PÀ£ÁðlPÀ ¸ÀgÀPÁgÀ

(¯ÉÆÃPÉÆÃ¥ÀAiÉÆÃV, §AzÀgÀÄ ªÀÄvÀÄÛ M¼À£ÁqÀÄ d®¸ÁjUÉ E¯ÁSÉ)

PÁAiÀÄð¤ªÁðºÀPÀ EAf¤ÃAiÀÄgÀgÀÄ, ¯ÉÆÃ.§A. ªÀÄvÀÄÛ M.d.¸Á.E. «¨sÁUÀ, aPÉÆÌÃr.

£ÀA.PÁ.¤.EA./¯ÉÆÃ.§A. ªÀÄvÀÄÛ M.d.¸Á.E./a.«./¸À.EA-2/UÀÄwÛUÉ/2018-19/ 0852 ¢£ÁAPÀ: 23.06.2018

C¯ÁàªÀ¢ü E-mÉAqÀgï ¥ÀæPÀluÉ

PÁAiÀÄð¤ªÁðºÀPÀ C©üAiÀÄAvÀgÀgÀÄ ¯ÉÆÃ.§A ªÀÄvÀÄÛ M.d.¸Á E¯ÁSÉ «¨sÁUÀ aPÉÆÌÃr, EªÀjAzÀ F PɼÀUÉ £ÀªÀÄÆ¢¹gÀĪÀ PÉ®¸ÀUÀ½UÁV PÉ.¦.qɧÆè.r £ÉÆAzÁ¬ÄvÀ CºÀð UÀÄwÛUÉzÁgÀjAzÀ mÉAqÀgÀÄUÀ¼À£ÀÄß CºÁ餸À¯ÁVzÉ.

PÀæ.¸ÀA PÁªÀÄUÁjAiÀÄ ºÉ¸ÀgÀÄ UÀÄwÛUÉUÉ ElÖ ªÀÄÄAUÀqÀ mÉAqÀgï UÀÄwÛUÉ ªÀPÀð «ÄøÀ¯Áw . ªÉÆvÀÛ oÉêÀt ªÉÆvÀÛ ¥ÉÆæøɹAUï PÁ¯ÁªÀ¢ü EAqÉAmï J¸ï.¹/J¸ï (gÀÆ.UÀ¼À°è) (gÀÆ.UÀ¼À°è) ±ÀÄ®Ì (ªÀļÉUÁ® £ÀA. .n/EvÀgÉ (gÀÆ.UÀ¼À°è) ¸À»vÀ) UÀÄwÛUÉzÁgÀgÀÄ

1 2 3 4 5 6 7 8

Two Cover System

5054-04-337-0-02-436- Plan NABARD RIDF-23 Bridges 2017-18

1 Construction of Bridge on 1,34,56,788.36 As per e- As per e- 9 KPWD/201 - -Godachi -Gokak portal portal 7- Falls Road (SH-134) at Km wAUÀ¼ÀÄ 18/BR/WO 114.70 km in Gokak taluka RK_INDE NT79417/ CALL-2

Single Cover System

8443- Deposit Contribution 2017-18

1 Instalation of Pure Drinking 6,99,954.56 As per e- As per e- 2 KPWD/201 EvÀgÉ water Plant at J.M.F.C Court portal portal 7-

Hukkeri in Hukkeri Taluka wAUÀ¼ÀÄ 18/OW/W Belagavi Dist. ORK_IND ENT81867/ CALL-4

1 Instalation of Pure Drinking 6,99,954.56 As per e- As per e- 2 KPWD/201 EvÀgÉ water Plant at J.M.F.C Court 7- PÀæ.¸ÀA PÁªÀÄUÁjAiÀÄ ºÉ¸ÀgÀÄ UÀÄwÛUÉUÉ ElÖ ªÀÄÄAUÀqÀ mÉAqÀgï UÀÄwÛUÉ ªÀPÀð «ÄøÀ¯Áw . ªÉÆvÀÛ oÉêÀt ªÉÆvÀÛ ¥ÉÆæøɹAUï PÁ¯ÁªÀ¢ü EAqÉAmï J¸ï.¹/J¸ï (gÀÆ.UÀ¼À°è) (gÀÆ.UÀ¼À°è) ±ÀÄ®Ì (ªÀļÉUÁ® £ÀA. .n/EvÀgÉ (gÀÆ.UÀ¼À°è) ¸À»vÀ) UÀÄwÛUÉzÁgÀgÀÄ

1 2 3 4 5 6 7 8

Sankeshwar in Hukkeri Taluka portal portal wAUÀ¼ÀÄ 18/OW/W Belagavi Dist. ORK_IND ENT81868/ CALL-4

UÀÄwÛUÉ ¥ÀæQæAiÉÄAiÀÄ ¤UÀ¢üvÀ ¢£ÁAPÀUÀ¼ÀÄ F PɼÀV£ÀAvÉ EgÀĪÀÅzÀÄ. ( Two Cover System Works)

DPÉëÃ¥ÀuÉ - ¸ÀAzÉúÀ ªÀÄvÀÄÛ «ªÀgÀuÉUÀ½UÉ PÉÆ£ÉAiÀÄ : 13-07-2018 (¸ÁAiÀÄAPÁ® 5-30 UÀAmÉAiÀĪÀgÉUÉ) ¢£ÁAPÀ

UÀÄwÛUÉ ¥ÀvÀæUÀ¼À£ÀÄß ¹éÃPÀj¸ÀĪÀ PÉÆ£ÉAiÀÄ ¢£ÁAPÀ : 16-07-2018 (ªÀÄzsÁåºÀß 4-00 UÀAmÉAiÀĪÀgÉUÉ) vÁAwæPÀ ©qï£ÀÄß vÉgÉAiÀÄĪÀ ¢£ÁAPÀ : 18-07-2018 (ªÀÄzsÁåºÀß 4-30 UÀAmÉUÉ)

ºÀtPÁ¸ÀÄ ©qï£ÀÄß vÉgÉAiÀÄĪÀ ¢£ÁAPÀ : vÁAwæPÀ ©qï ªÀÄAdÆgÁzÀ £ÀAvÀgÀ

UÀÄwÛUÉ ¥ÀæQæAiÉÄAiÀÄ ¤UÀ¢üvÀ ¢£ÁAPÀUÀ¼ÀÄ F PɼÀV£ÀAvÉ EgÀĪÀÅzÀÄ. (Single Cover System Works)

DPÉëÃ¥ÀuÉ - ¸ÀAzÉúÀ ªÀÄvÀÄÛ «ªÀgÀuÉUÀ½UÉ PÉÆ£ÉAiÀÄ : 09-07-2018 (¸ÁAiÀÄAPÁ® 5-30 UÀAmÉAiÀĪÀgÉUÉ) ¢£ÁAPÀ

UÀÄwÛUÉ ¥ÀvÀæUÀ¼À£ÀÄß ¹éÃPÀj¸ÀĪÀ PÉÆ£ÉAiÀÄ ¢£ÁAPÀ : 11-07-2018 (ªÀÄzsÁåºÀß 4-00 UÀAmÉAiÀĪÀgÉUÉ)

ºÀtPÁ¸ÀÄ ©qï£ÀÄß vÉgÉAiÀÄĪÀ ¢£ÁAPÀ : 13-07-2018 (ªÀÄzsÁåºÀß 4-30 UÀAmÉUÉ)

ªÉÄïÁÌt¹zÀ PÁªÀÄUÁjUÀ¼À J®è «ªÀgÀUÀ½UÁV E¯ÁSÉAiÀÄ ªÉ¨ï ¸ÉÊmï www.eproc..gov.in £ÀÄß ªÀÄvÀÄÛ mÉAqÀgï ¥ÀæPÀluÉUÁV www.kpwd.gov.in £ÀÄß UÀªÀĤ¸À®Ä CxÀªÁ ¯ÉÆÃPÉÆÃ¥ÀAiÉÆÃV, §AzÀgÀÄ ªÀÄvÀÄÛ M¼À£ÁqÀÄ d®¸ÁjUÉ E¯ÁSÉ, «¨sÁUÀ aPÉÆÌÃr PÁAiÀiÁð®AiÀĪÀ£ÀÄß PÀZÉÃj ªÉüÉAiÀÄ°è ¸ÀA¥ÀQð¸À®Ä PÉÆÃgÀ¯ÁVzÉ.

PÁAiÀÄð¤ªÁðºÀPÀ EAf¤ÃAiÀÄgÀgÀÄ, ¯ÉÆÃ.§A.

ªÀÄvÀÄÛ M.d.¸Á.E. aPÉÆÌÃr «¨sÁUÀ ºÁUÀÆ PÀ.gÁ.ºÉ. ¥Áæ.

1. ¥ÀæPÀluÉAiÀÄ ¥ÀæwAiÀÄ£ÀÄß ªÀiÁ£Àå PÁAiÀÄðzÀ²ðUÀ¼ÀÄ, ¯ÉÆÃPÉÆÃ¥ÀAiÉÆÃV, §AzÀgÀÄ ªÀÄvÀÄÛ M¼À£ÁqÀÄ d®¸ÁjUÉ E¯ÁSÉ, PÀ£ÁðlPÀ ¸ÀgÀPÁgÀ, §ºÀĪÀĺÀrUÀ¼À PÀlÖqÀ, 6 £Éà ªÀĺÀr, ¨ÉAUÀ¼ÀÆgÀÄ EªÀjUÉ DzÀgÀ¥ÀƪÀðPÀªÁV ¸À°è¸À¯ÁVzÉ. 2. ¥ÀæwAiÀÄ£ÀÄß qÉ¥ÀÆån ¸ÉPÉælj ªÀÄvÀÄÛ gÁdå mÉAqÀgÀ §Ä¯Én£ï C¢üPÁjUÀ¼ÀÄ, ¯ÉÆÃ.§A. ªÀÄvÀÄÛ M.d.¸Á.E., «PÁ¸À ¸ËzsÀ, 3 £Éà ªÀĺÀr, ¨ÉAUÀ¼ÀÆgÀÄ EªÀjUÉ ¸ÀzÀgÀ ¥ÀæPÀluÉAiÀÄ£ÀÄß gÁdå mÉAqÀgÀzÀ°è ¥ÀæPÀn¸À®Ä «£ÀAw¸À¯ÁVzÉ. 3. ¥ÀæPÀluÉAiÀÄ ¥ÀæwAiÀÄ£ÀÄß ªÀiÁ£Àå f¯Áè¢üPÁjUÀ¼ÀÄ ºÁUÀÆ f¯Áè mÉAqÀgÀ §Ä¯Én£ï C¢üPÁjUÀ¼ÀÄ, ¨É¼ÀUÁ« EªÀjUÉ ¸ÀzÀj mÉAqÀgÀ C¢ü¸ÀÆZÀ£ÉAiÀÄ£ÀÄß f¯Áè mÉAqÀgÀ §Ä¯Én£ÀzÀ°è ¥ÀæPÀn¸À®Ä DzÀgÀ¥ÀƪÀðPÀªÁV ¸À°è¸À¯ÁVzÉ (12 ¥ÀæwUÀ¼ÀÄ) 4. ¥ÀæwAiÀÄ£ÀÄß ªÀiÁ£Àå ªÀÄÄRå EAf¤ÃAiÀÄgÀgÀÄ, ¸ÀA¥ÀPÀð ªÀÄvÀÄÛ PÀlÖqÀUÀ¼ÀÄ (GvÀÛgÀ), zsÁgÀªÁqÀ EªÀjUÉ DzÀgÀ¥ÀƪÀðPÀªÁV ¸À°è¸À¯ÁVzÉ. 5. ¥ÀæwAiÀÄ£ÀÄß ªÀiÁ£Àå C¢üÃPÀëPÀ EAf¤ÃAiÀÄgÀgÀÄ, ¯ÉÆÃ.§A. ªÀÄvÀÄÛ M.d.¸Á.E. ¨É¼ÀUÁ« ªÀÈvÀÛ, ¨É¼ÀUÁ« EªÀjUÉ DzÀgÀ¥ÀƪÀðPÀªÁV ¸À°è¸À¯ÁVzÉ. 6. ¥ÀæwAiÀÄ£ÀÄß ªÀiÁ£Àå ¤zÉÃð±ÀPÀgÀÄ, ªÁvÁð ªÀÄvÀÄÛ ¥ÀæZÁgÀ E¯ÁSÉ, ªÁvÁð ¸ËzsÀ-17, ¨sÀUÀªÁ£À ªÀĺÁ«ÃgÀ gÀ¸ÉÛ, E£À¥sÁåAnæ gÀ¸ÉÛ, ¨ÉAUÀ¼ÀÆgÀÄ-1 EªÀjUÉ ¸ÀzÀj mÉAqÀgÀ ¥ÀæPÀluÉAiÀÄ£ÀÄß ¢£À¥ÀwæPÉAiÀÄ°è ¥ÀæPÀn¸À®Ä «£ÀAw¸À¯ÁVzÉ (12 ¥ÀæwUÀ¼À°è) 7. ¥ÀæwAiÀÄ£ÀÄß ¤zÉÃð±ÀPÀgÀÄ, PÀ£ÁðlPÀ gÁdå ¥ÀvÀæ, zsÁgÀªÁqÀ EªÀjUÉ ¸ÀzÀj mÉAqÀgÀ ¥ÀæPÀluÉAiÀÄ£ÀÄß gÁdå ¥ÀvÀæzÀ°è ¥ÀæPÀn¹ ¥ÀæwAiÀÄ£ÀÄß F PÀZÉÃjUÉ zÁR¯ÉUÁV PÀ¼ÀÄ»¹PÉÆqÀ¨ÉÃPÁV «£ÀAw (4 ¥ÀæwUÀ¼À°è) 8. ¥ÀæwAiÀÄ£ÀÄß ±ÁSÁ ªÀåªÀ¸ÁÜ¥ÀPÀgÀÄ, ªÀiÁPÉÃðnAUï PÀ£Àì®ÖAlì DAqÀ KeɤìÃeï °, PɼÀªÀĺÀr, D¢vÀå DPÉÃðqÀ, £ÉºÀgÀÆ £ÀUÀgÀ, ¨É¼ÀUÁ« - 5900010. 9. ¥ÀæwAiÀÄ£ÀÄß ¸ÀºÁAiÀÄPÀ PÁAiÀÄð¤ªÁðºÀPÀ EAf¤ÃAiÀÄgÀgÀÄ, ¯ÉÆÃ.§A. ªÀÄvÀÄÛ M.d.¸Á.E. G¥À«¨sÁUÀ, aPÉÆÌÃr / ºÀÄPÉÌÃj / UÉÆÃPÁPÀ / gÁAiÀĨÁUÀ / CxÀt / ¨É¼ÀUÁ« / ¨ÉÊ®ºÉÆAUÀ¯ï / gÁªÀÄzÀÄUÀð / ¸ÀªÀzÀwÛ / SÁ£Á¥ÀÆgÀ EªÀjUÉ ¥ÀæPÀluÉAiÀÄ£ÀÄß ªÁå¥ÀPÀ ¥ÀæZÁgÀPÁÌV gÀªÁ¤¸À¯ÁVzÉ. 10. ¥ÀæwAiÀÄ£ÀÄß PÁAiÀÄð¤ªÁðºÀPÀ EAf¤ÃAiÀÄgÀgÀÄ / ¯ÉPÀÌ C¢üÃPÀëPÀgÀÄ / ¥ÀæZÁgÀ ¥sÀ®PÀ / vÁA.¸À. 11. ¥ÀæwAiÀÄ£ÀÄß ªÉÄ || / ²æÃ.

Visvesvaraya Technological University “JNANA SANGAMA”, BELAGAVI - 590 018 Registrar Phone: (0831)2405468 Fax : (0831)2405467 Ref No: VTU/BGM/SAP/CW4/09/T-395/2018-19/2582 Date: 30/06/2018

TENDER NOTIFICATION

E-Tenders (two cover systems) are invited by the Registrar, VTU, Belagavi, through E- Procurement web portal of Govt. of Karnataka from Competent Firms for the following works, subject to the Terms and Conditions mentioned below:

Tender for Supply of Active and Passive 1 Name of Work Components for Maintenance of VTU Campus Networks , Computer and Network Control Centre, VTU , Belagavi .

2 Approximate Value of Work 4,00,000/-

3 Earnest Money Deposit (EMD) 10,000/-

Tender Documents Available for 4 02-07-2018 to 30-07-2018 up to 12.30 p.m. download

Last date of receipt of Tenders 5 30-07-2018 at 2.30 p.m. through E-portal

6 Opening of Tenders 02-08-2018 at 04.00 p.m.

7 Availability of Tender Documents http://www.eproc.karnataka.gov.in

Terms and Conditions:

1) Eligibility Criteria:-

A. Statutory Requirements:

1. The Tenderer should furnish GST Registration Certificate. 2. The Tenderer should have registered with the Municipal of Corporation/Registration of Societies/Companies/Director of industries and principal place of business of the company or firm or partnership, as the case may be. 3. PAN Card Photocopy 4. IT returns for the past 3 years (Assessment year – 2015-16, 2016-17 & 2017-18) ) and GST / VAT returns for the financial year 2014-15, 2015-16 and 2016-17. B) Technical requirements:

a) If the tenderer is Original Equipment Manufacturer (OEM) /Printers/Proprietary /Software Developers, should have at least 3 years of experience / expertise in the successful execution of similar works tendered and the cost of such any one work should not be less than 80% of estimated amount in a single tender in any State Governments or Quasi Government Department or Undertaking /Universities /Colleges. b) If tenderer is quoting as an authorized reseller /Channel partner of a OEM at least 3 years of experience/expertise in the successful execution of similar works tendered and the cost of such any one work should not be less than 50% of estimated amount in a single tender in any State Central Governments or Quasi Government Department or Undertaking /universities /Colleges. c) As proof, the bidders should upload the purchase orders and the corresponding work completion certificate for work executed in the previous three financial years i.e. 2014-15, 2015-16 and 2016-17.

d) Further, conditions and technical specifications incorporated in tender document are binding on all the bidders. C) Financial / Commercial Requirements:

a) A turn-over of not less than 80% of estimated cost for at least 3 years, in any of last 5 financial years. As proof, Profit & Loss Account Statement, Balance Sheets and audited reports certified by CA for financial year 2014-15, 2015-16 & 2016-17 should be uploaded in the e-procurement portal of GoK.

b) The Bidders should obtain/download the tender document as stated above, through E- procurement platform of Govt. of Karnataka, http://www.eproc.karnataka.gov.in, on payment of requisite tender fees as prescribed by E-governance. For further any information, contact undersigned during office hours of working days.

The Registrar

Visvesvaraya Technological University

“Jnana Sangama”,

Belagavi – 590 018.

3) EMD is to be paid online during submission of tender documents.

4) If the tender is cancelled due to unforeseen reasons, the cost of the tender form will not be refunded.

5) The details of work can be obtained from the Registrar, VTU, Belagavi, during working days/hours.

6) The Bidders should obtain/download the tender document as stated above, through E- procurement platform of Govt. of Karnataka, http://www.eproc.karnataka.gov.in.

7) The Registrar, VTU, Belagavi reserves the right to accept / reject any or all the tenders without assigning any reasons, whatsoever. -Sd-

REGISTRAR

Copy to:

1. District Tender Bulletin Officer and Deputy Commissioner, Belagavi Dist. Belagavi for kind information & necessary action.

2. The Registrar (Evaluation), VTU for information.

3. The Finance Officer, VTU for information.

4. The Secretary to VC, VTU for information.

5. The Director of Physical Education, Sports Section, VTU, Belagavi for information &

necessary action.

6. The Stores and Purchase Officer, VTU for information & necessary action.

7. The Private Secretary to the Registrar, VTU for information.

8. The Special Officer, CNE Dept , VTU, Belagavi for information to publish the notification in the Website.

9. All Notice Boards.

Visvesvaraya Technological University “JNANA SANGAMA”, BELAGAVI - 590 018 Registrar Phone: (0831)2405468 Fax : (0831)2405467 Ref No: VTU/BGM/SAP/CW4/04/T-393/2018-19/2584 Date: 30/06/2018

TENDER NOTIFICATION

E-Tenders (two cover systems) are invited by the Registrar, VTU, Belagavi, through E- Procurement web portal of Govt. of Karnataka from Competent Firms for the following works, subject to the Terms and Conditions mentioned below:

Tender for Supply of Silver Medals to VTU Inter - 1 Name of Work collegiate Sports /Games of Sports Section , VTU, Belagavi

2 Approximate Value of Work 15,84,000/-

3 Earnest Money Deposit (EMD) 40,000/-

Tender Documents Available for 4 02/07-2018 to 30-07-2018 up to 12.30 p.m. download

5 Last date of receipt of Tenders 30-07-2018 at 2.30 p.m. through E-portal

6 Opening of Tenders 02-08-2018 at 04.00 p.m.

7 Availability of Tender Documents http://www.eproc.karnataka.gov.in

Terms and Conditions:

1) Eligibility Criteria:

B. Statutory Requirements:

5. The Tenderer should furnish GST Registration Certificate. 6. The Tenderer should have registered with the Municipal of Corporation/Registration of Societies/Companies/Director of industries and principal place of business of the company or firm or partnership, as the case may be. 7. PAN Card Photocopy 8. IT returns for the past 3 years (Assessment year – 2015-16, 2016-17 & 2017-18) ) and GST / VAT returns for the financial year 2014-15, 2015-16 and 2016-17. B) Technical requirements:

e) If the tenderer is Original Equipment Manufacturer (OEM) /Printers/Proprietary /Software Developers, should have at least 3 years of experience / expertise in the successful execution of similar works tendered and the cost of such any one work should not be less than 80% of estimated amount in a single tender in any State Governments or Quasi Government Department or Undertaking /Universities /Colleges. f) If tenderer is quoting as an authorized reseller /Channel partner of a OEM at least 3 years of experience/expertise in the successful execution of similar works tendered and the cost of such any one work should not be less than 50% of estimated amount in a single tender in any State Central Governments or Quasi Government Department or Undertaking /universities /Colleges. g) As proof, the bidders should upload the purchase orders and the corresponding work completion certificate for work executed in the previous three financial years i.e. 2014-15, 2015-16 and 2016-17. h) Further, conditions and technical specifications incorporated in tender document are binding on all the bidders.

C) Financial / Commercial Requirements:

c) A turn-over of not less than 80% of estimated cost for at least 3 years, in any of last 5 financial years. As proof, Profit & Loss Account Statement, Balance Sheets and audited reports certified by CA for financial year 2014-15, 2015-16 & 2016-17 should be uploaded in the e-procurement portal of GoK.

d) The Bidders should obtain/download the tender document as stated above, through E- procurement platform of Govt. of Karnataka, http://www.eproc.karnataka.gov.in, on payment of requisite tender fees as prescribed by E-governance. For further any information, contact undersigned during office hours of working days.

The Registrar

Visvesvaraya Technological University

“Jnana Sangama”,

Belagavi – 590 018.

4) EMD is to be paid online during submission of tender documents.

8) If the tender is cancelled due to unforeseen reasons, the cost of the tender form will not be refunded.

9) The details of work can be obtained from the Registrar, VTU, Belagavi, during working days/hours.

10) The Bidders should obtain/download the tender document as stated above, through E- procurement platform of Govt. of Karnataka, http://www.eproc.karnataka.gov.in.

11) The Registrar, VTU, Belagavi reserves the right to accept / reject any or all the tenders without assigning any reasons, whatsoever.

REGISTRAR

Copy to:

1. District Tender Bulletin Officer and Deputy Commissioner, Belagavi Dist. Belagavi for kind information & necessary action.

2. The Registrar (Evaluation), VTU for information.

3. The Finance Officer, VTU for information.

4. The Secretary to VC, VTU for information.

5. The Director of Physical Education, Sports Section, VTU, Belagavi for information &

necessary action.

6. The Stores and Purchase Officer, VTU for information & necessary action.

7. The Private Secretary to the Registrar, VTU for information.

8. The Special Officer, CNC, VTU for information to publish the notification in the Website.

9. All Notice Boards.

¥ÀlÖt ¥ÀAZÁAiÀÄvÀ PÁAiÀiÁð®AiÀÄ, gÁAiÀĨÁUÀ - 591317

vÁ : gÁAiÀĨÁUÀ f : ¨É¼ÀUÁ«, E-mail :- [email protected] , Ph.No.:(08331)225236

PÀæ.¸ÀA:¥À¥ÀAgÁ/PÁ«/14£ÉúÀtPÁ¸ÀĸÁªÀÄÆC/mÉAqÀgï/2018-19 ¢£ÁAPÀ:30/06/2018

jUÉ,

ªÀiÁ£Àå f¯Áè¢üPÁjUÀ¼ÀÄ, f¯Áè §Ä¯Én£ï C¢üPÁjUÀ¼ÀÄ, f¯Áè¢üPÁjUÀ¼À PÁAiÀiÁð®AiÀÄ,

¨É¼ÀUÁ«.

ªÀiÁ£ÀågÉÃ,

«µÀAiÀÄ: mÉAqÀgÀ ¥ÀæPÀluÉAiÀÄ£ÀÄß §Ä¯Én£ï£À°è ¥ÀæPÀn¸ÀĪÀ PÀÄjvÀÄ.

ªÉÄïÁÌt¹zÀ «µÀAiÀÄPÉÌ ¸ÀA§A¢ü¹zÀAvÉ ªÀiÁ£ÀågÀªÀgÀ°è ¸ÁzÀgÀ¥Àr¸ÀĪÀÅzÀÄ K£ÉAzÀgÉ, gÁAiÀĨÁUÀ ¥ÀlÖt ¥ÀAZÁAiÀÄwAiÀÄ ¸À£ï 2018-19£Éà ¸Á°£À 14£Éà ºÀtPÁ¸ÀÄ DAiÉÆÃUÀzÀ ¸ÁªÀiÁ£Àå ªÀÄÆ® C£ÀÄzÁ£ÀzÀ PÁªÀÄUÁjUÀ¼À mÉAqÀgÀ ¥ÀæPÀluÉAiÀÄ£ÀÄß mÉAqÀgÀ §Ä¯Én£ï£À°è ¥ÀæPÀn¸À®Ä F ¥ÀvÀæPÉÌ ¥ÀæwUÀ¼À£ÀÄß ®UÀwÛ¹ DzÀgÀ¥ÀƪÀðPÀªÁV PÀ¼ÀÄ»¸À¯ÁVzÉ.

UËgÀªÀUÀ¼ÉÆA¢UÉ,

vÀªÀÄä «±Áé¹PÀ

ªÀÄÄSÁå¢üPÁj

¥ÀlÖt ¥ÀAZÁAiÀÄvÀ, gÁAiÀĨÁUÀ.

®UÀvÀÄÛ : mÉAqÀgï ¥ÀæPÀluÉAiÀÄ ¥ÀæwUÀ¼ÀÄ.

¥ÀlÖt ¥ÀAZÁAiÀÄvÀ PÁAiÀiÁð®AiÀÄ, gÁAiÀĨÁUÀ - 591317

vÁ : gÁAiÀĨÁUÀ f : ¨É¼ÀUÁ«, E-mail :- [email protected] , Ph.No.:(08331)225236

PÀæ.¸ÀA:¥À¥ÀAgÁ/PÁ«/14£ÉúÀtPÁ¸ÀĸÁªÀÄÆC/mÉAqÀgï/2018-19 ¢£ÁAPÀ:30/06/2018

jUÉ,

ªÀiÁ£Àå G¥À¤zÉÃð±ÀPÀgÀÄ,

ªÁvÁð ªÀÄvÀÄÛ ¥ÀæZÁgÀ E¯ÁSÉ, f¯Áè¢üPÁjUÀ¼À PÁAiÀiÁð®AiÀÄ, ¨É¼ÀUÁ«.

ªÀiÁ£ÀågÉÃ,

«µÀAiÀÄ : mÉAqÀgÀ ¥ÀæPÀluÉAiÀÄ£ÀÄß ¢£À¥ÀwæPÉUÀ¼À°è ¥ÀæPÀn¸ÀĪÀ PÀÄjvÀÄ.

ªÉÄïÁÌt¹zÀ «µÀAiÀÄPÉÌ ¸ÀA§A¢ü¹zÀAvÉ ªÀiÁ£ÀågÀªÀgÀ°è ¸ÁzÀgÀ¥Àr¸ÀĪÀÅzÀÄ K£ÉAzÀgÉ, gÁAiÀĨÁUÀ ¥ÀlÖt ¥ÀAZÁAiÀÄwAiÀÄ ¸À£ï 2018-19 £Éà ¸Á°£À 14£Éà ºÀtPÁ¸ÀÄ DAiÉÆÃUÀzÀ ¸ÁªÀiÁ£Àå ªÀÄÆ® C£ÀÄzÁ£ÀzÀ PÁªÀÄUÁjUÀ¼À mÉAqÀgÀ ¥ÀæPÀluÉAiÀÄ£ÀÄß ªÀÄÆgÀÄ PÀ£ÀßqÀ ¢£À¥ÀwæPÉUÀ¼À°è MAzÉà ¨Áj Cwà aPÀÌ C¼ÀvÉAiÀÄ°è ¥ÀæPÀn¹ CzÀgÀ ¥ÀæwUÀ¼À£ÀÄß ºÁUÀÆ ©®è£ÀÄß F PÁAiÀiÁð®AiÀÄPÉÌ PÀ¼ÀÄ»¹ PÉÆqÀ®Ä PÉÆÃgÀ¯ÁVzÉ.

UËgÀªÀUÀ¼ÉÆA¢UÉ,

vÀªÀÄä «±Áé¹PÀ

ªÀÄÄSÁå¢üPÁj

¥ÀlÖt ¥ÀAZÁAiÀÄvÀ, gÁAiÀĨÁUÀ.

®UÀvÀÄÛ : mÉAqÀgï ¥ÀæPÀluÉAiÀÄ ¥ÀæwUÀ¼ÀÄ.

¥ÀlÖt ¥ÀAZÁAiÀÄvÀ PÁAiÀiÁð®AiÀÄ, gÁAiÀĨÁUÀ - 591317

vÁ : gÁAiÀĨÁUÀ f : ¨É¼ÀUÁ«, E-mail :- [email protected] , Ph.No.:(08331)225236

PÀæ.¸ÀA:¥À¥ÀAgÁ/PÁ«/14£ÉúÀtPÁ¸ÀĸÁªÀÄÆC/mÉAqÀgï/2018-19 ¢£ÁAPÀ:30/06/2018

E-¥ÀæPÀÆågÀªÉÄAmï ªÀÄÄSÁAvÀgÀ mÉAqÀgÀ ¥ÀæPÀluÉ

¯ÉÆÃPÉÆÃ¥ÀAiÉÆÃV E¯ÁSÉ ªÀÄvÀÄÛ E-¥ÀæPÀÆågÀªÉÄAmï ¥ÉÆÃlð¯ï£À°è £ÉÆÃAzÁ¬ÄvÀ CºÀð zÀeÉðAiÀÄ UÀÄwÛUÉzÁgÀjUÉ AiÀiÁªÀvÀÆÛ F ªÀÄÆ®PÀ w½¸ÀĪÀÅzÉãÉAzÀgÉ, ¸À£ï 2018-19£Éà ¸Á°£À 14£Éà ºÀtPÁ¸ÀÄ DAiÉÆÃUÀzÀ ¸ÁªÀiÁ£Àå ªÀÄÆ® C£ÀÄzÁ£ÀzÀr PÁªÀÄUÁjUÀ¼À mÉAqÀgÀ qÁPÀĪÉÄÃAmï PÉ.qÀ§Äè-1 ¤§AzsÀ£ÉUÀ½UÉ M¼À¥ÀlÄÖ LlAªÁgÀÄ mÉAqÀgÀUÀ¼À£ÀÄß DºÁ餹zÉ. D¸ÀPÀÛ mÉAqÀgÀzÁgÀgÀÄ E-¥ÀæPÀÆågÀªÉÄAmï ¥ÉÆÃlð¯ï ªÀÄÆ®PÀ vÀªÀÄä ©qïUÀ¼À£ÀÄß D£ï¯ÉÊ£ï ªÀÄÆ®PÀ ¸À°è¸À§ºÀÄzÀÄ.

CAzÁdÄ ªÉÆvÀÛ E.JA.r PÁªÀÄUÁj ¥Áå. «ÄøÀ¯Áw PÁªÀÄUÁj EAqÉAmï £ÀA. ¥ÀæwAiÉÆAzÀPÉÌ ªÉÆvÀÛ ¥ÀÆtðUÉƽ¸ÀĪÀ £ÀA. ªÀUÀð (gÀÆ.®PÀëUÀ¼À°è) (gÀÆ.UÀ¼À°è) CªÀ¢ü

1 DMA/2018-19/WS/WORK_INDENT73920 10.64 26600/- ¸ÁªÀiÁ£Àå 06 wAUÀ¼ÀÄ

2 DMA/2018-19/BD/WORK_INDENT73896 09.62 24050/- ¸ÁªÀiÁ£Àå 12 wAUÀ¼ÀÄ

3 DMA/2018-19/RD/WORK_INDENT73895 09.99 24975/- ¸ÁªÀiÁ£Àå 06 wAUÀ¼ÀÄ

4 DMA/2018-19/WS/WORK_INDENT73926 10.20 25500/- ¥Àj²µÀÖ eÁw 06 wAUÀ¼ÀÄ

5 DMA/2018-19/OW/WORK_INDENT73897 04.95 12375/- ¸ÁªÀiÁ£Àå 06 wAUÀ¼ÀÄ

6 DMA/2018-19/OW/WORK_INDENT73898 04.80 12000/- ¸ÁªÀiÁ£Àå 06 wAUÀ¼ÀÄ

7 DMA/2018-19/RD/WORK_INDENT73899 14.45 36125/- ¸ÁªÀiÁ£Àå 06 wAUÀ¼ÀÄ

8 DMA/2018-19/EL/WORK_INDENT73931 10.10 25175/- ¸ÁªÀiÁ£Àå 06 wAUÀ¼ÀÄ

9 DMA/2018-19/OW/WORK_INDENT73900 04.84 12000/- ¥Àj²µÀÖ ¥ÀAUÀqÀ 06 wAUÀ¼ÀÄ

10 DMA/2018-19/OW/WORK_INDENT73903 14.27 35675/- ¥Àj²µÀÖ eÁw 06 wAUÀ¼ÀÄ

1) mÉAqÀgÀ ¥sÁªÀÄðUÀ¼À£ÀÄß ªÉ¨ï¸ÉÊn¤AzÀ qË£ï¯ÉÆÃqÀ ªÀiÁrPÉƼÀÄîªÀ ¥ÁægÀA¨sÀzÀ ¢£ÁAPÀ:03-07-2018 jAzÀ. 2) ¨sÀwð ªÀiÁrzÀ mÉAqÀgÀUÀ¼À£ÀÄß C¥À¯ÉÆÃqï (Upload ) ªÀiÁqÀĪÀ PÉÆ£ÉAiÀÄ ¢£ÁAPÀ:10-08-2018 ¸ÁAiÀÄAPÁ®: 5:00 WÀAmÉAiÀĪÀgÉUÉ. 3) mÉAqÀgÀUÀ¼À£ÀÄß vÉgÉAiÀÄĪÀ ¢£ÁAPÀ:13-08-2018gÀ ªÀÄzÁåºÀß 1.00 WÀAmÉAiÀÄ £ÀAvÀgÀ vÉgÉAiÀįÁUÀĪÀÅzÀÄ. 4) mÉAqÀgÀ wzÀÄÝ¥Àr (Corrigendum) K£ÁzÀgÀÄ EzÀÝgÀÄ E-¥ÉÆÃlð¯ï ªÀÄÄSÁAvÀgÀ ªÀiÁvÀæ ªÀiÁqÀ¯ÁUÀĪÀÅzÀÄ. ¢£À¥ÀwæPÉAiÀÄ°è eÁ»ÃgÁvÀÄ ¥ÀæPÀluÉ EgÀĪÀÅ¢®è. ºÉaÑ£À ªÀiÁ»wUÁV ªÉ¨ï¸ÉÊmï https://www.eproc.karnataka.gov.in £À°è D£ï¯ÉÊ£ï ªÀÄÆ®PÀ ¸ÀA¥ÀQð¸À§ºÀÄzÁVzÉ ºÁUÀÆ ¥ÀlÖt ¥ÀAZÁAiÀÄvÀ PÁAiÀiÁð®AiÀĪÀ£ÀÄß ¸ÀA¥ÀQð¸À§ºÀÄzÁVzÉ.

