TERMINATION BY DEFAULT JaKeGA may, without prejudice to any other remedy for breach of contract, by written 30 days’ notice of default sent to the Successful Agency, terminate the Contract in whole or part. If the Successful Agency fails to deliver any or all of the systems within the period(s) specified in the Contract, or within any extension thereof granted by the Purchaser pursuant to conditions of contract clause or if the Successful System Integrator fails to perform any other obligation(s) under the Contract. In the event that JaKeGA terminates the Contract in whole or in part, pursuant to the conditions of contract clause, it may procure, upon such terms and in such manner, as it deems appropriate, systems or services similar to those undelivered, and the Successful System Integrator shall be liable to pay JaKeGA for any excess costs for such similar systems or services. However, the Successful Agency shall

Page 10 of 62

continue the performance of the Contract to the extent not terminated. b) All the items are to be quoted in Indian Rupees. c) All prices quoted shall be inclusive of all taxes, freight and octroi etc. and shall be for allocations as per Annexure VIII and centralized components for State Data Centre, Jammu. d) The bidder must clearly mention the make, model & enclose relevant datasheet/brochures along with requisite certificates of the products as per technical specifications as mentioned in technical specification Annexures. e) Payment Terms will be as follows subject to the successful audit report as decided by JaKeGA:

I. 15% of payment shall be made at the time work order, after the agreement is signed and Performance Guarantee has been submitted by the successful bidder

II. 75% of payment shall be made district wise at the time of delivery of equipments to the schools Head Master and Bill of Material (BOM) technical Verification by JaKeGA and IT Department.

III. 10 % of Payment shall be made on Successful Installation and Commissioning and completion of the project.

f) JaKeGA may decrease or increase the number of schools where ICT Labs and CAL Centers are to be established. g) Additional similar equipment or components may be required at a later date, contingent on additional funding being made available. JaKeGA shall decide to add or drop any item at any stage of the tender process or on award of Purchase order to successful bidder. h) Delivery Schedule: The Successful bidder has to establish the specified numbers of ICT Labs within a period 4 months from the release of Work Order. i) Warranty/Guarantee: The equipment’s supplied and installed shall be guaranteed by the successful bidder for a minimum period of three years with regards to quality of material, workmanship, performance, efficiency, installation, etc. Defects developed in the system within guarantee period, shall be rectified by the successful bidder at his own expense promptly within twenty four hours. All supplied material must be accompanied with back to back warranty from OEM. j) The Quantity mentioned in the Tender/Bid is only indicative one. JAKEGA reserves the right to increase/ decrease/ remove any/all quantities while placing the order. All passive components will be paid on actual basis. k) Any work not covered under this contract which may be essentially required for the completion of job (to the satisfaction of JAKEGA) shall be carried out by the Successful Bidder as extra item with prior approval of JAKEGA for which payment shall be made separately at the reasonable rates decided by JAKEGA. l) Pre Dispatch inspection and technical verification of the ICT equipments will be done at the Successful Bidder`s Jammu office for the Jammu Province Schools and at Srinagar Office for the Srinagar Province Schools by the team of JaKeGA, IT Deptt and School Education Department. Only after Pre Dispatch inspection, the equipments shall be delivered and installed at the schools. The School Head Masters will give the Delivery and Installation receipt. The list of Head Masters of the concerned Schools will be shared while commencing the project m) The Bidder will coordinate for any issues related to sites with the concerned Head Masters of the schools. n) Necessary corrigendum(s), if required, will be issued at any stage. Any corrigendum will be published on our website www.jakega.jk.gov.in, www.jktenders.gov.in. Bidder(s) must be in touch with our websites for corrigendum(s). It will be sole responsibility of the bidder(s)s

Page 11 of 62

that they will go through the corrigendum(s) published, if any, on our website www.jakega.jk.gov.in and www.jkit.nic.in and submit its tender accordingly. o) The entire execution is essential for the said project and successful bidder has to ensure necessary coordination with all stakeholders at Union Territory , District and School level with its own resources, transportation etc. p) Bidder shall be responsible to provide all the electrical equipment’s (like wires, pipes, MCBs, switches etc) that would be required to complete the project without any extra cost. q) FORCE MAJEURE:

Force Majeure shall mean any event or circumstances or combination of events or circumstances that materially and adversely affects, prevents or delays any party in performance of its obligation in accordance with the terms of the Agreement, but only if and to the extent that such events and circumstances affected party’s reasonable control, directly or indirectly and effects of which could have prevented Good Industry Practice or, in the case of the construction activities through reasonable skill and care through the expenditure of reasonable sums of money. Any events or circumstances meeting the description of the Force Majeure which have same effect upon the performance of any contractor shall constitute Force Majeure with respect to the Vendor. The Parties shall ensure compliance of the terms of the Agreement unless affected by the Force Majeure Events. If a Force Majeure situation arises, the supplier/ selected bidder shall promptly notify the JaKeGA in writing of such conditions and cause thereof within 15 days of occurrence of such event. Unless otherwise directed by JaKeGA, the supplier/ selected bidder shall continue to perform its obligations under the contract as far as reasonably practical. If the performance in whole or part or any obligation under the contract is prevented or delayed by any reason of Force Majeure for a period exceeding 60 days, either party at its option may terminate the contract without any financial repercussion on either side.

Page 12 of 62

6. Checklist To ensure that your offer submitted to JAKEGA is complete in all respects, please go through the following checklist & tick mark for the enclosures attached with your offer: # DESCRIPTION Documents Required (Yes/

No) (Page

No) 1. General Information about

Bidder as per Annexure I and the documents thereof.

Annexure I and the documents thereof.

2. Earnest Money Deposit

Demand Draft / FDR of INR 20 Lakh (Rs 20,00,000).

3. Tender Fee: Draft/FDR of INR Five Thousand (5,000) in favor of CEO JaKeGA, Civil Sectt. Jammu. (Non refundable)

4. Form 1 (Proposal cum Covering Letter)

Letter of proposal; as per template provided (Form 1)

5. Form 2 (Technical Compliance as per detailed specifications of this Tender)

Technical Compliance as per detailed specifications of this Tender. Affidavit on stamp paper.

6. Compliance and details on Annexure II- Bidder and OEM Compliance

Documentary Proof as per Annexure II

7. Annexure III (SLA) Documentary Proof of SLA as per Annexure III

8. Local Office in Jammu Province

A Self Certified letter by an authorized signatory. In case the bidder doesn’t have an office; it has to setup its office for which declaration should be submitted.

9. Blacklisting

A self-certified letter by Authorized Signatory of Company/firm.

10. Technical Bid in Separate Envelope - Annexure I to Annexure VII Compliance

Signed copy of the entire Tender and Annexure I to Annexure VII Compliance.

11. Financial Bid in a Separate Sealed Envelope - Annexure IX

Annexure IX to be placed in financial bid of tender

Page 13 of 62

FORM 1: Proposal cum Covering Letter (Affidavit duly attested on stamp paper)

To The Chief Executive Officer Jammu and Kashmir e-Governance Agency Civil Secretariat Jammu 190001. Sir, Having examined the Bid Documents, the receipt of which is hereby duly acknowledged, we the undersigned, offer to execute the establishment of ICT Labs ad CAL Centers in Government Schools in conformity with the said Bid documents and schedule of prices attached herewith as made part of this Bid. We undertake, if our Bid is accepted, to complete the works within the specified period as per the Bid document. We also undertake that we accept all the terms and conditions of this Tender. Until a formal contract is prepared and executed, this Bid, together with your written acceptance thereof and your notification of award, shall constitute a binding contract between us. We undertake that in competing for and if the award is made, in executing the above work, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act1988”. We acknowledge that we will complete the said project in all respects and also provide best of the best of the support. We also undertake to provide an AMC for a period of 3 years from the date of installation. Further we certify that our organization is not blacklisted by any Govt. Department. Dated___________ Authorized Signatory Signature of Bidder with Company Stamp

Page 14 of 62

FORM 2: Technical Compliance as per detailed specifications of this Tender (Affidavit duly attested on stamp paper) To The Chief Executive Officer Jammu and Kashmir e-Governance Agency Civil Secretariat Jammu, 190001. Sir, Having examined the Bid Documents of tender vide Notification No: -JaKeGA of 2020 dated -12-2020, the receipt of which is hereby duly acknowledged, we the undersigned, offer to establish ICT Labs and CAL Centers in J&K Government Schools and other works as per the Scope, Bill of Quantity, specifications mentioned in this tender. We undertake that the Bill of material supplied as mentioned in Annexure V are fully compliant with the detailed specifications of the corresponding items from Annexure III to IV of this tender. Any non compliance on technical specifications of all the hardware and software mentioned in this tender or any other non compliance of scope of work and terms and conditions of this tender will lead to cancellation of work order, blacklisting of our company, forfeiting of EMD submitted. Dated___________ Authorized Signatory Signature of Bidder with Company Stamp

Page 15 of 62

FORM 3: Manufacturer’s Authorization Form (MAF) FORM 3: {to be filled by hardware/software OEMs as mentioned in BoQ} To The Chief Executive Officer Jammu and Kashmir e-Governance Agency Civil Secretariat Jammu, 190001.

Sub. : Issue of Manufacture's Authorization Form (MAF)

Tender Document Notification No.: dated:

Sir,

We, (Name and Address of the OEM)………………, who are established and reputed original equipment manufacturers (OEM's) since having factories at (address(s) of manufacturing location) do hereby authorize (M/s…………………………….) who is our (Distributor/Channel Partner/Retailer/Others (please specify) to bid and conclude the contract with you against the aforementioned reference for the following hardware/software manufactured by us :- (OEM will mention the details of all the proposed product(s) with their make and model).

a) We undertake to provide OEM warranty for the offered hardware/Software as mentioned above during the warranty/maintenance period.

b) We hereby confirm that the offered hardware/software is not likely to be declared as END of Sale within next 3 years from the date of bid submission.

c) We hereby confirm that the offered hardware/software is not likely to be declared END of Service/Support within next 3 years from the date of bid submission.

d) We hereby declared that our net worth within preceding 3 years is positive (CA Certificate Attached).

e) We hereby declared that we are not black listed/debarred within preceding 3 years from any Central/States/UTs/Undertakings/Autonomous Body or any other such procuring entity.

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

Name

In the capacity of:

Signed

Tel: Fax: e-mail

Date Authorized Signatory Signature of Bidder with Company Stamp

Page 16 of 62

Annexure – I

General Information about the bidder

1. Name Of The Bidder

2 Postal Address

3 Telephone/Fax no

4 E-mail address & URL 5 Name and designation of the

representative of the Bidder to whom all references shall be made to expedite technical co-ordination.

6 Amount and reference of the EMD

7 Financial capacity of the company/ firm. (Attach copies of I.T. Returns and Balance Sheets for last 3 Years i.e 2016-17, 2017-18 and 2018-19)

8 PAN/TAN Number (A copy should be enclosed)

Page 17 of 62

ANNEXURE – II: Bidder and OEM Compliance

SNo.

Eligibility Criterion Documentary Proof (Yes/No) (Page No)

1 The bidder should be a registered company/firm or society registered in India under The Companies Act, 1956 or The Companies Act 2013 or The Society Registration Act.

Copy of Certificate of Incorporation/Registration.

2 The bidder should have been in existence since past 5 years.

Copy of Certificate of Incorporation/Registration.

3 The bidder should have a positive net worth.

Certificate from CA

4 The bidder should be financially sound and solvent to execute a project worth Rs. 50 crores.

Certificate from Bank mentioning the bidder is financially solvent and sound to execute a project worth Rs. 50 crores.

5 The bidder should have annual turnover of Rs. 15 Crores in any one year in the last 3 years. i.e 2016-17, 2017-18 and 2018-19.

Copy of audited Balance Sheets of the bidder for last 3 years and a CA certificate mentioning turnover.

6 The Bidder should have not been blacklisted by any Government Department of India during the last 5 years.

Declaration of Rs. 100 Stamp Paper.

7 The bidder should have experience in Supply, Installation, Testing and Commissioning of ICT equipment/equipments in the last 3 years and should have one single order of minimum Rs. 10 Crores in the last 3 years in respect to Supply, Installation, Testing and Commissioning of ICT equipment/equipments in any Govt. Institution/Department/PSUs/ Bank of IT/ITeS/ICT

Copy of work order.

Page 18 of 62

8 The bidder should have a valid PAN and GST registration and cleared GST returns till 31st March 2019.

Self attested copy GST and PAN.

9 The bidder shall be OEM or authorized by the OEM`s of the offered products. Bidders are requested to submit the OEM authorization letter of the items where it is asked as per the attached format given and OEM`s declaration for support for a period of 3 years.

OEM Manufacturer Authorization Form for all Hardware and Software and solutions as per the given format for the items where it has been asked.

10 The bidder should submit Technical Compliance Reports as per the given format in Form 2 as affidavit on Stamp Paper for the equipments where Manufacturers Authorization Form is asked.

To be submitted as per given format in Form 2 as affidavit on Stamp Paper.

11 The bidder should have a valid ISO 9001:2015 certificate.

Copy of certificate.

Page 19 of 62

Annexure – III - SLA

I. Bidder shall be responsible for on call maintenance and operations support for a period

of three (03) years.

II. Successful bidder to depute one on call resources with more than 3 years of Experience for day to day operations support regarding the ICT CAL LAB and CAL Centers Setup.