ªÀÄÄSÁå¢üPÁj

¥ÀlÖt ¥ÀAZÁAiÀÄvÀ,gÁAiÀĨÁUÀ

KARNATAKA NEERAVARI NIGAM LIMITED (Government of Karnataka Undertaking)

Office of the Executive Engineer, KNNL, GLBC Division, No.1, Ghataprabha -591306 Short Term Tender Notification No.KNNL/GLBC-1/PB/TND/4701 SCP/2018-19/ 367 dtd: 25-6-2018 SHORT TERM TENDER NOTIFICATION (Through e-Procurement only)

Electronic percentage tender through E-Procurement platform in Single Cover System are invited by the Executive Engineer, KNNL,GLBC Division No.1 Ghataprabha on behalf of the Managing Director, Karnataka Neeravari Nigam Limited, Bangalore-01 from eligible Class-II /Category-III and above contractor registered under KNNL/KPWD. The blank tender documents can be obtained through website www.eproc.Karnataka.gov.in/eportal/index.seam . Note :

1. The contractors can request for e-Tendering documents from 28-6-2018 to 9-7-2018 upto 16.00 Hrs on payment (non refundable) of tender processing fee. For tender processing fee details refer E-procurement portal. While applying the contractors can pay the tender processing fee in the e-procurement portal using modes-1 credit card/ direct debit/ National Electronic Fund Transfer (NEFT)/ Over The Counter (OTC) up to 9-7-2018 upto 16.00 hrs . 2. The contractor should pay as Earnest Money Deposit (EMD) in the E-procurement portal using any of the payment modes viz., credit card/ direct debit/ National Electronic Fund Transfer (NEFT)/ Over The Counter (OTC). The validity of the EMD shall be for a period of 180 days from the date of opening of the tender. 3. The EMD amount accepted in the form of electronic cash (and not through DD) will be maintained in the Government Central Pooling Account at AXIS bank until the contract is closed. The EMD amount to be paid through electronic cash has to be paid in single transaction. 4. Opening of Tender through E-procurement portal is on 11-7-2018 at 11.00 hrs onwards in this office. 5. The details of works are as given below:-

Sl. Name of work Indent Approximate EMD in Category Stipulated No No. amount put to Rs . enrolled under period for tender KNNL/KPWD completion (Rs.in lakhs) . Eligible of work contractor 1 Improvements to roads in Raibag Taluka at 22397 13.21 20000.00 Class -II & 01 Month SC colony of Chinchali village (SCP) above (Including (Balance portion) Rainy season)

I) Financial (One cover system). The tender is invited in One cover system as per the following details. i) Copy of KPWD Class-II & above contractor registration/Category registration certificate issued by KNNL with validity. ii) Valid Employees Provident Fund (EPF) Registration certificate. iii) GST registration certificate 1. The financial bid documents for the above work comprises of financial bid to indicate the total amount offered by the bidder for completion of the work based on scope of work, specifications, Schedule-A and Schedule-B of the contract form. 2. The bidder shall ensure credit of tender processing fee and EMD into the respective receiving bank accounts of e-procurement on or before the last date of bid submission. 3. The tenderer is required to ensure browser compatibility of the computer well in advance till the last date and time for the receipt of tenders. The department shall not be responsible for non accessibility of e-procurement due to internet connectivity issues and technical glitches. General instructions to the bidder: The intending bidders are advised to visit the work site before submission of tender. 1. Tendering by Joint Venture will not be allowed. 2. The officer competent to accept the tender shall have the right to reject any or all the tenders without assigning any reason whatsoever. 3. Corrigendum will be published in the New paper/website for all modification/corrections if any. 4. A Cess of 1% of the agreement amount will be deducted as per Karnataka Building and other Labor Welfare Fund Act 1996 and Rules 2006 5. The conditional tender will be rejected. 6. If the date of opening of bid is subsequently declared as General Holiday the bill will be opened on next working day. 7. Any bidder who is otherwise Technically qualified withdraws from the bidding process at any stage before a final decision is taken on the tender either by not producing the original documents for verification or for any other reason the EMD of such bidder shall be forfeited, the name of such bidder shall be removed from the list of contractors at least for a minimum period of one year in KNNL, besides making such bidders liable for blacklisting. 8. Bids submitted by all bidders in the process of bid evaluation will be opened even if, the bidder withdraws from the bidding process by not submitting the original documents for verification or for any other reason and the prices quoted by them will be looked into the ascertain if there is collusion amongst the bidders to determine the competitiveness of the L1 price quoted by other bidders, as per the decision by the KNNL Board. 9. The bidder should only submit/upload in e-procurement portal platform genuine certificates/documents etc., that are as obtained from competent/concerned authorities against each required eligible criteria. The bidder shall submit original of all the uploaded documents (hard copy) at the time of Financial bid opening. Otherwise his/her bid shall be rejected and also EMD of such bidder shall be forfeited. If any of the submitted/uploaded certificate/documents etc., found to be fake, after verification from issuing authority, then his/her EMD (Earnest Money Deposit) will be forfeited and their tender will be rejected besides such bidders are liable for blacklisting. 10. If the amount quoted by the contractor for the work is below ninety percent of estimated amount put to tender or recast amount put to tender of the department, then the contractor shall furnish an additional performance security in the form of Bank Guarantee for any amount equivalent to the difference between the cost as per quoted percentage and 90% of the estimated amount put to tender or recast amount put to tender. In case of contractor quotation rates above 125% of the estimated rates then the amount over and above 125% will be withheld during the progress of work. The additional performance security will be released proportionately to the bill amount till the contractor achieves progress of the entire cost of the work as per agreement. 11. Photo copies of the work under taken in the stages of before execution work under progress, and completion of the work should be produced at the time of submitting the bill by the contractor on his own cost. 12. Any documents submitted through post/courier is at the risk of contractor (i.e.,KNNL is not responsible for postal delay) 13. The officer competent to accept the tender shall have the right to reject any or all the tenders without assigning any reason whatsoever. 14. Typographical errors, if any, will not be the ground for any claims by the contractor. 15. The intending bidders should note that, if any of lands either in part/parts or in whole required for the work is not acquired by the Nigam, it shall be the responsibility of the bidder to take the possession of such land and start the work by consent of the land owners before commencement of work at no extra cost to the Nigam and no claim/delays whatsoever relating to on account of non availability of land would not be entertained. The detailed tender notification can be had from the website www.eproc. Karnataka. gov. in/ e-portal/index.seam and linking to e-tender OR in the office of the undersigned (Ph No. 08332- 286223 in the office Working hours.

The calendar of events will be as per the schedule in the e-procurement portal:

a. The contractor can request for E-tendering : 28-6-2018 to 9-7-2018 upto 16.00 Hrs b. The last date & time for receipt of tenders : 9-7-2018 upto 16.00 Hrs. c. Date & time for opening of Financial bid : 11-7-2018 at 11.00 hrs. onwards

Executive Engineer, KNNL GLBC Dn No.1, Ghataprabha.

Copy submitted for kind information to the

1. Managing Director, KNNL, Coffee Board Building, 4 th Floor Dr. Ambedkar Veedhi, Bengaluru-560 001 2. Administrator, Malaprabha & Ghataprabha Project, CADA, Belagavi. 3. Chief Administrative Officer, Central Office, KNNL, Walmi Building, Belur Road, Dharwad. 4. Chief Engineer, KNNL, Irrigation ( North), Club road, Belagavi 5. Superintending Engineer, KNNL, GLBC Circle, Jamakhandi. 6. Deputy Inspector General of Police,vigilance cell, Bhavan ,3 rd Floor, Bengaluru. 7. District Tender Bulletin Officer and Deputy Commissioner,Belagavi Copy forwarded with compliments for publication in notice board to : 1. Executive Engineer, KNNL, GLBC Division No: 2, Jamakhandi 2. Executive Engineer, KNNL, GLBC Division No: 3, Bilagi 3. Assistant Executive Engineer, KNNL, GLBC Sub-Dn.No:1, Ghataprabha 4. Assistant Executive Engineer, KNNL, GLBC Sub-Dn.No:2, Raibag. 5. Assistant Executive Engineer, KNNL, GLBC Sub-Dn.No:3, Kankanwadi. 6. Assistant Executive Engineer ,KNNL, GLBC Sub-Dn.No:4, Kudachi. 7. Office Notice Board/Store/Accounts Branch / TA,EE’s Table 8. Extra copies- 5.

Executive Engineer, KNNL GLBC Dn No.1, Ghataprabha.

‘йÑþ©‘Ð –––ÑõÁÔÓ±–ÑõÁÔÓ± ¤ÐÊÙê ƒ¿°ÀÐظí ÊЁÊÙë

PÁAiÀÄð¤ªÁðºÀPÀ C©üAiÀÄAvÀgÀ PÁAiÀiÁð®AiÀÄ, AiÉÆÃd£Á «¨sÁUÀ,

171, ºÁªÀtÚªÀgÀ ©°ØAUï PÀè¨ï gÉÆÃqï, ¨É¼ÀUÁ«

·ÐÖ¤ÐÀÑ±Ò ÊЁ. 0831-2420728, »°Ñô‘ýú: 0831-2420728,…-ÀÙÔÓÄý: [email protected]

Ref : AiÉÆë¨É/PÉDgïDgïrJ/vÁA.±Á/mÉAqÀgÀ/«.C.AiÉÆÃ/2018-19/451 Date : 29.06.2018.

C¯ÁàªÀ¢ü mÉAqÀgï ¥ÀæPÀluÉ - 2£Éà PÀgÉ

PÀ£ÁðlPÀ gÁdåzÀ gÁdå¥Á®gÀ ¥ÀgÀªÁV PÀ£ÁðlPÀ UÁæ«ÄÃt gÀ¸ÉÛ C©üªÀÈ¢Þ ¸ÀA¸ÉܬÄAzÀ 2017-18£Éà ¸Á°£À «±ÉõÀ C©üªÀÈ¢Þ AiÉÆÃd£ÉAiÀÄr ¨É¼ÀUÁ« f¯ÉèAiÀÄ gÁAiÀĨÁUÀ ªÀÄvÀPÉëÃvÀæzÀ gÀ¸ÉÛAiÀÄ£ÀÄß ¥ÀæzsÁ£À ªÀÄAwæ UÁæªÀÄ ¸ÀqÀPÀ AiÉÆÃd£ÉAiÀÄ ªÀiÁ£ÀzÀAqÀUÀ¼À£ÀÄß C£ÀĸÀj¹ C©üªÀÈ¢Þ¥Àr¸À®Ä E-¥ÉÆæÃPÀÆågÀªÉÄAmï ªÀÄÄSÁAvÀgÀ LlA gÉÃmï C¯ÁàªÀ¢ü mÉAqÀgÀUÀ¼À£ÀÄß PÀgÉAiÀįÁVzÉ. F AiÉÆÃd£ÉAiÀÄ C£ÀĵÁ×£ÀPÁÌV gÁdå ¸ÀPÁðgÀªÀÅ C£ÀÄzÁ£ÀªÀ£ÀÄß MzÀV¸ÀÄvÀÛzÉ.

mÉAqÀgÀ ¥ÀæQæAiÉÄAiÀÄ «ªÀgÀUÀ¼ÀÄ PɼÀPÀAqÀAwªÉ.

¥ÁåPÉà dUÀ¼À «ªÀgÀ mÉAqÀgÀVlÖ ªÉÆvÀÛ

gÁAiÀĨÁUÀ vÁ®ÆQ£À eÁzsÀªÀ £ÀUÀgÀ ¢AzÀ ®Qëöäà £ÀUÀgÀ PÀÆqÀÄ gÀ¸ÉÛ gÀÆ. 50,96,000.00 C©üªÀÈ¢Þ 01.

02. ªÀÄÄAUÀqÀ oÉêÀtÂAiÀÄ ªÉÆvÀÛ mÉAqÀgÀVlÖ ªÉÆvÀÛzÀ ±Éà 1.50%

03. SÁ° mÉAqÀgï ¥sÁgÀAUÀ¼À£ÀÄß online ªÀÄÆ®PÀ Down load 29/06/2018 ªÀiÁrPÉƼÀî®Ä ¢£ÁAPÀ :

04. ¦æ-©qï «ÄÃnAUï ¢£ÁAPÀ ªÀÄvÀÄÛ ¸ÀªÀÄAiÀÄ (CªÀ±Àå«zÀÝ°è) -

04. ¨sÀwðªÀiÁrzÀ mÉAqÀgïUÀ¼À£ÀÄß online ªÀÄÄSÁAvÀgÀ ¸À°è¸ÀĪÀ 13 /0 7/2018 (16.30 UÀAmÉ) PÉÆ£ÉAiÀÄ ¢£ÁAPÀ:

05. vÁAwæPÀ ©qï£ÀÄß vÉgÉAiÀÄĪÀ ¢£ÁAPÀ: 16/07/2018 (10-30 UÀAmÉ)

06. DyðPÀ ©qïUÀ¼À£ÀÄß vÉgÉAiÀÄĪÀ ¢£ÁAPÀ: £ÀAvÀgÀzÀ°è w½¸À¯ÁUÀĪÀÅzÀÄ ºÉaÑ£À ªÀiÁ»wAiÀÄ£ÀÄß www.eproc.karnataka.gov.in £ÉÆÃqÀ§ºÀÄzÀÄ.

¥ÀæwAiÀÄ£ÀÄß :

1. PÁAiÀÄðzÀ²ðUÀ¼ÀÄ, UÁæ«ÄÃuÁ©üªÀÈ¢Þ ªÀÄvÀÄÛ ¥ÀAZÁAiÀÄvÀ gÁeï EAf¤ÃAiÀÄjAUÀ E¯ÁSÉ, §ºÀĪÀÄrUÀ¼À PÀlÖqÀ, ¨ÉAUÀ¼ÀÆgÀÄ EªÀgÀ ªÀiÁ»wUÁV ¸À°è¸À¯ÁVzÉ.

2. ªÀÄÄRå PÁAiÀÄðZÀgÀuÉ C¢üPÁj PÉ.Dgï.Dgï.r.J UÁæ«ÄÃuÁ©üªÀÈ¢Þ ¨sÀªÀ£À, 3£Éà ªÀĺÀr, D£ÀAzÀgÁªÀ ªÀÈvÀÛ, ¨ÉAUÀ¼ÀÆgÀÄ EªÀjUÉ ªÀiÁ»wUÁV ¸À°è¸À¯ÁVzÉ.

3. gÁdå mÉAqÀgÀ §Ä¯Én£À C¢üPÁjUÀ¼ÀÄ ºÁUÀÆ G¥À PÁAiÀÄðzÀ²ðUÀ¼ÀÄ UÁæ«ÄÃuÁªÀÈ¢Þ ºÁUÀÆ ¥ÀAZÁAiÀÄvÀ gÁeï E¯ÁSÉ, §ºÀĪÀĺÀr PÀlÖqÀ, ¨ÉAUÀ¼ÀÆgÀÄ EªÀjUÉ 2 ¥ÀæwUÀ¼ÀÄ ºÁUÀÆ ¹.rAiÉÆA¢UÉ, gÁdå mÉAqÀgÀ §Ä¯ÉÃn£À°è ¥ÀæPÀn¸À®Ä PÀÄjvÀÄ ¸À°è¸À¯ÁVzÉ.

4. f¯Áè¢üPÁjUÀ¼ÀÄ, f¯Áè mÉAqÀgÀ §Ä¯Én£ï C¢üPÁjUÀ¼ÀÄ, ¨É¼ÀUÁ« EªÀjUÉ mÉAqÀgÀ §Ä¯Én£À£À°è ¥ÀæPÀn¸À®Ä 12 ¥ÀæwUÀ¼ÀÄ ºÁUÀÆ ¹.rAiÉÆA¢UÉ f¯Áè §Ä¯Én£À°è ¥ÀæPÀn¸À®Ä PÀÄjvÀÄ ¸À°è¸À¯ÁVzÉ.

5. ªÀÄÄRå PÁAiÀÄð¤ªÁðºÀPÀ C¢üPÁjUÀ¼ÀÄ, f¯Áè ¥ÀAZÁAiÀÄvÀ, ¨É¼ÀUÁ« EªÀjUÉ ªÀiÁ»wUÁV ¸À°è¸À¯ÁVzÉ.

6. C¢üÃPÀëPÀ C©üAiÀÄAvÀgÀÄ, ¥ÀAZÁAiÀÄvÀ gÁeï EA¤ÃAiÀÄjAUÀ ªÀÈvÀÛ, ¨É¼ÀUÁ« EªÀjUÉ ªÀiÁ»wUÁV ¸À°è¸À¯ÁVzÉ.

7. PÁAiÀÄð¤ªÁðºÀPÀ C©üAiÀÄAvÀgÀÄ AiÉÆÃd£Á «¨sÁUÀ, UÉÆÃPÁPÀ/¨ÁUÀ®PÉÆÃl/«eÁ¥ÀÆgÀ.

ªÀiÁ»wUÁV PÀ¼ÀÄ»¸À¯ÁVzÉ.

8. PÁAiÀÄð¤ªÁðºÀPÀ C©üAiÀÄAvÀgÀÄ ¥ÀA.gÁ.EA. «¨sÁUÀ ¨É¼ÀUÁ« / aPÉÆÌÃr ªÀiÁ»wUÁV.

9. ¸ÀºÁAiÀÄPÀ PÁAiÀÄð¤ªÁðºÀPÀ C©üAiÀÄAvÀgÀÄ, AiÉÆÃd£Á G¥À «¨sÁUÀ, ¨É¼ÀUÁ«/aPÉÆÌÃr ºÁUÀÆ ¥ÀA.gÁ. EA. G¥À «¨sÁUÀ ¨É¼ÀUÁ«/gÁªÀÄzÀÄUÀð/gÁAiÀĨÁUÀ/ºÀÄPÉÌÃj/aPÉÆÌÃr ¸ÀªÀzÀwÛ/SÁ£Á¥ÀÆgÀ/¨ÉÊ®ºÉÆAUÀ® / CxÀtÂ/UÉÆÃPÁPÀ/EªÀjUÉ ªÀiÁ»wUÁV ºÁUÀÆ ¸ÀÆZÀ£Á¥sÀ®PÀUÀ¼À°è ¥ÀæPÀn¸À®Ä PÀ¼ÀÄ»¸À¯ÁVzÉ.

10. F «¨sÁUÀzÀ ¯ÉPÀÌ ¥Àj±ÉÆÃzsÀ£Á¢üPÁjUÀ¼ÀÄ, ¥ÀæPÀluÁ ¥sÀ®PÀPÉÌ / PÀqÀvÀPÉÌ

PÁAiÀÄð¤ªÁðºÀPÀ C©üAiÀÄAvÀgÀÄ,

AiÉÆÃd£Á «¨sÁUÀ ¨É¼ÀUÁ«.

‘йÑþ©‘Ð –––ÑõÁÔÓ±–ÑõÁÔÓ± ¤ÐÊÙê ƒ¿°ÀÐظí ÊЁÊÙë PÁAiÀÄð¤ªÁðºÀPÀ C©üAiÀÄAvÀgÀ PÁAiÀiÁð®AiÀÄ, AiÉÆÃd£Á «¨sÁUÀ,

171, ºÁªÀtÚªÀgÀ ©°ØAUï PÀè¨ï gÉÆÃqï, ¨É¼ÀUÁ«

·ÐÖ¤ÐÀÑ±Ò ÊЁ. 0831-2420728, »°Ñô‘ýú: 0831-2420728 …-ÀÙÔÓÄý: [email protected]

Ref : AiÉÆë¨É/vÁA.±Á/mÉAqÀgÀ/2018-19 / ¢£ÁAPÀ: 29.06.2018

EªÀjUÉ,

f¯Áè¢üPÁjUÀ¼ÀÄ,

f¯Áè mÉAqÀgÀ §Ä¯Én£ï C¢üPÁjUÀ¼ÀÄ,

¨É¼ÀUÁ«

ªÀiÁ£ÀågÉÃ,

«óµÀAiÀÄ: C¯ÁàªÀ¢ü mÉAqÀgÀ ¥ÀæPÀluÉAiÀÄ£ÀÄß f¯Áè mÉAqÀgÀ §Ä¯Én£ï£À°è

¥ÀæPÀn¸ÀĪÀ PÀÄjvÀÄ

G¯ÉèÃR: 1) F PÀbÉÃj C¯ÁàªÀ¢ü mÉAqÀgÀ ¥ÀæPÀluÉ 2£Éà PÀgÉ

¸ÀASÉå: 451 ¢£ÁAPÀ: 29.06.2018.

***

ªÉÄïÁÌt¹zÀ «µÀAiÀÄPÉÌ ¸ÀA§A¢ü¹zÀAvÉ, G¯ÉèÃTvÀ C¯ÁàªÀ¢ü mÉAqÀgÀ ¥ÀæPÀluÉ 2£Éà PÀgÉAiÀÄ£ÀÄß f¯Áè mÉAqÀgÀ §Ä¯Én£ï£À°è ¥ÀæPÀn¸À®Ä, mÉAqÀgÀ ¥ÀæPÀluÉUÀ¼À 12 ¥Àæw ºÁUÀÆ ¹.r.AiÉÆA¢UÉ F

ªÀÄÆ®PÀ ¸À°è¸À¯ÁVzÉ. f¯Áè mÉAqÀgÀ §Ä¯Én£ï£À°è ¥ÀæPÀn¸À¯ÁzÀ ¥ÀæwAiÀÄ£ÀÄß F PÀbÉÃjUÉ PÀ¼ÀÄ»¹

PÉÆqÀ®Ä «£ÀAw¸À¯ÁVzÉ.

vÀªÀÄä «±Áé¹,

CqÀPÀ : 1) mÉAqÀgÀ ¥ÀæPÀluÉAiÀÄ 12 ¥ÀæwUÀ¼ÀÄ

2) ¹.r. 1 £ÀA. PÁAiÀÄð¤ªÁðºÀPÀ EAf¤ÃAiÀÄgÀÄ AiÉÆÃd£Á «¨sÁUÀ, ¨É¼ÀUÁ«

TOWN PANCHAYAT ¥ÀlÖt ¥ÀAZÁAiÀÄvÀ PÁAiÀiÁð®AiÀÄ TOWN PANCHAYAT ZÀ£ÀߪÀÄä£À QvÀÆÛgÀ-591115 CHANNAMMAN KITTURKITTUR----591115591115 vÁ : ZÀ,QvÀÆÛgÀ f : ¨É¼ÀUÁ« Tq : ch,kittur Dis :Belagavi zÀÆ : 08288-286144 E-Mail [email protected] PÀæ,¸ÀA : ¥À¥ÀAZÀQ/ss14£É ºÀ¸ÁªÀÄÆC15-16/mÉAqÀgÀ/2018-19 ¢£ÁAPÀ :18/06/2018

mÉAqÀgÀ ¥ÀæPÀluÉ (E-Procurement )

F ªÀÄÆ®PÀ AiÀiÁªÀvÀÆÛ CºÀ𠹫¯ï ¯ÉÆÃPÉÆÃ¥ÀAiÉÆÃV E¯ÁSÉAiÀÄ°è £ÉÆÃAzÁ¬ÄvÀ UÀÄwÛUÉzÁgÀgÀÄ/¥ÀÆgÉÊPÉzÁgÀjUÉ w½AiÀÄ¥Àr¸ÀĪÀÅzÉãÉAzÀgÉ, ¸ÀPÁðgÀ¢AzÀ ««zsÀ AiÉÆÃd£ÉAiÀÄrAiÀÄ°è ©qÀÄUÀqÉAiÀiÁzÀ C£ÀÄzÁ£ÀzÀ°è ªÀÄAdÆgÁzÀ F MlÄÖ 8 ¥ÁåPÉÃd PÁªÀÄUÁjUÀ¼À ¥Àæw PÁªÀÄUÁjUÀ¼À£ÀÄß ¤ªÀð»¸À®Ä PÀ£ÁðlPÀ ¸ÁªÀðd¤PÀ ¸ÀAUÀæºÀuÉAiÀÄ°è ¥ÁgÀzÀ±ÀðPÀ DzsÁåzÉñÀ 1999 ªÀÄvÀÄÛ 2000 gÀAvÉ ¸ÁÖöåAqÀqïð mÉAqÀgï qÁPÀÄåªÉÄAmï£À PÉqÀ§Æèöå-1 ¸ÀÆZÀ£É ªÀÄvÀÄÛ ¤§AzsÀ£ÉUÉƼÀ¥ÀlÖAvÉ LlAªÁgÀ mÉAqÀgÀÄUÀ¼À£ÀÄß JPÀ¥ÀæwAiÀÄ°è DºÁ餸À¯ÁVzÉ CºÀð UÀÄwÛUÉzÁgÀgÀÄ E-¥ÉÆæPÀÆågÀªÉÄAmï ¥ÀÆlð¯ï ªÀÄÄSÁAvÀgÀ PÁªÀÄUÁjAiÀÄ mÉAqÀjUÁV ¨sÁUÀªÀ»¸À§ºÀÄzÀÄ.

CAzÁd Ä ªÀÄÄAUÀqÀ PÉ®¸À C.£À ªÉÆvÀÛ oÉêÀÅ ¥ÀÆtðUÉ UÀÄwÛUÉzÁgÀgÀ PÁªÀÄUÁjAiÀÄ ºÉ¸ÀgÀÄ/ EAqÉÃAl ¸ÀASÉå A. (gÀÆ. ªÉÆvÀÛ Æ½¸ÀĪÀ ªÀUÀð ®PÀëUÀ¼À°è) gÀÆ.UÀ¼À°è CªÀ¢ü.

¸À£ï 2015 -16 £Éà ¸Á°£À 14 £Éà ºÀtPÁ¸ÀÄ DAiÉÆÃUÀzÀ ¸ÁªÀiÁ£Àå ªÀÄÆ® C£ÀÄzÁ£ÀzÀrAiÀÄ PÁªÀÄUÁjUÀ¼À «ªÀgÀ

¥ÀlÖt ¥ÀAZÁAiÀÄvÀ ªÁå¦ÛAiÀÄ ªÁqÀð £ÀA 5gÀ UÀ¢Ý NtÂAiÀÄ°è 3£Éà zÀeÉð 10,300- ºÉƸÀzÁV PÉƼÀªÉ ¨Á« PÉÆgɬĹ ªÉÆÃmÁgÀ C¼ÀªÀr¸ÀĪÀÅzÀÄ . 4.12 ¹«¯ï ºÁUÀÆ 1 00 3 wAUÀ¼À ªÉÄîàlÄÖ (DMA/2018-19/WS/WORK_INDENT73506)

¥ÀlÖt ¥ÀAZÁAiÀÄvÀ PÀbÉÃj PÀlÖqÀzÀ ªÁå¦ÛAiÀÄ°è ±ËZÁ®AiÀÄ ¤ªÀiÁðt 2.07 5,175-00 -¸ÀzÀgÀ- 2 DMA/2018-19/BD/WORK_INDENT73511 ªÀiÁqÀĪÀÅzÀÄ 3 wAUÀ¼À

¥ÀlÖt ¥ÀAZÁAiÀÄvÀ ªÁå¦ÛAiÀÄ ¸ÁªÀðd¤PÀjUÉ ºÀ¹ PÀ¸À ªÀÄvÀÄÛ Mt PÀ¸À

¸ÀAUÀæºÀuÉUÁV qɸÀÖ©£ï UÀ¼À£ÀÄß ¥ÀÆgÉʸÀĪÀÅzÀÄ C¢üPÀÈvï 3 8.22 20,550- 3 wAUÀ¼À ¥ÀÆgÉÊPÉzÁgÀgÀÄ (DMA/2018-19/ OW/ WORK_ INDENT 73528) 00

£Á®§AzÀ Nt CAUÀ£ÀªÁr ºÀwÛgÀ, ªÁqÀð £ÀA 06 ¸ÀgÀPÁj zÀªÁSÁ£É ºÀwÛgÀ, ªÁqÀð £ÀA 05gÀ ªÀ¸ÀAvÀ ¨ÁtPÀgÀ ªÀģɬÄAzÀ «oÀ×® UÀÄrAiÀĪÀgÉUÉ, ²ªÁf £ÀUÀgÀzÀ ¨Á§Ä ZÀªÁít EªÀgÀ ªÀģɬÄAzÀ 3£Éà zÀeÉð 20,350- ºÀtªÀÄAvÀ¥Àà ZÀªÁít EªÀgÀ ªÀÄ£ÉAiÀÄ ªÀgÉUÉ ªÁqÀð £ÀA 05gÀ 8.14 3 wAUÀ¼À ¹«¯ï ºÁUÀÆ 4 00 ¸ÀÄeÁvÁ PÀÄ®PÀtÂð EªÀgÀ ªÀÄ£ÉAiÀÄ ºÀwÛgÀ, ¨ÁtPÁgÀ ªÀÄ£ÉAiÀÄ ºÀwÛgÀ ªÉÄîàlÄÖ ¹ r ¤ªÀiÁðt ªÀiÁqÀĪÀÅzÀÄ .

(DMA/2018-19/OW/WORK_INDENT 73526)

5 PÀbÉÃj PÀlÖqÀ ªÉÄïÁÒªÀt zÀÄgÀ¹Û ºÁUÀÆ £À«PÀgÀt 2.07 5,175-00 3 wAUÀ¼À -¸ÀzÀgÀ- (DMA/2018-19/OW/WORK_INDENT73516)

UÀÄgÀĪÁgÀ ¥ÉÃmÉ ªÀÄÄSÉå gÀ¸ÉÛ¬ÄAzÀ «ÃgÀ¨sÀzÉæñÀégÀ UÀÄrAiÀĪÀgÉUÉ ºÁUÀÆ ¥Á¥ÀrUÀ°èAiÀÄ°è gÀ¸ÉÛ ¤ªÀiÁðt ªÀiÁqÀĪÀÅzÀÄ 10,350- 4.14 3 wAUÀ¼À -¸ÀzÀgÀ- 6 00 (DMA/2018-19/ RD/ WORK_ INDENT 73518)

¥ÀlÖt ¥ÀAZÁAiÀÄvÀ ªÁå¦ÛAiÀÄ L © gÀ¸ÉÛ ¸Àä±Á£ÀzÀ ºÀwÛgÀ, PÀ§gÀ¸ÁÜ£À ºÀwÛgÀ, ºÁ®ªÀÄoÀ ¸Àä±Á£ÀzÀ ºÀwÛgÀ, UÀrV zÀªÁSÁ£É JzÀÄgÉUÉ ¸Àä±Á£ÀPÉÌ, ©Ãr PÁæ¸À d£ÀvÁ PÁ®¤UÀ¼À°è ºÁUÀÆ ©Ã¢ ¢Ã¥À ¯ÉÊ£ï EgÀzÉà 10,350- C¢üPÀÈvï 4.14 3 wAUÀ¼À 7 EgÀĪÀ ¸ÀܼÀUÀ¼À°è ¸ÉÆïÁgÀ J¯ï E r ©Ã¢ ¢Ã¥ÀUÀ¼À£ÀÄß 00 ¥ÀÆgÉÊPÉzÁgÀgÀÄ C¼ÀªÀr¸ÀĪÀÅzÀÄ.

(DMA/2018-19/OW/WORK_INDENT73529)

ºÁ®äoÀ ¸Àä±Á£ÀPÉÌ ¸ÀA¥ÀPÀð gÀ¸ÉÛ ªÀÄvÀÄÛ ¹ r ¤«Äð¸ÀĪÀÅzÀÄ ªÀÄvÀÄÛ 3£Éà zÀeÉð 10,350- UÀqÀVzÀªÁSÁ£É JzÀÄgÉUÉ EgÀĪÀ ¸Àä±Á£ÀzÀ ¹ r ¤«Äð¸ÀĪÀÅzÀÄ. 4.14 3 wAUÀ¼À ¹«¯ï ºÁUÀÆ 8 00 ªÉÄîàlÄÖ (DMA/2018-19/RD/WORK_INDENT73520)

µÀgÀvÀÄÛUÀ¼ÀÄ

1. ±ÀqÀÆå¯ï © AiÀÄ£ÀÄß ªÉ¨ï ¸ÉÊmï£À°è ¨sÀwð ªÀiÁr ¸À°è¸ÀĪÀ PÉÆãÉAiÀÄ ¢£ÁAPÀ :-18/07/2018 ¸ÀAeÉ 16 - 00WÀAmɪÀgÉUÉ ºÁUÀÆ mÉAqÀgï vÉgÉAiÀÄĪÀ ¢£ÁAPÀ :- 20-07-2018 gÀ 11.00 WÀAmÉUÉ 2. ¸ÀzÀjà ªÉÄð£ÀÀ PÁªÀÄUÁjUÀ¼À£ÀÄß UÀÄwÛUÉzÁgÀgÀÄ vÀªÀÄä ¸ÀéAvÀ Rað£À°è PÉ®¸À ªÀÄÄVzÀ ¢£ÁAPÀ¢AzÀ 2 ªÀµÀðzÀ ªÀgÉUÉ GvÀÛªÀÄ jÃwAiÀÄ°è ¤ªÀðºÀuÉ ªÀiÁqÀĪÀ ±ÀgÀwÛUÉ M¼À¥ÀnÖzÉ. 3. mÉAqÀgÀ£À LmÉAUÀ¼À ¥ÀæªÀiÁtQÌAvÀ ºÉaÑUÉ ¤ªÀð»¹zÀ°è ¥ÀÄgÀ¸À¨sÉAiÀÄÄ AiÀiÁªÀÅzÉà dªÁ¨ÁÝjAiÀiÁVgÀĪÀ¢¯Áè. 4. PÁªÀÄUÁjUÀ½UÉ ¸ÀA¨sÀA¢ü¹zÀ «ªÀgÀªÁzÀ ¥sÀ®PÀUÀ¼À£ÀÄß UÀÄwÛUÉzÁgÀgÀÄ vÀªÀÄä ¸ÀéAvÀ Rað£À°è ¸ÁªÀðd¤PÀjUÉ w½AiÀÄĪÀAvÉ PÀ¤µÀÖ 8 ¥ÀÆl JvÀÛgÀzÀ°è £ÉqÀvÀPÀÌzÀÄÝ. ºÁUÀÆ PÁªÀÄUÁjUÀ½UÉ ¸ÀA§A¢ü¹zÀ ¨ÉÆÃqÀðUÀ¼À£ÀÄß UÀÄwÛUÉzÁgÀgÀÄ vÀªÀÄä ¸ÀéAvÀ Rað£À°è §gɬĸÀvÀPÀÌzÀÄÝ. 5. ºÉaÑ£À ªÀiÁ»w/µÀgÀvÀÄÛUÀ½UÁV Website : www. kitturtown.mrc.gov.in ªÉÃ¨ï ¸ÉÊmï ¤AzÀ ¥ÀqÉAiÀħºÀÄzÀÄ ºÁUÀÆ ¸ÀºÁAiÀÄPÀ zÀÆgÀªÁtÂ: ¥sÁåPÀì : 08288-286144 gÀ°è ªÀiÁ»w ¥ÀqÉAiÀħºÀÄzÀ C®èzÉ PÀZÉÃjAiÀÄ°è PÉ®¸ÀzÀ ªÉüÀAiÀÄ°è gÀeÁ ¢£ÀUÀ¼À£ÀÄß ºÉÆgÀvÀÄÛ¥Àr¹ ¸ÀA§A¢ü¹zÀ C¢üPÁjUÀ½AzÀ/PÀZÉÃj £ÉÆÃn¸À ¨ÉÆÃqÀð£À°è ªÀiÁ»w ¥ÀqÉAiÀħºÀÄzÀÄ.

-¸À»- -¸À»-

ªÀÄÄSÁå¢üPÁjUÀ¼À CzsÀåPÀëgÀÄ

¥ÀlÖt ¥ÀAZÁAiÀÄvÀ ZÀ,QvÀÆÛgÀ ¥ÀlÖt ¥ÀAZÁAiÀÄvÀ ZÀ,QvÀÆÛgÀ

TOWN PANCHAYAT ¥ÀlÖt ¥ÀAZÁAiÀÄvÀ PÁAiÀiÁð®AiÀÄ TOWN PANCHAYAT ZÀ£ÀߪÀÄä£À QvÀÆÛgÀ-591115 CHANNAMMAN KITTURKITTUR----591115591115 vÁ : ZÀ,QvÀÆÛgÀ f : ¨É¼ÀUÁ« Tq : ch,kittur Dis :Belagavi zÀÆ : 08288-286144 E-Mail [email protected] PÀæ,¸ÀA : ¥À¥ÀAZÀQ/ss14£É ºÀ¸ÁªÀÄÆC15-16/mÉAqÀgÀ/2018-19 ¢£ÁAPÀ :18/06/2018

C¯ÁàªÀ¢ü mÉAqÀgÀ ¥ÀæPÀluÉ (E-Procurement )

F ªÀÄÆ®PÀ AiÀiÁªÀvÀÆÛ CºÀ𠹫¯ï ¯ÉÆÃPÉÆÃ¥ÀAiÉÆÃV E¯ÁSÉAiÀÄ°è £ÉÆÃAzÁ¬ÄvÀ UÀÄwÛUÉzÁgÀgÀÄ/¥ÀÆgÉÊPÉzÁgÀjUÉ w½AiÀÄ¥Àr¸ÀĪÀÅzÉãÉAzÀgÉ, ¸ÀPÁðgÀ¢AzÀ ««zsÀ AiÉÆÃd£ÉAiÀÄrAiÀÄ°è ©qÀÄUÀqÉAiÀiÁzÀ C£ÀÄzÁ£ÀzÀ°è ªÀÄAdÆgÁzÀ F MlÄÖ 8 ¥ÁåPÉÃd PÁªÀÄUÁjUÀ¼À ¥Àæw PÁªÀÄUÁjUÀ¼À£ÀÄß ¤ªÀð»¸À®Ä PÀ£ÁðlPÀ ¸ÁªÀðd¤PÀ ¸ÀAUÀæºÀuÉAiÀÄ°è ¥ÁgÀzÀ±ÀðPÀ DzsÁåzÉñÀ 1999 ªÀÄvÀÄÛ 2000 gÀAvÉ ¸ÁÖöåAqÀqïð mÉAqÀgï qÁPÀÄåªÉÄAmï£À PÉqÀ§Æèöå-1 ¸ÀÆZÀ£É ªÀÄvÀÄÛ ¤§AzsÀ£ÉUÉƼÀ¥ÀlÖAvÉ LlAªÁgÀ mÉAqÀgÀÄUÀ¼À£ÀÄß JPÀ¥ÀæwAiÀÄ°è DºÁ餸À¯ÁVzÉ CºÀð UÀÄwÛUÉzÁgÀgÀÄ E- ¥ÉÆæPÀÆågÀªÉÄAmï ¥ÀÆlð¯ï ªÀÄÄSÁAvÀgÀ PÁªÀÄUÁjAiÀÄ mÉAqÀjUÁV ¨sÁUÀªÀ»¸À§ºÀÄzÀÄ.

CAzÁdÄ ªÀÄÄAUÀqÀ PÉ®¸À C.£À PÁªÀÄUÁjAiÀÄ ºÉ¸ÀgÀÄ/ EAqÉÃAl ¸ÀASÉå ªÉÆvÀÛ (gÀÆ. oÉêÀÅ ªÉÆvÀÛ ¥ÀÆtðUÉƽ UÀÄwÛUÉzÁgÀgÀ ªÀUÀð A. ®PÀëUÀ¼À°è) gÀÆ.UÀ¼À°è ¸ÀĪÀ CªÀ¢ü.

¸À£ï 2015-16 £Éà ¸Á°£À 14 £Éà ºÀtPÁ¸ÀÄ DAiÉÆÃUÀzÀ ¸ÁªÀiÁ£Àå ªÀÄÆ® C£ÀÄzÁ£ÀzÀrAiÀÄ PÁªÀÄUÁjUÀ¼À «ªÀgÀ

3£Éà zÀeÉð 1 DMA/2018-19/WS/WORK_INDENT73506 4.12 10,300-00 ¹«¯ï ºÁUÀÆ 3 wAUÀ¼À ªÉÄîàlÄÖ

2 DMA/2018-19/BD/WORK_INDENT73511 2.07 5,175-00 -¸ÀzÀgÀ- 3 wAUÀ¼À

C¢üPÀÈvï DMA/2018-19/ OW/ WORK_ INDENT 73528 8.22 3 ¥ÀÆgÉÊPÉzÁgÀgÀÄ 20,550-00 3 wAUÀ¼À

3£Éà zÀeÉð 4 DMA/2018-19/OW/WORK_INDENT 73526 8.14 20,350-00 3 wAUÀ¼À ¹«¯ï ºÁUÀÆ ªÉÄîàlÄÖ

5 DMA/2018-19/OW/WORK_INDENT73516 2.07 5,175-00 3 wAUÀ¼À -¸ÀzÀgÀ- 6 DMA/2018-19/ RD/ WORK_ INDENT 73518 4.14 10,350-00 3 wAUÀ¼À -¸ÀzÀgÀ-

C¢üPÀÈvï DMA/2018-19/OW/WORK_INDENT73529 4.14 10,350-00 3 wAUÀ¼À 7 ¥ÀÆgÉÊPÉzÁgÀgÀÄ

3£Éà zÀeÉð 8 DMA/2018-19/RD/WORK_INDENT73520 4.14 10,350-00 3 wAUÀ¼À ¹«¯ï ºÁUÀÆ ªÉÄîàlÄÖ

µÀÀgÀvÀÄÛUÀ¼ÀÄ

1. ±ÀqÀÆå¯ï © AiÀÄ£ÀÄß ªÉ¨ï ¸ÉÊmï£À°è ¨sÀwð ªÀiÁr ¸À°è¸ÀĪÀ PÉÆãÉAiÀÄ ¢£ÁAPÀ :-18/07/2018 ¸ÀAeÉ 16 - 00WÀAmɪÀgÉUÉ ºÁUÀÆ mÉAqÀgï vÉgÉAiÀÄĪÀ ¢£ÁAPÀ :- 20-07-2018 gÀ 11.00 WÀAmÉUÉ 2. ¸ÀzÀjà ªÉÄð£ÀÀ PÁªÀÄUÁjUÀ¼À£ÀÄß UÀÄwÛUÉzÁgÀgÀÄ vÀªÀÄä ¸ÀéAvÀ Rað£À°è PÉ®¸À ªÀÄÄVzÀ ¢£ÁAPÀ¢AzÀ 2 ªÀµÀðzÀ ªÀgÉUÉ GvÀÛªÀÄ jÃwAiÀÄ°è ¤ªÀðºÀuÉ ªÀiÁqÀĪÀ ±ÀgÀwÛUÉ M¼À¥ÀnÖzÉ. 3. mÉAqÀgÀ£À LmÉAUÀ¼À ¥ÀæªÀiÁtQÌAvÀ ºÉaÑUÉ ¤ªÀð»¹zÀ°è ¥ÀÄgÀ¸À¨sÉAiÀÄÄ AiÀiÁªÀÅzÉà dªÁ¨ÁÝjAiÀiÁVgÀĪÀ¢¯Áè. 4. PÁªÀÄUÁjUÀ½UÉ ¸ÀA¨sÀA¢ü¹zÀ «ªÀgÀªÁzÀ ¥sÀ®PÀUÀ¼À£ÀÄß UÀÄwÛUÉzÁgÀgÀÄ vÀªÀÄä ¸ÀéAvÀ Rað£À°è ¸ÁªÀðd¤PÀjUÉ w½AiÀÄĪÀAvÉ PÀ¤µÀÖ 8 ¥ÀÆl JvÀÛgÀzÀ°è £ÉqÀvÀPÀÌzÀÄÝ. ºÁUÀÆ PÁªÀÄUÁjUÀ½UÉ ¸ÀA§A¢ü¹zÀ ¨ÉÆÃqÀðUÀ¼À£ÀÄß UÀÄwÛUÉzÁgÀgÀÄ vÀªÀÄä ¸ÀéAvÀ Rað£À°è §gɬĸÀvÀPÀÌzÀÄÝ. 5. ºÉaÑ£À ªÀiÁ»w/µÀgÀvÀÄÛUÀ½UÁV Website : www. kitturtown.mrc.gov.in ªÉÃ¨ï ¸ÉÊmï ¤AzÀ ¥ÀqÉAiÀħºÀÄzÀÄ ºÁUÀÆ ¸ÀºÁAiÀÄPÀ zÀÆgÀªÁtÂ: ¥sÁåPÀì : 08288-286144 gÀ°è ªÀiÁ»w ¥ÀqÉAiÀħºÀÄzÀ C®èzÉ PÀZÉÃjAiÀÄ°è PÉ®¸ÀzÀ ªÉüÀAiÀÄ°è gÀeÁ ¢£ÀUÀ¼À£ÀÄß ºÉÆgÀvÀÄÛ¥Àr¹ ¸ÀA§A¢ü¹zÀ C¢üPÁjUÀ½AzÀ/PÀZÉÃj £ÉÆÃn¸À ¨ÉÆÃqÀð£À°è ªÀiÁ»w ¥ÀqÉAiÀħºÀÄzÀÄ.

-¸À»- -¸À»-

ªÀÄÄSÁå¢üPÁjUÀ¼À CzsÀåPÀëgÀÄ

¥ÀlÖt ¥ÀAZÁAiÀÄvÀ ZÀ,QvÀÆÛgÀ ¥ÀlÖt ¥ÀAZÁAiÀÄvÀ ZÀ,QvÀÆÛgÀ

¥ÀlÖt ¥ÀAZÁAiÀÄvÀ PÁAiÀiÁð®AiÀÄ aAZÀ°

PÀbÉÃj zÀÆgÀªÁt ¸ÀASÉå: 08331237531. E Mail:[email protected]

PÀæ.¸ÀA/¥À¥ÀAa/¯ÉÆë/J¸ï.J¥sï.¹./14£ÉúÀ/mÉAqÀgÀ /2017-18/11 ¢£ÁAPÀ :-30-06-2017

UÉ,UÉ,UÉ,

ªÀiÁ£Àå G¥À¤zÉÃð±ÀPÀgÀÄ,

ªÁvÁð ªÀÄvÀÄÛ ¥ÀæZÁgÀ

E¯ÁSÉ ¨É¼ÀUÁ«.

ªÀiÁ£ÀågÉ,

«µÀAiÀÄ : ¥ÀlÖt ¥ÀAZÁAiÀÄvÀ aAZÀ°AiÀÄ ¸À£ï 2017-18£Éà ¸Á°£À J¸ïJ¥sÀ¹ ºÁUÀÆ 14£Éà ºÀtPÁ¸ÀÄ DAiÉÆÃUÀzÀ C£ÀÄzÁ£ÀzÀrAiÀÄ PÁªÀÄUÁjUÀ¼À

mÉAqÀgÀUÀ¼À£ÀÄß ¢£À¥ÀwæPÉAiÀÄ°è ¥ÀæPÀn¸ÀĪÀ PÀÄjvÀÄ.

ªÉÄð£À «µÀAiÀÄPÉÌ ¸ÀA§A¢ü¹zÀAvÉ ¥ÀlÖt ¥ÀAZÁAiÀÄvÀ aAZÀ°AiÀÄ ¸À£ï 2017-18£Éà ¸Á°£À J¸ïJ¥sÀ¹ ºÁUÀÆ 14£Éà ºÀtPÁ¸ÀÄ DAiÉÆÃUÀzÀ C£ÀÄzÁ£ÀzÀrAiÀÄ gÀÆ.21.62®PÀëUÀ¼À PÁªÀÄUÁjUÀ¼À mÉAqÀgÀUÀ¼À£ÀÄß zÉÊ£ÀA¢£À PÀ£ÀßqÀ ¢£À¥ÀwæPÉAiÀÄ°è ¥ÀæPÀn¸À®Ä vÀªÀÄä°è «£ÀAw¹zÉ. EzÀgÉÆA¢UÉ mÉAqÀgÀ 4 ¥ÀæwUÀ¼À£ÀÄß ®UÀwÛ¸À¯ÁVzÉ.

“UËgÀªÀUÀ¼ÉÆA¢UÉ”

vÀªÀÄä «±Áé¹

ªÀÄÄSÁå¢üPÁj

¥ÀlÖt ¥ÀAZÁAiÀÄvÀ, aAZÀ°

¥ÀlÖt ¥ÀAZÁAiÀÄvÀ PÁAiÀiÁð®AiÀÄ aAZÀ°

PÀbÉÃj zÀÆgÀªÁt ¸ÀASÉå: 08331237531. E Mail:[email protected]

PÀæ.¸ÀA/¥À¥ÀAa/¯ÉÆë/J¸ï.J¥sï.¹./14£ÉúÀ/mÉÃAqÀgÀ /2017-18/11 ¢£ÁAPÀ :-30-06-2017

UÉ,

ªÀiÁ£Àå fÁè mÉAqÀgÀ §Ä®n£ï C¢üPÁjUÀ¼ÀÄ,

fÁè¢üPÁjUÀ¼À PÁAiÀiÁð®AiÀÄ,

¨É¼ÀUÁ«.

ªÀiÁ£ÀågÉ,

«µÀAiÀÄ : ¸À£ï 2017-18£Éà ¸Á°£À J¸ïJ¥sï¹ ºÁUÀÆ 14£Éà ºÀtPÁ¸ÀÄ AiÉÆÃd£ÉAiÀÄr PÉÊUÉƼÀî¨ÉÃPÁzÀ PÁªÀÄUÁjUÀ¼À mÉAqÀgÀ ¥ÀæPÀluÉAiÀÄ£ÀÄß mÉAqÀgÀ §Ä°n£À°è ¥ÀæPÀn¸ÀĪÀ PÀÄjvÀÄ.

ªÉÄð£À «µÀAiÀÄzÀ PÀÄjvÀÄ vÀªÀÄä°è ¸ÁzÀgÀ¥Àr¸ÀĪÀÅzÉãÉAzÀgÉ, ¸À£ï 2017-18£Éà ¸Á°£À J¸ïJ¥sï¹ ºÁUÀÆ 14£Éà ºÀtPÁ¸ÀÄ AiÉÆÃd£ÉAiÀÄr gÀÆ.21.62®PÀëUÀ¼À PÁªÀÄUÁjUÀ¼À PÀÄjvÀÄ mÉAqÀgÀ ¥ÀæPÀluÉAiÀÄ£ÀÄß vÀªÀÄä mÉAqÀgÀ §Ä®n£À°è ¥ÀæPÀn¸À®Ä 10 ¥ÀæwUÀ¼À£ÀÄß F ¥ÀvÀæzÀ ®UÀwÛlÄÖ vÀªÀÄä°è DzÀgÀ¥ÀƪÀðPÀªÁV ¸ÁzÀgÀ¥Àr¹zÉ.

“UËgÀªÀUÀ¼ÉÆA¢UÉ”

vÀªÀÄä «±Áé¹PÀ,

ªÀÄÄSÁå¢üPÁj ¥ÀlÖt ¥ÀAZÁAiÀÄvÀ, aAZÀ°

¥ÀlÖt ¥ÀAZÁAiÀÄvÀ PÁAiÀiÁð®AiÀÄ aAZÀ°

PÀbÉÃj zÀÆgÀªÁt ¸ÀASÉå: 08331237531. E Mail:[email protected]

PÀæ.¸ÀA/¥À¥ÀAa/¯ÉÆë/J¸ï.J¥sï.¹./14£ÉúÀ/mÉAqÀgÀ/2017-18/11 ¢£ÁAPÀ :-30-06-2017

C¯ÁàªÀ¢ü mÉAqÀgÀ ¥ÀæPÀluÉ (E-Procurement )

F ªÀÄÆ®PÀ AiÀiÁªÀvÀÆÛ CºÀ𠹫¯ï ºÁUÀÆ «zÀÄåvÀÛ ¯ÉÆÃPÉÆÃ¥ÀAiÉÆÃV E¯ÁSÉAiÀÄ°è £ÉÆÃAzÁ¬ÄvÀ UÀÄwÛUÉzÁgÀjUÉ w½AiÀÄ¥Àr¸ÀĪÀÅzÉãÉAzÀgÉ, ¸ÀPÁðgÀ¢AzÀ ««zsÀ AiÉÆÃd£ÉAiÀÄrAiÀÄ°è ©qÀÄUÀqÉAiÀiÁzÀ C£ÀÄzÁ£ÀzÀ°è ªÀÄAdÆgÁzÀ F MlÄÖ 5 ¥ÁåPÉÃd PÁªÀÄUÁjUÀ¼À ¥Àæw PÁªÀÄUÁjUÀ¼À£ÀÄß ¤ªÀð»¸À®Ä PÀ£ÁðlPÀ ¸ÁªÀðd¤PÀ ¸ÀAUÀæºÀuÉAiÀÄ°è ¥ÁgÀzÀ±ÀðPÀ DzsÁåzÉñÀ 1999 ªÀÄvÀÄÛ 2000 gÀAvÉ ¸ÁÖöåAqÀqïð mÉAqÀgï qÁPÀÄåªÉÄAmï£À PÉ– qÀ§Æèöå-1 ¸ÀÆZÀ£É ªÀÄvÀÄÛ ¤§AzsÀ£ÉUÉƼÀ¥ÀlÖAvÉ LlAªÁgÀ mÉAqÀgÀÄUÀ¼À£ÀÄß JPÀ¥ÀæwAiÀÄ°è DºÁ餸À¯ÁVzÉ CºÀð UÀÄwÛUÉzÁgÀgÀÄ E-¥ÉÆæPÀÆågÀªÉÄAmï ¥ÀÆlð¯ï ªÀÄÄSÁAvÀgÀ PÁªÀÄUÁjAiÀÄ mÉAqÀjUÁV ¨sÁUÀªÀ»¸À§ºÀÄzÀÄ.

C.£À CAzÁdÄ ªÀÄÄAUÀqÀ oÉêÀÅ PÉ®¸À A. ªÉÆvÀÛ (gÀÆ. ªÉÆvÀÛ gÀÆ.UÀ¼À°è ¥ÀÆtðUÉƽ¸À PÁªÀÄUÁjAiÀÄ ºÉ¸ÀgÀÄ/ EAqÉÃAl ¸ÀASÉå ®PÀëUÀ¼À°è) ĪÀ CªÀ¢ü.

¸À£ï 2017-18 £Éà ¸Á°£À J¸ï.J¥sï.¹. ªÀÄÄPÀÛ¤¢ü C£ÀÄzÁ£ÀzÀrAiÀÄ C©üªÀÈ¢Ý PÁªÀÄUÁjUÀ¼À «ªÀgÀ

1 (DMA/2017-18/BG/WORK_INDENT63096) 2.00 5,000 -00 2 wAUÀ¼À

¸À£ï 201 7-18 £Éà ¸Á°£À 14 £Éà ºÀtPÁ¸ÀÄDAiÉÆÃUÀzÀ ¸ÁªÀiÁ£Àå ªÀÄÆ® C£ÀÄzÁ£ÀzÀrAiÀÄ PÁªÀÄUÁjUÀ¼À «ªÀgÀ

1 (DMA/2017-18/WS/WORK_INDENT63098) 17.00 42,500-00 2 wAUÀ¼À

2 (DMA/2017-18/OW/WORK_INDENT63099) 5.00 12,500-00 2 wAUÀ¼À

3 DMA/2017-18/EL/WORK_INDENT63100) 9.05 22,625-00 2 wAUÀ¼À

¸À£ï 2016-17 £Éà ¸Á°£À 14£Éà ºÀtPÁ¸ÀÄ DAiÉÆÃUÀ ¸ÁªÀiÁ£Àå PÁAiÀÄð¤ªÀðºÀuÁ C£ÀÄzÁ£ÀzÀrAiÀÄ C©üªÀÈ¢Ý PÁªÀÄUÁjUÀ¼À «ªÀgÀ

1 (DMA/2017-18/OW/WORK_INDENT63102) 4.57 11,425-00 2 wAUÀ¼À

±ÀgÀvÀÄÛUÀ¼ÀÄ

1) ±ÀqÀÆå¯ï © AiÀÄ£ÀÄß ªÉ¨ï ¸ÉÊmï£À°è ¨sÀwð ªÀiÁr ¸À°è¸ÀĪÀ PÉÆãÉAiÀÄ ¢£ÁAPÀ :-15/07/2017 ¸ÀAeÉ 16 - 00WÀAmɪÀgÉUÉ ºÁUÀÆ mÉAqÀgï vÉgÉAiÀÄĪÀ ¢£ÁAPÀ :- 17-07-2017 gÀ 10-30 WÀAmÉUÉ 2) UÀÄwÛUÉzÁgÀgÀÄ mÉÃAqÀgïUÀ¼À£ÀÄß D£ï¯ÉÊ£ï ªÀÄÆ®PÀ ¸À°è¸ÀĪÀzÀÄ ºÁUÀÆ F PÀZÉÃjAiÀÄ°è AiÀiÁªÀÅzÉà CfðUÀ¼À£ÀÄß ¹éÃPÀj¸À¯ÁUÀĪÀ¢®è. 3) UÀÄwÛUÉzÁgÀgÀÄ CAzÁdÄ ªÉÆvÀÛQAvÀ PÀrªÉÄ zÀgÀ £ÀªÉÆ¢¹zÀ°è ªÀåvÁå¸ÀzÀ ªÉÆvÀÛªÀ£ÀÄß mÉAqÀgÀ eÉÆÃvÉUÉ r.r. CxÀªÁ £ÀUÀzÀÄ gÀ¹¢ü ¥ÀqÉzÀÄ, ¥ÀƪÁðºÀðvÉUÉ ¨ÉÃPÁUÀĪÀ J®è ¥ÀæªÀiÁt ¥ÀvÀæUÀ¼ÀÄ ºÁUÀÆ zÁR¯ÁwUÀ¼À£ÀÄß ¸ÁÌöå£ï ªÀiÁr D£ï¯ÉÊ£ïmÉÃAqÀgï eÉÆÃvÉ ¸À°è¸ÀĪÀÅzÀÄ. 4) ¸ÀzÀjà ªÉÄð£ÀÀ PÁªÀÄUÁjUÀ¼À£ÀÄß UÀÄwÛUÉzÁgÀgÀÄ vÀªÀÄä ¸ÀéAvÀ Rað£À°è PÉ®¸À ªÀÄÄVzÀ ¢£ÁAPÀ¢AzÀ 2 ªÀµÀðzÀ ªÀgÉUÉ GvÀÛªÀÄ jÃwAiÀÄ°è ¤ªÀðºÀuÉ ªÀiÁqÀĪÀ ±ÀgÀwÛUÉ M¼À¥ÀnÖzÉ. 5) mÉAqÀgÀ£À LmÉAUÀ¼À ¥ÀæªÀiÁtQÌAvÀ ºÉaÑUÉ ¤ªÀð»¹zÀ°è ¥ÀÄgÀ¸À¨sÉAiÀÄÄ AiÀiÁªÀÅzÉà dªÁ¨ÁÝjAiÀiÁVgÀĪÀ¢¯Áè. 6) gÀ¸ÉÛ ºÁUÀÆ ¥ÉÊ¥À¯ÉÊ£À PÁªÀÄUÁjUÉ ¸ÀA§A¢ü¹zÀ ¸ÀAZÁgÀ ªÀåªÀ¸ÉÜ PÀÄjvÁzÀ £ÁªÀÄ¥sÀ®PÀUÀ¼À ªÀåªÀ¸ÉÜAiÀÄ£ÀÄß UÀÄwÛUÉzÁgÀgÀÄ vÀªÀÄä ¸ÀéAvÀ Rað£À°è ¥ÀÄPÀÌmÉÖAiÀiÁV ªÀiÁqÀvÀPÀÌzÀÄÝ. 7) ªÉÄÃ¯É ¥ÀæPÀn¹zÀ ¢£ÁAPÀUÀ¼À°è AiÀiÁªÀÅzÁzÀgÀÆ ¢£ÀUÀ¼ÀÄ ¸ÀPÁðj gÀeÉ JAzÀÄ WÉÆõÀuÉAiÀiÁzÀgÉ CzÀgÀ ªÀÄÄA¢£À ¢£ÀªÀ£ÀÄß ¥ÀjUÀt¸À¯ÁUÀĪÀzÀÄ. 8) PÁªÀÄUÁjUÀ½UÉ ¸ÀA¨sÀA¢ü¹zÀ «ªÀgÀªÁzÀ ¥sÀ®PÀUÀ¼À£ÀÄß UÀÄwÛUÉzÁgÀgÀÄ vÀªÀÄä ¸ÀéAvÀ Rað£À°è ¸ÁªÀðd¤PÀjUÉ w½AiÀÄĪÀAvÉ PÀ¤µÀÖ 8 ¥ÀÆl JvÀÛgÀzÀ°è £ÉqÀvÀPÀÌzÀÄÝ. ºÁUÀÆ PÁªÀÄUÁjUÀ½UÉ ¸ÀA§A¢ü¹zÀ ¨ÉÆÃqÀðUÀ¼À£ÀÄß UÀÄwÛUÉzÁgÀgÀÄ vÀªÀÄä ¸ÀéAvÀ Rað£À°è §gɬĸÀvÀPÀÌzÀÄÝ. 9) PÁªÀÄUÁjUÀ½UÉ ¸ÀA§A¢ü¹zÀAvÉ ¸ÁÖöåAqÀqÀð ©qï mÉAqÀgÀ qÁPÀÆåªÉÄAlUÀ¼ÁzÀ PÉ.qÀ§Æèöå-1 gÀ°èAiÀÄ ¤AiÀĪÀÄUÀ¼ÀÄ, ±ÀgÀvÀÄÛUÀ¼ÀÄ ºÁUÀÆ zÀAqÀ£ÉUÀ½UÉ M¼À¥ÀnÖgÀÄvÀÛzÉ. UÀÄwÛUÉzÁgÀgÀÄ F PÀÄjvÀÄ UÀªÀÄ£ÀºÀj¸ÀvÀPÀÌzÀÄÝ. 10) ªÀÄÄAUÀqÀ oÉêÀÅ ºÀt EqÀzÀ ºÁUÀÆ ªÉÃ¼É «ÄÃj §AzÀ mÉAqÀgÀUÀ¼À£ÀÄß ¥ÀjUÀt¸À¯ÁUÀĪÀ¢¯Áè.AiÀiÁªÀÅzÉà PÁgÀt PÉÆqÀzÉ mÉAqÀgÀ ªÀÄAdÆgÀ ªÀ £Á ªÀÄAdÆgÀ ªÀiÁqÀĪÀ C¢üPÁgÀ F PɼÀUÉ ¸À» ªÀiÁrzÀ C¢üPÁjUÀ½UÉ PÁ¬ÄÝj¸À¯ÁVzÉ. 11) ºÉaÑ£À ªÀiÁ»w/µÀgÀvÀÄÛUÀ½UÁV Website : www. chinchalitown.mrc.gov.in ªÉÃ¨ï ¸ÉÊmï ¤AzÀ ¥ÀqÉAiÀħºÀÄzÀÄ ºÁUÀÆ ¸ÀºÁAiÀÄPÀ zÀÆgÀªÁtÂ: ¥sÁåPÀì : 08331 -237531 gÀ°è ªÀiÁ»w ¥ÀqÉAiÀħºÀÄzÀ C®èzÉ PÀZÉÃjAiÀÄ°è PÉ®¸ÀzÀ ªÉüÀAiÀÄ°è gÀeÁ ¢£ÀUÀ¼À£ÀÄß ºÉÆgÀvÀÄÛ¥Àr¹ ¸ÀA§A¢ü¹zÀ C¢üPÁjUÀ½AzÀ/PÀZÉÃj £ÉÆÃn¸À ¨ÉÆÃqÀð£À°è ªÀiÁ»w ¥ÀqÉAiÀħºÀÄzÀÄ.

¸À

¸À»/- ¸À»/-

(²æÃ.J¸ï.JªÀiï.§§¯Á¢ ) (²æêÀÄw.£ÁUÀgÀvÁß.Dgï.¥ÉÆüÀ)

ªÀÄÄSÁå¢üPÁj CzsÀåPÀëgÀÄ

¥ÀlÖt ¥ÀAZÁAiÀÄvÀ aAZÀ° ¥ÀlÖt ¥ÀAZÁAiÀÄvÀ aAZÀ°

PÀ£ÁðlPÀ ¤ÃgÁªÀj ¤UÀªÀÄ ¤AiÀÄ«ÄvÀ (PÀ£ÁðlPÀ ¸ÀPÁðgÀzÀ GzÀåªÀÄ)

PÁAiÀÄð¤ªÁðºÀPÀ EAf¤ÃAiÀÄgÀªÀgÀ PÀZÉÃj, PÀ¤Ã¤¤, fDg啕¹ «¨sÁUÀ £ÀA. 4 aPÉÆÌÃr

zÀÆgÀªÁt ¸ÀA: 08338 – 272485 ¥sÁåPÀì ¸ÀA: 08338 – 275186

E-ªÉÄïï Lr: [email protected]

C¯ÁàªÀ¢ü mÉAqÀgÀ ¥ÀæPÀluÉ

(E-¥ÉÆæPÀÆågÀªÉÄAl ªÀÄÆ®PÀ ªÀiÁvÀæ)

mÉAqÀgÀ ¥ÀæPÀluÉ ¸ÀA: PÀ¤Ã¤¤/fDg啕¹ « -4/mÉAqÀgÀ/2018-19/03 ¢£ÁAPÀ : 29-06 -2018.

ªÀiÁ£Àå ªÀåªÀ¸ÁÜ¥ÀPÀ ¤zÉÃð±ÀPÀgÀÄ, PÀ£ÁðlPÀ ¤ÃgÁªÀj ¤UÀªÀÄ ¤AiÀÄ«ÄvÀ, ¨ÉAUÀ¼ÀÆgÀÄ EªÀgÀ ¥ÀgÀªÁV PÁAiÀÄð¤ªÁðºÀPÀ EAf¤ÃAiÀÄgÀgÀÄ, PÀ¤Ã¤¤, fDg啕¹ «¨sÁUÀ £ÀA. 4 aPÉÆÌÃr, f¯ÉèÉ: ¨É¼ÀUÁ«, PÀ£ÁðlPÀ EªÀgÀÄ LUMP SUM TURN KEY DzsÁgÀzÀ ªÉÄÃ¯É E-¥ÉÆæPÀÆågÀªÉÄAl ¥ÉÆÃmÁð¯ï ªÀÄÄSÁAvÀgÀ £ÉÆAzÁ¬ÄvÀ Class – I & above KPWD / KNNL Category – III & above UÀÄwÛUÉzÁgÀjAzÀ F PɼÀUÉ £ÀªÀÄÆ¢¹zÀ PÁªÀÄUÁjUÉ mÉAqÀgÀUÀ¼À£ÀÄß DºÁ餸À¯ÁVzÉ. EZÉÒAiÀÄļÀî UÀÄwÛUÉzÁgÀgÀÄ vÀªÀÄä mÉAqÀgÀUÀ¼À£ÀÄß Individual / Tie up ªÀiÁzÀjAiÀÄ°è ¸À°è¸À§ºÀÄzÁVzÉ.