III. 2 days training of teachers of the Government Schools at District Level to give hands on experience on all the equipments installed in ICT Lab/CAL Center to make each teacher familiarize with all the hardware, software and multimedia content in the ICT Lab.

IV. Any spare replacement or disruption will be handled in maximum of seven working days for 03 years after completion of implementation phase. Any deviation on the part of successful bidder will attract a penalty as may be decided by JaKeGA.

V. All material at the sites shall be handed over to Head Masters. The School Head Masters will give the Delivery and Installation receipt. The list of Head Masters of the concerned Schools will be shared while commencing the project.

VI. The Bidder will coordinate for all issues related to sites with the concerned School Head Masters.

VII. This SLA will be a part of agreement with further additions as mutually agreed by JaKeGA and successful bidder.

Page 20 of 62

Annexure IV – Technical Specifications

S.No. Item Specifications 1. Desktop Intel i5 8th Gen Processor with Minimum 2 dedicated cores with

min. 2.8Ghz and 9MB cache or higher, 2400 B360 motherboard: Compatible chipset on OEM motherboard memory, 4GB DDR3 2400 MHZ or higher upgradeable to 32GB with 2DIMM slots, Hard disk: 1TB HDD, 7200 RPM, Monitor: min 19.5” LED TFT or higher from same OEM within built speakers. TCO 07 certified Ethernet: Ethernet integrated Giga-bit (10/100/1000), Mouse: two button USB optical scroll mouse, Keyboard: USB key board, Optical drive: 24xDVD RW or higher, Graphics: onboard HD graphics, Audio Controller: onboard audio controller, I/O port: 4(Four) or more, USB 2.0 ports (atleast 2 in front): 1Ethernet (RJ45), 1VGA out: min 1 audio line in/ out, 1 Microphone line in, 4 PCI series slot (1PCI, 2PCIex 1, 1PCIex16), 4x2.0 usb ports, 4x3.0 USB ports, cabinet less than 10 liters, Power: 220 watt, Antivirus must be included. For OEM: ISO 9001 OEM Certification: FCC, MET Certification, Linux/ OS as per customer requirement, Windows License: windows 10 License on all computing devices, Open Office: Installed on all computing devices.

2. Projector with Interactive Unit and Computing device.

Projector: 3200 ANSI Lumens, 3LCD System, XGA (1024x 768*3), Contrast ratio: 20,000; 1, Lamp life: 10000, Zoom: 1.2, throw ration: 1.47; 1 to 1.77; 1, Screen size: 30” to 300”, 2xHDMI, 2X VGA, LAN port, Storage media port, USB: TYPE A and Type B. Interactive Unit: Interactive eyeris device, Surface independent interactive whiteboard system, Interactive area: upto 100” diagonal for 16:9 aspect ratio, Technology: 3D optical technology, Calibration: Automatic, Ultra Short throw focus (T/R 0.18 or less), Tracking speed: upto 195 Mn dots/ sec, Min. 10 touch point for Finger touch upto 255 Touch Point for Stylus, Resolution: Sub-pixel upto 6768x 4320 pxsq, Interface: Through 1x USB 2.0, Compatibility platform: Windows/ Linux, Power consumption: less than 1 watt. Stylus specification: i. Battery free super-capacitive technology ii. Stylus recharge time: 180 seconds iii. Stylus weight & design: weight less than 35gm and design orientation towards comfort while writing for a long session. iv. Mouse click using stylus: left & right click of mouse to be integrated in a single button.

Page 21 of 62

Interactive Software: Should support multi touch & multi writing, MS Word: handwriting recognition & draw object, MS Excel: should draw graph w/o touching keyboard & mouse. Computing device: Celeron Dual Core 2.4Ghz Processor, 2GB RAM, 500GB HDD, Windows SL operating system, Wireless keyboard and Mouse, 4 USB ports, 1 VGA port, 1 Audio port, Power adapter, Bluetooth and Wi-Fi enabled with 3 years warranty.

3. Printer Multifunction 3-in-one Laser Printer with Scanner, facility for A4 or Legal size paper, Printing Speed: 22ppm, Warm up time: less than 30 seconds, manual input capacity: Standard tray Black & White, RAM: 128MB, High Yield Toner: 2500 pages, Low Toner Yield Cartridge: 1200 pages, Connectivity: USB 2.0, resolution: 600x 600 dpi, Network, Wi-Fi

4. Online UPS 3 KVA

3 KVA/ 2.4KW true Online UPS, DSP controlled online UPS with single phase AC input and single phase AC output with 60 mins backup with 12V SMF battery bank with Rack (min. VAH required= 4032 VAH), The UPS should be with IGBT based rectifier and IGBT based inverter and with LCD/LED display for monitoring of its status. IGBT PWM based technology for rectifier and Inverter both. UPS should be both DG Set and Solar compatible.

5. Web Camera HD

5Mp HD built in Mic with noise reduction, automatic light correction, high speed USB 2.0 certified, HD Video calling (1280 x 720 pixels) or higher, HD video capture upto 1280 x 720 pixel, at least with 6 feet cable.

6. White Board Superior Quality White Board size 6x4 feet with galvanized steel sheets as back material suitable for writing with dry marker ink.

7. Speaker System

2 Multimedia Speakers with 50 watt total, RMS Power compatible with the system supplied.

8. Cordless Mic High quality UHF band frequency dust wireless microphone system. Individual channel output with level control & mix output. Display on transmitter & receiver for frequency indication. Two microphones can be used at the same time. Receiver: Dual Channel Non-Diversity Frequency: 50HZ-16KHz Output: Individual Channel: XLR Mix out: ¼”Jack Power requirement: 2 x 1.5V AA Receiver: 240V AC 50Hz for AC adaptor supplied with the set.

9. Multimedia content in English language

JK BOSE approved curriculum based Multimedia content for classes 1-12th Standard to be preinstalled.

10. Network and Electrification (Site

As required to complete Lab including earthing, cables, Switch and Socket, Standard Quality of work of electrification and cabling including earthing. All items to be ISO/ISI certified.

Page 22 of 62

preparation)

11. Computer Table

Computer table with keyboard drawer and table top Dimensions: 36 x 24 x 30 inch 1/3” top provided with pre-laminated particle board of teak shade over mild-steel (min) square tabular section with pullout keyboard tray.

12. Computer Chair

Seat Size: 18 x 18 inch Back height: 18 x 21inch Chair height: 37 inch Type: Spilt Seat and without arm Frame of Chair: 1 inch diameter round pipe, Seat & back finished with mat fabric maroon shade with PVC beading.

Page 23 of 62

Annexure V – Technical Specifications Compliance

1) Desktop:

S No. Components Specifications Compliance

(yes/no)

1 Processor i5 8400 (2.8 Ghz: 9 MB Cache)

2 Motherboard B 360 with 32 GB expandibility

3 Memory 4GB DDR3 2400MHz or higher upgradeable to 32GB with 2 DIMM Slots

4 Monitor 19.5” LED TFT from same OEM with internal speakers TCO 07 approved model

5 Display 1600 x 900 Resolution

6 Hard Disk Drive 1 TB 7200 RPM

7 DVD Writer 24 X/ 8 X

8 Cabinet Less than 10 Liters

9 Bays 2 Internal Bay

10 Ports 1 VGA; 1 HDMI ; 1 DVI ; 4 USB 3.0 ; 4 USB 2.0

11 PCI 4 PCI/ PCIe slot with 1 PCIe x 16 slot

12 Keyboard & Mouse

USB keyboard & USB mouse

13 Ethernet Card 10/100/1000

14 Operating System WIN 10 SL

15 Operating system support

WIN 10

16 Open office Installed on all computing devices

17 Certification FCC; MET;

18 Warranty/AMC 3 years

19 MAF From OEM

Page 24 of 62

2) Projector

S No. Components Specifications Compliance

(yes/no)

1 Light Output 3200 ANSI Lumens ( Lamp mode: High)

2 Color Light Output 3200 ANSI Lumens ( Lamp mode: High)

3 Display system 3 LCD System

4 Aspect Ratio 4:3

5 Resolution XGA ( 1024x768*3)

6 Contrast Ratio 20,000:1

7 Light Source Ultra High pressure mercury lamp 225 W type

8 Lamp Life 10000 H ( Lamp mode: Low)

9 Zoom Manual ( Approx. 1.2X)

10 Throw ratio 1.47;1 to 1.77;1

11 Screen Size 30" to 300"

12 Keystone Correction Vertical : Max +/- 30 degrees

13 Input A RGB/Y Input Connector: Mini D-sub 15-pin ( female)

14 Input B RGB Input connector; Mini D-sub 15-pin ( female)

15 Input C HDMI Input Connector: HDMI 19 pin HDCP support

16 Input D HDMI Input Connector: HDMI 19 pin HDCP support

17 S-Video In S Video input connector; Mini Din 4pin

18 Video In Video Input connector: Pin jack

19 Output Monitor output connector: Mini D-sub 15-pin ( female)

20 RS 232 D-sub 9pin ( male)

21 LAN Connector RJ-45, 10 Base-T/100 Base-TX

22 USB Type A and Type B

23 Network Presentation

When the projector is installed in a LAN, presentations can be projected from any PC on the network

24 Warranty/AMC 3 years

25 MAF From OEM

Page 25 of 62

2a) Interactive Unit (for Interactivity with Projector)

S No. Specifications Compliance

(yes/no)

1 The distance between device and whiteboard shouldn’t be more than 24 cms to achieve obstruction free interactivity

2 Real time interaction and writing speed without any time lag. Tracking speed: 195 Mn dots / sec or better and upgradable to finger touch.

3 IR/Optical tracking Simultaneous touch point support of minimum 235 Points Interactivity

4 Should be enabled with Functional and precise auto‐calibration as well as manual calibration features

5 Can use a 4:3, 16:9, or any other aspect ratio as required

6 Pen / Stylus: Super capacitive Stylus, No consumable. Should support up to 3 hrs standard use, after 3 to 4 minutes of USB charging & with a life of more than 1 million charge Cycles

7 Writing performance Smooth and rounded writing experience

8 This item should accompanied with OEM software (Provide all upgrades of the software during Warranty)

9 Should Support multi touch, multi writing & Virtual Hotkeys in writing software

10 Should support Gesture Recognition like zoom, pan, tilt, flicks etc.

11 Native handwriting recognition of English (on Windows OS platform)

12 Should have the following interactive tools/features like Pen, Eraser, spot light, curtain, shape recognition, shape editing, auto grouping, infinite color options for annotation, color bucket, back ground pattern, lines & arrows, screen capture tools (freehand captures must), import / export files, recycle bin, unlimited pages, Cut & Paste, page navigation, save page(s), Undo/Redo, Geometric Tools like protractor, compass, ruler etc.

13 Shape‐recognition up to six‐sided figures

14 Software should support & compatible with document camera solution

15 Capability of taking Snapshot from running video

16 “Cloud Access” in Interactive Whiteboard Application to access filtered free educational content on any topic in the world

17 Intellectual Property Declaration to be provided by OEM: The

Page 26 of 62

product or any part thereof, manufacturing process, process technology, or methodology doesn’t infringes or misappropriates any Intellectual Property Right of a third party

18 Intellectual Property Declaration support to be provided by Bidder: The bidder shall indemnify, hold harmless and, if requested by the department, defend department and/or its affiliate departments, and their officers, directors, employees, customers, successors and assigns from and against any claims, demands, liabilities, or losses, damages, and expenses related to any product liability or similar claims, any intentional misconduct or negligence by Supplier or its employees in performing its obligations, and/or any claim that a product or any part thereof, or Supplier’s manufacturing process, process technology, or methodology infringes or appropriates any Intellectual Property Right of a third party

20 Warranty/AMC for 3 years

21 MAF from OEM

2b) Computing Device (for Projector-Interactive Unit)

S No. Components Specifications Compliance

(yes/no)

1 Processor Celeron Dual Core 2.4 Ghz

2 RAM 2 GB

3 Hard Disk HDD 500 GB

4 Operating System Windows Home

5 Keyboard and Mouse

Wireless

6 USB Port 4 Ports

7 Audio Port 1 Out

8 VGA Port 1 Out

9 Power Adaptor Included

10 Bluetooth and WiFi Both Enabled

11 Warranty/AMC 3 years

12 MAF From OEM

Page 27 of 62

3) Multifunctional Laser Printer MFP

S No. Components Specifications Compliance

(yes/no)

1 Print Speed(A4) 22

2 FPOT <7.8s

3 Monthly Duty Cycle

20,000 pages

4 Print Resolution 600×600dpi

5 Printer Language GDI

6 Processor Speed 600MHz

7 Memory 128MB

8 Duplex Model Manual

9 Cartridge Style One-Piece

10 Toner Capacity 2500 pages-High Yield Toner/ 1200-pages-Low Yield Toner

11 Drum Unit Lifetime N/A

12 Scanner type Flatbed

13 WiFi ENABLE

14 Warranty/AMC 3 years

15 MAF From OEM

4) Online UPS System

S No. Components Specifications Compliance (yes/no)

1 UPS System Description

3KVA/ 2.4KW True Online , DSP Controlled online UPS with 1 phase AC input and 1 phase AC output with 60 min backup with 12V SMF batteries Bank with Rack ( min. VAH required =4032 VAH) ,The UPS should be with IGBT Based Rectifier and IGBT based Inverter and with LCD/LED display for monitoring of its status.