F UÀÄwÛUÉ C¢ü¸ÀÆZÀ£É PÀÄjvÀAvÉ “UÀÄwÛUÉzÁgÀ” J£ÀÄߪÀÅzÀÄ M§â ªÉÊAiÀÄQÛPÀ UÀÄwÛUÉzÁgÀ CxÀªÁ ¤AiÀÄ«ÄvÀ GzÉÆåÃUÀ ¤gÀvÀ ¸ÀA¸ÉÜ CxÀªÁ PÀA¥À¤. SÁ° mÉAqÀgÀ zÁR¯ÉUÀ¼À£ÀÄß www.eproc.karnataka.gov.in ªÉʧ¸ÉÊmï ªÀÄÆ®PÀ ¢£ÁAPÀ 29-06-2018 jAzÀ ¥ÀqÉAiÀħºÀÄzÀÄ.

UÀÄwÛUÉUÉ EqÀ¯ÁzÀ PÉ®¸ÀzÀ «ªÀgÀUÀ¼ÀÄ F PɼÀV£ÀAwzÉ

EAqÉAl mÉAqÀjUÉ ¸ÀA: EqÀ¯ÁzÀ PÁªÀÄUÁjAiÀÄ£ÀÄß PÀæ. EJAr PÁªÀÄUÁjAiÀÄ UÀÄwÛUÉzÁgÀgÀ ¥ÀÆtðUÉƽ¸ÀĪÀ ¸À PÁªÀÄUÁj ºÉ¸ÀgÀÄ ªÉÆvÀÛ CAzÁdÄ CºÀðvÉ. CªÀ¢ü (ªÀļÉUÁ® A gÀÆ.UÀ¼À°è ªÉÆvÀÛ ¸ÉÃjzÀAvÉ) gÀÆ.UÀ¼À°è.

KNNL/ Class – I & Providing Lift Irrigation facilities to Shri 2017- above in Chandrakanth Basaling Taradale and 18/LI/ KPWD / 1 3495605.86 35,000/- 5 (Five) Months other People's of Ingali village in WORK_ Category – III Chikodi Taluka on "Turnkey Basis". INDENT Enrolled in 25545 KNNL & above KNNL/ Class – I & Providing Lift Irrigation facilities to Shri 2017- above in Ashok Dattu Patole and other People 18/LI/ KPWD / 2 3499621.77 35,000/- 5 (Five) Months of Ingali village in Chikodi Taluka on WORK_ Category – III "Turnkey Basis". INDENT Enrolled in 25546 KNNL & above KNNL/ Class – I & Providing Lift Irrigation facilities to Shri 2017- above in Gundu Dattu Alase and other People of 18/LI/ KPWD / 3 3498494.2 35,000/- 5 (Five) Months Ingali village in Chikodi Taluka on WORK_ Category – III "Turnkey Basis". INDENT Enrolled in 25547 KNNL & above KNNL/ Class – I & Providing Lift Irrigation facilities to Shri 2017- above in Shivaji Ramu Pawar and other People 18/LI/ KPWD / 4 3493851.14 35,000/- 5 (Five) Months of Ingali village in Chikodi Taluka on WORK_ Category – III "Turnkey Basis". INDENT Enrolled in 25548 KNNL & above - 2 -

Note:

1. mÉAqÀjUÉ EqÀ¯ÁzÀ PÁªÀÄUÁjAiÀÄ CAzÁdÄ ªÉÆvÀÛªÀÅ ¥Àæ¸ÀÄÛvÀ ZÁ°ÛAiÀÄ°ègÀĪÀ C£ÀĪÉÆâvÀ PRED RWS, PRED Gulbarga circle, HESCOM zÀgÀ¥ÀnÖAiÀÄ°è£À zÀgÀUÀ¼ÁVzÀÄÝ, EªÀÅUÀ¼À°è GST C£ÀĵÁ×£ÀªÁUÀĪÀ ªÉÆzÀ°£À J®è vÀgÀºÀzÀ PÀgÀUÀ¼ÀÄ ºÁUÀÆ EvÀgÉ DPÀgÀuÉUÀ¼ÀÄ M¼ÀUÉÆArgÀÄvÀÛªÉ. EZÉÒAiÀÄļÀî UÀÄwÛUÉzÁgÀgÀÄ EªÀÅUÀ¼À£ÀÄß ¥ÀjUÀt¹ vÀªÀÄä zÀgÀUÀ¼À£ÀÄß £ÀªÀÄÆ¢¸À¨ÉÃPÀÄ. DzÁUÀÆå F ªÀÄÄAzÉ C£Àé¬Ä¸À§ºÀÄzÁzÀ GST zÀgÀUÀ¼À£ÀÄß UÀÄwÛUÉAiÀÄ ªÀiË°ÃPÀgÀt ªÀiÁqÀĪÁUÁUÀ°Ã / UÀÄwÛUÉAiÀÄ M¥ÀàAzÀ ªÀiÁqÀĪÁUÁUÀ°Ã CxÀªÁ UÀÄwÛUÉ PÁªÀÄUÁjAiÀÄ ¥ÀæUÀwAiÀÄ£ÀĸÁgÀ vÀAiÀiÁj¸À§ºÀÄzÁzÀ ©¯ïUÀ¼À¯ÁèUÀ°Ã ¥ÀjUÀt¸À¯ÁUÀĪÀÅzÀÄ JA§ÄzÀ£ÀÄß UÀªÀĤ¸ÀĪÀÅzÀÄ. Instruction to Bidders: 1.0 EZÉÒAiÀÄļÀî UÀÄwÛUÉzÁgÀgÀÄ EJAr ªÉÆvÀÛ ¸ÉÃjzÀAvÉ vÀªÀÄä ¸ÀàzsÁðvÀäPÀ ©qïUÀ¼À£ÀÄß MAzÀÄ ®PÉÆÃmÉ «zsÁ£ÀzÀ°è ¸À°è¸À¨ÉÃPÀÄ 1.1 EzÀÄ ºÀtPÁ¸ÀÄ ©qï ®PÉÆÃmÉAiÀiÁVzÀÄÝ, EzÀgÀ°è F PɼÀV£À «ªÀgÀUÀ¼À£ÀÄß M¼ÀUÉÆArgÀ¨ÉÃPÀÄ. i. KPWD £À°è £ÉÆAzÀtÂAiÀiÁzÀ Class – I & above / KNNL £À°è £ÉÆAzÀtÂAiÀiÁzÀ Category – III & above £ÉÆÃAzÀt ¥ÀæªÀiÁt ¥ÀvÀæzÀ ¥ÀæwAiÀÄ£ÀÄß ®UÀwÛ¸À¨ÉÃPÀÄ. ii. f.J¸ï.n £ÉÆÃAzÁ¬ÄvÀ ¥ÀæªÀiÁt ¥ÀvÀæzÀ ¥Àæw ®UÀwÛ¸À¨ÉÃPÀÄ. iii. DzÁAiÀÄ PÀgÀPÉÌ ¸ÀA§A¢ü¹zÀAvÉ ¥Áå£À PÁqÀð ºÁUÀÆ 2017-18 £Éà ¸Á°UÉ ¸ÀA§A¢ü¹zÀ DzÁAiÀÄzÀ jl£Àð ¸À°è¸ÀĪÀÅzÀÄ ( Assessment Year 2018-19 ) ¥Àæw ®UÀwÛ¸À¨ÉÃPÀÄ. iv. ¥Àæ¸ÀÄÛvÀ E-¥ÉÆæPÀÆågÀªÉÄAl£À ªÀÄÆ®PÀ C¢ü¸ÀÆZÀ£É ºÉÆgÀr¹zÀ wAUÀ½¤AzÀ C£Àé¬Ä¸ÀĪÀAvÉ »A¢£À wAUÀ¼À E¦J¥sï ¨sÀgÀuÁ ªÀiÁrzÀ ZÀ®£ï ¥ÀæwAiÉÆA¢UÉ ¹AzsÀÄvÀé ºÉÆA¢zÀ £ËPÀgÀgÀ ¥Áæ«qÉAl ¥sÀAqï £ÉÆÃAzÀt ¥ÀæªÀiÁt ¥ÀvÀæzÀ ¥ÀæwAiÀÄ£ÀÄß ®UÀwÛ¸À¨ÉÃPÀÄ. v. EZÉÒAiÀÄļÀî UÀÄwÛUÉzÁgÀ£ÀÄ PÀ¼ÉzÀ 5 ªÀµÀðUÀ¼À°è (CAzÀgÉ, 2013-14 jAzÀ 2017-18gÀ ªÀgÉUÉ) ¥Àæw±ÀvÀ 50 gÀµÀÄÖ UÀÄwÛUÉ ªÉÆvÀÛzÀ PÁªÀÄUÁjAiÀÄ£ÀÄß M§â ªÀÄÄRå UÀÄwÛUÉzÁgÀ£ÁV ¥ÀÆgÉʹgÀ¨ÉÃPÀÄ, CzÀgÀ°è gÀÆ 17.50 ®PÀëUÀ¼ÀÄ ªÉÆvÀÛzÀ EzÉà vÀgÀºÀzÀ MAzÀÄ KvÀ ¤ÃgÁªÀj PÁªÀÄUÁjAiÀÄÄ M¼ÀUÉÆArgÀ¨ÉÃPÀÄ(PÁªÀÄUÁjAiÀÄÄ ¥ÀæUÀwAiÀÄ°èzÀÝgÉ D PÁªÀÄUÁjAiÀÄ mÉAqÀgÀUÉ ¤UÀ¢¥Àr¹zÀ ªÉÆvÀÛzÀ ±ÉÃPÀqÁ 90 QÌAvÀ PÀrªÉÄ EgÀzÀAvÉ ¥ÀÆtðUÉƽ¹gÀ¨ÉÃPÀÄ). F PÀÄjvÀAvÉ ¸ÀA§AzsÀ¥ÀlÖ PÁAiÀÄð¤ªÁðºÀPÀ EAf¤ÃAiÀÄgÀgÀªÀjAzÀ ¥ÀqÉAiÀįÁzÀ & ¸ÀA§AzsÀ¥ÀlÖ C¢üÃPÀëPÀ EAf¤ÃAiÀÄgïjAzÀ ªÉÄîgÀÄdÄ ªÀiÁrzÀAvÀºÀ PÁªÀÄUÁj ¤ªÀð»¹zÀ ¥ÀæªÀiÁt ¥ÀvÀæªÀ£ÀÄß ¥ÀqÉzÀÄ E-mÉAqÀgÀ ªÀÄÆ®PÀ ¸À°è¸À¨ÉÃPÀÄ. (UÀÄwÛUÉzÁgÀgÀÄ ¤ªÀð»¹zÀ PÁªÀÄUÁjUÀ¼À ªÉÆvÀÛªÀ£ÀÄß weightage at 10% per annum gÀAvÉ £À«ÃPÀj¸À¯ÁUÀĪÀÅzÀÄ / ¥ÀjµÀÌj¸À¯ÁUÀĪÀÅzÀÄ). vi. 2013-14 jAzÀ 2017-18gÀ ªÀgÉV£À PÀ¼ÉzÀ 5 ªÀµÀðUÀ¼À°è AiÀiÁªÀÅzÁzÀgÀÄ JgÀqÀÄ ªÀµÀðUÀ¼À°è J®è ¹«í¯ï EAf¤ÃAiÀÄjAUï PÁªÀÄUÁjUÀ¼ÀÄ ¸ÉÃjzÀAvÉ ªÀ»ªÁlÄ PÀ¤µÀ× gÀÆ 35.00 ®PÀëUÀ¼ÀÄ EgÀ¨ÉÃPÀÄ.. ªÀiÁ£ÀåvÉ ¥ÀqÉzÀ ¯ÉPÀÌ ¥Àj±ÉÆÃzsÀPÀjAzÀ ¥ÀæªÀiÁtÂÃPÀj¹zÀAvÀºÀ ¥Àj±ÉÆâüvÀ ¯Á¨sÀ ªÀÄvÀÄÛ £ÀµÀÖ ¯ÉPÀÌ ¥ÀvÀæzÉÆA¢UÉ F ªÉÄð£À CªÀ¢üUÉ DzÁAiÀÄ PÀgÀ ¥ÁªÀw¹zÀ zÁR¯ÉUÀ¼À£ÀÄß ¸À°è¸À¨ÉÃPÀÄ. (»A¢£À ªÀµÀðUÀ¼À ªÁ¶ðPÀ ªÀ»ªÁl£ÀÄß weightage at 10% per annum gÀAvÉ 2018-19PÉÌ £À«ÃPÀj¸À¯ÁUÀĪÀÅzÀÄ / ¥ÀjµÀÌj¸À¯ÁUÀĪÀÅzÀÄ). UÀÄwÛUÉzÁgÀgÀÄ vÀªÀÄä mÉAqÀj£À CºÀðvÉ ¨ÉA§¯ÁxÀðªÁV (¤UÀ¢¥Àr¹zÀAvÉ) CªÀ±ÀåPÀ ¥ÀæªÀiÁt ¥ÀvÀæUÀ¼À£ÀÄß/ zÁR¯ÉUÀ¼À£ÀÄß ¸ÁÌöå£ï ªÀiÁr E- mÉAqÀjUÉ ®UÀwÛ¸ÀĪÀÅzÀÄ. ¸ÁÌöå£ï ªÀiÁrzÀ ¥ÀæwUÀ¼ÀÄ ¦rJ¥sï (preferably in PDF form) £ÀªÀÄÆ£ÉAiÀÄ°è EgÀvÀPÀÌzÀÄÝ. ¸ÁÌöå£ï ªÀiÁrzÀ CªÀ±ÀåPÀ CºÀðvÉ zÁR¯ÉUÀ¼À£ÀÄß E-¥ÉÆÃmÁð¯ï ªÀÄÄSÁAvÀgÀ ¸À°è¹, CªÀÅUÀ¼À ªÀÄÆ® ¥ÀæwUÀ¼À£ÀÄß ºÁUÀÆ ¸ÁÌöå£ï ªÀiÁr ¸À°è¹zÀ ¥ÀæwUÀ½UÉ ¸ÀéAiÀÄA zÀÈrüÃPÀgÀtzÉÆA¢UÉ vÁAwæPÀ ©qï vÉgÉAiÀÄĪÀ ¢£ÁAPÀzÀAzÀÄ ¥Àj²Ã®£ÉUÁV ºÁdgÀ¥Àr¸ÀvÀPÀÌzÀÄÝ. EzÀPÉÌ vÀ¦àzÀ°è CªÀgÀ ©qï£ÀÄß non-responsive JAzÀÄ ¥ÀjUÀt¸À¯ÁV ©qï£ÀÄß wgÀ¸ÀÌj¸À¯ÁUÀĪÀÅzÀÄ.

- 3 –

2.0 mÉAqÀgÀ zÁR¯ÉUÀ¼À£ÀÄß ¤ÃqÀÄ«PÉ ºÁUÀÆ ¸À°è¸ÀÄ«PÉ: 2.1 E - ¥ÉÆæPÀÆågÀªÉÄAl: EZÉÒAiÀÄļÀî UÀÄwÛUÉzÁgÀgÀÄ transaction fee AiÀÄ£ÀÄß payment modes UÀ¼À£ÀÄß G¥ÀAiÉÆÃV¹PÉÆAqÀÄ E- ¥ÉÆæPÀÆågÀªÉÄAl ªÀÄÄSÁAvÀgÀ ¨sÀgÀuÁ ªÀiÁqÀ§ºÀÄzÀÄ. EZÉÒAiÀÄļÀî UÀÄwÛUÉzÁgÀgÀÄ CªÀ±ÀåPÀ SÁ° mÉAqÀgÀ zÁR¯ÉUÀ¼À£ÀÄß E-¥ÉÆæPÀÆågÀªÉÄAmï ªÉʧ¸ÉÊmï www.eproc.karnataka.gov.in ªÀÄÆ®PÀ E- ¥ÉÆæPÀÆågÀªÉÄAl ¥ÉÆÃmÁð¯ï£À°è £ÀªÀÄÆ¢¹zÀAvÀºÀ CªÀ±ÀåPÀ »A¢gÀÄV¸À¯ÁUÀzÀ (towards transaction fee ) ªÉÆvÀÛªÀ£ÀÄß ¨sÀgÀuÁ ªÀiÁr ¥ÀqÉAiÀħºÀÄzÀÄ ºÁUÀÆ ¨sÀwð ªÀiÁrzÀ mÉAqÀgÀUÀ¼À£ÀÄß ¸À°è¸À§ºÀÄzÀÄ. i. PÉærmï PÁqÀðUÀ¼ÀÄ (CREDIT CARDS) ii. £ÉÃgÀ RZÀÄð (DIRECT DEBIT) iii. gÁ¶ÖçÃAiÀÄ J¯ÉPÁÖç¤PÀ ¤¢ü ªÀUÁðªÀuÉ (NEFT) iv. PËAlgï£À°è ( OTC)

2.2 mÉAqÀgÀ ¥ÀæQæAiÉÄUÀ¼À ªÉüÁ¥ÀnÖ:

¸ÀA. ªÉüÁ¥ÀnÖ (vÁvÁÌ°PÀ) ¢£ÁAPÀ & ¸ÀªÀÄAiÀÄ

a EZÉÒAiÀÄļÀî UÀÄwÛUÉzÁgÀgÀÄ mÉAqÀgÀ zÁR¯ÉUÀ½UÁV CAzÀgÉ, mÉAqÀgÀ ¢£ÁAPÀ 29-06-2018 jAzÀ ±ÉqÀÆå¯ïìUÀ½UÁV, ©qï zÁR¯ÉUÀ½UÁV ªÀÄvÀÄÛ EvÀgÉ zÁR¯ÉUÀ½UÁV CªÀ±ÀåPÀ ¢£ÁAPÀ 16-07-2018 gÀ 16.00 »A¢gÀÄV¸À¯ÁUÀzÀ (transaction fee ) ªÉÆvÀÛªÀ£ÀÄß ¨sÀgÀuÁ ªÀiÁqÀĪÀÅzÀgÉÆA¢UÉ WÀAmÉAiÀĪÀgÉUÉ. E-¥ÉÆæPÀÆågÀªÉÄAmï ªÉʧ¸ÉÊmï www.eproc.karnataka.gov.in ªÀÄÆ®PÀ ¥ÀæªÉñÀ ¥ÀqÉAiÀħºÀÄzÁVzÉ. b mÉAqÀgÀ PÀÄjvÀ ¥Àæ±ÉßUÀ½UÁV / ¸Àà¶ÖÃPÀgÀtUÀ½UÁV PÉÆ£ÉAiÀÄ ¢£ÁAPÀ & ¢£ÁAPÀ 13 -07 -2018 gÀ ¸ÀªÀÄAiÀÄ 17.00 WÀAmÉAiÀĪÀgÉUÉ.

c ¨sÀwð ªÀiÁrzÀ mÉAqÀgÀUÀ¼À£ÀÄß E-¥ÉÆÃlð¯ï ªÀÄÄSÁAvÀgÀ ¸À°è¸À®Ä PÉÆ£ÉAiÀÄ ¢£ÁAPÀ 16-07-2018 gÀ ¢£ÁAPÀ & ¸ÀªÀÄAiÀÄ 16.00 WÀAmÉAiÀĪÀgÉUÉ.

d ©qï£ÀÄß vÉgÉAiÀÄĪÀ ¢£ÁAPÀ ¢£ÁAPÀ 19 -07 -2018 gÀ 11.00 WÀAmÉAiÀÄ £ÀAvÀgÀ

¸ÁªÀiÁ£Àå ¤§AzsÀ£ÉUÀ¼ÀÄ (General Conditions) : 3 DyðPÀ ©qï£ÀÄß PÁAiÀÄð¤ªÁðºÀPÀ EAf¤ÃAiÀÄgï, PÀ¤Ã¤¤, fDg啕¹ «¨sÁUÀ £ÀA. 4 aPÉÆÌÃr , EªÀgÀ PÀZÉÃjAiÀÄ°è EZÉÒAiÀÄļÀî UÀÄwÛUÉzÁgÀgÀ ¸ÀªÀÄÄäRzÀ°è vÉgÉAiÀįÁUÀĪÀÅzÀÄ.

4 UÀÄwÛUÉzÁgÀgÀÄ EJAr ªÉÆvÀÛUÀ¼À£ÀÄß E-¥ÉÆæPÀÆågÀªÉÄAl ¥ÉÆÃmÁð¯ï£À°è ¥ÁªÀw¸À§ºÀÄzÁzÀ ««zsÀ ªÀiÁzÀjAiÀÄ ¥ÁªÀw «zsÁ£ÀUÀ¼ÀÄ CAzÀgÉ, PÉærmï PÁqÀðUÀ¼ÀÄ (CREDIT CARDS) / £ÉÃgÀ RZÀÄð (DIRECT DEBIT) / gÁ¶ÖçÃAiÀÄ J¯ÉPÁÖç¤PÀ ¤¢ü ªÀUÁðªÀuÉ (NEFT) / PËAlgï£À ( OTC) ªÀÄÆ®PÀ ¥ÁªÀw¸À§ºÀÄzÀÄ. ¤UÀ¢vÀ EJAr ªÉÆvÀÛªÀ£ÀÄß ¥ÁªÀw¸ÀzÀ UÀÄwÛUÉzÁgÀgÀ ©qïUÀ¼À£ÀÄß wgÀ¸ÀÌj¸À¯ÁUÀĪÀÅzÀÄ. ¸ÀA¥ÀÆtð EJAr ªÉÆvÀÛªÀ£ÀÄß KPÉÊPÀ ªÀåªÀºÁgÀzÀ ªÀÄÆ®PÀ ( single transaction ) ¥ÁªÀw¸ÀĪÀÅzÀÄ. 5 E-PÁå±ï ( e cash ) ªÀÄÆ®PÀ ¨sÀgÀuÁ ªÀiÁrzÀ CªÀ±ÀåPÀ EJAr ªÉÆvÀÛªÀÅ PÁªÀÄUÁjAiÀÄ£ÀÄß ¥ÀÆtðUÉƽ¹ CzÀgÀ ¤ªÀðºÀuÁ CªÀ¢ü ¥ÀÆtðUÉƼÀÄîªÀªÀgÉUÀÆ E¯ÁSÉAiÀÄ SÁvÉAiÀÄ°èAiÉÄà G½AiÀÄĪÀzÉA§ «µÀAiÀĪÀ£ÀÄß UÀªÀĤ¸ÀĪÀÅzÀÄ

6 Joint Venture ©qÀUÀ¼À£ÀÄß ¹éÃPÀj¸À¯ÁUÀĪÀÅ¢®è.

- 4 - 7 vÁAwæPÀªÁV CºÀðgÁUÀzÀ UÀÄwÛUÉzÁgÀgÀ£ÀÄß ºÉÆgÀvÀÄ¥Àr¹ UÀÄwÛUÉAiÀÄ£ÀÄß CAwªÀÄUÉƽ¸ÀĪÀ ¥ÀƪÀðzÀ°è AiÀiÁªÀÅzÉà UÀÄwÛUÉzÁgÀgÀÄ AiÀiÁªÀÅzÉà ¸ÀªÀÄAiÀÄzÀ°è mÉAqÀgÀ ¥ÀæQæAiÉĬÄAzÀ vÀªÀÄä mÉAqÀgÀ£ÀÄß »A¥ÀqÉzÀ°è, CAxÀªÀgÀ EJAr ªÉÆvÀÛªÀ£ÀÄß ªÀÄÄlÄÖUÉÆÃ®Ä ºÁQPÉƼÀî¯ÁU ÀĪÀÅzÀÄ / CAxÀªÀgÀ ºÉ¸ÀgÀ£ÀÄß PÉJ£ïJ£ïJ¯ï PÉmÉUÀj UÀÄwÛUÉzÁgÀgÀ ¥ÀnÖ¬ÄAzÀ PÀ¤µÀ× MAzÀÄ ªÀµÀðzÀªÀgÉUÉ vÉUÉzÀÄ ºÁPÀ¯ÁUÀĪÀÅzÀÄ ºÁUÀÆ CªÀgÀ ºÉ¸ÀgÀ£ÀÄß PÀ¥ÀÄà¥ÀnÖAiÀÄ°è ¸ÉÃj¸À®Ä PÀæªÀÄ dgÀÄV¸À¯ÁUÀĪÀÅzÀÄ. 8 PÉJ£ïJ£ïJ¯ï ¨ÉÆÃqÀð£À ¤zsÁðgÀzÀAvÉ, J®è UÀÄwÛUÉzÁgÀgÀÄ ¸À°è¸ÀĪÀ mÉAqÀgÀUÀ¼À°è J®ègÀÆ MAzÁV AiÀiÁªÀÅzÁzÀgÀÆ CªÀåªÀºÁgÀ DVzÉÃAiÉÆà ºÉÃUÉ JA§ÄzÀ£ÀÄß ¤zsÀðj¸À®Ä AiÀiÁªÀÅzÉà UÀÄwÛUÉzÁgÀgÀÄ ¸À°è¹gÀĪÀ ©qïUÀ¼À£ÀÄß (vÁªÀÅ ¸À°è¹gÀĪÀ ªÀÄÆ® zÁR¯ÉUÀ¼À£ÀÄß ¸À°è¸ÀzÀAvÀºÀ CxÀªÁ EvÀgÉ PÁgÀtUÀ½AzÀ) mÉAqÀgÀ ¥ÀæQæAiÉĬÄAzÀ »A¥ÀqÉzÀgÀÆ ¸ÀºÀ CªÀgÀÄ ¸À°è¹gÀĪÀ zÀgÀUÀ¼À£ÀÄß EvÀgÉ UÀÄwÛUÉzÁgÀgÀ mÉAqÀgÀ zÀgÀUÀ¼ÉÆA¢UÉ ºÉÆðPÉUÁV J®è UÀÄwÛUÉzÁgÀgÀ mÉAqÀgÀUÀ¼À£ÀÄß vÉgÉzÀÄ £ÉÆÃqÀ¯ÁUÀĪÀÅzÀÄ ºÁUÀÆ Cwà PÀrªÉÄ zÀgÀ £ÀªÀÄÆ¢¹zÀ UÀÄwÛUÉzÁgÀgÀÄ vÀªÀÄä mÉAqÀgÀ£À°è £ÀªÀÄÆ¢¹zÀ zÀgÀUÀ¼ÉÆA¢UÉ ºÉÆð¹ £ÉÆÃqÀ¯ÁUÀĪÀÅzÀÄ.

9 UÀÄwÛUÉzÁgÀgÀÄ CªÀ±ÀåPÀ CºÀðvÁ ¤§AzsÀ£ÉUÀ¼À£ÀÄß ¥ÀÆgÉʸÀĪÀÅzÀPÁÌV vÀªÀÄä mÉAqÀgÀ£ÉÆA¢UÉ ¸ÀPÀëªÀÄ / ¸ÀA§AzsÀ¥ÀlÖ ¥Áæ¢üPÁgÀzÀªÀgÀÄ ¤ÃrzÀ ¤dªÁzÀ ¥ÀæªÀiÁt ¥ÀvÀæUÀ¼ÀÀÄ / zÁR¯ÉUÀ¼ÀÀÄ EvÁå¢UÀ¼À£ÀÄß ªÀiÁvÀæ E- mÉAqÀgÀ ªÀÄÆ®PÀ ¸À°è¸ÀĪÀÅzÀÄ. mÉAqÀgÀUÀ¼À ¥Àj²Ã®£Á ¸ÀªÀÄAiÀÄzÀ°è, F jÃw ¸À°èPÉAiÀiÁzÀ zÁR¯ÉUÀ¼ÀÄ / ¥ÀæªÀiÁt ¥ÀvÀæUÀ¼ÀÄ EvÁå¢UÀ¼ÀÄ ¸ÀļÀÄî JAzÀÄ ¸ÀPÀëªÀÄ / ¸ÀA§AzsÀ¥ÀlÖ ¥Áæ¢üPÁgÀzÀªÀjAzÀ w½zÀÄ §AzÀ°è CAxÀªÀgÀ EJArAiÀÄ£ÀÄß ªÀÄÄlÄÖUÉÆÃ®Ä ºÁQPÉƼÀÄîªÀÅzÀgÉÆA¢UÉ CªÀgÀ ºÉ¸ÀgÀ£ÀÄß PÀ¥ÀÄà ¥ÀnÖUÉ ¸ÉÃj¸À®Ä PÀæªÀÄ PÉÊUÉƼÀî¯ÁUÀĪÀÅzÀÄ. 10 ¸ÀA¸ÉÜ / PÀA¥À¤ EªÀgÀÄ M¼ÀUÉÆAqÀAvÉ EZÉÑAiÀÄļÀî UÀÄwÛUÉzÁgÀgÀÄ vÁªÀÅ ¸À°è¸À§ºÀÄzÁzÀ DyðPÀ ©qï£À°è ¥Àæ¸ÀÄÛvÀ PÁªÀÄUÁjAiÀÄ «ªÀgÀUÀ¼À£ÀéAiÀÄ, UÀÄwÛUÉ £ÀªÀÄÆ£ÉAiÀÄ°èAiÀÄ ±ÉqÀÆå¯ï- J, ±ÉqÀÆå¯ï- ©, EvÁå¢UÀ¼À£ÁßzsÀj¹ ¸ÀzÀj PÁªÀÄPÁjAiÀÄ£ÀÄß Lumsum Turn Key basis DzsÁgÀzÀ ªÉÄÃ¯É PÁªÀÄUÁjAiÀÄ£ÀÄß ¥ÀÆtðUÉƽ¸À®Ä £ÀªÀÄÆ¢¸À§ºÀÄzÁzÀ ªÉÆvÀÛªÀ£ÀÄß ªÀåPÀÛ¥Àr¸À¨ÉÃPÀÄ.

11 ¸ÀA¸ÉÜ / PÀA¥À¤ EªÀgÀ£ÀÄß M¼ÀUÉÆAqÀAvÉ UÀÄwÛUÉzÁgÀgÀÄ ¥Àæ¸ÀÄÛvÀ PÁªÀÄUÁjUÉ ¸ÀA§A¢ü¹zÀAvÉ ¥ÁªÀw¸À¨ÉÃPÁzÀ mÉAqÀgÀ ¥ÀæQæAiÉÄ ªÉÆvÀÛ ( processing fee ) & EJAr ªÉÆvÀÛªÀ£ÀÄß ¸ÀA§A¢ü¹zÀ ¨ÁåAPÀ CPËAmïUÀ¼À°è E-¥ÉÆÃmÁð¯ï ªÀÄÆ®PÀ UÀÄwÛUÉAiÀÄ£ÀÄß ¸À°è¸ÀĪÀ ¢£ÁAPÀzÀAzÀÄ CxÀªÁ CzÀQÌAvÀ ªÉÆzÀ®Ä ¥ÁªÀw¹gÀ¨ÉÃPÀÄ.

12 ¸ÀA¸ÉÜ / PÀA¥À¤ EªÀgÀ£ÀÄß M¼ÀUÉÆAqÀAvÉ UÀÄwÛUÉzÁgÀgÀÄ mÉAqÀgÀUÀ¼À£ÀÄß ¹éÃPÀj¸À®Ä ¤UÀ¢¥Àr¹zÀ PÉÆ£ÉAiÀÄ ¢£ÁAPÀ ªÀÄvÀÄÛ ¸ÀªÀÄAiÀÄPÉÌ ªÀÄÄAavÀªÁVAiÉÄà PÀA¥ÀÆålgï ¨Ëæ¸Àgï ºÉÆAzÁtÂPÉAiÀÄ£ÀÄß RavÀ¥Àr¹PÉƼÀî¨ÉÃPÀÄ. EAlgï£Émï ¸ÀA¥ÀPÀð ¸ÀªÀĸÉåUÀ¼ÀÄ ªÀÄvÀÄÛ vÁAwæPÀ zÉÆõÀUÀ½AzÁV E-¥ÉÆæPÀÆågÀªÉÄAl ¥ÉÆÃmÁð¯ï£À°è ¥ÀæªÉñÀ zÉÆgÉAiÀÄ¢zÀÝ°è E¯ÁSÉAiÀÄÄ dªÁ¨ÁÝjAiÀiÁVgÀĪÀÅ¢®è.

13 EZÉÒAiÀÄļÀî UÀÄwÛUÉzÁgÀgÀÄ vÁªÀÅ ¸À°è¸À§ºÀÄzÁzÀ zÀgÀUÀ½UÉ PÀÄjvÀAvÉ ¨ÉA§°vÀªÁV / ¸Àà¶ÖÃPÀgÀtªÁV «ªÀgÀªÁzÀ zÀgÀ «±ÉèõÀuÉAiÀÄ£ÀÄß ¸À°è¸À¨ÉÃPÀÄ. EAvÀºÀ ªÀiÁ»wAiÀÄ£ÀÄß ¸À°è¸ÀzÉà ºÉÆÃzÀ°è CAzÁdÄ ¥ÀwæPÉAiÀÄ°è ¥ÀjUÀt¸À¯ÁzÀ individual component UÀ¼À£ÁßzsÀj¹ / vÀÄ®£ÁvÀäPÀªÁV ¥ÀjUÀt¹ UÀÄwÛUÉzÁgÀgÀÄ £ÀªÀÄÆ¢¸À¯ÁzÀ zÀgÀªÀ£ÀÄß ªÀiË°ÃPÀgÀt ªÀiÁqÀ¯ÁUÀĪÀÅzÀÄ.

14 ªÀiË°ÃPÀgÀt ¸ÀªÀÄAiÀÄzÀ°è UÀÄwÛUÉzÁgÀgÀÄ ¸À°è¹zÀ ¥ÀæªÀiÁt ¥ÀvÀæUÀ¼À ¥ÀæwUÀ¼ÀÄ / ªÀiÁ»wUÀ¼ÀÄ ¸ÀļÀÄî JAzÀÄ PÀAqÀÄ §AzÀ°è, CAxÀºÀ UÀÄwÛUÉzÁgÀgÀÄ ©qïUÀ¼À£ÀÄß wgÀ¸ÀÌj¸À¯ÁUÀĪÀÅzÀÄ ( disqualified ) ºÁUÀÆ CªÀgÀÄUÀ¼À£ÀÄß ªÀÄÄA¢£À ©qïUÀ¼À°è ¨sÁUÀªÀ»¸À®Ä CªÀPÁ±ÀPÉÆqÀ¯ÁUÀzÀÄ ( barred ).