Input (Rectifier)

2 Technology IGBT PWM BASED TECHNOLOGY for Rectifier & Inverter both

3 Primary source 230 VAC 1 Phase

Page 28 of 62

voltage

4 Input Voltage Range

160 to 280 VAC at 100 % load, 120 to 280 VAC at 60 % load

5 Power device IGBT Based Rectifier

6 Input Frequency 50Hz /60 Hz (Auto Sensing)

7 Input Frequency Range

50Hz /60 Hz (Auto Sensing)

8 Galvanic Isolation UPS Should be with/without Inbuilt Galvanic Isolation Transformer at Input made of same OEM

9 Input power factor Not less than 0.95 Output (Inverter)

10 Technology IGBT Based Inverter

11 DC volts 96VDC

12 Output voltage 230 VAC 1 Phase

13 Output frequency 50 Hz /60 Hz (+/- 0.1Hz)

14 Output wave form Pure Sine Wave

15 Output Power Factor

not less than 0.8

16 Harmonic distortion

THD <3% for linear loads, < 5% for non - linear loads.

17 overall Efficiency > 87%

18 Eco mode Efficiency

upto 97%

19 Crest factor 3:1

20 Overload up to 110% for 10 Min. ,110-125% for 1 Min & 150% for 3 sec

General

21 LCD Panel DSP Controlled LCD Panel

22 Smart Battery Management

Should be inbuilt within the UPS System

23 Cold Start Feature Cold start feature required as standard in UPS

24 Compatibility UPS Should be DG Set or Solar Compatible

25 Back-up ( Min VAH Required -4032 VAH) on 12V SMF batteries

26 LCD Display information

Normal Mode/Load on Battery/Load on Bypass/System Fault

27 Audible Alarm Mains Failure/Low battery /UPS Warning /Overload/Fault & Bypass Mode etc

Page 29 of 62

28 Communication interface

RS232/USB port for software interface and SNMP optional for remote Monitoring

29 Ambient temperature

Standard: 0 - 40 Deg.C

30 Noice Level 50dBA at 1 Meter

31 Cooling Forced Air

32 Warranty/AMC 3 Years

33 MAF From the OEM

5) Web Cam HD

S No. Components Specifications Compliance (yes/no)

1 Web Cam Description

5Mp HD built in Mic with noise reduction, automatic light correction, atleast with 6 feet cable

2 Connectivity High speed USB 2.0

3 Resolution 1280 x 720 pixels or higher for HD Video calling and HD video

6) White board

S No. Components Specifications Compliance (yes/no)

1 White board Description

Superior Quality White Board Size 6x4 Feet with galvanized steel sheets as back material suitable for writing with dry marker ink.

7) Speaker System

S No. Components Specifications Compliance (yes/no)

1 Multimedia speaker Description

2 Multimedia Speakers, 50 watt total RMS Power compatible

8) Cordless Mic

S No. Components Specifications Compliance (yes/no)

1 Cordless Mic Description

High quality UHF band frequency

Page 30 of 62

duet Wireless Microphone System.

2 Microphone 2 microphones can be used at the same time

3 Input /Output Channel

Individual channel XLR output with level control & mix output ¼” Jack. Display on Transmitter & Receiver for frequency indication

4 Frequency 50Hz-15KHz

5 Power 2 x 1.5V AA

240V AC 50Hz for AC Adaptor Supplied with the set.

9) Multimedia Content

S No. Components Specifications Compliance (yes/no)

1 Multimedia content Description

JK BOSE approved Curriculum based Multimedia content for Classes 1-12th Standard to be preinstalled.

10) Network and Electrification

S No. Components Specifications Compliance (yes/no)

1 Network and Electrification at site preparation Description

As required to Complete Lab including earthing, Cables, Switch and Socket. Standard Quality of work of electrification and Cabling including earthing. All items to be ISO/ISI certified.

11) Computer Table

S No. Components Specifications Compliance (yes/no)

1 Computer Tabel Description

Computer table with key board drawer and table top. 1/3” top provided with prelaminated Particle board of teak shade over mild steel (Min) Square tubular section with pull out keyboard tray.

2 Dimension 36 24 X 30 inch

Page 31 of 62

12) Chairs

S No. Components Specifications Compliance (yes/no)

1 Chair Description

Split seat and without arm, seat and back finished with mat fabric maroon shade and PVC beading.

2 Seat size 18 X 18 Inch

3 Back Height 18 X 21 inch

4 Chair Height 37 Inch

5 Frame of Chair One Inch Diameter round pipe

13) Teacher Training

S No. Components Specifications Compliance (yes/no)

1 Teacher Training Description

2 days training of teachers of the Government Schools at District Level to give hands on experience on all the equipments installed in ICT Lab/CAL Center to make each teacher familiarize with all the hardware, software and multimedia content in the ICT Lab.

Annexure VI–Equipments requiring Manufacturers Authorization

S No. Item

1 Desktop

2 Projector

3 Interactive Unit

4 Computing Device

5 Printer

6 Online UPS

7 Multimedia Content – JK BOSE Approved Note: Bidders to ensure that the detailed technical specifications mentioned on Annexure IV in this tender are complied.

.

Page 32 of 62

Annexure VII:

Bill of Quantities (Per School) for CAL Centre

S. No Item Description as per Technical Specifications

in this Tender UoM QTY (per school)

a Desktop Nos. 4 b Projector with Interactive Unit and Computing Device Nos. 1 c Printer MFP Nos. 1 d Online UPS 3 KVA Nos. 1 e Web Camera Nos. 1 f White Board Nos. 1 g Speaker System Nos. 1 h Cordless Mic Nos. 1 i Multimedia Content in English Language Nos. 1 j Network and Electrification (Site Preparation) Nos. 1 k Computer Table Nos. 4 l Chair Nos. 4

m Teachers Training Nos. 1

Bill of Quantities (Per School) for ICT Lab

S. No Item Description as per Technical Specifications in this Tender

UoM QTY (per school)

a Desktop Nos. 8 b Projector with Interactive Unit and Computing Device Nos. 1 c Printer MFP Nos. 1 d Online UPS 3 KVA Nos. 1 e Web Camera Nos. 1 f White Board Nos. 1 g Speaker System Nos. 1 h Cordless Mic Nos. 1 i Multimedia Content in English Language Nos. 1 j Network and Electrification (Site Preparation) Nos. 1 k Computer Table Nos. 8 l Chair Nos. 8

m Teachers Training Nos. 1

Tentative of ICT LAB and CAL Centers

2018-19 2019-20

CAL Centre 158 CAL Centre 224 ICT Labs 455 ICT Labs 175 Total 613 Total 399

Page 33 of 62

Annexure VIII- Schools Location Details:

List of Secondary Schools approved under ICT 2018-19 Sl No District Name Block Name School Name UDISE Code 1 ANANTNAG ACHABAL HS THAJIWARA 01060100301 2 ANANTNAG ACHABAL HS IMOH 01060102501 3 ANANTNAG ACHABAL GHS ACHABAL 01060103707 4 ANANTNAG AISHMUQAM HS HAPATNARD 01060200101 5 ANANTNAG AISHMUQAM GOVT HS LIDROO 01060203501 6 ANANTNAG ANANTNAG HS KAMAD 01060300301 7 ANANTNAG ANANTNAG BHS GUREE 01060300501 8 ANANTNAG ANANTNAG HS LALAN 01060300901 9 ANANTNAG ANANTNAG CENTRAL HIGH

SCHOOL 01060302607

10 ANANTNAG ANANTNAG H.S BATENGOO 01060304201 11 ANANTNAG BIDDER HS PANZGAM 01060400701 12 ANANTNAG BIDDER HS BUCHOO 01060401601 13 ANANTNAG BIDDER HS ZALANGAM 01060401801 14 ANANTNAG BIDDER HS KALNAG 01060402001 15 ANANTNAG BIDDER GHS BIDDER 01060404902 16 ANANTNAG BIJBEHARA HS KANELWAN 01060503101 17 ANANTNAG DORU HS VOI 01060801201 18 ANANTNAG DORU HS MANTPORA 01060801602 19 ANANTNAG DORU GHS LUKBAWN 01060802302 20 ANANTNAG MATTAN GHS SEER 01061102104 21 ANANTNAG MATTAN BHS NAMBAL 01061103401 22 ANANTNAG QAZIGUND HS SADORA 01061300101 23 ANANTNAG QAZIGUND HS NUSOO 01061300901 24 ANANTNAG QAZIGUND HS SANGRAN 01061301101 25 ANANTNAG QAZIGUND HS MANZMOH 01061302801 26 ANANTNAG QAZIGUND GOVT BHS QAZIGUND 01061303101 27 ANANTNAG SHANGUS GOVT HS KACHWAN 01061400401 28 ANANTNAG SHANGUS GOVT HS ISSOO 01061400901 29 ANANTNAG SHANGUS GOVT HS

BRARIANGAN 01061401006

30 ANANTNAG SHANGUS GOVT HS PANCHALTHAN

01061401501

31 ANANTNAG SHANGUS GOVT HS KRAD 01061402901 32 ANANTNAG SHANGUS GOVT HS SHERGUND 01061403101 33 ANANTNAG SHANGUS GOVT GHS BRAH 01061403502 34 ANANTNAG SRIGUFWARA BHS WAHIDAN 01061500901 35 ANANTNAG SRIGUFWARA BHS HUGAM 01061503001

Page 34 of 62

36 ANANTNAG VAILOO HS DANDI PORA 01061600901 37 ANANTNAG VAILOO HS GOWRAN 01061602501 38 ANANTNAG VERINAG HS HALSI DAR 01061701001 39 BADGAM BUDGAM GHS OMPORA 01040102905 40 BADGAM BUDGAM HS NARKARA 01040103603 41 BADGAM BEERWAH LHS CHURMAJROO 01040303801 42 BADGAM CHADOORA GIRLS HIGH SCHOOL

ZUHAMA 01040600103

43 BADGAM CHADOORA BOYS HIGH SCHOOL HUSHROO

01040600801

44 BADGAM CHADOORA BOYS HIGH SCHOOL SOGAM

01040601001

45 BADGAM CHADOORA BOYS HIGH SCHOOL BRENWAR

01040601401

46 BADGAM CHADOORA GIRLS HIGH SCHOOL RAPOORA

01040602201

47 BADGAM CHADOORA Govt High School BONION

01040603304

48 BADGAM CHADOORA BOYS HIGH SCHOOL DADOMPORA

01040603401

49 BADGAM DREYGAM HS DREYGAM 01040901406 50 BADGAM DREYGAM BHS CHOON 01040903202 51 BADGAM KHANSAHIB HS SHAMASABAD 01041100107 52 BADGAM KHANSAHIB HS BUGROO 01041100701 53 BADGAM KHANSAHIB HS SHALNAR 01041103001 54 BADGAM NAGAM BHS BADIPORA 01041500205 55 BADGAM NAGAM GHS NOWPORA 01041500402 56 BADGAM NAGAM HIGH SCHOOL

BRINJAN 01041501001

57 BADGAM NAGAM HS LOOLIPORA 01041501201 58 BADGAM NAGAM HS KAISERMULLAH 01041502404 59 BADGAM NARBAL BHS NARBAL 01041600206 60 BADGAM NARBAL HS KAWOOSA

KHALISA 01041600501

61 BADGAM NARBAL HS BANDGAM 01041602201 62 BADGAM SOIBUGH HS N.S PORA 01041703202 63 BADGAM SOIBUGH HS CHANDPORA 01041704203 64 BADGAM KHAG HS PALPORA 01041802702

65 BANDIPORA BANDIPORA GOVT. BOYS HIGH SCHOOL BHUTOO

01160102801

66 BANDIPORA BANDIPORA GOVT. BOYS HIGH SCHOOL PANNAR

01160103103

Page 35 of 62

67 BANDIPORA HAJIN GOVT. HIGH SCHOOL VIJIPARA

01160902001

68 BANDIPORA HAJIN GOVT. HIGH SCHOOL MUQDAMYARI 01160903001

69 BANDIPORA QUILMUQAM GOVT. HIGH SCHOOL MALANGAM

01161401601

70 BANDIPORA QUILMUQAM GOVT. HIGH SCHOOL BOININAR

01161402007

71 BARAMULA BARAMULLA GHS KHADINYAR 01020201001 72 BARAMULA BARAMULLA BHS VOHLUTRA 01020201401 73 BARAMULA BARAMULLA CENTRAL HS BLA 01020204007 74 BARAMULA BONIYAR HS BANALI 01020300601 75 BARAMULA BONIYAR BHS NOWSHERA 01020303003 76 BARAMULA CHANDANWARI HS MUQAMPIRAN 01020401401 77 BARAMULA CHANDANWARI HS ZAMBOOR

PATTAN 01020402402

78 BARAMULA DANGERPORA HS YAMBERZALWARI 01020502801 79 BARAMULA DANGERPORA GHS BOMAI 01020502904 80 BARAMULA DANGERPORA HS GORIPORA 01020503005 81 BARAMULA DANGERPORA HS SAGIPORA 01020504701 82 BARAMULA DANGERPORA HS WADOORA