15 EZÉÒAiÀÄļÀî UÀÄwÛUÉzÁgÀgÀÄ vÀªÀÄä ©qïUÀ¼À£ÀÄß ¸À°è¸ÀĪÀ ªÉÆzÀ®Ä PÁªÀÄUÁjAiÀÄ ¸ÀܼÀªÀ£ÀÄß ¥Àj²Ã°¸ÀĪÀÅzÀÄ, ¸ÀܽÃAiÀĪÁV ®¨sÀå«gÀĪÀ PÁªÀÄUÁjAiÀÄ ¤ªÀiÁðtPÉÌ ¸ÀA§A¢ü¹zÀAvÉ ¸ÁªÀÄVæUÀ¼À ®¨sÀåvÉ, PÁªÀÄUÁjAiÀÄ ¤ªÀiÁðtPÉÌ CªÀ±ÀåPÀ«gÀĪÀ PÁ«ÄðPÀgÀ ®¨sÀåvÉ, PÁªÀÄUÁjUÉ CªÀ±ÀåPÀªÁV ¨ÉÃQgÀĪÀ ¨sÀÆ«ÄAiÀÄ ®¨sÀåvÉ EvÁå¢UÀ¼À£ÀÄß RavÀ¥Àr¹PÉƼÀî¨ÉÃPÀÄ.

16 ¸ÀPÁðgÀ¢AzÀ PÁ®PÁ®PÉÌ ºÉÆgÀr¸À§ºÀÄzÁzÀ DzÉñÀUÀ¼À£ÀéAiÀÄ gÁdzsÀ£ÀªÀ£ÀÄß ( royalty charges ) PÁªÀÄUÁjAiÀÄ ©¯ï£À°è PÀrvÀUÉƼÀ¸À¯ÁUÀĪÀÅzÀÄ

- 5 -

17 AiÀıÀ¹é UÀÄwÛUÉzÁgÀjUÉ CªÀgÀ mÉAqÀgÀ£ÀÄß ¹éÃPÀj¹zÀ §UÉÎ °TvÀªÁV w½¹zÀ ¢£ÁAPÀ¢AzÀ 15 ¢£ÀUÀ¼ÉƼÀUÁV M¥ÀàAzÀ ¥ÀvÀæªÀ£ÀÄß ªÀiÁrPÉƼÀî¨ÉÃPÀÄ. M¥ÀàAzÀ ªÀiÁrPÉƼÀî®Ä ºÉZÀÄѪÀj CªÀ¢ü ¨ÉÃPÁzÀ°è, F PÀÄjvÀAvÉ °TvÀªÁV w½¹zÀ°è UÀÄwÛUÉ ªÉÆvÀÛzÀ ¥Àæw±Àvï 0.50 gÀµÀÄÖ zÀAqÀzÉÆA¢UÉ 30 ¢£ÀUÀ¼À ºÉZÀÄѪÀj CªÀ¢üAiÀÄ£ÀÄß ¤ÃqÀ¯ÁUÀĪÀÅzÀÄ.

18 £ÉʸÀVðPÀ «PÉÆÃ¥À¢AzÀ DUÀ§ºÀÄzÁzÀ AiÀiÁªÀÅzÉà ºÁ¤UÉ UÀÄwÛUÉzÁgÀgÉà dªÁ¨ÁÝgÀgÁVgÀÄvÁÛgÉ. F PÀÄjvÀAvÉ ¸ÀPÁðgÀªÁUÀ°Ã CxÀªÁ ¤UÀªÀĪÁUÀ°Ã AiÀiÁªÀÅzÉà ¥ÀjºÁgÀªÀ£ÀÄß ¤ÃqÀĪÀÅ¢®è.

19 UÀÄwÛUÉzÁgÀgÀÄ UÀÄwÛUÉ M¥ÀàAzÀzÀAvÉ PÁªÀÄUÁjAiÀÄ£ÀÄß AiÀıÀ¹éAiÀiÁV ¥ÀÆtðUÉƽ¸ÀĪÀÅzÀPÉÌ dªÁ¨ÁÝgÀgÁVgÀÄvÁÛgÉ.

20 UÀÄwÛUÉzÁgÀgÀÄ mÁæ¤ì«ÄµÀ£ï ¯ÉÊ£ï ¤ªÀiÁðtPÁÌV, PÀ£ÁðlPÀzÀ°è «zÀÄåvï ±ÀQÛ ¯ÉÊ£ï ¤ªÀiÁðt PÁªÀÄUÁjUÀ¼À£ÀÄß ¤«Äð¸À®Ä ¯ÉʸÀ£ïì ºÉÆA¢gÀĪÀ KeɤìUÀ¼À£ÀÄß ªÀiÁvÀæ ¥Àæ¸ÀÄÛvÀ PÁªÀÄUÁjAiÀÄ°è vÉÆqÀV¸À¨ÉÃPÀÄ. EAvÀºÀ ¯ÉʸÀ£ïì ºÉÆA¢gÀĪÀ KeɤìUÀ¼ÀÄ PÀ¤µÀ× ¥Àæw±ÀvÀ 50 gÀµÀÄÖ GzÀÝ «zÀÄåvÀ ±ÀQÛ ¯ÉÊ£ï ¤ªÀiÁðtzÀ PÁªÀÄUÁjAiÀÄ£ÀÄß KPÉÊPÀ UÀÄwÛUÉAiÀÄ°è ¥ÀÆtðUÉƽ¹gÀ¨ÉÃPÀÄ. UÀÄwÛUÉ M¥ÀàAzÀzÀ £ÀAvÀgÀ ¸ÀA§A¢ü¹zÀ Pɦn¹J¯ï£À PÁAiÀÄð¤ªÁðºÀPÀ EAf¤ÃAiÀÄgïgÀ ºÀÄzÉÝVAvÀ®Æ PÀrªÉÄ EgÀzÀ ¸ÀPÀëªÀÄ C¢üPÁjUÀ¼À zÀÈrüÃPÀgÀtzÉÆA¢UÉ EAvÀºÀ KeɤìUÀ¼À £ÉÆÃAzÀt ¥ÀæªÀiÁt ¥ÀvÀæ & C£ÀĨsÀªÀzÀ ¥ÀæªÀiÁt ¥ÀvÀæUÀ¼À£ÀÄß PÉJ£ïJ£ïJ¯ï£À ¥Àj²Ã®£ÉUÁV ¸À°è¸À¨ÉÃPÀÄ.

21 EZÉÒAiÀÄļÀî UÀÄwÛUÉzÁgÀgÀÄ KPÉÊPÀ ©qïgÀ£ÁV ªÀiÁvÀæ mÉAqÀgÀ ¥ÀæQæAiÉÄAiÀÄ°è ¥Á¯ÉÆμÀÄîªÀÅzÀÄ. F PÀÄjAvÉ AiÀiÁªÀÅzÉà G®èAWÀ£ÉAiÀiÁzÀ°è ¸À°è¸À¯ÁzÀ ©qï C£ÀºÀðªÁUÀÄvÀÛzÉ ( disqualification ).

22 EZÉÒAiÀÄļÀî UÀÄwÛUÉzÁgÀgÁUÀ°Ã CxÀªÁ CªÀgÀ C¢üPÀÈvÀ ¥Àæw¤¢üUÀ¼ÁUÀ°Ã ¥Àæ¸ÀÄÛvÀ PÁªÀÄUÁjUÉ ¸ÀA§A¢ü¹zÀAvÉ ©qï£ÀÄß ¸À°è¹zÀ°è CªÀgÀªÀgÀ ªÀiÁzÀj ¸À»AiÀÄ£ÀÄß PÁªÀÄUÁjAiÀÄ ±ÉqÀÆå¯ï © £À°è ¸ÁÌöå£ï ªÀiÁr E- mÉAqÀgÀ ªÀÄÆ®PÀ ¸À°è¸ÀĪÀÅzÀÄ.

23 ªÉÄÃ¯É w½¸À¯ÁzÀ AiÀiÁªÀÅzÉà ¢£ÁAPÀUÀ¼ÀÄ ¸ÁªÀiÁ£Àå gÀeÉAiÀiÁzÀ°è, ªÀÄÄA¢£À PÉ®¸ÀzÀ ¢£ÀzÀAzÀÄ mÉAqÀgÀ ¥ÀæQæAiÉÄAiÀÄ ¢£ÁAPÀUÀ¼ÀÄ AiÀÄxÁªÀvÁÛV ªÀÄÄAzÀĪÀgÉAiÀÄÄvÀÛªÉ JA§ÄzÀ£ÀÄß UÀªÀĤ¸ÀĪÀÅzÀÄ.

24 ¥Àæ¸ÀÄÛvÀ «µÀAiÀÄzÀ PÁªÀÄUÁj PÀÄjvÀAvÉ ºÉZÀÄѪÀj ªÀiÁ»w K£Áz ÀgÀÆ ¨ÉÃPÁzÀ°è F PÀZÉÃj PÉ®¸ÀzÀ ªÉüÉAiÀÄ°è zÀÆgÀªÁt ¸ÀASÉå 08338 -272485UÉ ¸ÀA¥ÀQð¸À§ºÀÄzÀÄ.

25 µÀgÀvÀÄÛ§zÀÞ mÉAqÀgÀUÀ¼À£ÀÄß wgÀ¸ÀÌj¸À¯ÁUÀĪÀÅzÀÄ. mÉAqÀgÀUÀ¼À£ÀÄß ¹éÃPÀj¸ÀĪÀ ¸ÀPÀëªÀÄ ¥Áæ¢üPÁgÀªÀÅ AiÀiÁªÀÅzÉà PÁgÀtUÀ¼À£ÀÄß ¤ÃqÀzÉà AiÀiÁªÀÅzÉà mÉAqÀgÀ£ÀÄ ß / mÉAqÀgÀUÀ¼À£ÀÄß wgÀ¸ÀÌj¸ÀĪÀ C¢üPÁgÀªÀ£ÀÄß PÁ¬ÄÝj¹PÉÆArzÉ. 26 PÁªÀÄUÁjAiÀÄ mÉAqÀgÀ C¢ü¸ÀÆZÀ£É PÀÄjvÀÄAvÉ AiÀiÁªÀÅzÉà ªÀiÁ¥ÁðqÀÄUÀ¼ÀÄ / wzÀÄÝ¥ÀrUÀ¼ÀÄ EzÀÝ°è CAvÀºÀ «ªÀgÀUÀ¼À£ÀÄß ªÉÊ¨ï ¸ÉÊmï ªÀÄÆ®PÀ ¥ÀæPÀn¸À¯ÁUÀĪÀÅzÀÄ.

27 PÁªÀÄUÁjAiÀÄ ¤ªÀiÁðtPÁÌV CªÀ±ÀåPÀ«gÀĪÀ ¨sÀÆ«ÄAiÀÄÄ ¤UÀªÀÄzÀ ªÀ±ÀzÀ°è EgÀzÀ ¥ÀPÀëzÀ°è CAvÀºÀ ¨sÀÆ«ÄAiÀÄ£ÀÄß PÁªÀÄUÁjAiÀÄ£ÀÄß ¥ÁægÀA©ü¸ÀĪÀ ¥ÀƪÀðzÀ°èAiÉÄà ¸ÀA§A¢ü¹zÀ ¨sÀÆ ªÀiÁ°PÀjAzÀ ¥ÀgÀ¸ÀàgÀ w¼ÀĪÀ½PÉAiÀÄ ªÉÄÃ¯É ¥ÀqÉzÀÄPÉÆAqÀÄ PÁªÀÄUÁjAiÀÄ£ÀÄß ¥ÁægÀA©ü¹ ¥ÀÆtðUÉƽ¸ÀĪÀ dªÁ¨ÁÝjAiÀÄÄ UÀÄwÛUÉzÁgÀgÀ ºÉÆuÉAiÀiÁVgÀÄvÀÛzÉ. PÁªÀÄUÁjAiÀÄ ¤ªÀiÁðtPÉÌ CªÀ±ÀåPÀ«gÀĪÀ ¨sÀÆ«ÄAiÀÄÄ ®¨sÀåªÁUÀ¢zÀÝ°è ¤UÀªÀÄzÀ ªÉÄÃ¯É AiÀiÁªÀÅzÉà ºÉZÀÄѪÀj ºÀtPÁ¹£À ¨sÁgÀ / AiÀiÁªÀÅzÉà ºÀPÀÄÌ / AiÀiÁªÀÅzÉà «¼ÀA§ EvÁå¢UÀ½UÁV ¤UÀªÀĪÀÅ dªÁ¨ÁÝjAiÀiÁVgÀĪÀÅ¢®è / ¥ÀjUÀt¸ÀĪÀÅ¢®è JA§ÄzÀ£ÀÄß UÀÄwÛUÉzÁgÀgÀÄ UÀªÀĤ¸À¨ÉÃPÀÄ.

28 UÀÄwÛUÉzÁgÀgÀÄ UÀÄwÛUÉ ¥ÀvÀæzÀ F PÁèeï£ÀÄß CAzÀgÉ, “If the percentage quoted by the contractor for the work is below ninety percent of the estimated amount put to tender or recast amount put to tender of the department, then the contractor shall furnish an additional performance security in the form of Bank Guarantee for an amount equivalent to the difference between the cost as per quoted percentage and 90% of the estimated amount put to tender or recast amount put to tender. In case of contractor quotation rates above 125% of the estimated rates then the amount over and above 125% will be withheld during the progress of work. The additional performance security will be released proportionately to the bill amount till the contractor achieves progress of the entire cost of the work as per the agreement ” dgÀÆgÁV UÀªÀĤ¸ÀĪÀÅzÀÄ.

- 6 -

29 mÉAqÀjUÉ EqÀ¯ÁzÀ PÁªÀÄUÁjAiÀÄ CAzÁdÄ ªÉÆvÀªÀÅ ¥Àæ¸ÀÄÛvÀ ZÁ°ÛAiÀÄ°ègÀĪÀ C£ÀĪÉÆâvÀ PRED RWS, PRED Gulbarga circle, HESCOM zÀgÀ¥ÀnÖAiÀÄ°è£À zÀgÀUÀ¼ÁVzÀÄÝ, EªÀÅUÀ¼À°è GST C£ÀĵÁ×£ÀªÁUÀĪÀ ªÉÆzÀ°£À J®è vÀgÀºÀzÀ PÀgÀUÀ¼ÀÄ ºÁUÀÆ EvÀgÉ DPÀgÀuÉUÀ¼ÀÄ M¼ÀUÉÆArgÀÄvÀÛªÉ. EZÉÒAiÀÄļÀî UÀÄwÛUÉzÁgÀgÀÄ EªÀÅUÀ¼À£ÀÄß ¥ÀjUÀt¹ vÀªÀÄä zÀgÀUÀ¼À£ÀÄß £ÀªÀÄÆ¢¸À¨ÉÃPÀÄ. DzÁUÀÆå F ªÀÄÄAzÉ C£Àé¬Ä¸À§ºÀÄzÁzÀ GST zÀgÀUÀ¼À£ÀÄß UÀÄwÛUÉAiÀÄ ªÀiË°ÃPÀgÀt ªÀiÁqÀĪÁUÁUÀ°Ã / UÀÄwÛUÉAiÀÄ M¥ÀàAzÀ ªÀiÁqÀĪÁUÁUÀ°Ã CxÀªÁ UÀÄwÛUÉ PÁªÀÄUÁjAiÀÄ ¥ÀæUÀwAiÀÄ£ÀĸÁgÀ vÀAiÀiÁj¸À§ºÀÄzÁzÀ ©¯ïUÀ¼À¯ÁèUÀ°Ã ¥ÀjUÀt¸À¯ÁUÀĪÀÅzÀÄ JA§ÄzÀ£ÀÄß UÀªÀĤ¸ÀĪÀÅzÀÄ.

30 ªÁ¶ðPÀ DyðPÀ ªÀ»ªÁlÄ ºÁUÀÆ »A¢£À ªÀµÀðUÀ¼À°è ¥ÀÆtðUÉƽ¹zÀ PÁªÀÄUÁjUÀ¼À ªÉÆvÀÛªÀ£ÀÄß 2016-17£Éà ¸Á°£À gÀÆ¥Á¬Ä ªÀiË®åPÉÌ vÀgÀ®Ä ¥ÀæwªÀµÀð ¥Àæw±ÀvÀ 10 gÀAvÉ weightage £ÀÄß ¥ÀjUÀt¸À¯ÁUÀĪÀÅzÀÄ.

31 UÀÄwÛUÉzÁgÀgÀÄ E-¥ÉÆÃmÁð¯ï ªÀÄÄSÁAvÀgÀ ¤ÃrgÀĪÀ ªÀiÁ»wAiÀÄ£ÀÄß DzsÀj¹, CªÀ±ÀåPÀ«zÀÝ°è ¥Àj²Ã®£ÉAiÉÆA¢UÉ vÁAwæPÀ ©qï£À ªÀiË°ÃPÀgÀtªÀ£ÀÄß ªÀiÁqÀ¯ÁUÀĪÀÅzÀÄ.

32 ¥Àæ¸ÀÄÛvÀ PÁªÀÄUÁjAiÀÄ ªÁå¦ÛAiÀÄÄ EAUÀ½ UÁæªÀÄzÀ ºÀwÛgÀzÀ PÀȵÁÚ £À¢¬ÄAzÀ JA§ÄzÁV ¥ÀjUÀt¸À¯ÁVzÉ. PÁªÀÄUÁjAiÀÄ ¤ªÀiÁðtzÀ°è AiÀiÁªÀÅzÁzÀgÀÄ ¸ÉÃjPÉ / §zÀ¯ÁªÀuÉUÀ¼ÁzÀ°è CªÀÅUÀ¼À£ÀÄß C¼ÀªÀr¹PÉÆAqÀÄ PÁªÀÄUÁj ªÁå¦ÛAiÀÄ°è£À FUÁUÀ¯Éà EgÀĪÀ AiÀiÁªÀÅzÉà ¤«ÄðwUÀ½UÉ ºÁ¤AiÀiÁUÀzÀAvÉ ¥ÀÆtðUÉƽ¸ÀĪÀÅzÀÄ UÀÄwÛUÉzÁgÀgÀ ºÉÆuÉAiÀiÁVgÀÄvÀÛzÉ. PÁªÀÄUÁjAiÀÄ ¤ªÀiÁðtzÀ°è AiÀiÁªÀÅzÁzÀgÀÆ ºÁ¤AiÀiÁzÀ°è CzÀ£ÀÄß ªÀÄÆ® ¹ÜwUÉ ªÀÄgÀÄ ¤«Äð¸ÀĪÀÅzÀÄ

33 EZÉÒAiÀÄļÀî UÀÄwÛUÉzÁgÀgÀÄ / ¸ÀA¸ÉÜ / PÀA¥À¤ EªÀgÀÄUÀ¼ÀÄ vÀªÀÄä ©qïUÀ¼À£ÀÄß ¸À°è¸ÀĪÀ ªÉÆzÀ®Ä PÁªÀÄUÁjAiÀÄ ¸ÀܼÀªÀ£ÀÄß ¥Àj²Ã°¸ÀĪÀÅzÀÄ.

34 UÀÄwÛUÉzÁgÀgÀÄ vÀªÀÄä mÉAqÀj £À ¥ÀƪÁðºÀvÉ ¨ÉA§¯ÁxÀðªÁV (¤UÀ¢¥Àr¹zÀAvÉ) CªÀ±ÀåPÀ ¥ÀæªÀiÁt ¥ÀvÀæUÀ¼À£ÀÄß/ zÁR¯ÉUÀ¼À£ÀÄß ¸ÁÌöå£ï ªÀiÁr E- mÉAqÀjUÉ ®UÀwÛ¸ÀĪÀÅzÀÄ. ¸ÁÌöå£ï ªÀiÁrzÀ ¥ÀæwUÀ¼ÀÄ ¦rJ¥sï (preferably in PDF form) £ÀªÀÄÆ£ÉAiÀÄ°è EgÀvÀPÀÌzÀÄÝ. ¸ÁÌöå£ï ªÀiÁrzÀ ¥ÀƪÁðºÀvÁ zÁR¯ÉUÀ¼À£ÀÄß E- ¥ÉÆÃmÁð¯ï ªÀÄÄSÁAvÀgÀ ¸À°è¹, CªÀÅUÀ¼À ªÀÄÆ® ¥ÀæwUÀ¼À£ÀÄß ºÁUÀÆ ¸ÁÌöå£ï ªÀiÁr ¸À°è¹zÀ ¥ÀæwUÀ½UÉ ¸ÀéAiÀÄA zÀÈrüÃPÀgÀtzÉÆA¢UÉ vÁAwæPÀ ©qï vÉgÉAiÀÄĪÀ ¢£ÁAPÀzÀAzÀÄ ¥Àj²Ã®£ÉUÁV ºÁdgÀ¥Àr¸ÀvÀPÀÌzÀÄÝ. EzÀPÉÌ vÀ¦àzÀ°è CªÀgÀ ©qï£ÀÄß non-responsive JAzÀÄ ¥ÀjUÀt¸À¯ÁUÀĪÀÅzÀÄ.

35 EZÉÒAiÀÄļÀî UÀÄwÛUÉzÁgÀgÁUÀ°Ã CxÀªÁ CªÀgÀ C¢üPÀÈvÀ ¥Àæw¤¢üUÀ¼ÁUÀ°Ã ¥Àæ¸ÀÄÛvÀ PÁªÀÄUÁjUÉ ¸ÀA§A¢ü¹zÀAvÉ ©qï£ÀÄß ¸À°è¹zÀ°è CªÀgÀªÀgÀ ªÀiÁzÀj ¸À»AiÀÄ£ÀÄß ¸ÁÌöå£ï ªÀiÁr E- mÉAqÀgÀ ªÀÄÆ®PÀ ¸À°è¸ÀĪÀÅzÀÄ

36 WÉÆõÀuÉ £ÀªÀÄÆ£ÉUÀ¼À°è UÀÄwÛUÉzÁgÀgÀÄ vÀªÀÄä EwÛÃa£À ¸ÀjAiÀiÁzÀ CAZÉ «¼Á¸ÀªÀ£ÀÄß & ªÉÄÃ¯ï «¼Á¸ÀªÀ£ÀÄß £ÀªÀÄÆ¢¸ÀvÀPÀÌzÀÄÝ.

37 MAzÀÄ ªÉÃ¼É «µÀAiÀÄzÀ°è£À PÁªÀÄUÁjAiÀÄ mÉAqÀgÀ£ÀÄß gÀzÀÄÝUÉƽ¹zÀ ¥ÀPÀëzÀ°è UÀÄwÛUÉzÁgÀgÀÄ / ¸ÀA¸ÉÜ / PÀA¥À¤ EªÀgÀÄUÀ¼ÀÄ vÀªÀÄä ©qïUÀ¼À£ÀÄß ¸À°è¸ÀĪÀ ¥ÀƪÀðzÀ°è mÉAqÀgÀ ¥ÀæQæAiÉÄUÁV ¥ÁªÀw¸À¯ÁzÀ ªÉÆvÀÛªÀ£ÀÄß (Tender processing charges) »A¢gÀÄV¸À¯ÁUÀĪÀÅ¢®è.

38 C¥ÀÆtðªÁV ¸À°è¹zÀ mÉAqÀgÀUÀ¼À£ÀÄß wgÀ¸ÀÌj¸À¯ÁUÀĪÀÅzÀÄ.

39 PÁªÀÄUÁjAiÀÄ£ÀÄß AiÀıÀ¹éAiÀiÁV ¥ÀÆtðUÉƽ¸À®Ä CªÀ±ÀåPÀ«gÀĪÀ ¹Öïï, ¹ªÉÄAmï EvÁå¢ ¸ÀgÀPÀÄ / ¸ÁªÀÄVæUÀ¼À£ÀÄß UÀÄwÛUÉzÁgÀgÀÄ vÁªÉà Rjâ¹ ¸ÀAUÀ滸À¨ÉÃPÀÄ. PÉJ£ïJ£ïJ¯ï E¯ÁSÉAiÀÄÄ AiÀiÁªÀÅzÉà ¤ªÀiÁðt ¸ÀgÀPÀÄ ¸ÁªÀÄVæUÀ¼À£ÀÄß UÀÄwÛUÉzÁgÀjUÉ ¥ÀÆgÉʸÀĪÀÅ¢®è JA§ÄzÀ£ÀÄß UÀªÀĤ¸À¨ÉÃPÀÄ.

40 UÀÄwÛUÉzÁgÀgÀÄ / ¸ÀA¸ÉÜ / PÀA¥À¤ EªÀgÀÄUÀ¼ÀÄ vÀªÀÄä ¥Àæw¤¢üUÀ¼À£ÀÄß ¤AiÉÆÃf¹zÀ°è CªÀjUÉ ¸ÀÆPÀÛ C¢üPÁgÀ ¤ÃrgÀĪÀ ¥ÀvÀæzÉÆA¢UÉ & CªÀgÀ ¸À»UÀ¼À zÀÈrüÃPÀgÀtzÉÆA¢UÉ ¤AiÉÆÃf¸À¨ÉÃPÀÄ.

41 PÁªÀÄUÁjAiÀÄ£ÀÄß ¥ÀÆtð¥ÀæªÀiÁtzÀ°è AiÀıÀ¹éAiÀiÁV ¤«Äð¹zÀ £ÀAvÀgÀ, PÁªÀÄUÁjAiÀÄ ¤ªÀðºÀuÉAiÀÄ CªÀ¢üAiÀÄÄ / zÉÆõÀUÀ¼À£ÀÄß ¸Àj¥Àr¸ÀĪÀ ºÉÆuÉUÁjPÉ CªÀ¢üAiÀÄÄ ( Maintenance period or defect liability period ) PÁªÀÄUÁjAiÀÄ£ÀÄß ¥ÀÆtðUÉƽ¹zÀ ¢£À¢AzÀ 12 wAUÀ¼ÀÄ JA§ÄzÀ£ÀÄß UÀªÀĤ¸À¨ÉÃPÀÄ.

- 7 -

42 ¨sÀƸÁé¢üãÀ ¸ÀªÀĸÉå ªÀÄvÀÄÛ PÁªÀÄUÁjAiÀÄ ©¯ïUÀ¼À ¥ÁªÀw EvÁå¢ü PÁgÀtUÀ¼À£ÀÄß ¤ÃqÀzÉà UÀÄwÛUÉzÁgÀgÀÄ / ¸ÀA¸ÉÜ / PÀA¥À¤ EªÀgÀÄUÀ¼ÀÄ vÁªÀÅ ¸À°è¹gÀĪÀAvÀºÀ & E¯ÁSÉAiÀÄÄ M¦àgÀĪÀAvÀºÀ PÁªÀÄUÁjAiÀÄ AiÉÆÃfvÀ £ÀPÉëUÉ §zÀÞgÁVgÀ¨ÉÃPÀÄ ºÁUÀÆ PÁªÀÄUÁjAiÀÄ£ÀÄß ¥ÀÆtðUÉƽ¸ÀĪÀ ¢¸ÉAiÀÄ°è PÁAiÉÆÃð£ÀÄäRgÁUÀ¨ÉÃPÀÄ.

43 ªÀÄÄzÀæt zÉÆõÀUÀ¼ÀÄ AiÀiÁªÀÅzÁzÀgÀÆ EzÀÝ°è, CªÀÅUÀ¼À£ÁßzsÀj¹ UÀÄwÛUÉzÁgÀgÀÄ / ¸ÀA¸ÉÜ / PÀA¥À¤ EªÀgÀÄUÀ¼ÀÄ AiÀiÁªÀÅzÉà ºÀPÀÌ£ÀÄß ªÀÄAr¸À®Ä CªÀPÁ±À«gÀĪÀÅ¢®è.

44 UÀÄwÛUÉzÁgÀgÀÄ / ¸ÀA¸ÉÜ / PÀA¥À¤ EªÀgÀÄUÀ¼ÀÄ vÀªÀÄä ªÉÊAiÀÄQÛPÀ / ¸ÀA¸ÉÜ / PÀA¥À¤UÀ¼À «¼Á¸À & zÀÆgÀªÁt ¸ÀASÉå, £ÉÆÃAzÀt E¯ÁSÉAiÀÄ ºÉ¸ÀgÀÄ ªÀÄvÀÄÛ ¸ÀܼÀ ºÁUÀÆ ¸ÀAWÀluÉAiÀÄ ªÀµÀð EvÁå¢UÀ¼À£ÀÄß ¥ÀÆgÉʸÀ¨ÉÃPÀÄ.

45 «ªÀgÀªÁzÀ mÉAqÀgÀ ¥ÀæPÀluÉAiÀÄ£ÀÄß www.eproc.karnataka.gov.in ªÉʨï¸ÉÊmï and linking to e-tender ¤AzÀ CxÀªÁ F PɼÀUÉ ¸À» ªÀiÁrzÀªÀgÀ PÀZÉÃj¬ÄAzÀ ¥ÀqÉAiÀħºÀÄzÀÄ.

46 ºÉaÑ£À «ªÀgÀUÀ¼À£ÀÄß PÁAiÀÄð¤ªÁðºÀPÀ EAf¤ÃAiÀÄgÀgï PÀZÉÃj, PÀ¤Ã¤¤, fDg啕¹ «¨sÁUÀ £ÀA. 4 aPÉÆÌÃr, f¯Éè: ¨É¼ÀUÁ« EªÀjAzÀ PÀZÉÃj ¸ÀªÀÄAiÀÄzÀ°è / zÀÆgÀªÁt ¸ÀA. + ¥sÁåPÀì ¸ÀA: 08338 – 272485 ªÀÄÆ®PÀ / E-ªÉįï Lr: [email protected] ªÀÄÆ®PÀ ¥ÀqÉAiÀħºÀÄzÀÄ.

47 E-mÉAqÀjAUï §UÉÎ ºÉaÑ£À ªÀiÁ»wAiÀÄ£ÀÄß http://eproc.karnataka.gov.in/eportal/ines.seam ¤AzÀ ¥ÀqÉAiÀħºÀÄzÀÄ. 48 EvÀgÉ ¤§AzsÀ£ÉUÀ¼À£ÀÄß E-¥ÉÆæPÀÆågÀªÉÄAl ¥ÉÆÃlð¯ï£À°è ¥ÀæPÀn¸À¯ÁVzÉ.

PÁAiÀÄð¤ªÁðºÀPÀ EAf¤ÃAiÀÄgÀÄ,

PÀ¤Ã¤¤, fDg啕¹ «¨sÁUÀ £ÀA. 4 aPÉÆÌÃr

¸ÀA: PÀ¤Ã¤¤/ fDg啕¹ «-4/r©-1/ 4KvÀ ¤ÃgÁªÀj/2018-19/799 ¢£ÁAPÀ 29-06-2018

I) ¥ÀæwAiÀÄ£ÀÄß F PɼÀV£ÀªÀjUÉ ªÀiÁ»wUÁV ¸À°è¸À¯ÁVzÉ:

1) ªÀiÁ£Àå ªÀåªÀ¸ÁÜ¥ÀPÀ ¤zÉÃð±ÀPÀgÀÄ, PÀ£ÁðlPÀ ¤ÃgÁªÀj ¤UÀªÀÄ ¤AiÀÄ«ÄvÀ, 4£Éà ªÀĺÀr, PÁ¦üà ¨ÉÆÃqÀð ©°ØAUï, qÁ|| CA¨ÉÃqÀÌgÀ «Ã¢ü, ¨ÉAUÀ¼ÀÆgÀÄ 560001. 2) ªÀiÁ£Àå ªÀÄÄRå EAf¤ÃAiÀÄgÀÄ, PÀ¤Ã¤¤, ¤ÃgÁªÀj (G) ªÀ®AiÀÄ, ¨É¼ÀUÁ« EªÀjUÉ 3) ªÀiÁ£Àå E£À¸ÉàÃPÀÖgï d£ÀgÀ¯ï D¥sï ¥ÉÆð¸ï (Vigilance) , ¤ÃgÁªÀj E¯ÁSÉ, §¸ÀªÀ ¨sÀªÀ£À, 4£Éà ªÀĺÀr ¨ÉAUÀ¼ÀÆgÀÄ EªÀjUÉ 4) ªÀiÁ£Àå ªÀÄÄRå DqÀ½vÁ¢üPÁjUÀ¼ÀÄ, PÀ¤Ã¤¤, «dAiÀiÁ PÁA¥ÉèPÀì, ²æãÀUÀgÀ, ªÀÈvÀÛ, ºÀ°AiÀiÁ¼À gÀ¸ÉÛ, zsÁgÀªÁqÀ EªÀjUÉ 5) ªÀiÁ£Àå ªÀÄÄRå ¯ÉPÁÌ¢üPÁjUÀ¼ÀÄ, PÀ¤Ã¤¤, «dAiÀiÁ PÁA¥ÉèPÀì, ²æãÀUÀgÀ, ªÀÈvÀÛ, ºÀ°AiÀiÁ¼À gÀ¸ÉÛ, zsÁgÀªÁqÀ EªÀjUÉ 6) ªÀiÁ£Àå f¯Áè¢üPÁjUÀ¼ÀÄ, ¨É¼ÀUÁ« f¯Áè mÉAqÀgÀ §Ä¯Én£ï D¦üøï, ¨É¼ÀUÁ« f¯Éè EªÀjUÉ ªÀiÁ»wUÁV ºÁUÀÆ ¸ÀzÀj ¥ÀæwAiÀÄ£ÀÄß f¯Áè mÉAqÀgÀ §Ä¯Én£ÀzÀ°è ¥ÀæPÀn¸À®Ä F ªÀÄÆ®PÀ «£ÀAw¹zÉ. 7) C¢üÃPÀëPÀ EAf¤ÃAiÀÄgï, PÀ¤Ã¤¤, fDg啕¹ ªÀÈvÀÛ, »qÀPÀ¯ï qÁåA EªÀjUÉ ªÀiÁ»wUÁV. 8) ¨ÁæAZï ªÀiÁå£ÉÃdgï, JA/J¸ï. ªÀiÁPÉðnAUï PÀ£Àì®ÖAmï ªÀÄvÀÄÛ KeÉ¤ì ¤AiÀÄ«ÄvÀ, £É® ªÀĺÀr, D¢vÀå DPÉÃðqï, £ÉºÀgÀÄ £ÀUÀgÀ, ¨É¼ÀUÁ« 590010 EªÀjUÉ ªÀiÁ»wUÁV ºÁUÀÆ ¤UÀªÀÄzÀ £ÁªÀiïìð ¥ÀæPÁgÀ PÀ¤µÀ× ªÀÄlÖzÀ eÁUÀzÀ°è ¸ÀÄ¢Ý ¥ÀwæPÉUÀ¼À°è ¥ÀæPÀn¸À®Ä PÉÆÃjzÉ. 9) ¥ÀæwAiÀÄ£ÀÄß PÁAiÀÄð¤ªÁðºÀPÀ EAf¤ÃAiÀÄgÀÄ, ¸ÀtÚ ¤ÃgÁªÀj «¨sÁUÀ ¨É¼ÀUÁ« EªÀjUÉ,

- 8 -

II) ¥ÀæwAiÀÄ£ÀÄß F PɼÀV£ÀªÀjUÉ ªÀiÁ»wUÁV gÀªÁ¤¸À¯ÁVzÉ:

i. ¸ÀºÁAiÀÄPÀ PÁAiÀÄð¤ªÁðºÀPÀ EAf¤ÃAiÀÄgÀÄ, PÀ¤Ã¤¤, PÀ¤Ã¤¤, JADg啕¹ G¥À «¨sÁUÀ £ÀA. 20 / r¦ G¥À «¨sÁUÀ ¤¥Áàt / ¹©¹ G¥À «¨sÁUÀ £ÀA. 3 WÀl¥Àæ¨sÁ / ¹©¹ G¥À «¨sÁUÀ £ÀA. 4 PÀ§ÆâgÀ / fDg啕¹ G¥À «¨sÁUÀ £ÀA. 4 PÉÃgÀÆgÀ EªÀjUÉ ªÀiÁ»wUÁV ºÁUÀÆ ¸ÀÆPÀÛ PÀæªÀÄPÁÌV. ii. ¥Àæw «¨sÁUÀ PÀZÉÃjAiÀÄ vÁAwæPÀ ¸ÀºÁAiÀÄPÀgÀÄ / ¯ÉPÀÌ C¢üÃPÀëPÀgÀÄ / ¦©-2 / r©-1 / r©-2 / J©- 1 / J©-2 / J©-3 / J©-4 EªÀjUÉ ªÀiÁ»wUÁV.

iii. ¥Àæw PÁAiÀÄð¤ªÁðºÀPÀ EAf¤ÃAiÀÄgï ªÉÄÃfUÉ

iv. ¥ÀæwAiÀÄ£ÀÄß PÀZÉÃj £ÉÆÃn¸ï ¨ÉÆÃqÀðUÉ.