PAYEEN 01020504902

83 BARAMULA DANGIWACHA BHS CHATOOSA 01020603601 84 BARAMULA DANGIWACHA BHS HAMAM 01020606001 85 BARAMULA JHULLA HS SHAHDARA 01021000201 86 BARAMULA JHULLA HS DARDKOTE 01021001901 87 BARAMULA JHULLA HS GOWALTA 01021002201 88 BARAMULA KUNZAR HS KAWARHAMA 01021103401 89 BARAMULA KUNZAR HS DEV BUGH 01021104901 90 BARAMULA KUNZAR HS Hard ABOORA 01021105803 91 BARAMULA NEHALPORA HS WAILOO 01021203301 92 BARAMULA NEHALPORA BHS SHOECH

PALPORA 01021203501

93 BARAMULA NEHALPORA BHS NILHA 01021205401 94 BARAMULA NEHALPORA BHS WARIPORA BALA 01021205902 95 BARAMULA PATTAN BHS NOWLARI 01021300401

96 BARAMULA PATTAN BOYS HIGH SCHOOL TAPPER WARIPORA

01021302004

97 BARAMULA PATTAN BHS HAMMRAY 01021302701 98 BARAMULA PATTAN HS TANGPORA 01021303901 99 BARAMULA ROHAMA BOYS HIGH SCHOOL

SAILKOTE 01021500102

Page 36 of 62

100 BARAMULA ROHAMA HS BRAMAN 01021500501 101 BARAMULA ROHAMA BOYS HIGH SCHOOL

PATOOSA 01021501402

102 BARAMULA ROHAMA GIRLS HIGH SCHOOL ROHAMA

01021502204

103 BARAMULA ROHAMA HIGH SCHOOL SARIPORA

01021503901

104 BARAMULA ROHAMA GOVT. GIRLS HS DOABGAH

01021504102

105 BARAMULA SINGHPORA (KALAN) HS KANISPORA 01021600502

106 BARAMULA SINGHPORA (KALAN) BHS JAHAMA 01021601001

107 BARAMULA SINGHPORA (KALAN) BHS SINGHPORA K 01021601903

108 BARAMULA SINGHPORA PATTAN GHS CHANABAL 01021700101

109 BARAMULA SINGHPORA PATTAN

BHS HANJIWAR PAYEEN

01021700902

110 BARAMULA SINGHPORA PATTAN

BHS ARCHANDENERHAMA

01021704202

111 BARAMULA SINGHPORA PATTAN GHS AHMAD PORA 01021704701

112 BARAMULA SOPORE GHS TARZOO 01021800302 113 BARAMULA SOPORE BOYS HIGH SCHOOL

RADAYGAM 01021800501

114 BARAMULA SOPORE HS CHOORA 01021801201 115 BARAMULA SOPORE BHS TAKIYABAL 01021803007 116 BARAMULA SOPORE BHS BABA YOUSUF 01021803083 117 BARAMULA SOPORE GHS HATISHAH 01021803095 118 BARAMULA TANGMARG HS CHONTIPATHERI 01022000401 119 BARAMULA TANGMARG GHS BADARKOTE 01022001601 120 BARAMULA TANGMARG BHS HARDU MADAM 01022003401 121 BARAMULA TANGMARG BHS SIKH KANHAMA 01022006201 122 BARAMULA WAGOORA H S KALANTRA

PAYEEN 01022200305

123 BARAMULA WAGOORA HS SHIEKHPORA 01022203201 124 BARAMULA CHANDOOSA HS DANDMOH 01022301301 125 BARAMULA CHANDOOSA HS WALRAMAN 01022301801 126 BARAMULA CHANDOOSA HS SHIRPORA 01022302102 127 BARAMULA CHANDOOSA GHS GOHAN 01022302802 128 DODA ASSAR HS BAGGER 01090100301 129 DODA GHAT HS KALIHAND 01090301902

Page 37 of 62

130 DODA BHALESSA HS BHARGI 01090600601 131 DODA BHALLA GHS DRADU 01090901801 132 DODA BHADERWAH GHS BHEJA 01091201001 133 DODA BHATYAS HS CHILLY BALA 01091601001 134 DODA DODA HS GANIKA 01092400801 135 DODA BHAGWAH GHS BHARTUND 01092600401 136 GANDERBAL GANDERBAL BHS DAGAPORA 01191100601 137 GANDERBAL GANDERBAL BHS GOGJI GUND 01191101001 138 GANDERBAL GANDERBAL HS MALSHAIBAGH 01191101801 139 GANDERBAL GANDERBAL BHS SHALLABUGH 01191102201 140 GANDERBAL GANDERBAL GHS URPASH 01191102402 141 GANDERBAL TULMULLA HS CHOONT

WALIWAR 01191301001

142 GANDERBAL TULMULLA HS SHAIRPATHRI 01191302904 143 GANDERBAL TULMULLA BHS TULMULLAH 01191303502 144 GANDERBAL HARIGANWAN GHS HAYEN 01191400601 145 GANDERBAL HARIGANWAN GGHS SONMARG 01191401101 146 JAMMU AKHNOOR HS KOTGARHI (RMSA) 01130103601 147 JAMMU BHALWAL HS GURHA BRAHMNA

(RMSA) 01130302101

148 JAMMU BISHNAH HS MAJUA UTTAMI 01130404301

149 JAMMU CHOWKI CHOURA HS JHANG 01130505401

150 JAMMU DANSAL HS KISHAN PUR (RMSA)

01130604201

151 JAMMU DANSAL HS KANDOLI NAGROTA (BOYS)

01130605402

152 JAMMU GANDHI NAGAR HS PULL TAWI 01130706501

153 JAMMU GANDHI NAGAR HS KALU CHAK 01130709511

154 JAMMU KHOUR HS KHUI MILLIAN (RMSA)

01131006202

155 JAMMU MIRAN SAHIB HS BADYAL BRAHAMANA

01131200201

156 JAMMU R.S. PURA HS CHAK ROHI (RMSA)

01131502305

157 JAMMU SATWARI HS LACHHMAN PURA 01131705801 158 JAMMU SATWARI GHS SOHANJANA 01131709401 159 JAMMU SATWARI HS SURE CHAK

(RMSA) 01131709701

160 KARGIL KARGIL HS GOMA KARGIL 01080100125 161 KARGIL KARGIL HS POYEN 01080100409

Page 38 of 62

162 KARGIL KARGIL HS MINJI 01080100506 163 KARGIL ZANSKAR HS KARSHA 01080202501 164 KARGIL DRASS HS KHARBO 01080300103 165 KARGIL DRASS HS THASGAM 01080300301 166 KARGIL DRASS HS MUSHKO 01080300801 167 KARGIL DRASS HS MURAD BAGH 01080302001 168 KARGIL TAISURU HS PARKACHIK 01080400106 169 KARGIL TAISURU HS KARGEE 01080401202 170 KARGIL TAISURU GHS PANIKHAR 01080401501 171 KARGIL CHIKTAN HS HAGNIS 01080500605 172 KARGIL SHARGOLE HS PUSHKUM 01080700101 173 KARGIL SHARGOLE HS LOTSUM 01080701402 174 KATHUA KATHUA GHS LOGATE 01140100707 175 KATHUA KATHUA HS P/W KATHUA 01140106602 176 KATHUA MARHEEN HS CHACK CHHABBA 01140300202 177 KATHUA MARHEEN H.S CHACK HANDA 01140303602 178 KATHUA MARHEEN GOVT.HIGH SCHOOL

KHANPUR 01140304101

179 KATHUA MARHEEN HS BANN 01140304401 180 KATHUA BARNOTI HS BHALLAR 01140400502 181 KATHUA BARNOTI HS AIRWAN 01140403405 182 KATHUA BARNOTI HS PALLI 01140405001 183 KATHUA LAKHANPUR HS TRIDWAN 01140500301 184 KATHUA LAKHANPUR GHS KHAROTE 01140502002 185 KATHUA LAKHANPUR GOVT. HS

GAITERWAN 01140502402

186 KATHUA LAKHANPUR GHS JANGLOTE 01140503413 187 KATHUA LAKHANPUR GHS BASANTPUR 01140504901 188 KATHUA LAKHANPUR GHS DHANORE 01140506201 189 KATHUA HIRANAGAR GOVT. GIRLS HS HGR 01140600303 190 KATHUA HIRANAGAR GOVT. MS KADYALA 01140606102 191 KATHUA HIRANAGAR GOVT GIRLS HS

KOOTAH 01140609902

192 KATHUA HIRANAGAR HS SHERPUR PAIN 01140611101 193 KATHUA BHADDU HS UCHAPIND 01141001504 194 KATHUA BHADDU GHS BHADDU 01141001804 195 KATHUA BHADDU GOVT. HIGH SCHOOL

DHARMKOT 01141001902

196 KATHUA BHADDU GMS DANJASDHAR 01141002002 197 KATHUA BHADDU GHS GALAK 01141002801 198 KATHUA BILLAWAR HS MOONI-B 01141101601 199 KATHUA BILLAWAR HS DEWAL 01141102301

Page 39 of 62

200 KATHUA BILLAWAR HS GARH MALTI 01141102501 201 KATHUA MALAHAR HS LOHAI 01141300206 202 KATHUA BASHOLI GHS SANDHAR 01141402101 203 KATHUA BASHOLI Govt. High School

Draman 01141402401

204 KATHUA MAHANPUR GOVT MIDDLE SCHOOL MANOO

01141600901

205 KATHUA MAHANPUR GOVT. H/S SABAR 01141601501 206 KATHUA BANI GOVT HIGH SCHOOL

SIARA 01141700901

207 KATHUA BANI GHS BHANDAR 01141702801 208 KATHUA BANI GHS SITTI 01141703101 209 KATHUA BANI HS KOTRI SANDROON 01141703205 210 KATHUA SALLAN HS MELA 01141800301 211 KATHUA SALLAN GOVT. HS. GURAH

MUNDIAN 01141802001

212 KATHUA SALLAN HS GARA SATURA 01141802301 213 KISHTWAR KISHTWAR HS SHANNA 01170700606 214 KISHTWAR KISHTWAR HS SEERGWARI 01170701702 215 KISHTWAR NAGSENI HS KUCHALNA 01171401003 216 KISHTWAR NAGSENI HS GALHAR 01171401101 217 KISHTWAR NAGSENI HS PATHERNAKI 01171401107 218 KISHTWAR DRABSHALLA HS UPPER BHANDERA 01171504401 219 KISHTWAR INDERWAL HS DAMBER 01171800105 220 KULGAM DEVSAR HS BONIGAM RMSA 01200605001 221 KULGAM H C GAM HS GOPAL PORA

(RMSA) 01200903101

222 KULGAM KULGAM HS GUDDER 01201003701 223 KULGAM QAIMOH HS BHAN RMSA 01201200801 224 KULGAM QAIMOH HS T N PORA RMSA 01201201001 225 KULGAM YARIPORA HS SONIGAM 01201801101 226 KUPWARA TANGDAR HIGH SCHOOL N.

GABRA 01010200105

227 KUPWARA TANGDAR BHS NACHIYAN 01010200707 228 KUPWARA SOGAM GHS DIVER 01010800402 229 KUPWARA HANDWARA HS SHAILHAL 01011000701 230 KUPWARA HANDWARA BHS CHOGAL 01011001307 231 KUPWARA RAJWAR BHS KHAIPORA 01011400801 232 KUPWARA VILGAM HS KUKROOSA 01011501001 233 KUPWARA VILGAM HS LILAM 01011501101

234 LEH (LADAKH) LEH H/S THIKSEY 01070401301

Page 40 of 62

235 LEH (LADAKH) NUBRA H/S HUNDER 01070501801

236 PULWAMA AWANTIPORA GHS DADSARA 01050100222 237 PULWAMA AWANTIPORA GHS NOORPORA 01050101827 238 PULWAMA KAKAPORA GHS RATNIPORA 01050301853 239 PULWAMA KAKAPORA BHS WAHIBUGH 01050305532 240 PULWAMA LOORGAM GHS SYEDABAD 01050501504 241 PULWAMA LOORGAM HS DOODIMARG 01050503106 242 PULWAMA PAMPORA HS WOOYAN 01050601154 243 PULWAMA PULWAMA GHS MALANGPORA 01050702623 244 PULWAMA PULWAMA HS PAYEER 01050703601 245 PULWAMA SHADIMERG HS KALAMPORA 01050803001 246 PULWAMA SHADIMERG HS MITRIGAM 01050804101 247 PULWAMA SHADIMERG HS PUTRIGAM 01050804402 248 PULWAMA SHADIMERG HS QASBA YAR 01050804601 249 PULWAMA SHADIMERG GHS RAJPORA 01050804721 250 PULWAMA SHADIMERG HS TIKEN BATPORA 01050805903 251 PULWAMA TAHAB HS DOGRIPORA 01051001401 252 PULWAMA TAHAB HS RESHIPORA 01051004201 253 PULWAMA TRAL HS KHALIL 01051102222 254 PUNCH BAFLIAZ HS MURRAH 01110100201 255 PUNCH BAFLIAZ HS MOHALLA