PÁAiÀÄð¤ªÁðºÀPÀ EAf¤ÃAiÀÄgÀÄ,

PÀ¤Ã¤¤, fDg啕¹ «¨sÁUÀ £ÀA. 4 aPÉÆÌÃr

¸ÀASÉå: PÀȪÀiÁªÀÄA/«PÁ(¨É)/¨sÀ¹¸ÉÃ/81/ 274 /2018-19 ¢£ÁAPÀ : 28-06-2018

¸ÀAQë¥ÀÛ mÉAqÀgï ¥ÀæPÀluÉ – (F-¥ÉÆæPÀÆågïªÉÄAmï ªÀÄÆ®PÀ) PÀ£ÁðlPÀ gÁdå PÀȶ ªÀiÁgÁl ªÀÄAqÀ½AiÀÄ ¨É¼ÀUÁ« «¨sÁVÃAiÀÄ PÁAiÀiÁð®AiÀÄPÉÌ ««zsÀ ªÀiÁ£ÀªÀ ¸ÀA¥À£ÀÆä® ¸ÉêÉUÀ¼À£ÀÄß UÀÄwÛUÉ DzsÁgÀzÀ ªÉÄÃ¯É MzÀV¸À®Ä PÁ«ÄðPÀ E¯ÁSɬÄAzÀ £ÉÆAzÁ¬Ä¸À®àlÖ D¸ÀPÀÛ, CºÀð £ÉÆAzÁ¬ÄvÀ KeɤìUÀ½AzÀ/UÀÄwÛUÉzÁgÀjAzÀ ¢é¥ÀæwUÀ¼À°è http://www.eproc.karnataka.gov.in F-¥ÉÆæPÀÆågïªÉÄAmï ¥ÉÆÃlð¯ï ªÀÄÆ®PÀ mÉAqÀgïUÀ¼À£ÀÄß DºÁ餸À¯ÁVzÉ. ¨sÀzÀævÁ KeÉäìAiÀÄÄ MzÀV¸ÀĪÀ ¹§âA¢UÀ¼ÀÄ ¤ªÀð»¸À¨ÉÃPÁzÀ PÉ®¸ÀUÀ¼À «ªÀgÀUÀ¼À£ÀÄß F-¥ÉÆæPÀÆågïªÉÄAmï ¥ÉÆÃlð°è¤AzÀ ¥ÀqÉAiÀħºÀÄzÁVzÉ. mÉAqÀgï ªÉüÁ¥ÀnÖ: PÀæ.¸ÀA. «ªÀgÀ ¢£ÁAPÀ : ¸ÀªÀÄAiÀÄ F-¥ÉÆæPÀÆågïªÉÄAmï ¥ÉÆÃlð¯ï£À°è mÉAqÀgï ¸À°è¸À®Ä ¢£ÁAPÀ: 04-08-2018 gÀ 1) PÉÆ£ÉAiÀÄ ¢£ÁAPÀ ªÀÄvÀÄÛ ªÉÃ¼É : C¥ÀgÁºÀß 04-00 UÀAmɪÀgÉUÉ ¢£ÁAPÀ: 06-08-2018 gÀ 2) mÉAqÀgï vÉgÉAiÀÄĪÀ ¢£ÁAPÀ ªÀÄvÀÄÛ ªÉÃ¼É : C¥ÀgÁºÀß 04-00 UÀAmÉUÉ

PÀæ. ¹§âA¢ ErUÀAlÄ SÁ° mÉAqÀgï ¹§âA¢ ¸ÉêÉAiÀÄ «ªÀgÀ ¸ÀA. ¸ÀASÉå (F. JA. r.) gÀÆ. ¥sÁªÀiïð ¨É¯É 1. ¨sÀzÀævÁ ¹§âA¢ 03 2 UÀtPÀAiÀÄAvÀæ ¤ªÁðºÀPÀgÀÄ 01 F-¥ÉÆæPÀÆågï 3 D¦üÃ¸ï ¨ÁAiÀiï 01 20000/- ªÉÄAmï ¥ÉÆÃlð¯ï 4 ¸ÀéZÀÒvÁ ¹§âA¢ 01 ¤AiÀĪÀÄUÀ¼À£ÀéAiÀÄ 5 ªÁºÀ£À ZÁ®PÀgÀÄ 01

mÉAqÀgï ¥sÁgÀA, Cfð £ÀªÀÄÆ£É, mÉAqÀgï µÀgÀvÀÄÛ ªÀÄvÀÄÛ ¤§AzsÀ£ÉUÀ¼À ªÀiÁ»wAiÀÄ£ÀÄß http://www.eproc.karnataka.gov.in ¥ÉÆÃlð°è£À°è ¥ÀqÉAiÀħºÀÄzÁVzÉ. F. JA. rÃ. ªÉÆvÀÛªÀ£ÀÄß ºÁUÀÆ F- mÉAqÀgï ¥ÉÆæ¸É¹AUï ºÀtªÀ£ÀÄß F-¥ÉÆæPÀÆågïªÉÄAmï ¥ÉÆÃlð¯ï KQì¸ï ¨ÁåAQ£À°è ºÉÆA¢gÀĪÀ PÀ£ÁðlPÀ ¸ÀÀPÁðgÀzÀ ¸ÉAlæ¯ï ¥ÀÆ°AUï CPËAn£À mÉAqÀgï qÁPÀÄåªÉÄAn£À°è w½¹gÀĪÀ AiÀiÁªÀÅzÁzÀgÉÆAzÀÄ ªÀiÁzÀjAiÀÄ°è ¸ÀAzÁAiÀÄ ªÀiÁqÀĪÀÅzÀÄ. ..2...)

-2-

ºÉaÑ£À «ªÀgÀUÀ¼À£ÀÄß ¥ÀqÉAiÀÄ®Ä 080-22501216, 080-25501227 ¸ÀASÉåUÀ¼À PÀ£ÁðlPÀ ¸ÀPÁðgÀzÀ F-¥ÉÆæPÀÆågïªÉÄAmï ¸ÀºÁAiÀĪÁtÂAiÀÄ£ÀÄß ¸ÀA¥ÀQð¸À§ºÀÄzÁVzÉ ºÁUÀÆ PÉ®¸ÀzÀ ¢£ÀUÀ¼À°è PÀbÉÃj ªÉüÉAiÀÄ°è 0831-2476070 zÀÆgÀªÁt ¸ÀASÉåUÉ ¸ÀA¥ÀQð¸À§ºÀÄzÁVzÉ. J¯Áè mÉAqÀgÀÄUÀ¼À£ÀÄß AiÀiÁªÀÅzÉà PÁgÀt ¤ÃqÀzÉà ¹éÃPÀj¸ÀĪÀ CxÀªÁ wgÀ¸ÀÌj¸ÀĪÀ ºÀPÀÌ£ÀÄß F PɼÀUÉ ¸À» ªÀiÁrzÀªÀgÀÄ PÁ¬ÄÝj¹PÉÆArgÀÄvÁÛgÉ.

[ f. PÉ. ªÉAPÀmÉñÀ ] ¥ÀæzsÁ£À ªÀåªÀ¸ÁÜ¥ÀPÀgÀÄ PÀgÁPÀȪÀiÁªÀÄA. «PÁ., ¨É¼ÀUÁ«

¸ÀASÉå: PÀȪÀiÁªÀÄA/«PÁ(¨É)/¨sÀ¹¸ÉÃ/81/ 275 /2018-19 ¢£ÁAPÀ : 28-06-2018

f¯Áè mÉAqÀgï §Ä¯Én£ï C¢üPÁjUÀ¼ÀÄ ªÀiÁ£Àå f¯Áè¢üPÁjUÀ¼À PÁAiÀiÁð®AiÀÄ, ¨É¼ÀUÁ«

ªÀiÁ£ÀågÉ, «µÀAiÀÄ : F PÀbÉÃjUÉ ¸ÀA§A¢ü¹zÀ E-mÉAqÀgï ¥ÀæPÀluÉAiÀÄ£ÀÄß f¯Áè mÉAqÀgï §Ä¯Én£ï£À°è ¥ÀæPÀn¸ÀĪÀ PÀÄjvÀÄ. -:-:-:-:-:-

ªÉÄïÁÌt¹zÀ «µÀAiÀÄPÉÌ ¸ÀA§A¢ü¹zÀAvÉ, F ¥ÀvÀæPÉÌ ®UÀwÛ¹zÀ E-mÉAqÀgï ¥ÀæPÀluÉAiÀÄ£ÀÄß “f¯Áè mÉAqÀgï §Ä¯Én£ï ” £À°è ¥ÀæPÀn¸ÀĪÀAvÉ «£ÀAw¹PÉƼÀÄîvÉÛãÉ. §Ä¯Én£ï ¥ÀæPÀluÉAiÀÄ £ÀAvÀgÀ f¯Áè mÉAqÀgï §Ä¯Én£ï ¥ÀæwAiÉÆAzÀ£ÀÄß F PÀbÉÃjUÉ PÀ¼ÀÄ»¹PÉÆqÀĪÀAvÉ «£ÀAw¹PÉƼÀÄîvÉÛãÉ.

ªÀAzÀ£ÉUÀ¼ÉÆA¢UÉ,

vÀªÀÄä «±Áé¹,

(f.PÉ. ªÉAPÀmÉñÀ) ¥ÀæzsÁ£À ªÀåªÀ¸ÁÜ¥ÀPÀgÀÄ

®UÀvÀÄÛ: ªÉÄð£ÀAvÉ

‘йÑþ©‘Ð ÊФБѤÐ

f¯Áè ¥ÀAZÁAiÀÄvÀ ¨É¼ÀUÁ« ¥ÀAÀ ZÁAiÀÄÀ vÀ À gÁd EAd¤ÃAiÀÄÀ jAUï «¨sÁs UÀ À aPÉÆÉ ÌÌÃr

PÀZÉÃj zÀÆgÀªÁtÂ/¥sÁåPÀì ¸ÀASÉå: 08338-272131, Email :[email protected]

¸ÀA:¥ÀAgÁEA/«a/G±Á/PÉÆÃ/2018-19/793 ¢£ÁAPÀ:28-06-2018.

PÉÆÃmÉñÀ£ï ¥ÀçPÀluÉ

«µÀAiÀÄ: Construction of premetric B.C.M. Girls Hostel Building at Plot No: 15 in R/s. No. 66/E in Hukkeri town of Hukkeri taluka UÉ 500 Ltr Solar Water Heater Rjâ¸À®Ä zÀgÀ¥ÀnÖUÀ¼À zÀgÀUÀ¼À£ÀÄß C£ÀĪÉÆâ¸ÀĪÀ PÀÄjvÀÄ. =0=

ªÉÄð£À «µÀAiÀÄzÀ°è ¥Àç¸ÁÛ¦¹zÀ ¥ÀæPÁgÀ PɼÀPÁt¹zÀ GvÀÛªÀÄ UÀÄtªÀÄlÖzÀ ¸ÁªÀÄVæUÀ¼À£ÀÄß ¸ÀºÁAiÀÄPÀ PÁAiÀÄð¤ªÁðºÀPÀ C©üAiÀÄAvÀgÀgÀÄ ¥ÀA.gÁd.EA G¥À-«¨sÁUÀ ºÀÄPÉÌÃj UÉ 500 Ltr Solar Water Heater Rjâ¸À®Ä CAzÁdÄ ¥ÀwæPÉAiÀÄ£ÀÄß vÀAiÀiÁj¸À®Ä PÉêÀ® zÀgÀUÀ½UÁV ªÀiÁvÀæ zÀgÀ¥ÀnÖUÀ¼À£ÀÄß CªÁí¤¸À¯ÁVzÉ. CzÀgÀAvÉ ªÉÆúÀgÀÄ ªÀiÁrzÀ zÀgÀ¥ÀnÖUÀ¼ÀÄ F PÀZÉÃjUÉ ¢£ÁAPÀ: 05-07-2018 gÉƼÀUÁV ¸ÁAiÀÄAPÁ® 4:00 UÀAmÉAiÉƼÀUÉ ¹éÃPÀÈvÀªÁUÀĪÀAvÉ ¸À°è¸À¨ÉÃPÀÄ.

ÁÀФвÙ:

Sl.No Particualrs Unit Qty

1 Providing installing & commissioning with all glass duble Nos 1 deck co-axial borosilicate 3.3 glass tube structure outer tuble dia meter 48 + 0.7 mm & thickness 1.6+ 0.15mm inner tube diameter 37 + 0.7mm & thickness 1.6 + 0.15mm. tube length 1800mm with absortive coating of Cu/85 – ALN/ALN material average heat loss of <=0.65w and hail ressistance 25mm. temprature 65 C tank installation with PUF 55mm to 80mm polylirethene foaming galvanised power coated standard frame inner tank material stainles steel 316 grade 0.5mm outer tank material stainles steel powder coated welded with seamlers & non-welding technology using stainless steel fasterner silicon rubber gronmets, thermo siphon circulation other specifications as per installations of site Engineer in charge of work.

µÀgÀvÀÄÛUÀ¼ÀÄ:

1] ¤UÀ¢¥Àr¹zÀ ¸ÀªÀÄAiÀÄzÀ £ÀAvÀgÀ AiÀiÁªÀÅzÉà PÉÆÃmÉñÀ£ïUÀ¼À£ÀÄß ¹éÃPÀj¸À¯ÁUÀĪÀ¢®è.

2] ªÉƺÀgÀÄ ªÀiÁrzÀ zÀgÀ¥ÀnÖ ®PÉÆÃmÉAiÀÄ ªÉÄÃ¯É PÉÆÃmÉñÀ£ï JAzÀÄ £ÀªÀÄÆ¢¹ PÁAiÀÄðPÁj C©sAiÀÄAvÀgÀÄ, ¥ÀAZÁAiÀÄvÀ gÁeï EAf¤ÃAiÀÄjAUï «¨sÁUÀ, aPÉÆÌÃr EªÀgÀ ºÉ¸Àj£À°è ¸À°è¸À¨ÉÃPÀÄ.

3] zÀgÀ¥ÀnÖUÀ¼À£ÀÄß CzÉà ¢ªÀ¸À CxÀªÁ PÁAiÀÄð¤ªÁðºÀPÀ C©sAiÀÄAvÀgÀÄ, PÉÃAzÀç ¸ÁÜ£ÀzÀ°è EgÀĪÀ ¢ªÀ¸À vÉgÉAiÀįÁUÀĪÀzÀÄ.

4] zÀgÀ¥ÀnÖ ¸À°è¸ÀĪÀªÀgÀÄ PAN/GST ¸ÀASÉå PÀqÁØAiÀĪÁV zÀgÀ¥ÀnÖAiÀÄ°è £ÀªÀÄÆ¢¸À¨ÉÃPÀÄ.

5] PɼÀUÉ gÀÄdÄ ªÀiÁrzÀ C¢sPÁjAiÀĪÀgÀÄ zÀgÀ¥ÀnÖUÀ¼À£ÀÄß ¹éÃPÀj¸ÀĪÀ CxÀªÁ wgÀ¸ÀÌj¸ÀĪÀ ¥ÀÆtð C¢sPÁgÀ ºÉÆA¢gÀĪÀgÀÄ.

6] «ªÀgÀuÉAiÀÄ°è «ªÀj¹zÀ ¸ÁªÀiÁVæUÀ¼À£ÀÄß G¥À-«¨sÁUÀ CxÀtÂ/aPÉÆÌÃr PÀZÉÃjUÉ ¥ÉÆgÉʸÀĪÀÅzÀÄ ªÀÄvÀÄÛ J®è vÉÃjUÉ PÀÆ°zÀgÀ ¸ÁUÁtÂPÉ EvÁå¢UÀ¼À£ÀÄß¼ÀUÉÆAqÀ zÀgÀUÀ¼À£ÀÄß £ÀªÀÄÆ¢¸À¨ÉÃPÀÄ.

7] ¥Àæ¸ÀÄÛvÀ ¸ÁªÀiÁVæUÀ¼À£ÀÄß ¥ÀÆgÉʹzÁV¤AzÀ (12 wAUÀ¼ÀÄ) MAzÀÄ ªÀµÀðzÀªÀgÉUÉ UÁågÀAnAiÀÄ£ÀÄß ¤ÃqÀ¨ÉÃPÀÄ.

8] ¸ÀzÀj ¸ÁªÀiÁVæUÀ¼À UÀÄtªÀÄlÖzÀ §UÉÎ Third Party Inpection ªÀiÁrzÀ ¥ÀæªÀiÁt ¥ÀvÀæ ®UÀwÛ¸À¨ÉÃPÀÄ.

9] ¸ÀzÀj ¸ÁªÀiÁVæUÀ¼À GvÁàzÀPÀgÀÄ CxÀªÁ C¢üPÀÈvÀ ªÀiÁgÁUÁgÀ EgÀĪÀ PÀÄjvÀÄ PÀA¥À¤AiÀÄ ¥ÀæªÀiÁt ¥ÀvÀæ ®UÀw¸À¨ÉÃPÀÄ.

PÁAiÀÄð¤ªÁðºÀPÀ C©sAiÀÄAvÀgÀÄ,

¥ÀA.gÁ.EA.«¨sÁUÀ, aPÉÆÌÃr.

1] ¥ÀçwAiÀÄ£ÀÄß ªÀiÁ£Àå ªÀÄÄRå PÁAiÀÄð¤ªÁðºÀPÀ C¢sPÁjUÀ¼ÀÄ, f¯Áè ¥ÀAZÁAiÀÄvÀ PÁAiÀiÁð®AiÀÄ, ¨É¼ÀUÁ« EªÀjUÉ ªÀiÁ»wUÁV DzÀgÀ¥ÀƪÀðPÀªÁV ¸À°è¸À¯ÁVzÉ. 2] ¥ÀçwAiÀÄ£ÀÄß C¢sÃPÀëPÀ C©sAiÀÄAvÀgÀÄ, ¥ÀAZÁAiÀÄvÀ gÁeï EAf¤ÃAiÀÄjAUï ªÀÈvÀÛ, ¨É¼ÀUÁ« EªÀjUÉ ªÀiÁ»wUÁV DzÀgÀ¥ÀƪÀðªÀPÁV ¸À°è¸À¯ÁVzÉ.

3] ¸ÀzÀgÀ ¥ÀvÀæ 10 ¥ÀæwUÀ¼À£ÀÄß ªÀiÁ£Àå f¯Á¢üPÁjUÀ¼ÀÄ, ºÁUÀÆ f¯Áè mÉAqÀgÀ §Ä¯ÉÃn£À C¢üPÁjUÀ¼ÀÄ ¨É¼ÀUÁ« EªÀjUÉ ªÀiÁ»wUÁV CzÀgÀ¥ÀƪÀðPÀªÁV ¸À°è¸À¯ÁVzÉ.

4] ¥ÀçwAiÀÄ£ÀÄß PÁAiÀÄð¤ªÁðºÀPÀ C©sAiÀÄAvÀgÀÄ, ¥ÀAZÁAiÀÄvÀ gÁeï EAf¤ÃAiÀÄjAUï «¨sÁUÀ, ¨É¼ÀUÁ«/©eÁ¥ÀÆgÀ ªÀÄvÀÄÛ ¨ÁUÀ®PÉÆÃl EªÀjUÉ ªÀiÁ»wUÁV ¸À°è¸À¯ÁVzÉ.

5] ¥ÀæwAiÀÄ£ÀÄß ¸ÀºÁAiÀÄPÀ PÁAiÀÄð¤ªÁðºÀPÀ C©üAiÀÄAvÀgÀgÀÄ ¥ÀAZÁAiÀÄvÀ gÁeï EAf¤ÃAiÀÄjAUï G¥À «¨sÁUÀ CxÀt aPÉÆÌÃr UÉÆÃPÁPÀ ºÀÄPÉÌÃj ªÀÄvÀÄÛ gÁAiÀĨÁUÀ EªÀjUÉ ªÀiÁ»wUÁV gÀªÁ¤¸À¯ÁVzÉ.

6] ¥ÀçwAiÀÄ£ÀÄß PÀZÉÃj ¥ÀçPÀl£Á ¥sÀ®PÀPÉÌ.

PÁAiÀÄð¤ªÁðºÀPÀ C©sAiÀÄAvÀgÀÄ

¥ÀA.gÁ.EA.«¨sÁUÀ, aPÉÆÌÃr.

‘йÑþ©‘Ð ÊФБѤÐ

f¯Áè ¥ÀAZÁAiÀÄvÀ ¨É¼ÀUÁ« ¥ÀAÀ ZÁAiÀÄÀ vÀ À gÁd EAd¤ÃAiÀÄÀ jAUï «¨sÁs UÀ À aPÉÆÉ ÌÌÃr

PÀZÉÃj zÀÆgÀªÁtÂ/¥sÁåPÀì ¸ÀASÉå: 08338-272131, Email :[email protected]

¸ÀA:¥ÀAgÁEA/«a/G±Á/PÉÆÃ/2018-19/794 ¢£ÁAPÀ:28-06-2018.

PÉÆÃmÉñÀ£ï ¥ÀçPÀluÉ

«µÀAiÀÄ: Construction of premetric B.C.M. Girls Hostel Building at R/s No.120 in Hidakal Dam of Hukkeri town of Hukkeri taluka UÉ 500 Ltr Solar Water Heater Rjâ¸À®Ä zÀgÀ¥ÀnÖUÀ¼À zÀgÀUÀ¼À£ÀÄß C£ÀĪÉÆâ¸ÀĪÀ PÀÄjvÀÄ. =0=

ªÉÄð£À «µÀAiÀÄzÀ°è ¥Àç¸ÁÛ¦¹zÀ ¥ÀæPÁgÀ PɼÀPÁt¹zÀ GvÀÛªÀÄ UÀÄtªÀÄlÖzÀ ¸ÁªÀÄVæUÀ¼À£ÀÄß ¸ÀºÁAiÀÄPÀ PÁAiÀÄð¤ªÁðºÀPÀ C©üAiÀÄAvÀgÀgÀÄ ¥ÀA.gÁd.EA G¥À-«¨sÁUÀ ºÀÄPÉÌÃj UÉ 500 Ltr Solar Water Heater Rjâ¸À®Ä CAzÁdÄ ¥ÀwæPÉAiÀÄ£ÀÄß vÀAiÀiÁj¸À®Ä PÉêÀ® zÀgÀUÀ½UÁV ªÀiÁvÀæ zÀgÀ¥ÀnÖUÀ¼À£ÀÄß CªÁí¤¸À¯ÁVzÉ. CzÀgÀAvÉ ªÉÆúÀgÀÄ ªÀiÁrzÀ zÀgÀ¥ÀnÖUÀ¼ÀÄ F PÀZÉÃjUÉ ¢£ÁAPÀ: 05-07-2018 gÉƼÀUÁV ¸ÁAiÀÄAPÁ® 4:00 UÀAmÉAiÉƼÀUÉ ¹éÃPÀÈvÀªÁUÀĪÀAvÉ ¸À°è¸À¨ÉÃPÀÄ.

ÁÀФвÙ:

Sl.No Particualrs Unit Qty

1 Providing installing & commissioning with all glass duble Nos 1 deck co-axial borosilicate 3.3 glass tube structure outer tuble dia meter 48 + 0.7 mm & thickness 1.6+ 0.15mm inner tube diameter 37 + 0.7mm & thickness 1.6 + 0.15mm. tube length 1800mm with absortive coating of Cu/85 – ALN/ALN material average heat loss of <=0.65w and hail ressistance 25mm. temprature 65 C tank installation with PUF 55mm to 80mm polylirethene foaming galvanised power coated standard frame inner tank material stainles steel 316 grade 0.5mm outer tank material stainles steel powder coated welded with seamlers & non-welding technology using stainless steel fasterner silicon rubber gronmets, thermo siphon circulation other specifications as per installations of site Engineer in charge of work.

µÀgÀvÀÄÛUÀ¼ÀÄ:

1] ¤UÀ¢¥Àr¹zÀ ¸ÀªÀÄAiÀÄzÀ £ÀAvÀgÀ AiÀiÁªÀÅzÉà PÉÆÃmÉñÀ£ïUÀ¼À£ÀÄß ¹éÃPÀj¸À¯ÁUÀĪÀ¢®è.

2] ªÉƺÀgÀÄ ªÀiÁrzÀ zÀgÀ¥ÀnÖ ®PÉÆÃmÉAiÀÄ ªÉÄÃ¯É PÉÆÃmÉñÀ£ï JAzÀÄ £ÀªÀÄÆ¢¹ PÁAiÀÄðPÁj C©sAiÀÄAvÀgÀÄ, ¥ÀAZÁAiÀÄvÀ gÁeï EAf¤ÃAiÀÄjAUï «¨sÁUÀ, aPÉÆÌÃr EªÀgÀ ºÉ¸Àj£À°è ¸À°è¸À¨ÉÃPÀÄ.

3] zÀgÀ¥ÀnÖUÀ¼À£ÀÄß CzÉà ¢ªÀ¸À CxÀªÁ PÁAiÀÄð¤ªÁðºÀPÀ C©sAiÀÄAvÀgÀÄ, PÉÃAzÀç ¸ÁÜ£ÀzÀ°è EgÀĪÀ ¢ªÀ¸À vÉgÉAiÀįÁUÀĪÀzÀÄ.

4] zÀgÀ¥ÀnÖ ¸À°è¸ÀĪÀªÀgÀÄ PAN/GST ¸ÀASÉå PÀqÁØAiÀĪÁV zÀgÀ¥ÀnÖAiÀÄ°è £ÀªÀÄÆ¢¸À¨ÉÃPÀÄ.

5] PɼÀUÉ gÀÄdÄ ªÀiÁrzÀ C¢sPÁjAiÀĪÀgÀÄ zÀgÀ¥ÀnÖUÀ¼À£ÀÄß ¹éÃPÀj¸ÀĪÀ CxÀªÁ wgÀ¸ÀÌj¸ÀĪÀ ¥ÀÆtð C¢sPÁgÀ ºÉÆA¢gÀĪÀgÀÄ.

6] «ªÀgÀuÉAiÀÄ°è «ªÀj¹zÀ ¸ÁªÀiÁVæUÀ¼À£ÀÄß G¥À-«¨sÁUÀ CxÀtÂ/aPÉÆÌÃr PÀZÉÃjUÉ ¥ÉÆgÉʸÀĪÀÅzÀÄ ªÀÄvÀÄÛ J®è vÉÃjUÉ PÀÆ°zÀgÀ ¸ÁUÁtÂPÉ EvÁå¢UÀ¼À£ÀÄß¼ÀUÉÆAqÀ zÀgÀUÀ¼À£ÀÄß £ÀªÀÄÆ¢¸À¨ÉÃPÀÄ.

7] ¥Àæ¸ÀÄÛvÀ ¸ÁªÀiÁVæUÀ¼À£ÀÄß ¥ÀÆgÉʹzÁV¤AzÀ (12 wAUÀ¼ÀÄ) MAzÀÄ ªÀµÀðzÀªÀgÉUÉ UÁågÀAnAiÀÄ£ÀÄß ¤ÃqÀ¨ÉÃPÀÄ.

8] ¸ÀzÀj ¸ÁªÀiÁVæUÀ¼À UÀÄtªÀÄlÖzÀ §UÉÎ Third Party Inpection ªÀiÁrzÀ ¥ÀæªÀiÁt ¥ÀvÀæ ®UÀwÛ¸À¨ÉÃPÀÄ.

9] ¸ÀzÀj ¸ÁªÀiÁVæUÀ¼À GvÁàzÀPÀgÀÄ CxÀªÁ C¢üPÀÈvÀ ªÀiÁgÁUÁgÀ EgÀĪÀ PÀÄjvÀÄ PÀA¥À¤AiÀÄ ¥ÀæªÀiÁt ¥ÀvÀæ ®UÀw¸À¨ÉÃPÀÄ.

PÁAiÀÄð¤ªÁðºÀPÀ C©sAiÀÄAvÀgÀÄ,

¥ÀA.gÁ.EA.«¨sÁUÀ, aPÉÆÌÃr.

1] ¥ÀçwAiÀÄ£ÀÄß ªÀiÁ£Àå ªÀÄÄRå PÁAiÀÄð¤ªÁðºÀPÀ C¢sPÁjUÀ¼ÀÄ, f¯Áè ¥ÀAZÁAiÀÄvÀ PÁAiÀiÁð®AiÀÄ, ¨É¼ÀUÁ« EªÀjUÉ ªÀiÁ»wUÁV DzÀgÀ¥ÀƪÀðPÀªÁV ¸À°è¸À¯ÁVzÉ. 2] ¥ÀçwAiÀÄ£ÀÄß C¢sÃPÀëPÀ C©sAiÀÄAvÀgÀÄ, ¥ÀAZÁAiÀÄvÀ gÁeï EAf¤ÃAiÀÄjAUï ªÀÈvÀÛ, ¨É¼ÀUÁ« EªÀjUÉ ªÀiÁ»wUÁV DzÀgÀ¥ÀƪÀðªÀPÁV ¸À°è¸À¯ÁVzÉ.

3] ¸ÀzÀgÀ ¥ÀvÀæ 10 ¥ÀæwUÀ¼À£ÀÄß ªÀiÁ£Àå f¯Á¢üPÁjUÀ¼ÀÄ, ºÁUÀÆ f¯Áè mÉAqÀgÀ §Ä¯ÉÃn£À C¢üPÁjUÀ¼ÀÄ ¨É¼ÀUÁ« EªÀjUÉ ªÀiÁ»wUÁV CzÀgÀ¥ÀƪÀðPÀªÁV ¸À°è¸À¯ÁVzÉ.

4] ¥ÀçwAiÀÄ£ÀÄß PÁAiÀÄð¤ªÁðºÀPÀ C©sAiÀÄAvÀgÀÄ, ¥ÀAZÁAiÀÄvÀ gÁeï EAf¤ÃAiÀÄjAUï «¨sÁUÀ, ¨É¼ÀUÁ«/©eÁ¥ÀÆgÀ ªÀÄvÀÄÛ ¨ÁUÀ®PÉÆÃl EªÀjUÉ ªÀiÁ»wUÁV ¸À°è¸À¯ÁVzÉ.

5] ¥ÀæwAiÀÄ£ÀÄß ¸ÀºÁAiÀÄPÀ PÁAiÀÄð¤ªÁðºÀPÀ C©üAiÀÄAvÀgÀgÀÄ ¥ÀAZÁAiÀÄvÀ gÁeï EAf¤ÃAiÀÄjAUï G¥À «¨sÁUÀ CxÀt aPÉÆÌÃr UÉÆÃPÁPÀ ºÀÄPÉÌÃj ªÀÄvÀÄÛ gÁAiÀĨÁUÀ EªÀjUÉ ªÀiÁ»wUÁV gÀªÁ¤¸À¯ÁVzÉ.

6] ¥ÀçwAiÀÄ£ÀÄß PÀZÉÃj ¥ÀçPÀl£Á ¥sÀ®PÀPÉÌ.

PÁAiÀÄð¤ªÁðºÀPÀ C©sAiÀÄAvÀgÀÄ

¥ÀA.gÁ.EA.«¨sÁUÀ, aPÉÆÌÃr.

BELAGAVI DISTRICT COCO----OPOP MILK PRODUCERS SOCIETIES UNION LTD.

MAHANTESH NAGAR BELAGAVI ––– 590017. KARNATAKA.

IFT No: 134/PUR/ Tender File/ 2018-19/956 Date: 26-06-2018

Phone: 0831-2405756 Fax: 0831- 2454791

Website: www.bemul.com E – mail: [email protected]

“TENDER NOTIFICATION”

(Through e-Procurement only )

The Belagavi Milk Union Ltd., Invites tenders’ from eligible tenderers for the supply of below Mentioned Items in two cover system (Technical & Commercial) through e-Procurement Portal. Tender documents may be downloaded from e-procurement website https://eproc.karnataka.gov.in/ . for further information contact at office working hours phone no 0831-2405757 / 2405760

PART –A (SERVICE TENDER)

Sl E-PROCUREMENT ITEM DETAILS Qty. E.M.D DISCRIPTION No. TENDER NO (Rs)

01 BMU/BMC Remote BMC Remote Monitoring 48 50,000/- Bi -Annual Rate Contract Tender for Design, supply, Monitoring System. Nos. System/2017- installation, commissioning, maintenance and 18/Call-2 support on continual basis for the BMC Remote Monitoring System with GPRS, Cloud service & including consultant Technician /DATA Analyzer service. (Rental Module) (Quote rate per Unit per Month)

Rates should be quoted inclusive of all taxes & others etc.

02 BMU/BMC Tanker 1 Providing 19,000 ltrs. 04 10,000/- Bi -Annual Rate Contract Tender for Providing /2018-19 Capacity BMC Tanker for Milk Tankers of Capacity 19,000 ltrs. for Nos. Two years Transporting Milk From Chilling Centers to Main Dairy /Conversion plants within State and Interstate Dairy. Approx. 125 Km/Day. Rates should be quoted inclusive of all taxes & others etc.

03 BMU/BMC Tanker 2 Providing 15,000 ltrs. 06 10,000/- Bi -Annual Rate Contract Tender for Providing /2018-19 Capacity BMC Tanker for Milk Tankers of Capacity 15,000 ltrs.for Nos. Two years Transporting Milk From Chilling Centers to Main Dairy /Conversion plants within State and Interstate Dairy. Approx. 125 Km/Day.

Rates should be quoted inclusive of all taxes & others etc.

04 BMU/BMC Tanker 3 Providing 9,000 ltrs. 08 10,000/- Bi -Annual Rate Contract Tender for Providing /2018-19 Capacity BMC Tanker for Milk Tankers of Capacity 9,000 ltrs.for Nos. Two years Transporting Milk From Chilling Centers or BMC to Main Dairy /Conversion plants within State and Interstate Dairy. Approx. 125 Km/Day.

Rates should be quoted inclusive of all taxes & others etc.

07 BMU/Mediclaim/ Providing Family Floater 01 25,000/- Group Mediclaim Insurance Policy For Employees of Group Health Insurance Job Belagavi District Co-op Milk Union & There dependents . 2017-18/Call-2 for the employees of the For one year Period from date of issue of work order. Union and there dependents Rates should be quoted inclusive of all taxes & others etc. PART –B (GOODS TENDER)

IFT No: 134/PUR/ Tender File/ 2018-19 Date: 26-06-2018

Sl. EMD E-Procurement Tender No. Description of Material Qty. No (Rs)

1 KMF/2018-19/IND5523 Supply, Installation & Commissioning of 50,000=00 Horizontal Milk Storage Tank of capacity 10,000 01 No. ltrs. At Ramdurga C.C.

2 KMF/2018-19/IND5524 Supply, Erection, Installation & Commissioning of 75,000=00 02 Nos. 30 KL Silo at Belgaum Milk Union.

3 KMF/2018-19/IND5525 Supply & Installation of Moisture Analyzer 20,000=00 01 No. at Belagavi Milk Union. 4 KMF/2018-19/IND5526 Supply of Mono Cartons for 100 gm Peda with 08 Lakhs /2 50,000=00 Printing work – Bi- Annual Rate Contract Basis. Years (Quote per Unit Rate)

5 KMF/2018-19/IND5527 Supply of Mono Cartons for 250 gm Peda with 1.5 Lakhs /2 15,000=00 Printing work – Bi- Annual Rate Contract Basis. Years (Quote per Unit Rate)

6 KMF/2017-18/IND4247/CALL-3 Supply of 200 gm Kunda Carton Box for Retort 03 Lakhs /2 40,000=00 Pouch. With Printing work – Annual Rate Contract Years Basis. (Quote per Unit Rate)

(If Tender opening date is declared holiday it is deemed that it will opened on the Next working day)

Tender documents /specification may be downloaded from e-procurement website https://eproc.karnataka.gov.in/ . Interested tenderers may obtain further information at the same address. The MD BEMUL reserve the rights to accept or reject the tender without assigning any reason.

1) Access to E- Tender Documents : 30-06-2018 to 30-07-2018 up to 04:00 PM

2) Last date for submission : 30-07-2018 up to 04:30 PM

3) Date of opening of Tender : 01-08-2018 at 11:00 AM onwards.

4) Other details can be seen in the tender documents.

Managing Director

Belgaum Milk Union Ltd.,

KARNATAKA FOREST DEPARTMENT Deputy Conservator of Forests, Belagavi Division, Belagavi Tel. No. : 0831-2467071 E-mail:dcfbgm @gmail.com Fax No. : 0831-2467071 NO: B1/BGT/PBs/Tender/CR33/2018-19 DATED: 27.06.2018.

TENDER FOR SUPPLY OF BLACK LDPE POLY SHEET FROM MANUFACTURING / SUPPLY INDUSTRIES TO BELAGAVI CIRCLE, BELAGAVI.

TENDER REFERENCE : B1/BGT/PBs/Tender/CR33/2018-19

DATE & TIME OF PRE–BID/TENDER MEETING : 06.07.2018 at 11.30 AM, Venue: O/o the Deputy Conservator of Forests, Division, Belagavi Near central bus stand Forest compound, Belagavi-590016

DATE & TIME FOR DROP & QUALITY TEST : 06.07.2018 at 1.30 PM to 3.30 PM by a team headed by the Assistant Conservator of Forests, Belagavi Sub-Division, Belagavi and Committee Members

Venue : O/o the Deputy Conservator of Forests, Belagavi Division, Belagavi Near central bus stand Forest compound, Belagavi- 590016 LAST DATE & TIME FOR RECEIPT OF TECHNICAL AND : 12 -07 -201 8 at 1.00 PM FINANCIAL BIDS

DATE & TIME OF OPENING TECHNICAL BID : 13 -07-201 8 at 1.30 PM

DATE & TIME OF OPENING FINANCIAL BID : 20-07-2018 at 2.00 PM

PLACE OF OPENING TECHNICAL & : O/o the Deputy Conservator of Forests, FINANCIAL BIDS Belagavi Division, Belagavi.

IN CASE NO BID IS RECEIVED ON THE SCHEDULED DATE; : 22-07-2018 at 1.00 PM SECOND TIME TENDER IS CALLED ON : LAST DATE& TIME FOR RECEIPT OF TECHNICAL AND FINANCIAL BIDS

DATE& TIME OF OPENING TECHNICAL BID : 23-07-2018 at 1:15PM

DATE & TIME OF OPENING FINANCIAL BID : 24 -07-201 8 at 1:30 PM

ADDRESS FOR COMMUNICATION : O/o Deputy Conservator of Forests, Belagavi Division, Belagavi Near central bus stand, Belagavi Belagavi-590016. E-mail: [email protected] Phone: 0831-2467071

SECTION-1: INVITATION FOR TENDERS

NO: B1/BGT/PBs/Tender/CR33/2018-19 DATED: 27.06.2018.

It is hereby notified, calling attention of the desirous tenderers/bidders of manufacturing/supply industries, for the supply of Black Low-Density Polyethylene (LDPE) Poly sheet for raising of seedlings in nurseries in Belagavi Circle for various divisions as mentioned in Annexure – V for a period 30-06-2019.

The tender details are to be obtained through Website https://www.eproc.karnataka.gov.in No manual tenders will be accepted and only valid bid submitted on e-procurement website will be considered for award of tender. All terms occurring in this notification are to be understood in the way they are defined there in.

The system followed will be “ TWO-COVER ” system i.e., “TECHNICAL ” & “FINANCIAL ” bids have to be submitted through e-procurement portal only.

SCHEDULE

1) Date & Time of pre -bid Meeting : 06 .0 7.201 8 at 11.30 AM

2) Date, Time for drop and quality test : 06 .0 7.201 8 at 1.30 PM to 3.30 PM

First time tender :

2) Last date of tender Receiving : 12 .0 7.201 8 at 1.00 PM

3) Date of Technical Bid Open : 13 .0 7.201 8 at 1.30 PM

4) Date of Financial Bid Open : 20 .0 7.201 8 at 2.00 PM

Second time tender (If no successful bids are received on first time)

5) Last date of tender Receiving 22 .07 .201 8 at 1.00 PM

6) Date of Technical Bid Open 23 .0 7.201 8 at 1.15 PM

7) Date of Financial Bid Open 24 .0 7.201 8 at 5.30 PM

SHEDULE OF REQUIREMENTS (APPROXIMATE)

Black LDPE Poly sheet of 1.20 to 1.80 meter width & convenient length Rate to be quoted per Ton inclusive of Taxes

Sl. Brief Description Approximate EMD (in Rupees) No. Quantity (in tonne)

1. Black LDPE Poly sheet of 1.20 to 30 78000.00 1.80 meter width & convenient

length

Total 30 78000.00

1. The above quantities of requirement are only indicative and may vary as per actual requirement and budget allocation. And will be as per the orders placed from time to time, by the various unit offices in the Belagavi Circle.

2. The bidder must submit a single bid, submission of more than one bid by the same bidder will attract disqualification.

3. The bidder should quote a single rate in rupees per tonne for supply of Black LDPE poly sheets of 1.20 to 1.80 meter width & convenient length. The material cost quoted will be inclusive of handling charge and transportation cost and other costs etc and the materials are required to be delivered to the Head Quarters of the concerned Forest Ranges. The bid rates are to be quoted as tabled below, in a financial bid through e- procurement portal in the prescribed format of Annexure-II to this tender.

Material cost (Rate per tonne Sl. inclusive of Total cost Measurement Transport, Handling GST (Rate per No. (in inches) & Delivery Charges (In Rupees) tonne) etc.,) (In Rupees) (In Rupees)

1 2 4 5 6

Black LDPE Poly sheet of 1.20 to 1.80 meter 1 width & convenient length

4. The rates of qualified bidders for supply of Black LDPE Poly sheet will be compared and lowest rate quoted (L1) will be awarded tender for supply of poly sheet. If, L1 fails to enter into agreement the option of calling re-tender or considering the L2 as successful tenderer is reserved with Tender Accepting Authority.

5. The rates as determined by this tender will be valid from date of award of tender till 30-06-2019.

6. The period of tender contract may be extended till the required time or the next arrangement made on mutual consent, on the same terms and condition of this tender.

7. Tender processing fee shall be remitted as per directions contained in the e- procurement portal. The processing fee is non-refundable.

8. EMD payments through e-payment mode shall be made as one single transaction and payments made in part are liable for rejection. Bids must be accompanied by Earnest Money Deposit (EMD) of the amount specified in the tender document.

9. The Technical Bids will be opened on 13.07.2018 at 1:30 PM. onwards. The Financial Bids of the technical stage qualified firms will be opened on 23.07.2018 at 1:15 PM onwards.

10. If the above mentioned dates are declared as holiday for any reason, the subsequent working day shall be the Technical Bids/Financial Bids opening day as the case may be.

11. It is binding on the Successful tenderer to supply the same or superior quality of material as that of sample submitted during this tender process to the indenting Deputy Conservators of Forests. The Tender Inviting Authority/or the officer authorized by him will keep part of the sample submitted by the successful tenderers and the same will be used for comparison in case of any dispute later.

12. The Deputy Conservator of Forests, Social Forestry Division, Belagavi is tender inviting Authority and the Chief Conservator of Forests, Belagavi Circle, Belagavi is the tender Accepting Authority and the Principal Chief Conservator of Forests (HOFF) is appellate Authority for this tender.

Section 2:Instruction to Tenderers (ITT) Table of Paras

(A) General 1. Scope of Tender 2. Eligible Tenderers 3. One Tender per Tenderer 4. Cost of Tendering 5. Qualification of the Tenderer 6. Disqualification of the Tenderer (B) Tender Documents 7. Content of Tender documents 8. Clarification of Tender Document 9. Pre-bid/tender meeting 10. Amendment of Tender documents (C) Preparation of Tenders 11. Documents comprising the Tender 12. Qualification Information 13. Tender Prices 14. Tender validity 15. Earnest money deposit (D) Submission of Tenders 16. Format & Signing of Tenders 17. Modification and Withdrawal of Tenders (E) Tender Opening and Evaluation 18. Opening of First Cover and evaluation to determinequalified Tenderers 19. Opening of Second Cover of qualified Tenders 20. Correction of errors 21. Evaluation of Tenders (F) Award of Contract 22. Award Criteria 23. Tender Accepting Authority to accept any tender and to reject any or all tenders 24. Notification & Confirmation award 25. Performance Security Deposit (G) Agreement Procedure 26. Procedure 27. Salient features of AGREEMENT CONDITIONS for successful Rate Tenderers (H) Transaction 28. Indent Order, Supply & Time schedule 29. Bill Payment (I) Miscellaneous 30. MSMeS & NSIC 31. Tender Inviting Authority/KFD shall not stand guarantee to any of the financial institutions 32. Arbitration (Central, Domestic and International) Rules, 2012. 33. Appeals SECTION 2: INSTRUCTION TO TENDERERS (ITT)

A. GENERAL 1. Scope of Tender:

a. The Deputy Conservator of Forests, Belagavi Division, Belagavi (Referred to as Tender Inviting Authority in this document) invites tender following Two Cover tender procedure, from eligible tenderers (manufacturing/supply industries), for the supply of Black LDPE Poly sheet detailed in the Table (Schedule of Requirements) given in the Invitation for Tenders (IFT). The tenderers shall submit tenders for the works detailed in the table given in IFT. b. For the purpose of this tender, Deputy Conservator of Forests, Belagavi Division, Belagavi has been nominated as Tender Inviting Authority, Chief Conservator of Forests Belagavi Circle, Belagavi is the Tender Accepting/Rejecting Authority and Principal Chief Conservator of Forests (Head of Forest Force) will be the Appellate Authority. c. Rate in rupees per tonne of Black LDPE Poly sheet is to be quoted for successful award of this tender. The rate as determined by this tender will be valid from date of award of tender till 30-06-2019. d. The period of tender contract may be extended till the required time or the next arrangement made on mutual consent, on the same terms and condition of this tender. e. Canvassing or pressurizing or any type of interferences at any stage of tendering process will attract disqualification or rejection of technical or financial bids of such tenderers /firms.

2. Eligible Tenderers:

a. Tenderers shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka. b. Tenders from Joint ventures are not acceptable. c. Conditional Tenders will not be accepted.

3. One Tender per Tenderer:

Each tenderer shall submit only one bid for this tender. A tenderer who submits or participates in more than one bid (other than as a sub-contractor or in cases of alternatives that have been permitted or requested), shall be treated as non-responsive and will be disqualified.

4. Cost of Tendering

The tenderer shall bear all costs associated with the preparation and submission of his/her/their bid, and the Tender Inviting Authority is not responsible and liable for those costs.

5. Qualification of the Tenderer

All Tenderers shall upload the required information accurately in e-portal along with necessary scanned copy of the document, duly signed by the authorized signatories, supporting the qualification criteria with sufficient detail in Para No 12 .

6. Disqualification of the Tenderer Tenderers meeting the criteria in Para 12 , are subject to be disqualified, if they have:

a. made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements; and/or b. record of poor performance such as abandoning the contract, inordinate delays in supply, litigation history, or financial failures etc.; and/or

B. TENDER DOCUMENTS

7. Content of Tender Documents

a. The documents shall have all the Sections as in the content. The tenderer should go through the tender document and submit the technical and financial bids through e-procurement portal (online) after downloading the tender document. b. This tender notification is subject to the Government Orders and directions of the Government of Karnataka/Principal Chief Conservator of Forests (Head of Forest Force) issued from time to time.

I. Size and Quality specifications of Black LDPE Poly sheets

i) The Supplier shall supply Black LDPE Poly sheet certified by legally authorized agency conforming to IS: 2508-84 of Bureau of Indian Standards. The supplier shall not supply the Poly sheet manufactured from the recycled material. During the course, if it is found that the supplied materials were made from recycled material, the Performance Security Deposit of the concerned supplier will be forfeited to the department and the supplier shall be black listed and declared not eligible to participate in the e–Tender of Karnataka Forest Department Poly sheet supply process for the next three Financial years. ii) Black LDPE Poly sheet Specification:

Measurement (in Supply Details inches) Keeping in view the durability, sheets must be fabricated Black LDPE Poly sheet of using raw material of reliable quality. No recycled 1.20 to 1.80 meter width material to be used and Measurement should be uniform & convenient length and accurate.

NOTE: The Black LDPE Poly sheet are required to be in use for long period in the forest nurseries under the sun and rain. They must withstand its shifting, transportation & weight of full grown seedlings in beds. The quality of material should be superior and no recycled material to be used and Measurement should be uniform and accurate.

8. Clarification of Tender Documents

A prospective tenderer requiring any clarification of the tender documents may notify the Tender Inviting Authority in writing or by e-mail (hereinafter “mail” includes e-mail and facsimile) at the Tender Inviting Authority’s address/ e-mail ID indicated in the invitation to tender. The Tender Inviting Authority will respond to any request for clarification which he receives prior to the deadline for receipt of tenders.

9. Pre-Bid/Tender meeting:

a. The tenderer or his/her/their authorized representative is invited to attend a pre-bid meeting which will take place at O/o the Deputy Conservator of Forests, Belagavi Division, Belagavi Near central bus stand, Forest Compound Belagavi-590016 on the date & time mentioned in e-procurement portal. b. The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage. c. Non-attendance at the pre-bid meeting will not be a cause for disqualification of the tenderer.

10. Amendment of Tender documents

a. Before the deadline for submission of tenders, the Tender Inviting Authority may modify the tender documents by issuing addenda. b. Any addendum thus issued shall be part of the tender documents and shall be posted online in the e-procurement portal which tenderers should download. c. In order to allow prospective tenderer/s reasonable time to take the amendment into account in preparing their tenders, the Tender Inviting Authority, at its discretion, may extend the deadline for the submission of bids.

C. PREPARATION OF TENDERS

11. Documents Constituting the Tender:

The tender uploaded online through e-Procurement Portal by the tenderer shall be in two covers and shall contain the documents as follows:

a. First Cover (only online):

i) Earnest Money Deposit (EMD) and Tender Processing Fee: on line payment as specified in the e-procurement portal. ii) Qualification Information as per Technical Bid Form given in Annexure I. [Authorization Form (only if applicable) given in Annexure III] iii) General eligibility criteria.

b. Second Cover (only online):

i) Financial Bid Form given in Annexure II

Note: The validity of bid for this tender shall remain open for acceptance for a period of not less than 90 days from the last date of receipt of bids. If any tenderer withdraws his/ her/their bid before the said period (or) makes any modification in the terms and condition of the bid, the EMD at the time of submission of bid shall be forfeited. 12. Qualification Information

13. Qualification Information

I. To qualify for award of this contract, each tenderer in his/her/their name should submit the following particulars: (Fill the Annexure-I i.e. Technical Bid Form; sign, scan and upload in e- procurement platform. The tenderer shall upload the documents which are clearly filled without any ambiguity.)

a) Certificate of Registration/ownership of the manufacturing/supplying industry issued by competent authority/Department of Industries and Commerce, specifically mentioning LDPE Polythene bags. b) Authorization form/letter: In the case of a tenderer offering to supply goods under the contract which the tenderer did not manufacture or otherwise produce, the tenderer has been duly authorized (as per authorization form in Annexure-III) by the goods' Manufacturer or producer to supply the goods in . (The item or items for which Manufacturer’s Authorization is required should be specified) [ Note: Supplies for particular item as per schedule of the tender should be from one manufacturer only. Tenders from agents offering supplies from different manufacturers for the same item of the schedule in the tender will be treated as non-responsive.] c) Location of the manufacturing/supply industry office with full postal Address, Telephone and Fax Nos. & e- mail ID. d) GST Registration issued by the competent authority e) Income tax clearance certificate issued by the competent authority for the assessment form the year from 2014-15 to 2017-18 f) Type and quality specifications of the products produced by the industry. g) Installed and operational capacity and technology adopted by the manufacturing industries. h) Raw material source and arrangements the industry currently has to procure the raw material. Connected documents are to be enclosed, duly indicating limitations if any in this regard. i) Official Bankers of the manufacturing industry with due certificate from the Bank. j) Any tenderer claiming concession mentioned in the tender Para 30 ; if eligible shall upload the document / proof of such eligibility. If not eligible, it has to be clearly written as “not eligible ” in the bid form and any one document mentioned above to be uploaded again for the e-Tender system to continue. k) Employees/workers’ strength in the manufacturing/supplying industry. l) Particulars of the individual authorized to deal with the Department indicating the status/position of the individual in the manufacturing industry along with the name in full and postal address, telephone and fax numbers & e-mail ID. The details of will be attested by the proprietor of the firm and signature should also be attested by the proprietor of the firm. m) A copy of the Income tax PAN card of the tenderer. The name of the tenderer and the PAN card holder should be the same. In case it is different, the bid will be rejected on technical grounds. n) Supply/Business particulars of the manufacturing industry for the years 2018-19 indicating the details of quantities supplied to different departments/ firms/ along with the dates of supply (Invoice copies may be enclosed). o) Samples of Black LDPE Poly sheet shall be submitted to O/o Tender Inviting Authority before the last date for receipt of tenders and scanned copy of the acknowledgment shall be uploaded in e-procurement portal, otherwise bid will be rejected on technical grounds. [ Note: Ensure that the following details are printed with indelible rubber stamp on poly sheet: (a) Firm name (b) Tender No. (c) Size. The tenderer shall also sign on each sample with permanent marker and submit the sample.] It is binding on the Successful tenderer to supply the same or superior quality of material as that of sample submitted during this tender process to the intending Deputy Conservators of Forests. The Tender Inviting Authority/or the officer authorized by him will keep part of the sample submitted by the successful tenderers and the same will be used for comparison in case of any dispute later. p) The supplier should obtain satisfactory Certificate from the Government Department/ Private firms to whom he has supplied materials during the year 2014-15 or 2015-16 with regard to the quality of the materials and timely supply and submit along with the tender application.

II. Additional Tests/Checks: In addition to above information/document; the Tender Inviting Authority or any officer authorized by Tender Accepting Authority to conduct following tests/checks to find out the quality of the sample submitted: a) Drop test b) Quality test - Gauge and/or weight check & Physical verification for discoloration, any print mark, use of recycled material, measurement of size, quality of joints, stitching, numbers& placing of holes etc., c) Sample of the concerned consignment may be sent to Central Institute of Plastic Engineering and Technology (CIPET) Mysuru for detailed examination of the quality of the material. The opinion given by the CIPET, Mysore shall be final. The charges by the CIPET, Mysuru for quality check shall be borne by concerned supplier.

III. The above two tests/checks will be conducted on 06.07.2018 from 1:30 PM to 3.30 PM at Deputy Conservator of Forests, Belagavi Division, Belagavi Near central bus stand Forest compound, Belagavi-590016 by the team headed by the Assistant Conservator of Forests, Belagavi Sub-Division and Committee Members The Participating tenderers / bidders or their legal / authorized representative are required to be present and observe these tests and checks. No separate communication will be made in this regard. The bidders are also instructed to Deposit samples of poly-sheet on the same date to the above mentioned officer.

IV. The Successful participants will be issued certificate in this regard after conducting the tests. The bidders are required to upload the certificate issued along with Annexure-I on e-procurement portal for qualifying in the technical bid.

V. The technical bids will be evaluated on the basis of the above uploaded information and documents and tests/checks results. No information or documents other than that uploaded will be considered.

VI. The Tenderer is expected to examine all instructions, forms, terms, and specifications in the tender documents. Failure to furnish all information required by the tender documents or submission of a tender not substantially responsive to the tender documents in every respect will be at the Tenderer’s risk and may result in rejection of its bid.

14. Tender Prices

a. Single Rate to be quoted in Rupees per tonne inclusive of taxes, handling and transportation (delivering the material to Range Head quarters) charges (Prices shall be quoted in Indian Rupees). b. Rate in Rupees per tonne of Black LDPE Poly sheet is to be determined by receiving Rate Tenders from such of the short listed participants. The rates to be determined will be valid from date of tender till 30-06-2019. Rate quoted will be inclusive of taxes, handling charge and transportation cost etc., Materials to be delivered to the Head Quarters at the concerned Forest Ranges. c. The tender will be awarded on the ‘Total cost’ per tonne, as quoted in column 5 of the From prescribed in Annexure-II to this tender, i.e. Rate will be inclusive of the material cost and all the prevailing taxes & levies etc.

If there is any change in taxes during the agreement period, the increment in the taxes (as prevailing on the day of delivery of supplies) will be borne by the bidder.

15. Tender Validity

a. Tenders shall remain valid for a period not less than ninety days (90) after the deadline date for tender submission specified in this notification. A tender valid for a shorter period shall be rejected by the Tender Inviting Authority as non- responsive.

b. In exceptional circumstances, prior to expiry of the original time limit, the Tender Accepting Authority may request that the tenderers may extend the period of validity for a specified additional period. The request shall be made in writing or by e- mail. A Tenderer agreeing to the request will not be required or permitted to modify his/her/their tender, but will be required to extend the validity of his/her/their EMD for a period of the extension, and in compliance with Para 15 in all respects.

c. The period of tender contract may be extended till required or the next arrangement made on mutual consent on the same terms and condition of this tender.

16. Earnest Money Deposit (EMD)

a) The tenderer shall furnish, as part of his/her technical bid, Earnest Money Deposit (EMD) to the like sum of Rs. 10,000/- (Rupees Ten Thousand) only to be paid in a single transaction as through any of the following five modes only. I) Credit card II) Debit Card III) NEFT (National Electronic Fund Transfer) IV) OTC (Over the Counter) V) Net Banking.

b) EMD shall have to be valid for 45 days beyond the validity of the tender. i. However, eligible tenderers for concession of EMD as per 30 (c) of this tender notification have to pay full EMD of Rs. 10,000/- (Rupees Ten Thousand only which will be refunded/adjusted towards performance security deposit after completion of the tendering process. ii. Tenders will be evaluated/downloaded only on confirmation of receipt of the payment of EMD in the Government of Karnataka central pooling account and the payment of tender processing fee. iii. Any tender not accompanied by an acceptable EMD and not secured as indicated in Sub-Para 15. a) above shall be rejected by the Tender Accepting Authority/Officer authorized as non-responsive. iv. The EMD of successful tenderers will be considered as Performance Security Deposit till completion of the Tender period. v. Unsuccessful tenderers earnest money deposit will be discharged/returned as promptly as possible.

c) The earnest money deposit may be forfeited: i. If the Tenderer withdraws the Tender after tender opening during the period of tender validity; ii. If the Tenderer does not accept the correction of the Tender Price, pursuant to Para 20 ; or iii. In the case of successful Tenderer, if the Tenderer fails within the specified time limit to 1. sign the Agreement; or 2. furnish the required Security deposit iv. If the documents submitted by tenderer found to be misleading / forged / fake.

D. SUBMISSION OF TENDERS

17. Format and Signing of Tenders

Electronic submission of Annexure-I (Technical Bid Form) and Annexure-II (Financial Bid Form) should be clearly filled without any ambiguity, signed, scanned and uploaded before date & time specified in this notification through e-procurement portal only.

18. Modification & Withdrawal of Tenders

a. E-portal does not have the option for modification/withdrawal after the deadline for submission of Tenders b. Withdrawal or modification of a Tender between the deadline for submission of Tenders and the expiration of the original period of Tender validity specified in Para14 above may result in the forfeiture of the earnest money deposit pursuant to Para 15 .

E. TENDER OPENING & EVALUATION

19. Opening of First Cover and evaluation to determine qualified Tenderers

a. The Officer/s authorized by the Tender Accepting Authority will open online the First Cover of all the Tenders received through e-procurement portal. In the event of the specified date of First Cover opening being declared a holiday, the Tenders will be opened at the time and date on the next working day. b. The Tenderers names, the payment confirmation of EMD, the submission of qualification information and such other information may be notified if needed. c. The tenderer may be asked to submit the original documents which are uploaded in e-procurement portal to the Officer/s authorized by the Tender Accepting Authority for verification in case of discrepancies. d. Additional Tests/Checks specified in Para 12 shall be carried out apart from the evaluation of the Qualification Information in order to determine the tenderers qualification.

20. Opening of Second Cover of qualified Tenderers

a. The Officer/s authorized by the Tender Accepting Authority will open online the Second Cover of Qualified Tenderers received through e-procurement portal. In the event of the specified date of Second Cover opening being declared a holiday, the Tenders will be opened at the time and date on the next working day. b. The Tenderers names, the Tender prices, and such other details may be notified if needed.

21. Correction of Errors

a. Tenders determined to be substantially responsive will be checked by the Officer/s authorized by the Tender Accepting Authority for any arithmetic errors. Errors will be corrected as follows: i. Where there is a discrepancy between the rates in figures and in words, the lower of the two will govern; and ii. Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern.

b. The amount stated in the Tender will be adjusted by the Officer/s authorized by the Tender Accepting Authority in accordance with the above procedure for the correction of errors and with the concurrence of the Tenderer, shall be considered as binding upon the Tenderer. If the Tenderer does not accept the corrected amount the Tender will be rejected, and the earnest money deposit may be forfeited in accordance with Sub-Para 15.c.

22. Evaluation of Tenders

a. The Officer/s authorized by the Tender Accepting Authority will evaluate and compare only the Tenders determined to be substantially responsive in accordance with Para 10 & 11 . b. In evaluating the Tenders, the Officer/s authorized by the Tender Accepting Authority will determine for each Tender the evaluated Tender Price by adjusting the Tender Price by effecting corrections for errors pursuant to Para 20 . c. The Officer/s authorized by the Tender Accepting Authority reserves the right to accept or reject any variation, deviation, or alternative offer.

F. AWARD OF CONTRACT 23. Award Criteria

Subject to Para 23 , the Tender Accepting Authority will award the Contract to the Tenderer whose Tender has been determined to be substantially responsive to the Tender documents and who has offered the lowest evaluated Tender Price, provided that such Tenderer has been determined to be (a) eligible in accordance with the provisions of Para 2 , and (b) qualified in accordance with the provisions of Para 12 .

If, L1 fails to enter into agreement the option of calling re-tender or considering the L2 as successful tenderer is reserved with Tender Accepting Authority.

24. Tender Accepting Authority to accept any tender and to reject any or all tenders

Notwithstanding anything in Para 22 , the Tender Accepting Authority reserves the right to accept or reject any Tender, and to cancel the Tender process and reject all Tenders, at any time prior to the award of Contract, without thereby incurring any liability to the affected Tenderer or Tenderers or any obligation to inform the affected Tenderer or Tenderers of the grounds for the Tender Accepting Authority's action.

25. Notification & Confirmation of Award

a. Prior to the expiration of the period of bid validity, the Tender Accepting Authority will notify the award of contract to the successful tenderer in writing by registered letter or by e-mail or fax, that its bid has been accepted. b. Within 10 days of receipt of the notification, the successful tenderer shall confirm the award of contract with an acknowledgement and present the Performance Security Deposit as per Para 25 below to the Tender Accepting Authority. c. The successful tenderer is not assured of any minimum order merely because he/she/they have been successful in the bidding and declared successful.

26. Performance Security Deposit

a. Pursuant to Para 24 on receipt of notification of award from the Tender Accepting Authority, the successful tenderer shall furnish the performance security deposit to the Tender Accepting Authority for an amount of Rs. 50,000/- valid up to 60 days after the date of completion of performance obligations in accordance with the Conditions of Contract, in the form (Bank Guarantee) acceptable to the Tender Accepting Authority. b. Failure of the successful tenderer to comply with the above requirement shall constitute sufficient grounds for the annulment of the award and forfeiture of the earnest money deposit, in which event the Tender Accepting Authority may make the award to the next lowest evaluated tenderer or call for new tenders. c. The performance security may be forfeited, if a tenderer: i. withdraws his/her bid during the period of tender validity specified by the Tender Inviting Authority on the Tender Form; or does not accept the correction of errors pursuant to Para 20 above or ii. In case of a successful tenderer, if the tenderer fails to confirm the Contract in accordance with Para 24 ; or to furnish performance security in accordance with Para 25 a .

Note: EMD of Rs.10,000/- (Rupees Ten Thousands) paid by the supplier would be considered as part of the performance security Deposit in respect of successful tender. It will be released to the supplier after 60 days after the date of completion of performance obligations.

G. Agreement Procedure

27. Procedure

a. The successful tenderer/s shall execute an agreement, with the Chief Conservator of Forests, Belagavi Circle, Belagavi or any officer authorized by him within 3 days (Three days) of furnishing the performance security deposit, on a non-judicial stamp paper of Rs.200/- to be purchased by the successful “tenderer”. b. Failure of the successful tenderer to comply with the above requirement shall constitute sufficient grounds for the annulment of the award and forfeiture of the earnest money deposit, in which event the Tender Accepting Authority may make the award to the next lowest evaluated tenderer or call for new tenders. c. The EMD shall be forfeited and such tenderer/s will be black listed and declared not eligible to participate in the e–tender of Karnataka Forest Department polythene sheet supply process for the next three financial years. In this regard decision of the Tender Accepting Authority/CCF, Belagavi Circle, Belagavi is final. d. In the event of any of the above-indicated days happening to be declared as holidays by the Government, the process shall automatically get shifted to the next working day.

28. Salient features of AGREEMENT CONDITIONS for successful Rate Tenderers. Agreement Conditions are enclosed as Annexure-IV.

29. Indent Order, Supply & Time schedule:

a. The supplies should be in accordance with the quantities indented by the respective Deputy Conservators of Forests during the specified period of 2018-19 depending on the budget grants and approvals accorded as per the Annual Programme of Operations of respective Forest division/s. b. At the time of supply of material to the indenting Deputy Conservator of Forests, the successful “tenderer” must ensure that the material has to be of approved specifications as per this notification. The supplies of approved quality are to be made within15 days from the date of receipt of the indent from any Forest Division. The supplies are to be delivered to the head quarters of the respective Forest Ranges of the respective Forest Divisions as listed in the Annexure – V. c. If the indenting DCF or officer authorized by the DCF finds that any of the material supplied is of sub-standard quality, he/she shall reserve the right to reject the whole or part of the consignment/material, within 15 days from the date of receiving the delivery of the supplies and ask the supplier to replace the consignment with that of the specified quality, within 10 days failing which the contract of concerned supplier will automatically be cancelled. Failure of the successful tenderer to comply with the above requirement shall constitute sufficient grounds for the annulment of the award and forfeiture of the performance security deposit, in which event the Tender Accepting Authority may instruct the indenting DCF to purchase the material from the other supplier at the risk and cost of the original supplier.

Note: The orders of supply indented from any of the Deputy Conservators of Forests shall not constitute authorization by the Karnataka Forest Department to the manufacturing/supplying industries to enter into any financial or other commitments with any public or private institutions. All such transactions are purely at the sole risk of the concerned manufacturing industries only.