KUMMARAN 01110100202

256 PUNCH BAFLIAZ HS DHARA MOHRA 01110100801 257 PUNCH BAFLIAZ HS LOWER DOUGRAN 01110101004 258 PUNCH BAFLIAZ HS DARA SANGALA 01110101302 259 PUNCH BAFLIAZ HS KOTE FAZLABAD 01110101406 260 PUNCH BALAKOTE HS DHARATI 01110200101 261 PUNCH BALAKOTE HS SANDOTE 01110201001 262 PUNCH BALAKOTE HS SOYIAN EAST 01110201603 263 PUNCH BALAKOTE HS NAR DHURRIAN 01110201901 264 PUNCH HARNI HS SARHUTTI 01110300201 265 PUNCH HARNI HS SONIAN SIMBLAN 01110300603 266 PUNCH HARNI HS PATTI GURSAI 01110300803 267 PUNCH HARNI HS SAR GURSAI 01110300814 268 PUNCH KUNIYIAN HS KANUYIAN 01110400101 269 PUNCH KUNIYIAN HS MANGNAR 01110400610 270 PUNCH MANDI HS PLERA 01110500101 271 PUNCH MANDI HS ARAI MALKIAN 01110500702 272 PUNCH MANDI HS CHHAMBER 01110501501 273 PUNCH MANKOTE HS BALNOI 01110600801

Page 41 of 62

274 PUNCH MENDHAR HS GOHLAD 01110700211 275 PUNCH MENDHAR HS KOTAN 01110700304 276 PUNCH MENDHAR HS CHAROON 01110700901 277 PUNCH MENDHAR HS CHHUNGAN

MESSIAN 01110700911

278 PUNCH MENDHAR HS PATHANATEER 01110701104 279 PUNCH NANGALI HS SHAHPUR 01110800305 280 PUNCH POONCH HS BANWAT 01110900101 281 PUNCH SATHRA HS PINDI 01111101001 282 PUNCH SATHRA HS DHANGRI 01111101601 283 PUNCH SURANKOTE HS BACHANWALI 01111200601 284 PUNCH SURANKOTE HS MOHRA 01111201501 285 PUNCH SURANKOTE HS UPPER LASSANA 01111201614 286 PUNCH SURANKOTE HS PAMROTE (U) 01111201802 287 PUNCH SURANKOTE HS LAMBI PATTI

TILLA 01111202103

288 RAJAURI MANJAKOTE HS GALHUTTI 01120100501 289 RAJAURI MANJAKOTE HS KOTLI KALABAN 01120100601 290 RAJAURI MANJAKOTE HS DHAR 01120101601 291 RAJAURI KALAKOTE GHS BRAVI 01121101001 292 RAJAURI KALAKOTE GHS KALAKOTE 01121103401 293 RAJAURI PEERI HS SAKRI 01121201302

294 RAJAURI DOONGI BRAHMANA HS DALOGRA 01121300501

295 RAJAURI DOONGI BRAHMANA HS DOONGI 01121302201

296 RAJAURI THANAMANDI HS MANGOTA 01121501501 297 RAJAURI THANAMANDI HS RAJDHANI 01121501605 298 RAJAURI MOGLA HS TRERU 01121601001 299 RAJAURI KOTRANKA GHS BUDHAL 01121701802 300 RAJAURI DANDASAR GHS LAMBERI 01121801201 301 RAJAURI DANDASAR HS DHARAT 01121801301 302 RAJAURI BALJARALLAN HS ANDROLLA 01121901801 303 RAJAURI RAJOURI HS MURADHPUR 01122001802 304 RAJAURI RAJOURI HS CHOUDRINAR 01122002703 305 RAJAURI KHAWAS HS UDHAN 01122201301 306 RAJAURI NOWSHERA HS QILA DARHAL 01122302401

307 RAJAURI LOWER HATHAL LHS BALSHAMA 01122500101

308 RAJAURI LOWER HATHAL HS BARNARA 01122502001

Page 42 of 62

309 RAJAURI LOWER HATHAL HS HATHAL 01122502101

310 RAJAURI DARHAL HS DODAJ 01122600818 311 RAJAURI SUNDERBANI GHS SIOT 01122700106 312 RAJAURI SUNDERBANI MS TANDA KANGRI 01122702003 313 RAMBAN BATOTE Govt. HS Chanderkote 01180101104 314 RAMBAN BATOTE Govt. HS Jhatgalli 01180104404 315 RAMBAN UKHRAL Govt. HS Alinbass 01180500101 316 RAMBAN UKHRAL Govt. HS Kharwan 01180500405 317 RAMBAN UKHRAL Govt. HS Pogal 01180500725 318 RAMBAN UKHRAL Govt. HS Paristan 01180500803 319 RAMBAN UKHRAL Govt. HS Tulhal 01180500907 320 RAMBAN UKHRAL Govt. HS Dardahi 01180501001 321 RAMBAN GOOL Govt. HS Chachwah 01181000601 322 RAMBAN GOOL Govt. HS (Girls) Salbalah 01181000907 323 RAMBAN GOOL Govt. HS Dhachan 01181001103 324 RAMBAN GOOL Govt. HS Ghagra 01181001201 325 RAMBAN GOOL Govt. HS Ind 01181001301 326 RAMBAN GOOL Govt. HS Mahakund 01181001701 327 RAMBAN RAMBAN Govt. HS Juwagh 01181900508 328 RAMBAN RAMBAN Govt. HS Gam 01181900702 329 RAMBAN RAMBAN Govt. HS Kanga 01181901003 330 RAMBAN BANIHAL Govt. HS Chanjloo 01182100701 331 RAMBAN BANIHAL Govt. HS (Girls) Chareel 01182100802 332 RAMBAN BANIHAL Govt. HS Hinjhal 01182101105 333 RAMBAN BANIHAL Govt. HS Chapnari 01182101201 334 RAMBAN BANIHAL Govt. HS Chacknarwah 01182101715 335 RAMBAN KHARI Govt. HS Amkote 01182700101 336 RAMBAN KHARI Govt. HS Nachilana 01182700209 337 RAMBAN KHARI Govt. HS Sarachie 01182700213 338 RAMBAN KHARI Govt. HS Trana 01182700215 339 RAMBAN KHARI Govt. HS Mangith 01182700306 340 RAMBAN KHARI Govt. HS Shagan 01182700707 341 REASI CHASSANA HS BANNA 01210300201 342 REASI CHASSANA HS KUNDER DHAN 01210301101 343 REASI CHASSANA HS BHER 01210301103 344 REASI CHASSANA HS LARH 01210301201 345 REASI CHASSANA HS SANGLI KOTE 01210301901 346 REASI CHINKAH HS CHINKAH 01210700901 347 REASI POUNI HS KHERAL 01211600801 348 REASI POUNI HS DADOOA 01211601301

Page 43 of 62

349 REASI POUNI HS TALWARA 01211606801 350 REASI REASI HS DHANORI 01211902001 351 REASI REASI BHS GRAN

BRAYOTRIAN 01211902401

352 REASI REASI HS KOTLI BHAGA 01211903201 353 REASI REASI HS GHAIR MARI 01211903702 354 REASI REASI HS PANASSA 01211903901 355 SAMBA GHAGWAL GOVT G.H.S

GHAGWAL 01220900401

356 SAMBA GHAGWAL GOVT HS NARAN 01220900701 357 SAMBA GHAGWAL GOVT HIGH SCHOOL

NICHLA 01220900801

358 SAMBA GHAGWAL GOVT HS RATTANPUR SURARA

01220900901

359 SAMBA GHAGWAL GOVT H S SARTHIAN 01220901401 360 SAMBA GHAGWAL HS JATWAL 01220901501 361 SAMBA PURMANDAL GHS GURA SLATHIAN 01221301402 362 SAMBA PURMANDAL HS MEEN SARKAR 01221302201 363 SAMBA PURMANDAL HS RAJINDER PURA 01221302801 364 SAMBA RAMGARH HS KESSO

MANHASAN 01221507801

365 SAMBA RAMGARH HS KOUL PUR 01221508301 366 SAMBA RAMGARH HS MAHAL SHAHAN 01221508801 367 SAMBA RAMGARH HS CHHOWANI ABTAL 01221511201 368 SAMBA SAMBA HS BANGLAR 01221600702 369 SAMBA SAMBA GHS BAIN GLAR 01221603801 370 SAMBA SAMBA HS KATLI 01221605801 371 SAMBA SAMBA HS DIANI 01221605805 372 SAMBA SAMBA HS PAPAR

BRAHMANA 01221608601

373 SAMBA SAMBA HS REHIAN 01221610302 374 SAMBA SAMBA HS SAMOTHA 01221610801 375 SAMBA SAMBA HS TALOOR 01221611901 376 SAMBA VIJAYPUR HS SUCHANI 01221800603 377 SAMBA VIJAYPUR HS BIRPUR 01221801801 378 SAMBA VIJAYPUR GHS BIRPUR 01221801802 379 SAMBA VIJAYPUR HS NANAK CHAK 01221806401 380 SAMBA VIJAYPUR HS PALLI 01221807106 381 SAMBA VIJAYPUR HS SARNA 01221808201 382 SAMBA VIJAYPUR HS SUNJWAN 01221808801 383 SAMBA VIJAYPUR HS TARORE 01221809101

384 SHOPIAN KEEGAM GOVERNMENT HIGH SCHOOL BATAFOJAN 01150403201

Page 44 of 62

385 SHOPIAN KEEGAM GOVERNMENT HIGH SCHOOL NAZNEENPORA

01150404901

386 SHOPIAN SHOPIAN HIGH SCHOOL CHANCHIMARG

01150902506

387 SHOPIAN VEHIL HIGH SCHOOL RAWALPORA

01151202001

388 SRINAGAR BATMALOO BHS BEMINA 01030400601 389 SRINAGAR BATMALOO GHS CHATTABAL 01030401001 390 SRINAGAR BATMALOO BHS BARTHANA 01030401401 391 SRINAGAR BATMALOO GHS HYDERPORA 01030401808 392 SRINAGAR ZALDAGAR GHS R.N.MANDIR 01030600301 393 SRINAGAR IDDGAH GHS GOORIPORA 01030800904 394 SRINAGAR NISHAT BHS HARWAN 01030900103 395 SRINAGAR NISHAT BHS MULFAQ 01030901002 396 SRINAGAR NISHAT BHS NEW THEED 01030901101 397 SRINAGAR GULAB BAGH GHS CHATTERHAMA 01031000302 398 SRINAGAR GULAB BAGH GHS GULAB BAGH 01031001519 399 SRINAGAR GULAB BAGH BHS GULAB BAGH 01031001645 400 UDHAMPUR BABEY HS BABEY 01100200101 401 UDHAMPUR BABEY HS CHORE MOTTOO 01100200401 402 UDHAMPUR BABEY HS SUNDLA 01100201201 403 UDHAMPUR BABEY GMS DEOT 01100202001 404 UDHAMPUR CHENANI HS CHARAT 01100400901 405 UDHAMPUR CHENANI GHS KITHER CHIRDI 01100401101 406 UDHAMPUR CHENANI GHS GHANTWAL 01100401801 407 UDHAMPUR CHENANI GHS KITHER 01100403001 408 UDHAMPUR CHENANI HS PATTAN GARH 01100404301 409 UDHAMPUR CHENANI HS PACHOTE 01100404401 410 UDHAMPUR CHENANI HS SEWNA 01100404701 411 UDHAMPUR CHENANI HS SIRA 01100404801 412 UDHAMPUR DUDU HS BALOTA UPPERLA 01100800301 413 UDHAMPUR DUDU HS CHAPPER 01100800701 414 UDHAMPUR DUDU HS DUDU KIRCHI 01100802208 415 UDHAMPUR GHORDI HS LARH 01100900801 416 UDHAMPUR GHORDI HS KASURI 01100901601 417 UDHAMPUR GHORDI HS NALLA GHOURAN 01100901901 418 UDHAMPUR GHORDI HS NAGROTA PANJ

GRIAN 01100902101

419 UDHAMPUR GHORDI HS RASSAIN 01100902701 420 UDHAMPUR JIB HS BALI 01101100108 421 UDHAMPUR JIB HS SATTENI 01101100901

Page 45 of 62

422 UDHAMPUR JIB MS OSSU 01101102301 423 UDHAMPUR JIB HS LADDAN 01101102501 424 UDHAMPUR JIB HS RITTI 01101103101 425 UDHAMPUR JIB HS DARSOO 01101103503 426 UDHAMPUR KULWANTA HS JOFFER 01101200801 427 UDHAMPUR KULWANTA HS KONAIN 01101201001 428 UDHAMPUR KULWANTA HS KATWALT 01101201102 429 UDHAMPUR KULWANTA HS SATTIAN 01101201803 430 UDHAMPUR MAJALTA HS BARI GARH 01101401901 431 UDHAMPUR MAJALTA HS SAIL KOURI BER 01101402001 432 UDHAMPUR MAJALTA HS KAKRAI 01101402301 433 UDHAMPUR PANCHARI HS KULTYAR 01101501302 434 UDHAMPUR PANCHARI HS JANGAL GALI 01101503402 435 UDHAMPUR PANCHARI HS LADDA 01101503410 436 UDHAMPUR RAMNAGAR HS BAGODH 01101700101 437 UDHAMPUR RAMNAGAR HS JANDRARI 01101700701 438 UDHAMPUR RAMNAGAR HS SUNETAR 01101701701 439 UDHAMPUR RAMNAGAR HS BAINSTA 01101702301 440 UDHAMPUR TIKRI HS GARNAI 01102300901 441 UDHAMPUR TIKRI GMS UPPER

HARTARYAN 01102301006

442 UDHAMPUR TIKRI GHS JIB 01102301107 443 UDHAMPUR TIKRI HS KOTLI JIJJAN 01102301304 444 UDHAMPUR TIKRI HS MAND 01102301902 445 UDHAMPUR TIKRI HS HARTARYAN 01102302807 446 UDHAMPUR TIKRI HS SEEN THAKRAN

02 01102303204

447 UDHAMPUR TIKRI HS SEEN BRAHMANA 01102303301 448 UDHAMPUR UDHAMPUR HS GANDALA 01102401401 449 UDHAMPUR UDHAMPUR HS JAKHAR 01102401701 450 UDHAMPUR UDHAMPUR HS KALTA 01102401901 451 UDHAMPUR UDHAMPUR HS MALHAR 01102402501 452 UDHAMPUR UDHAMPUR HS PATHI 01102403301 453 UDHAMPUR UDHAMPUR GHS GARHI 01102405201 454 UDHAMPUR UDHAMPUR CITY HS LAMBI GALI

UDHAMPUR 01102405902

455 UDHAMPUR UDHAMPUR GHS UDHAMPUR 01102408301

Page 46 of 62

List of Elementary Schools approved under CAL 2018-19

Sl No

District Name Block Name School Name UDISE Code

1 ANANTNAG ACHABAL MS C I DASS 01060101401 2 ANANTNAG AISHMUQAM GOVT MS GRANDAISH 01060204401 3 ANANTNAG BIDDER MS SUNDBRARI PAYEEN 01060404201 4 ANANTNAG BIJBEHARA MS JAFFAR PORA (SSA) 01060500204 5 ANANTNAG DORU GMS MANTPORA 01060801601 6 ANANTNAG MATTAN BMS VAIL 01061101601 7 ANANTNAG QAZIGUND MS CHECKI BADWANI 01061301804 8 ANANTNAG SHANGUS GOVT MS RAKHIBRAH 01061403601 9 ANANTNAG SRIGUFWARA BMS LIVER 01061501801

10 BADGAM BUDGAM BOYS MIDDLE SCHOOL JAWALAPORA 01040100201

11 BADGAM BEERWAH GMS SODIPORA 01040306101 12 BADGAM B.K.PORA BMS KRALPORA 01040505902

13 BADGAM HARDU-PUNZOO MS KRALNEWA 01041001901 14 BADGAM HARDU-PUNZOO MS KHOSAPORA 01041003301 15 BADGAM KHANSAHIB GMS RAITHAN 01041100305 16 BADGAM KHANSAHIB BMS CHECKI SHERA 01041104501 17 BADGAM KHAG GMS ALAMNAG 01041801101

18 BANDIPORA HAJIN GOVT. HIGH SCHOOL BAHARABAD 01160901601

19 BANDIPORA HAJIN GOVT. HIGH SCHOOL VIJIPARA 01160902001

20 BANDIPORA HAJIN GOVT. HIGH SCHOOL MUQDAMYARI 01160903001

21 BANDIPORA QUILMUQAM GOVT. HIGH SCHOOL KETSON 01161400701

22 BANDIPORA QUILMUQAM GOVT. HIGH SCHOOL MALANGAM 01161401601

23 BANDIPORA QUILMUQAM GOVT. HIGH SCHOOL BOININAR 01161402007

24 BANDIPORA QUILMUQAM GOVT. HIGH SCHOOL LAHARWALPORA 01161404401

25 BARAMULA JHULLA HS SHAHDARA 01021000201 26 BARAMULA KUNZAR HS DEV BUGH 01021104901 27 BARAMULA NEHALPORA BHS SHOECH PALPORA 01021203501 28 BARAMULA PATTAN BHS NOWLARI 01021300401

29 BARAMULA ROHAMA BOYS HIGH SCHOOL SAILKOTE 01021500102

30 BARAMULA SINGHPORA (KALAN) HS KANISPORA 01021600502

Page 47 of 62

31 BARAMULA SOPORE GHS TARZOO 01021800302 32 BARAMULA TANGMARG HS CHONTIPATHERI 01022000401 33 BARAMULA TANGMARG GHS BADARKOTE 01022001601 34 BARAMULA WAGOORA H S KALANTRA PAYEEN 01022200305 35 BARAMULA CHANDOOSA HS DANDMOH 01022301301 36 DODA GHAT GUPS LOWER SHURYAN 01090303301 37 DODA BHALESSA GUPS BHARTHI 01090600803 38 DODA BHALLA GUPS DUGLI 01090902302 39 DODA BHATYAS GMS GOILA 01091601403 40 DODA THATHRI UPS BHANDOGA (SSA) 01091704002 41 GANDERBAL GANDERBAL GMS GOTLIBAGH 01191101102 42 GANDERBAL GANDERBAL BMS HARRAN 01191101501 43 GANDERBAL GANDERBAL BMS BAKURA 01191103903 44 GANDERBAL TULMULLA MS KURRAG 01191302101 45 GANDERBAL TULMULLA MS WATALBAGH 01191304101 46 GANDERBAL TULMULLA MS WATLAR 01191304201 47 GANDERBAL HARIGANWAN MS RAMWARI 01191400406 48 GANDERBAL HARIGANWAN MS ZERPORA KULLAN 01191400704 49 GANDERBAL KANGAN MS KATHI WANGETH 01191502101 50 GANDERBAL KANGAN MS POSHKAR 01191503701 51 JAMMU BHALWAL GMS GRAND 01130305105

52 JAMMU CHOWKI CHOURA

BOYS MS CHOWKI CHOURA 01130501201

53 JAMMU CHOWKI CHOURA MS DANA AMBO SHANI 01130503901

54 JAMMU DANSAL GMS JINDRAH 01130602702

55 JAMMU GANDHI NAGAR MS DHOON 01130702703

56 JAMMU KHOUR MS JOGWAN 01131003101 57 JAMMU KHOUR MS SARMALA 01131004303 58 JAMMU SATWARI MS SOHANJANA 01131709402 59 JAMMU JAMMU GMS KABIR COLONY 01131901701 60 JAMMU JAMMU GMS NEW PLOT 01131902601 61 KARGIL DRASS MS KAKSAR 01080300401 62 KATHUA BARNOTI GGMS BAIRA 01140401501

63 KATHUA BHADDU KASTURBA GANDHI BALIKA VIDYALA 01141001815

64 KATHUA BILLAWAR MS MAJRA 01141100502 65 KATHUA MALAHAR GMS THAMNAL 01141300504 66 KATHUA BASHOLI GMS MANDLA 01141401301

67 KATHUA MAHANPUR GOVT M S NAGLI 01141601201

Page 48 of 62

(BARIGHAT) 68 KATHUA BANI GMS ASSO 01141702201 69 KISHTWAR NAGSENI UPS UPPER BIDA 01171400216 70 KISHTWAR DRABSHALLA MS DHANOO 01171500202 71 KISHTWAR INDERWAL MS UDILGUJRAN 01171800115 72 KISHTWAR INDERWAL UPS BALANA 01171801001 73 KISHTWAR INDERWAL UPS SUPNAI 01171801013 74 KISHTWAR PADDER UPS DURDOO 01172302002 75 KISHTWAR PADDER UPS SHETYANGWARI 01172302004 76 KISHTWAR WARWAN MS CHOWIDRAMAN 01172800402 77 KISHTWAR WARWAN MS MULWARWAN 01172800803 78 KULGAM DEVSAR MS PACHGAM NARD 01200600401 79 KULGAM DEVSAR MS WARIPORA 01200600901 80 KULGAM DEVSAR MS DARDGUND 01200602801 81 KULGAM D H PORA GMS MIRWANI 01200700501 82 KULGAM D H PORA MS B. BALA 01200702201 83 KULGAM D H PORA MS DANDWARD 01200704001 84 KULGAM D H PORA MS DUDKUSHAN 01200704403 85 KULGAM D H PORA MS HUMPATHRI 01200704601 86 KULGAM KULGAM MS ARIGUTNOO 01201004001 87 KUPWARA CHAMKOTE Govt. Sec. School PARADA 01010101701

88 KUPWARA CHAMKOTE Govt. Sec. School GUNDI SHATH 01010101801

89 KUPWARA TANGDAR Govt. Sec. School BAGHBALLA 01010201301

90 KUPWARA KHUMERIYAL HS CHONTIWARI PAYEEN 01010701502 91 KUPWARA SOGAM GHS DIVER 01010800402 92 KUPWARA DRUGMULA BHS KEEGAM 01010901202 93 KUPWARA HANDWARA BHS CHOGAL 01011001307 94 KUPWARA LANGATE HS POHRUPETH 01011200701 95 KUPWARA RAJWAR BHS KHAIPORA 01011400801 96 KUPWARA VILGAM HS KUKROOSA 01011501001 97 PULWAMA KAKAPORA UPS MARVEL 01050304602 98 PULWAMA LOORGAM UPS HAJINAR 01050500501 99 PULWAMA PULWAMA GOVT GMS MURAN 01050703201 100 PULWAMA SHADIMERG UPS INDERWALI 01050800501 101 PULWAMA SHADIMERG GUPS THOKARPORA 01050804202 102 PUNCH BAFLIAZ MS SANKARI 01110100802 103 PUNCH KUNIYIAN MS CHAWN 01110400804 104 PUNCH MANKOTE MS THAMLOTE 01110600513 105 PUNCH MENDHAR GMS CHHATRAL 01110700602

Page 49 of 62

106 PUNCH POONCH MS DHOKRI 01110900301 107 PUNCH SATHRA MS SHEIKHAN 01111102002 108 PUNCH SURANKOTE MS SAFAIDAN 01111201402 109 RAJAURI MANJAKOTE HS KOTLI KALABAN 01120100601 110 RAJAURI KALAKOTE GMS DHARMASAL 01121104502 111 RAJAURI MOGLA MS TERYATH 01121600303 112 RAJAURI BALJARALLAN HS ANDROLLA 01121901801 113 RAJAURI NOWSHERA MS CHOWKI HANDAN 01122300706 114 RAJAURI SUNDERBANI MS TANDA KANGRI 01122702003 115 RAMBAN UKHRAL Govt. HS Tulhal 01180500907 116 RAMBAN UKHRAL Govt. HS Dardahi 01180501001 117 RAMBAN GOOL Govt. HS Dhachan 01181001103 118 RAMBAN GOOL Govt. HS Ind 01181001301 119 RAMBAN BANIHAL Govt. HS Chanjloo 01182100701 120 RAMBAN BANIHAL Govt. HS Hinjhal 01182101105 121 RAMBAN BANIHAL Govt. HS Chapnari 01182101201 122 RAMBAN KHARI Govt. HS Amkote 01182700101 123 RAMBAN KHARI Govt. HS Sarachie 01182700213 124 RAMBAN KHARI Govt. HS Mangith 01182700306 125 REASI CHASSANA HS KUNDER DHAN 01210301101 126 REASI CHASSANA HS BHER 01210301103 127 REASI CHASSANA HS LARH 01210301201 128 REASI POUNI HS RANSOO 01211605401 129 REASI POUNI HS TALWARA 01211606801 130 REASI REASI HS DHANORI 01211902001 131 REASI REASI BHS GRAN BRAYOTRIAN 01211902401 132 REASI REASI HS KOTLI BHAGA 01211903201 133 REASI REASI HS GHAIR MARI 01211903702 134 REASI REASI HS PANASSA 01211903901 135 SAMBA GHAGWAL GOVT G.H.S GHAGWAL 01220900401

136 SAMBA GHAGWAL GOVT HS RATTANPUR SURARA 01220900901

137 SAMBA GHAGWAL GOVT H S SARTHIAN 01220901401 138 SAMBA PURMANDAL GHS GURA SLATHIAN 01221301402 139 SAMBA RAMGARH HS KESSO MANHASAN 01221507801 140 SAMBA RAMGARH HS KOUL PUR 01221508301 141 SAMBA RAMGARH HS CHHOWANI ABTAL 01221511201 142 SAMBA SAMBA GHS BAIN GLAR 01221603801 143 SAMBA SAMBA HS PAPAR BRAHMANA 01221608601 144 SAMBA SAMBA HS TALOOR 01221611901 145 SHOPIAN IMAMSAHAIB UPS DARBAG 01150203101

Page 50 of 62

146 SHOPIAN SHOPIAN GMS HERMAIN 01150901601 147 SHOPIAN SHOPIAN UPS CHECK CHOTIPORA 01150903354 148 SHOPIAN VEHIL UPS ZAIPORA 01151201501 149 SRINAGAR SRINAGAR BMS JAWAHAR NAGAR 01030100702 150 SRINAGAR SRINAGAR BMS RAJBAGH 01030100802 151 SRINAGAR BATMALOO GMS BOAT COLONY 01030400602 152 SRINAGAR GULAB BAGH BMS KASHIPORA 01031001808 153 UDHAMPUR BABEY GMS BILASPUR 01100201901 154 UDHAMPUR CHENANI GMS DOGRA 01100402703 155 UDHAMPUR GHORDI GMS BARMEEN 01100901205 156 UDHAMPUR JIB MS THARD 01101100103 157 UDHAMPUR KULWANTA MS PREY 01101201602 158 UDHAMPUR PANCHARI MS MIR SARTHI 01101502103

List of Schools approved under ICT and Digital Initiatives (Secondary)- ICT(2019-20)

Sl. No. District Name School Code School Name 1 ANANTNAG 01060801801 HS SHANGREN 2 ANANTNAG 01061100201 BHS FOHAR 3 ANANTNAG 01061101501 HS NAGBAL 4 ANANTNAG 01061401701 GOVT HS CHOWGAM 5 ANANTNAG 01060201801 GOVT HS LOGRIPORA 6 ANANTNAG 01060301701 HS T B SHAH 7 ANANTNAG 01060501801 HS JABLIPORA 8 ANANTNAG 01060800803 HS SHALNAD 9 ANANTNAG 01061302601 HS KEWA

10 ANANTNAG 01061600201 HS DUDKUL 11 ANANTNAG 01061602001 HS NARSANGRIE 12 ANANTNAG 01061602006 HS CHREE 13 ANANTNAG 01061602401 HS MATI HINDOO 14 ANANTNAG 01061701701 HS KOOT 15 ANANTNAG 01061701702 HS THAMAN KOOT 16 BANDIPORA 01160103601 GOVT. HIGH SCHOOL KUDARA 17 BANDIPORA 01160800102 GOVT. HIGH SCHOOL GUJRAN 18 BANDIPORA 01160800401 GOVT. HIGH SCHOOL MALLANGAM 19 BANDIPORA 01160801501 GOVT. HIGH SCHOOL JURNIYAL 20 BANDIPORA 01160801801 GOVT. HIGH SCHOOL KILSHAY 21 BANDIPORA 01160802809 GOVT. HIGH SCHOOL TARABAL 22 BARAMULA 01020301701 GHS PAHLIPORA 23 BARAMULA 01020603801 GHS KANGROOSA

Page 51 of 62

24 BARAMULA 01021604201 HS NAJI BHAT 25 BADGAM 01040300104 HS KANDOORA 26 BADGAM 01040701201 HIGH SCHOOL HARDU DALWAN 27 BADGAM 01040303201 HS PHARTHAN 28 BADGAM 01041002002 HS ZAGOO 29 BADGAM 01041002203 HS ARIZAL 30 BADGAM 01041101101 HS RIYAR ICH 31 BADGAM 01041101001 HS YARIKHAH 32 BADGAM 01041106901 GHS KHANSAHIB 33 BADGAM 01041100801 HS WATRED 34 BADGAM 01041300201 HS PETH KANIHAMA 35 BADGAM 01040700806 HS WATAKULOO 36 DODA 01090300302 HS BAGLA 37 DODA 01090301001 LHS DASHNAN 38 DODA 01091704001 HS NANDNA 39 DODA 01090101806 HS MANGOTA 40 DODA 01090902901 GHS GHURAKA 41 DODA 01090401802 HS BRESWANA 42 DODA 01091203202 HS SHAREKHI 43 DODA 01091604001 HS TANTA 44 DODA 01091600601 HS BHATOLI 45 DODA 01090101701 HS MALHORI 46 DODA 01090400701 HS DHARA 47 DODA 01092402001 GHS PRANOO 48 DODA 01090600910 HS BATARA 49 DODA 01090601002 GHS CHOUNARY 50 DODA 01091204001 GHS MATHOLA 51 JAMMU 01130102401 HS GARKHAL 52 JAMMU 01130300101 GHS AGORE 53 JAMMU 01130400901 HS CHAK JARLANA (RMSA) 54 JAMMU 01130502201 HS GHARATTAL (RMSA) 55 JAMMU 01130700901 HS BATHINDI 56 JAMMU 01131004301 HS KOTMAIRA 57 JAMMU 01131112101 GHS SANGRAM PUR 58 JAMMU 01130303801 HS MATHWAR 59 JAMMU 01131500403 GHS BADYAL QUAZIAN 60 JAMMU 01131710403 HS JAMMU CANTT 61 JAMMU 01131901601 GHS RAJPURA MANGOTRIAN 62 KARGIL 01080201701 HS PHEY 63 KISHTWAR 01171500201 HS BALGRAN

Page 52 of 62

64 KISHTWAR 01171800806 HS TAGOOD 65 KISHTWAR 01172300101 HS AFFANI 66 KISHTWAR 01170701801 HS SRANWAN 67 KISHTWAR 01171503601 HS PATNAZI 68 KISHTWAR 01171504301 HS TIPRI 69 KISHTWAR 01172300201 HS ATHOLI (GIRLS) 70 KUPWARA 01010100703 Govt. Secondary School BAHADUR KOTE 71 KUPWARA 01010200106 GIRLS H/S NOW. GABRA 72 KUPWARA 01010200402 BHS HAJITRA 73 KUPWARA 01010201101 Govt. Sec. School TRIBONI 74 KUPWARA 01010201604 BHS KHAWARPARA 75 KUPWARA 01010300613 UPS MANZPATHRI 76 KUPWARA 01010300704 Govt. Sec. School BUDNAMBAL 77 KUPWARA 01010300802 Govt. Sec. School KUNDIAN 78 KUPWARA 01010301301 HS MUNDIAN 79 KUPWARA 01010301701 UPS TUMINA 80 KUPWARA 01010302202 GOVT. HIGH SCHOOL DARDPORA GUJRAN 81 KUPWARA 01010302208 MS SATBION 82 KUPWARA 01010302401 Govt. Sec. School MEELYAL 83 KUPWARA 01010500303 Govt. Sec. School PAYARPORA 84 KUPWARA 01010500903 H/S MANIGAH 85 KUPWARA 01010501002 Govt. Sec. School TIKKER 86 KUPWARA 01010501101 Govt. Sec. School PAZIPORA 87 KUPWARA 01010502007 BHS BATPORA 88 KUPWARA 01010700307 HS SHARANTH 89 KUPWARA 01010700505 HS RING PAYEEN 90 KUPWARA 01010700705 MS GAGAL 91 KUPWARA 01010700915 HS NAGSARI 92 KUPWARA 01010700918 UPS MOORI 93 KUPWARA 01010700925 HS SARKALI 94 KUPWARA 01010701002 BHS MACHIL 95 KUPWARA 01010701402 MS DAPAL 96 KUPWARA 01010900603 BHS MUQAM‐E‐SHAHWALI 97 KUPWARA 01011000201 BHS MAGAM 98 KUPWARA 01011000901 Govt. Sec. School TIRCH 99 KUPWARA 01011001304 GHS CHOGAL

100 KUPWARA 01011001701 BHS BADREHAR 101 KUPWARA 01011201101 HS GALOORA 102 KUPWARA 01011202401 HS LOKIPORA 103 KUPWARA 01011204401 Govt. Sec. School GUNDCHABUTRA

Page 53 of 62

104 KUPWARA 01011204601 HS RENAN 105 KUPWARA 01011300405 Govt. Sec. School KUTLARI 106 KUPWARA 01011300801 Govt. Sec. School RANGPATH 107 KUPWARA 01011301401 Govt. Sec. School SHATGUND BALA 108 KUPWARA 01011302001 BMS SHANOO 109 KUPWARA 01011402201 GHS RAJPORA 110 KUPWARA 01011500103 HS PUNZWA 111 KUPWARA 01011501401 HS WAISA 112 KUPWARA 01011501901 Govt. Sec. School HAGNIKOOT 113 KUPWARA 01011502202 HS MANZGAM 114 KUPWARA 01011503401 GHS VILLIGAM 115 KUPWARA 01010901301 BHS REDBUGH 116 LEH (LADAKH) 01070500204 H/S TYAKSHI 117 PULWAMA 01050803101 HS KAMRAZIPORA 118 PULWAMA 01050803706 HS WASSIMARG 119 RAJAURI 01121201601 HS TARALLA 120 RAJAURI 01120102101 GHS MANJAKOTE 121 RAJAURI 01121502002 HIGH SCHOOL DODASANBALA 122 RAJAURI 01120101703 HS PANJGRIAN 123 RAJAURI 01121900101 HS DALHORI 124 RAJAURI 01121200401 HS PRORI 125 RAJAURI 01122601006 GHS NADIAN 126 RAJAURI 01122201601 HS NARLA 127 RAJAURI 01122001903 H S GURDANBALA 128 RAMBAN 01180102703 Govt. HS (Girls) Kumate 129 RAMBAN 01180103802 Govt. HS Tanger 130 RAMBAN 01181000102 Govt. HS Barakund 131 RAMBAN 01181000401 Govt. LHS Bhimdassa 132 RAMBAN 01181000402 Govt. HS Goyee 133 RAMBAN 01181000801 Govt. HS Dhedha 134 RAMBAN 01181900102 Govt. HS Batiya 135 RAMBAN 01181900201 Govt. HS Balihote 136 RAMBAN 01181900512 Govt. HS Salli 137 RAMBAN 01181900605 Govt. HS Sundgali 138 RAMBAN 01181900803 Govt. HS Ganote 139 RAMBAN 01181901603 Govt. LHS Digdole 140 RAMBAN 01181901703 Govt. HS Soomber 141 RAMBAN 01180500702 Govt. HS Bass 142 REASI 01210101801 HS THUROO 143 REASI 01210101401 HS PATTIAN

Page 54 of 62

144 REASI 01210702101 HS BAGLI 145 REASI 01211301802 HS BUDHAN 146 REASI 01211301701 HS TUKSON 147 REASI 01211301301 HS BAGGA 148 REASI 01210302202 HS TULLI 149 REASI 01210704201 HS SUJAN DHAR 150 REASI 01211605801 HS SALOON 151 REASI 01211603801 HS KHERA LAIR 152 REASI 01211903701 HS KAMBAL DANGA 153 REASI 01211906801 GHS SIRAH 154 SRINAGAR 01031001502 GHS UMERHAIR 155 SRINAGAR 01030700305 GHS KATHI MAIDAN 156 UDHAMPUR 01100202202 HS THIAL GIRLS 157 UDHAMPUR 01100403101 HS THANI DHAR 158 UDHAMPUR 01100403402 GHS MADA 159 UDHAMPUR 01100800401 HS BALOTA CHIGLA 160 UDHAMPUR 01100800503 HS CHAKAL 161 UDHAMPUR 01100801601 HS PACHOUND 162 UDHAMPUR 01100801901 HS RAI CHAK 163 UDHAMPUR 01100802101 HS SIA MEHARI 164 UDHAMPUR 01100900601 HS SATYALTA 165 UDHAMPUR 01100901007 HS JANDRODE 166 UDHAMPUR 01100901208 HS GADYAL 167 UDHAMPUR 01100902408 HS LANGA 168 UDHAMPUR 01101200103 GHS PADARKHA 169 UDHAMPUR 01101502401 HS PANJAR 170 UDHAMPUR 01101503201 HS PARAND 171 UDHAMPUR 01101503407 HS KHEMTI LADDA 172 UDHAMPUR 01101700201 HS CHAK BARYALTA 173 UDHAMPUR 01101700801 HS KATHIL DOMAR 174 UDHAMPUR 01102303001 MS SAMOLE 175 UDHAMPUR 01102403101 HS NARORE

Page 55 of 62

List of Schools Approved under ICT and Digital Initiatives (Elementary)- CAL (2019-20)

Sl. No.

District Name

School Code School Name

1 ANANTNAG 01061601706 MS KHUGPORA 2 ANANTNAG 01061700501 MS RINGMUNDO 3 ANANTNAG 01060202403 GOVT GMS AISHMUQAM 4 ANANTNAG 01061102103 BMS ASTAN MOHALA SEER 5 ANANTNAG 01061500501 BMS NALA AWORA 6 BANDIPORA 01160101506 MS CHETTI BANDI 7 BANDIPORA 01160103308 PS SUMLAR 8 BANDIPORA 01160104702 GPS DARDPORA 9 BANDIPORA 01160105102 MS KULHAMA

10 BANDIPORA 01160106303 GPS NUSOO 11 BANDIPORA 01160800601 GOVT. MS BADUGAM 12 BANDIPORA 01160801601 GOVT. MS NEERU 13 BANDIPORA 01160900908 MS MANZ PORA 14 BANDIPORA 01160901802 GMS MARKUNDAL 15 BANDIPORA 01160902103 MS BONEPORA 16 BANDIPORA 01160903301 GMS PRANG 17 BANDIPORA 01160904101 GMS YARBALPORA 18 BANDIPORA 01161400901 GOVT. BMS BINLIPORA 19 BANDIPORA 01161402905 GOVT. BMS ZURIMANZ 20 BANDIPORA 01161403004 GOVT. GMS BONAKOOT 21 BANDIPORA 01161403601 GOVT. BMS PATHKOOT 22 BANDIPORA 01161404301 GOVT. BMS PATUSHAY 23 BANDIPORA 01161405401 GOVT BMS NOWGAM 24 BANDIPORA 01161902003 MIDDLE SCHOOL ABADPORA 25 BANDIPORA 01161902309 MIDDLE SCHOOL CHECKI GANASTAN 26 BANDIPORA 01161904502 MIDDLE SCHOOL DOMPORA 27 BANDIPORA 01161904905 GOVT. BMS SUMBAL 28 BARAMULA 01021703201 MS KHANPETH 29 BARAMULA 01021000104 MS MADIAN 30 BARAMULA 01021001101 MS DACHI 31 BARAMULA 01021001801 BMS KALGIE 32 BARAMULA 01021503705 MS SSA MALPORA REBAN 33 BARAMULA 01020503807 GMS DUROO 34 BARAMULA 01021700301 BMS YAKMANPORA. 35 BARAMULA 01021301434 BMS GHAT PALHALLAN 36 BARAMULA 01020301801 BMS IJARA 37 BARAMULA 01021301439 GMS SADERBAL 38 BARAMULA 01021107301 MS PINJOORA

Page 56 of 62

39 BARAMULA 01020504802 MS DARDPORA 40 BARAMULA 01022001201 MS SHARIE 41 BARAMULA 01021501501 MS LADOORA LADU 42 BARAMULA 01022302401 MS KAWHAR BALA 43 BARAMULA 01021000103 MS NADIAN 44 BARAMULA 01020302104 MS KHACHADARI 45 BARAMULA 01020501306 GMS ADIPORA 46 BARAMULA 01020502602 GMS TUJAR 47 BARAMULA 01020302901 GMS HUNDI 48 BARAMULA 01020703503 MS BHATMOHALLA 49 BARAMULA 01021303501 BMS MAGRAYPORA 50 BARAMULA 01020502001 MS GANAIE MOHALLA BOHRIPORA 51 BARAMULA 01020701201 BMS KALIYBAN 52 BARAMULA 01021205001 MS WANIGAM BALA 53 BARAMULA 01022001402 M/S TILWANI MOHALLAH WANIGAM 54 BARAMULA 01021202601 MS FRASTHAR 55 BARAMULA 01022301003 MS FAQIR BAGH A 56 BARAMULA 01021205501 BMS PALAPORA 57 BARAMULA 01020502701 BMS LATISHAT 58 BARAMULA 01020601401 BMS G.K KHAN 59 BARAMULA 01020501802 BMS SEELU 60 BARAMULA 01020703402 MS HARDU KHAL 61 BARAMULA 01021301403 GIRLS MS PALHALLAN 62 BARAMULA 01020501602 MS MOHLIPORA 63 BARAMULA 01021203101 MS MOHOODPORA 64 BARAMULA 01021107101 MS CHICHELORA 65 BARAMULA 01020602401 BMS MANCHANPORA 66 BARAMULA 01021201201 BMS MUGHAMA 67 BADGAM 01040300101 MS KANDOORA 68 BADGAM 01040305302 GMS BEERWAH 69 BADGAM 01040300403 MS KANIGUND 70 BADGAM 01040501602 BMS PUHROO 71 BADGAM 01040602701 Girls MIDDLE SCHOOL NOWHAR 72 BADGAM 01040603202 GIRLS MIDDLE SCHOOL SURASYAR 73 BADGAM 01040601412 GOVT GIRLS MIDDLE SCHOOL BRENWAR 74 BADGAM 01040603601 GOVT MIDDLE SCHOOL HANJI‐GUND 75 BADGAM 01040700706 MS BRADIPATHERI 76 BADGAM 01040902201 MS KATHWAR 77 BADGAM 01041005601 MS WACHOO 78 BADGAM 01041002401 MS KHARIEN 79 BADGAM 01041104404 MS MUJPATHRI 80 BADGAM 01041104201 MS THEZWOODER

Page 57 of 62

81 BADGAM 01041100601 MS KALSHIPORA 82 BADGAM 01041301701 BMS GAMBOORA 83 BADGAM 01041603402 GMS PETH MAKHAMA 84 BADGAM 01041704803 GMS WATERHAIL 85 DODA 01090602901 MS NEELI 86 DODA 01092401201 UPS BASTI 87 DODA 01090401804 UPS PERSHULLA 88 DODA 01091700401 UPS BOLIAN 89 DODA 01090100203 UPS GURHANGAL 90 DODA 01092600503 UPS THANA 91 DODA 01090602201 UPS DHOSA 92 DODA 01092601111 UPS ZAINI 93 DODA 01092403702 MS CITY DODA 94 GANDERBAL 01191300901 MS CHANTHAN 95 GANDERBAL 01191400201 MS FRAW 96 GANDERBAL 01191500401 MS ARI 97 GANDERBAL 01191504303 BMS BELA WUSSAN 98 JAMMU 01130207401 GMS ARNIA 99 JAMMU 01130302901 MS KERAN

100 JAMMU 01130402301 MS DABBER 101 JAMMU 01130501101 GMS CHOWKI CHOURA 102 JAMMU 01130505204 MS KAMALIAN 103 JAMMU 01130605403 GMS NAGROTA 104 JAMMU 01131005703 MS PALLANWALA 105 JAMMU 01131700901 MS BHURE CHAK 106 JAMMU 01131901504 GMS REHARI 107 KATHUA 01140107701 MS KALIBARI 108 KATHUA 01140107801 UPS CHACK DIWAN KIRPA RAM 109 KATHUA 01140610301 MS CHHAN KHATHRIA 110 KULGAM 01201002902 MS MALWAN 111 KULGAM 01200601701 MS GUNDI PORA 112 KULGAM 01200704201 MS KUTMARG 113 KULGAM 01201003702 GMS GUDDER 114 KULGAM 01200703102 GMS AHMADABAD 115 KULGAM 01200701102 GMS K B PORA 116 KULGAM 01201003004 MS MIRPORA BANIMULLA SSA 117 KULGAM 01201202001 MS MUTAL HAMA 118 KULGAM 01200600201 MS NIGEENPORA 119 KULGAM 01201002903 MS RANGWARD MALWAN 120 KULGAM 01201002801 MS KHALORA 121 KULGAM 01201002603 MS SSA HANJIPORAPAHLOO 122 KULGAM 01200901401 BPS RATHER PORA NILLOW(SSA)

Page 58 of 62

123 KULGAM 01200701002 MS G B AVIL 124 KULGAM 01200600501 MS ORIEL 125 KULGAM 01200602603 MS KOLINARD 126 KULGAM 01200702802 MS DOBDEBEN 127 KULGAM 01200601803 GMS CHOWGAM 128 KULGAM 01200703503 GMS NAGAM 129 KULGAM 01200703706 MS DADWAN 130 KULGAM 01201001603 MSKATRASOO 131 KULGAM 01200703301 MS NANGRI PORA 132 KULGAM 01200601505 MS SOPAT 133 KULGAM 01200701301 MS DURHAMA 134 KULGAM 01201001201 MS KAHROT 135 KULGAM 01200600301 MS KRALOO 136 KULGAM 01200601401 MS NOWBUG 137 KULGAM 01200700204 MS CHECKI WATTOO 138 KULGAM 01200702807 MS ZAJIMARG 139 KULGAM 01200700802 GMS MANZGAM 140 KULGAM 01200701001 MS AVIL 141 KULGAM 01200700601 MS KOREL 142 KULGAM 01201202404 MS AKBARABAD 143 KUPWARA 01010101401 BMS DHANI 144 KUPWARA 01010301402 UPS MARSARI 145 KUPWARA 01010501901 UPS BALHAMA 146 KUPWARA 01010700921 UPS NARI ZAB 147 KUPWARA 01010800406 GMS MERGI 148 KUPWARA 01011400601 UPS WADER BALA 149 KUPWARA 01010900201 UPS BONDPORA 150 KUPWARA 01011002001 UPS WASKURA 151 KUPWARA 01010200710 UPS BADHANA MOHALLA 152 KUPWARA 01011500501 MS DOLIPORA 153 PUNCH 01110100701 MS KHAITH SANGALANI 154 PUNCH 01110201703 GMS UPPER KHALA BHAT 155 PUNCH 01110300502 MS HARNI 156 PUNCH 01110400204 MS PATTIAN 157 PUNCH 01110400606 GMS HAYAT PURA 158 PUNCH 01110500606 MS BRARI 159 PUNCH 01110501420 MS KHARAPA 160 PUNCH 01110600402 GMS MANKOTE 161 PUNCH 01110801302 MS BELLA JANYAR 162 PUNCH 01110801601 MS BAWLI 163 PUNCH 01110900205 GMS SOLA JUGAL 164 PUNCH 01110900606 MS BAGIALDHARA

Page 59 of 62

165 PUNCH 01111100103 GMS KALSAN BAILA 166 PUNCH 01111100702 MS BARWALAN 167 PUNCH 01111200102 GMS HURMI DHAKKI 168 PULWAMA 01050701401 GOVT BMS GOOSU 169 PULWAMA 01050802203 UPS DRABGAM PAYEEN 170 RAJAURI 01122700103 MS KHUI DHERI 171 RAJAURI 01122302601 MS KASBA PAIN 172 RAJAURI 01122200403 MS BREARI 173 RAJAURI 01121901204 MS BINDI 174 RAJAURI 01121700201 MS PANJANARA 175 RAJAURI 01121501001 MS DARA 176 RAJAURI 01121301701 MS DEHERIAN 177 RAJAURI 01121500901 MS LOWER ALAL 178 RAMBAN 01180101401 Govt. MS Dukson 179 RAMBAN 01180104104 Govt. MS Hiller 180 RAMBAN 01180101302 Govt. UPS Kassal 181 RAMBAN 01180102901 Govt. MS Lidhwal 182 RAMBAN 01180101801 Govt. MS Draman 183 RAMBAN 01180103202 Govt. MS (Girls) Rajgarh 184 RAMBAN 01180103201 Govt. UPS Mangla 185 RAMBAN 01181900401 Govt. MS Chabba 186 RAMBAN 01181900202 Govt. UPS Baddhar 187 RAMBAN 01181902601 Govt. MS (Girls) Maitra 188 RAMBAN 01181002106 Govt. UPS (Girls) Surrandi 189 RAMBAN 01181001002 Govt. UPS Harog 190 RAMBAN 01181001105 Govt. MS (Girls) Partmullah 191 RAMBAN 01181001104 Govt. UPS Tungall 192 RAMBAN 01182100606 Govt. MS Krachihal 193 RAMBAN 01182102403 Govt. City MS Banihal 194 RAMBAN 01182700801 Govt. UPS Ahama 195 RAMBAN 01182700305 Govt. UPS (Girls) Kudji 196 RAMBAN 01180500503 Govt. UPS Hochak 197 RAMBAN 01180500710 Govt. MS Kunda 198 REASI 01210302201 MS MORA MAL 199 REASI 01210701501 MMS TALWARA 200 REASI 01210705001 MS THAKARA KOTE 201 REASI 01211302002 MS SILDHAR 202 REASI 01211603701 MS KOTHIAN 203 REASI 01211600303 GMS BHARAKH 204 SAMBA 01221505202 GMS GHO BRAHMANA 205 SAMBA 01221300601 UPS BHUDWAL

Page 60 of 62

206 SHOPIAN 01150403401 GOVERNMENT UPPER PRIMARY SCHOOL NOWPORA BALA 207 SRINAGAR 01030401202 MS KOJABAGH MALOORA 208 UDHAMPUR 01100201001 MS JAKHANOO 209 UDHAMPUR 01100201101 MS SANDOO 210 UDHAMPUR 01100405002 GMS SUDHMAHADEV 211 UDHAMPUR 01100403102 MS KALOUND 212 UDHAMPUR 01100800706 MS BANDHOLE 213 UDHAMPUR 01100801802 MS GANDH DAGRI 214 UDHAMPUR 01100902002 GMS BHUGTRIAN 215 UDHAMPUR 01100901106 GMS GURYALTA 216 UDHAMPUR 01101103201 MS KUPERLA 217 UDHAMPUR 01101103701 GPS THILL 218 UDHAMPUR 01101200401 MS BHAILA 219 UDHAMPUR 01101701005 MS DRARAN 220 UDHAMPUR 01101501601 MS LATYAR 221 UDHAMPUR 01101503101 MS LALI 222 UDHAMPUR 01101501201 MS PRAYEE 223 UDHAMPUR 01102403302 GMS CHIBB 224 UDHAMPUR 01102404701 GMS SUI

61

ANNEXURE IX – FINANCIAL BID Financial Bid for CAL Centre

S. No

Item Description as per Technical Specifications in this Tender

UoM

QTY (per school)

Unit FOR Rate i.e inclusive of

GST, Transportation,

all Levies etc.

Total

a Desktop Nos. 4

b Projector with Interactive Unit and Computing Device

Nos. 1

c Printer MFP Nos. 1 d Online UPS 3 KVA Nos. 1 e Web Camera Nos. 1 f White Board Nos. 1 g Speaker System Nos. 1 h Cordless Mic Nos. 1 i Multimedia Content in English Language Nos. 1 j Network and Electrification (Site Preparation) Nos. 1 k Computer Table Nos. 4 l Chair Nos. 4

m Teachers Training Nos. 1 Total Cost for CAL Centre

Financial Bid for ICT LAB

S. No

Item Description as per Technical Specifications in this Tender

UoM QTY (per school) Unit FOR Rate i.e inclusive of GST, Transportation, all Levies etc.

Total

a Desktop Nos. 8

62

b Projector with Interactive Unit and Computing Device

Nos. 1

c Printer MFP Nos. 1 d Online UPS 3 KVA Nos. 1 e Web Camera Nos. 1 f White Board Nos. 1 g Speaker System Nos. 1 h Cordless Mic Nos. 1 i Multimedia Content in English Language Nos. 1 j Network and Electrification (Site Preparation) Nos. 1 k Computer Table Nos. 8 l Chair Nos. 8

m Teachers Training Nos. 1 Total Cost for CAL Centre