30. Bill Payment :

The indenting Deputy Conservator of Forests will endeavor to take action to settle the bills on receipt of the supplies. After receipt of the report from the Officer, the indenting DCFs should take action to release 90% of the bill amount if the supplies are of approved specifications as per this notification, subject to release of budget from the Government. The Concerned Head Quarters Range Forest Officer/Officer authorized by the indenting DCF should keep some samples (approximately ½ kg) of the PBs of different size upto 6 months (with code). During the course, if the supplied materials are found to be sub- standard, he/she should intimate the concerned DCFs. The DCFs should forfeit the balance 10% of the bill amount and intimate the Tender Accepting Authority to cancel the agreement made with the concerned supplier. In the event, if the supplier opposes/litigates the action of the Deputy Conservator of Forests, the samples of the concerned consignment may be sent to Central Institute of Plastics Engineering and Technology (CIPET), Mysore for detailed examination of the quality of the material. The charges levied by the CIPET, Mysore for quality check shall be borne by the concerned supplier. The opinion given by the CIPET, Mysore shall be final. In case, the agency submits the result quoting that the supplied material is of sub-standard quality and not as per the approved specifications of this notification, action will be taken to cancel the agreement and to forfeit the performance security deposit.

31. MSMeS & NSIC Further as per Notification /Circular dated:08.03.2011 issued by the office of the Development Commissioner, Small Scale Industries, Ministry of MSME Government of India, New Delhi-110011 and Ministry of Commerce, Department of Supply, New Delhi and MSME Act, 2006 and as per Government circular No. CE 850 ªÉZÀÑ 12/5 dated 29.12.2015 the following benefits are extended to Micro and small enterprises (MSE) registered with National small Industries corporation limited (NSIC) a public Sector undertaking under the administrative control of MSMeS. a) Goods manufactured by Micro and small Enterprise located in the State shall be given fifteen percent price preference against the large and Medium industries of the State and Industries of other States during Government Departments purchases. b) In a tender where the tenderers are both from the State of Karnataka as well as from outside the State of Karnataka the Sales Tax/ Vat shall be excluded for the evaluation of the price.

c) Micro and Small Enterprises registered with NSIC under a single point vendor registration scheme shall be facilitated by providing tenders sets free of cost, exempting from payment of Earnest Money Deposit during purchases by all Government Department and State owned PSUs. d) Waiver of Security Deposit to the monetary limit for which the unit is registered and Price Preference upto 15% to MSEs over the quotation of large scale units.

Note: Tenderers claiming any of the above concessions shall produce documents / proofs for any such concessions. However, they have to pay full EMD of Rs. 10,000.00 (Rupees Ten thousand) only, which will be refunded / adjusted towards performance security deposit after completion of the tendering process.

32. The Tender Inviting Authority/Karnataka Forest Department shall not stand guarantee to any of the financial institutions/ Banks, raw material supply agencies, power supply authorities, Pollution Control Board agencies, municipalities etc. for any of their transactions / dealings. It is the responsibility of the successful Rate Tenderer to obtain clearances to the satisfaction of the concerned organizations. Any disruption, arising in the polythene Poly sheet supplies, on account of any of the above violations, the manufacturing / supplying industry cannot advance it as a reason for not meeting the supply schedule.

33. Any disputes or claims raised on account of this agreement both the parties have agreed to solve the disputes through one or more arbitrators appointed for this purpose under Arbitration (Central, Domestic and International) Rules, 2012.

34. Appeals : All appeals connected to the successful Rate Tender, Bank Guarantee and Rate Tendering process shall lie with the PCCF (HOFF). For any disputes, arising after the supplies or connected to supply indents, appeals shall lie with the Chief Conservator of Forests, Belagavi Circle, Belagavi.

Deputy Conservator of Forests, Belagavi Division, Belagavi

******** ANNEXURE –I

Supply of Black LDPE Poly sheet to determine Rate per tonne of Black LDPE Poly sheet from manufacturing/Supply Industries to Belagavi Circle, Belagavi.

“E” TENDER TECHNICAL BID FORM From

Sri./Smt./M/s …………………………………………….

…………………………………………………………….

…………………………………………………………….

To

Deputy Conservator of Forests,

Belagavi Division, Belagavi.

Sir

In response to the e-tender Notification NO:B1/BGT/PBs/Tender/CR33/ DATED: 27.06.2018. I / We hereby submit the following information for kind perusal and further needful action.

Sl. PARTICULARS SUBMITTED/ No. NOT SUBMITTED 1 Name of the manufacturing industry, address, year of Registration & the Registering Authority certificate.

2 Authorization form/letter: Tenderer offering to supply goods under the contract which the tenderer did not manufacture or otherwise produce, the tenderer has been duly authorized (as per authorization form in Annexure- III) by the goods' Manufacturer or producer to supply the goods in India. (The item or items for which Manufacturer’s Authorization is required should be specified) 3 Full postal address of the office of the manufacturing industry with Telephone and Fax Nos. &e-mail address.

4 VAT Registration particulars & year upto which assessment orders are issued by the Competent Authority. (Enclose Clearance Certificate up to 30/9/2016) 5 Year upto which Income Tax Clearance orders are issued by the competent authority. (Enclose Clearance Certificate up to 2015-16) 6 Type/size and technical quality specifications of the products produced by the manufacturing industry. (Enclose Technical Quality specification details) 7 Operational and Installed capacity of the manufacturing industry. Technology adopted by the manufacturing industry. 8 Source of raw material and arrangements the manufacturing industry currently has to procure the raw material. (Enclose the connected documents)

9 Official Bankers of the manufacturing industry. (Enclose the Certificate issued by the Bank) 10 Whether tenderer is eligible for any concession mentioned in the tender condition 30. If eligible document / proof of such eligibility to be uploaded. If not eligible, it has to be clearly written as “not eligible” in the bid form and any one document mentioned above to be uploaded again for the e-Tender system to continue. 11 Employee/workers strength in the manufacturing industry.

12 Copy of the Income Tax PAN Card of the tenderer

13 Particulars of the individual authorized to deal with the Department indicating the status/position of the individual in the manufacturing industry along with the Name in full and Postal address, Telephone and Fax Numbers &E-mail address.

14 Supply/Business particulars of the manufacturing industry for the years 2014-15 and/or 2015-16 (Please enclose the details of invoice copies supply to depts. and other firms). 15 Acknowledgment copy of the submission of samples of the materials (obtained from the Deputy Conservator of Forests / Assistant Conservator of Forests, Bidar Sub- Division, Bidar). 16 Satisfactory Certificate from the concerned depts. and firms along with the documents in regard to the quality of materials timely supplied during 2014-15 to 2017-18 17 Quality Test Results

Note: For Sl. No. 1-16 tenderers shall enclose necessary documents and write as “Submitted or Not submitted” . And for Sl.No. 17 &18 to write “Qualified or Not qualified”, and enclosed qualified certificate issued by the Deputy Conservator of Forests or Assistant Conservator of Forests, Belagavi Sub-Division, Belagavi and Committee Members after passing the above tests as conducted on 06.07.2018.

I/We certify that the information provided above is factual and true. Further, I/We have read the notification dated: 27.06.2018 of the O/o the Deputy Conservator of Forests, Belagavi Division, Belagavi and conversant with the various requirements & conditions.

Place :

Date : Seal and Signature of the

Authorized individual Name:

(incapital letters)

ANNEXURE – II

Supply of Black LDPE Poly sheet to determine Rate per tonne of Black LDPE Poly sheet from manufacturing/Supply Industries to Belagavi Circle, Belagavi

“E” TENDER FINANCIAL BID FORM FOR SUPPLY OF LDPE POLYTHENE BAGS

From

Sri./Smt./M/s …………………………………………….

…………………………………………………………….

…………………………………………………………….

To

Deputy Conservator of Forests,

Belagavi Division, Belagavi.

Sir

In response to the e-tender Notification NO:B1/BGT/PBs/Tender/CR33/ DATED: 27.06.2018. I/We hereby offer my/our rate for Black LDPE Poly sheet as detailed below.

Black LDPE Poly sheet (Rate to be quoted per kilogram, inclusive of GST, handling and transportation charges etc. )

Material cost (Rate per tonne Sl. inclusive of Total cost GST Measurement Transport, Handling (Rate per No. (in inches) & Delivery Charges tonne) (In Rupees) etc.,) (In Rupees) (In Rupees)

1 2 4 5 6

Black LDPE Poly sheet of 1.20 to 1 1.80 meter width & convenient length

In offering this Tender, I/We hereby agree to abide by the conditions as detailed in the E- Tender Notification NO:B1/BGT/PBs/Tender/CR33/ DATED: 27.06.2018

Place:

Date:

Seal and Signature of the

Authorized Individual

Name:

(in capital letter)

ANNEXURE-III

MANUFACTURERS' AUTHORIZATION FORM

No. dated

To

Dear Sir:

Tender No.

We (Manufacturers name) who are established and reputable manufacturers of (LDPE Poly Bags) having factory at (address of factory) do hereby authorize M/s (Name and address of Agent) to submit a tender, and sign the contract with you for the goods manufactured by us against the above Tender No. No company or firm or individual other than M/s are authorized to tender, and conclude the contract for the above goods manufactured by us, against this specific tender. (This para should be deleted in simple items where manufacturers sell the product through different stockiest.) We hereby extend our full guarantee and warranty as per Clause 14 of the General Conditions of Contract for the goods and services offered for supply by the above firm against this tender.

Yours faithfully, (Name) (Name of manufacturers)

Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person competent and having the power of attorney to legally bind the manufacturer. It should be included by the tenderer in its tender.

KARNATAKA FOREST DEPARTMENT

ANNEXURE - IV

Supply of Black LDPE Poly sheet and to determine Rate per ton of Black LDPE Poly sheet from manufacturing/Supply Industries to Belagavi Circle.

* * * * * Salient features of AGREEMENT CONDITIONS for the successful Rate Tenderers 1. For the purpose of this tender agreement period shall be from the date of agreement till 30- 06-2019 2. Supplies shall be in accordance with the approved specifications prescribed in the Tender Notification NO: B1/BGT/PBs/Tender/CR33/ DATED: 27.06.2018 and quantity indicated in the indent shall be placed by the respective Deputy Conservator of Forests as specified in Annexure-V during the agreement period. 3. The successful Rate Tenderer/s or tenderer/s hereinafter referred to as “Supplier” shall ensure that the supplies strictly be made within a period of 15 days from the date of receiving the indent from the concerned Deputy Conservator of Forests. 4. Materials indented are to be delivered to the Range head quarters of the respective Forest Divisions annexed to this agreement at the cost of the manufacturing/supply industry. 5. If the indenting Deputy Conservator of Forests or officer authorized by the DCF, on such inspection/investigations/enquiries finds that any of the material supplied is of sub-standard quality he/she shall have right to reject the whole or part of the consignment/material within 15 days from the date of receiving the delivery of the supplies and direct the supplier to replace it within 10 days , Failure of the supplier to comply with the above requirement shall constitute sufficient grounds for the annulment of the award and forfeiture of the performance security deposit, in which event the Tender Accepting Authority may instruct the indenting DCF to purchase the material from the other supplier at the risk and cost of the original supplier, also the supplier shall be black listed against participating in the Karnataka Forest Department’s Polythene Poly sheet supply process for the next three financial years. 6. The supplier shall furnish the performance security to the Tender Accepting Authority for an amount of Rs. 50,000/-, valid up to 60 days after the date of completion of performance obligations in accordance with the Conditions of Contract, in the form (Bank Guarantee and shall be issued by a Nationalized Bank having its branch at Belagavi) acceptable to the Tender Accepting Authority. 7. Bill payment : The indenting Deputy Conservator of Forests will endeavor to take action to settle the bills on receipt of the supplies. After receipt of the report from the Officer, the indenting DCFs should take action to release 90% of the bill amount if the supplies are of approved specifications as per this notification, subject to release of budget from the Government. The Concerned Head Quarters Range Forest Officer/Officer authorized by the indenting DCF should keep some samples (approximately ½ kg) of the Black LDPE sheets of different size upto 6 months (with code). During the course, if the supplied materials are found to be sub- standard, he/she should intimate the concerned DCFs. The DCFs should forfeit the balance 10% of the bill amount and intimate the Tender Accepting Authority to cancel the agreement made with the concerned supplier. In the event, if the supplier opposes/litigates the action of the Deputy Conservator of Forests, the samples of the concerned consignment may be sent to Central Institute of Plastics Engineering and Technology (CIPET), Mysore for detailed examination of the quality of the material. The charges levied by the CIPET, Mysore for quality check shall be borne by the concerned supplier. The opinion given by the CIPET, Mysore shall be final. In case, the agency submits the result quoting that the supplied material is of sub-standard quality and not as per the approved specifications of this notification, action will be taken to cancel the agreement and to forfeit the performance security deposit.

8. The performance security furnished to the Tender Accepting Authority for an amount of 5% of the Contract Value shall be valid up to 60 days after the date of completion of performance obligations and the EMD of Rs. 10,000/- (Rupees Ten Thousands) paid by the supplier would be considered as part of the performance security Deposit in respect of successful tenders. It will be released to the supplier after 60 days after the date of completion of performance obligations.

9. The DCF,Belagavi /Karnataka Forest Department shall not stand guarantee to any of the financial institutions/Banks, raw material supply agencies, power supply authorities, pollution control board agencies, municipalities etc. It is the responsibility of the successful Rate Tendered manufacturing Industry to obtain clearances to the satisfaction of the concerned organizations. In case of any disruption, in the supply of Poly sheet on account of any of the above violations, the manufacturing Industry cannot advance it as a reason for not meeting the supply schedule.

10. The orders of supply indent from any of the Deputy Conservators of Forests shall not constitute an authorization by the Karnataka Forest Department to the manufacturing Industry to enter into any financial or other commitments with any public or private institutions. All such transactions are purely at the sole risk and responsibility of the concerned manufacturing industry only.

11. In the event of any dispute regarding supplies, appeal shall lie with the Chief Conservator of Forests, Belagavi Circle, Belagavi.

12. In the event if any inferior material is supplied, contrary to the agreed quality and in violation of the terms and conditions of the agreement/contract, the Department reserves right to cancel the said contract, and not make any payment for such inferior product, besides initiating appropriate action under the tender conditions and law.

13. This tender Notification is subject to the Government Orders and directions of the Government of Karnataka / the Principal Chief Conservator of Forests, (Head of Forest Force) issued from time to time.

14. All conditions enumerated in the detailed e-Tender Notification which is not reproduced above shall be part and parcel of this agreement.

15. The period of tender contract may be extended till required period or the next arrangement made on mutual consent, on the same terms and condition of this tender

16. Any disputes or claims raised on account of this agreement both the parties have agreed to solve the disputes through one or more arbitrators appointed for this purpose under Arbitration (Central, Domestic and International) Rules, 2012. ANNEXURE – V

Supply of LDPE Poly sheet to determine Rate per tonne of black LDPE Poly sheet from manufacturing/supply industries to Belagavi Circle, Belagavi

Approx. Sl. Head Quarters of Designation of the Distance from Name of the Forest Division concerned No the Forest Ranges Indenting Officer Division Head Quarter. CCF, Research 1 Research Range, Belagavi Belagavi 75 Dharwad Assistant Conservator Watershed Department 2 Belagavi of Forests, Water Shed 0 (Forest Wing) Dept. Belagavi Belagavi Range 0 Kakati Range 9 Nasaragi Range 40

Gujanal Range 20 Deputy Conservator of 3 Belagavi Territorial Division Khanapur Range 25 Forests, Belagavi Londa Range Division, Belagavi 45 Golihalli Range 47 Nagaragali Range 52 Kanakumbi Range 50 Gokak Range 0 Raibag Range 34 Deputy Conservator of Ghataprabha Territorial Division, Chikkodi Range 35 4 Forests, Ghataprabha Gokak Athani Range Division, Gokak 81 Ramdurg Range 84 Soundatti Range 79 Anthi (SF), Range 145 Bailhongal (SF), 45 Range Belagavi (SF), 0 Range Deputy Conservator of Social Forestry Division, Forests, Social 5 Chikkodi (SF), Range 72 Belagavi Forestry Division, Gokak (SF), Range 60 Belagavi Hukkeri (SF), Rnage 52 Khanapur (SF), 25 Range Raibag (SF), Range 91 Approx. Sl. Head Quarters of Designation of the Distance from Name of the Forest Division concerned No the Forest Ranges Indenting Officer Division Head Quarter. Ramdurg (SF), 100 Range Social Forestry Division, Soundatti (SF), 90 Belagavi Range Assistant Conservator Watershed Department 6 Baglakote of Forests, Water Shed 0 (Forest Wing) Dept. Baglakote CCF, Research 7 Research Range, Badami Badami 99 Dharwad Baglakote Range 0 Badami Range 34 Deputy Conservator of Hunagund Range 52 8 Baglakote Territorial Division Forests, Baglakote Jamkhandi Range Division, Baglakote 77 Mudhol Range 55 Bilagi Range 29 Baglakote (SF), 0 Range

Badami (SF), Range 34

Hunagunda (SF), Deputy Conservator of Social Forestry Division, Forests, Social 52 9 Range Baglakote Forestry Division, Biligi (SF), Range Baglakote 29 Jamkandi 77 (SF),Range Mudhol (SF), Range 55 Assistant Conservator Watershed Department 10 Vijaypur of Forests, Water Shed 0 (Forest Wing) Dept. Vijaypur Vijaypur SF Range 0 SF 84 Range Deputy Conservator of 11 Vijaypur Social Forestry Division Sindagi SF Range 60 Forests, SF Division, Basavanbagewadi SF Vijaypur 55 Range Indi SF Range 50 Vijaypur Range 0 Indi Range Deputy Conservator of 50 12 Vijaypur Territorial Division Forests, SF Division, Sindagi Range Vijaypur 60 Muddebihal Range 84

Deputy Conservator of Forests

Belagavi Division, Belagavi.

KARNATAKA FOREST DEPARTMENT Deputy Conservator of Forests, Belagavi Division, Belagavi Tel. No. : 0831-2467071 E-mail:dcfbgm @gmail.com Fax No. : 0831-2467071 NO: B1/BGT/PBs/Tender/CR33/2018-19 DATED: 27.06.2018.

TENDER FOR SUPPLY OF HDPE POLYTHENE BAGS FROM MANUFACTURING / SUPPLY INDUSTRIES TO BELAGAVI CIRCLES

TENDER REFERENCE : B1/BGT/PBs/Tender/CR33/2018-19

DATE & TIME OF PRE–BID/TENDER MEETING : 06.07.2018 at 11.30 AM, Venue: O/o the Deputy Conservator of Forests, Division, Belagavi Near central bus stand Forest compound, Belagavi-590016

DATE & TIME FOR DROP & QUALITY TEST : 06.07.2018 at 1.30 PM to 3.30 PM by a team headed by the Assistant Conservator of Forests, Belagavi Sub-Division, Belagavi and Committee Members

Venue : O/o the Deputy Conservator of Forests, Belagavi Division, Belagavi Near central bus stand Forest compound, Belagavi- 590016 LAST DATE & TIME FOR RECEIPT OF TECHNICAL AND : 12 -07 -201 8 at 1.00 PM FINANCIAL BIDS

DATE & TIME OF OPENING TECHNICAL BID : 13 -07-201 8 at 1.30 PM

DATE & TIME OF OPENING FINANCIAL BID : 20-07-2018 at 2.00 PM

PLACE OF OPENING TECHNICAL & : O/o the Deputy Conservator of Forests, FINANCIAL BIDS Belagavi Division, Belagavi.

IN CASE NO BID IS RECEIVED ON THE SCHEDULED DATE; : 22-07-2018 at 1.00 PM SECOND TIME TENDER IS CALLED ON : LAST DATE& TIME FOR RECEIPT OF TECHNICAL AND FINANCIAL BIDS

DATE& TIME OF OPENING TECHNICAL BID : 23-07-2018 at 1:15PM

DATE & TIME OF OPENING FINANCIAL BID : 24 -07-201 8 at 5:30 PM

ADDRESS FOR COMMUNICATION : O/o Deputy Conservator of Forests, Belagavi Division, Belagavi Near central bus stand, Belagavi Belagavi-590016. E-mail: E-mail: [email protected] Phone: 0831-2467071

SECTION-1: INVITATION FOR TENDERS

NO: B1/BGT/PBs/Tender/CR33/2018-19 DATED: 27.06.2018.

It is hereby notified, calling attention of the desirous tenderers/bidders of manufacturing/supply industries, for the supply of High-Density Polyethylene (HDPE) bags for raising of seedlings in polythene bags in Belagavi Circle for various divisions as mentioned in Annexure – V for a period upto 30-06-2019.

The tender details are to be obtained through Website https://www.eproc.karnataka.gov.in No manual tenders will be accepted and only valid bid submitted on e-procurement website will be considered for award of tender. All terms occurring in this notification are to be understood in the way they are defined there in.

The system followed will be “ TWO-COVER ” system i.e., “TECHNICAL ” & “FINANCIAL ” bids have to be submitted through e-procurement portal only.

SCHEDULE

1) Date & Time of pre -bid Meeting : 06 .0 7.201 8 at 11.30 AM

2) Date, Time for drop and quality test : 06 .0 7.201 8 at 1.30 PM to 3.30 PM

First time tender :

2) Last date of tender Receiving : 12 .0 7.201 8 at 1.00 PM

3) Date of Technical Bid Open : 13 .0 7.201 8 at 1.30 PM

4) Date of Financial Bid Open : 20 .0 7.201 8 at 2.00 PM

Second time tender (If no successful bids are received on first time)

5) Last date of tender Receiving 22 .07 .201 8 at 1.00 PM

6) Date of Technical Bid Open 23 .0 7.201 8 at 1.15 PM

7) Date of Financial Bid Open 24 .0 7.201 8 at 5.30 PM

SHEDULE OF REQUIREMENTS (APPROXIMATE)

Sl. Brief Description HDPE Unit Approximate EMD (in bag size Rupees) No Quantity (in Numbers)

1. HDPE Woven Sack bags 1000 bags 250000 8”X12”

2. HDPE Woven Sack bags 1000 bags 100000 10”X16” 98500.00 3. HDPE Woven Sack bags 1000 bags 125000 14”X20”

4. HDPE Woven Sack bags 1000 bags 45000 25”X25”

Total 520000

13. The above quantities of requirement are only indicative and may vary as per actual requirement and budget allocation. And will be as per the orders placed from time to time, by the various unit offices in the Belagavi Circle, Belagavi.

14. The bidder must submit a single bid for all the four sizes (as listed above) of polythene bags, submission of more than one bid by the same bidder will attract disqualification.

15. The bidder should quote a single rate in rupees per kilogram for 4 x6, 5 x8 and 6 x 9 sizes and specific rates for 8 x 12 bag size and specifications. The material cost quoted will be inclusive of handling charge and transportation cost and other costs etc and the materials are required to be delivered to the Head Quarters at the concerned Forest Ranges. The bid rates are to be quoted as tabled below, in a financial bid through e- procurement portal in the prescribed format of Annexure-II to this tender.

Material cost (Rate per kilogram Sl. inclusive of Total cost Gauge GST Measurement Transport, Handling (Rate per (4 Gauge = No. (in inches) & Delivery Charges kilogram) 1 micron) (In Rupees) etc.,) (In Rupees) (In Rupees)

1 2 3 4 5 6

1 4” x 6” 200

2 5” x 8” 240

3 6” x 9” 300

4 8” x 12” 500

16. The rates of qualified bidders for supply of bags will be compared and lowest rate quoted (L1) will be awarded tender for supply of that size bags. If, L1 fails to enter into agreement the option of calling re-tender or considering the L2 as successful tenderer is reserved with Tender Accepting Authority, and at the risk and cost of L1 bidder.

17. The rates as determined by this tender will be valid from date of award of tender till 30-06-2019.

18. The period of tender contract may be extended till required period or the next arrangement made on mutual consent, on the same terms and condition of this tender.

19. Tender processing fee shall be remitted as per directions contained in the e- procurement portal. The processing fee is non-refundable.

20. EMD payments through e-payment mode shall be made as one single transaction and payments made in part are liable for rejection. Bids must be accompanied by Earnest Money Deposit (EMD) of the amount specified in the tender document.

21. The Technical Bids will be opened on 13.07.2018 at 1:30 PM. onwards. The Financial Bids of the technical stage qualified firms will be opened on 23.07.2018 at 1:15 PM . onwards.

22. If the above mentioned dates are declared as holiday for any reason, the subsequent working day shall be the Technical Bids/Financial Bids opening day as the case may be.

23. It is binding on the Successful tenderer to supply the same or superior quality of material as that of sample submitted during this tender process to the indenting Deputy Conservators of Forests. The Tender Inviting Authority/or the officer authorized by him will keep part of the sample submitted by the successful tenderers and the same will be used for comparison in case of any dispute later.

24. The Deputy Conservator of Forests, Belagavi Division, Belagavi is tender inviting Authority and the Chief Conservator of Forests, Belagavi Circle, Belagavi is the tender Accepting Authority and the Principal Chief Conservator of Forests (HOFF) is appellate Authority for this tender.

Section 2:Instruction to Tenderers (ITT) Table of Paras

(A) General 1. Scope of Tender 2. Eligible Tenderers 3. One Tender per Tenderer 4. Cost of Tendering 5. Qualification of the Tenderer 6. Disqualification of the Tenderer (B) Tender Documents 7. Content of Tender documents 8. Clarification of Tender Document 9. Pre-bid/tender meeting 10. Amendment of Tender documents (C) Preparation of Tenders 11. Documents comprising the Tender 12. Qualification Information 13. Tender Prices 14. Tender validity 15. Earnest money deposit (D) Submission of Tenders 16. Format & Signing of Tenders 17. Modification and Withdrawal of Tenders (E) Tender Opening and Evaluation 18. Opening of First Cover and evaluation to determine qualified Tenderers 19. Opening of Second Cover of qualified Tenders 20. Correction of errors 21. Evaluation of Tenders (F) Award of Contract 22. Award Criteria 23. Tender Accepting Authority to accept any tender and to reject any or all tenders 24. Notification & Confirmation award 25. Performance Security Deposit (G) Agreement Procedure 26. Procedure 27. Salient features of AGREEMENT CONDITIONS for successful Rate Tenderers (H) Transaction 28. Indent Order, Supply & Time schedule 29. Bill Payment (I) Miscellaneous 30. MSMeS& NSIC 31. Tender Inviting Authority/KFD shall not stand guarantee to any of the financial institutions 32. Arbitration (Central, Domestic and International) Rules, 2012. 33. Appeals SECTION 2: INSTRUCTION TO TENDERERS (ITT)

C. GENERAL 35. Scope of Tender:

f. The Deputy Conservator of Forests, Belagavi Division, Belagavi (Referred to as Tender Inviting Authority in this document) invites tender following Two Cover tender procedure, from eligible tenderers (manufacturing/supply industries), for the supply of Woven Sacks detailed in the Table (Schedule of Requirements) given in the Invitation for Tenders (IFT). The tenderers shall submit tenders for the works detailed in the table given in IFT. g. For the purpose of this tender, Deputy Conservator of Forests, Belagavi Division, Belagavi has been nominated as Tender Inviting Authority, Chief Conservator of Forests Belagavi Circle, Belagavi is the Tender Accepting/Rejecting Authority and Principal Chief Conservator of Forests (Head of Forest Force) will be the Appellate Authority. h. HDPE Woven Sacks for each number is to be quoted for successful award of this tender. The rate as determined by this tender will be valid from date of award of tender till 30-06-2019. i. The period of tender contract may be extended till required period or the next arrangement made on mutual consent, on the same terms and condition of this tender. j. Canvassing or pressurizing or any type of interferences at any stage of tendering process will attract disqualification or rejection of technical or financial bids of such tenderers/firms. k. GST admissible while making payment

36. Eligible Tenderers:

d. Tenderers shall not be under declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka, and such other practices. e. Tenders from Joint ventures are not acceptable. f. Conditional Tenders will not be accepted.

37. One Tender per Tenderer:

Each tenderer shall submit only one bid for this tender. A tenderer who submits or participates in more than one bid (other than as a sub-contractor or in cases of alternatives that have been permitted or requested), shall be treated as non-responsive and will be disqualified.

38. Cost of Tendering The tenderer shall bear all costs associated with the preparation and submission of his/her/their bid, and the Tender Inviting Authority is not responsible and liable for those costs.

39. Qualification of the Tenderer

All Tenderers shall upload the required information accurately in e-portal along with necessary scanned copy of the document, duly signed by the authorized signatories, supporting the qualification criteria with sufficient detail in Para No 12 .

40. Disqualification of the Tenderer Tenderers meeting the criteria’s in Para 12 , are subject to be disqualified, if they have: c. made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements; and/or d. record of poor performance such as abandoning the contract, inordinate delays in supply, litigation history, or financial failures etc.;

D. TENDER DOCUMENTS

41. Content of Tender Documents

c. The documents shall have all the Sections as in the content. The tenderer should go through the tender document and submit the technical and financial bids through e-procurement portal (online) after downloading the tender document. d. This tender notification is subject to the Government Orders and directions of the Government of Karnataka/Principal Chief Conservator of Forests (Head of Forest Force) issued from time to time.

II. Size and Quality specifications of HDPE Woven Sack bags.

iii) The Supplier shall supply HDPE Woven Sack bags certified by legally authorized agency conforming to the industry Standards and good quality. During the course, if it is found that the supplied materials were made from recycled material, the Performance Security Deposit of the concerned supplier will be forfeited to the department and the supplier shall be black listed and declared not eligible to participate in the e–Tender of Karnataka Forest Department Woven Sack bags supply process for the next three Financial years. iv) HDPE Woven Sack bags Specification:

Woven sacks Measurement weight (in Supply Details (in inches) minimum grams). 8” x 12” 19 Measurement must be uniform and accurate. Box design, with firm nylon thread double stitches on 3 sides, top folded 10” x 16” 23 and stitched with nylon thread suitably. Four drainage holes to be punched appropriately. Sacks to be compulsorily white 14” x 20” 45 in colour with no prints. Woven sacks must have an internal thin polythene lining. Must withstand drop test. 25” x 25” 95

NOTE: The HDPE bags are required to be in use for 6 to 12 months period in the forest nurseries under the sun and rain. They must withstand the load of nursery ingredients and shifting & transportation/ handling of full grown seedlings. To check the quality of the HDPE Woven sack bags before accepting the supplies, Drop Test shall be conducted in addition to physical verification for marking, use of recycled material, measurement of size, numbers, placing of holes etc. by the Deputy Conservator of Forests, or any Officer authorized by him/her. {Drop test – For Woven Sack bags to be used for packing of solid powder or granular products, their strength shall be determined by filling them with the actual product to be packed and subjecting them to a flat drop from a height of 1.2mtr on a flat hard surface. The filling product can be the product itself or any other material simulating the actual product in density and flow. The test shall be performed on 5 Woven Sack bags of the same design and material and each sample shall be subjected to one drop only. If not more than one bag shows any bursting or tearing in the drop test, the consignment shall be taken as passing in the test.}

42. Clarification of Tender Documents

A prospective tenderer requiring any clarification of the tender documents may notify the Tender Inviting Authority in writing or by e-mail (hereinafter “mail” includes e-mail and facsimile) at the Tender Inviting Authority’s address/ e-mail ID indicated in the invitation to tender. The Tender Inviting Authority will respond to any request for clarification which he receives prior to the deadline for receipt of tenders.

43. Pre-Bid/Tender meeting: d. The tenderer or his/her/their authorized representative is invited to attend a pre-bid meeting which will take place at O/o the Deputy Conservator of Forests, Belagavi Division, Belagavi Near central bus stand Forest compound, Belagavi-590016 on the date & time mentioned in e-procurement portal. e. The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage. f. Non-attendance at the pre-bid meeting will not be a cause for disqualification of the tenderer.

44. Amendment of Tender documents

d. Before the deadline for submission of tenders, the Tender Inviting Authority may modify the tender documents by issuing addenda. e. Any addendum thus issued shall be part of the tender documents and shall be posted online in the e-procurement portal which tenderers should download. f. In order to allow prospective tenderer/s reasonable time in which to take the amendment into account in preparing their tenders, the Tender Inviting Authority, at its discretion, may extend the deadline for the submission of bids.

C. PREPARATION OF TENDERS

45. Documents Constituting the Tender:

The tender uploaded online through e-Procurement Portal by the tenderer shall be in two covers and shall contain the documents as follows:

c. First Cover (only online):

iv) Earnest Money Deposit (EMD) and Tender Processing Fee: on line payment as specified in the e-procurement portal. v) Qualification Information as per Technical Bid Form given in Annexure I. [Authorization Form (only if applicable) given in Annexure III] vi) General eligibility criteria.

d. Second Cover (only online):

ii) Financial Bid Form given in Annexure II

Note: The validity of bid for this tender shall remain open for acceptance for a period of not less than 90 days from the last date of receipt of bids. If any tenderer withdraws his/ her/their bid before the said period (or) makes any modification in the terms and condition of the bid, the EMD at the time of submission of bid shall be forfeited. 46. Qualification Information

VII. To qualify for award of this contract, each tenderer in his/her/their name should submit the following particulars: (Fill the Annexure-I i.e. Technical Bid Form; sign, scan and upload in e- procurement platform. The tenderer shall upload the documents which are clearly filled without any ambiguity.)

q) Certificate of Registration/ownership of the manufacturing/supplying industry issued by competent authority/Department of Industries and Commerce, specifically mentioning LDPE Polythene bags. r) Authorization form/letter: In the case of a tenderer offering to supply goods under the contract which the tenderer did not manufacture or otherwise produce, the tenderer has been duly authorized (as per authorization form in Annexure-III) by the goods' Manufacturer or producer to supply the goods in India. (The item or items for which Manufacturer’s Authorization is required should be specified) [ Note: Supplies for particular item as per schedule of the tender should be from one manufacturer only. Tenders from agents offering supplies from different manufacturers for the same item of the schedule in the tender will be treated as non-responsive.] s) Location of the manufacturing/supply industry office with full postal Address, Telephone and Fax Nos. & e- mail ID. t) GST Registration issued by the competent authority u) Income tax clearance certificate issued by the competent authority for the assessment form the year from 2014-15 to 2017-18 v) Type and quality specifications of the products produced by the industry. w) Installed and operational capacity and technology adopted by the manufacturing industries. x) Raw material source and arrangements the industry currently has to procure the raw material. Connected documents are to be enclosed, duly indicating limitations if any in this regard. y) Official Bankers of the manufacturing industry with due certificate from the Bank. z) Any tenderer claiming concession mentioned in the tender Para 30 ; if eligible shall upload the document / proof of such eligibility. If not eligible, it has to be clearly written as “not eligible ” in the bid form and any one document mentioned above to be uploaded again for the e-Tender system to continue. aa) Employees/workers’ strength in the manufacturing/supplying industry. bb) Particulars of the individual authorized to deal with the Department indicating the status/position of the individual in the manufacturing industry along with the name in full and postal address, telephone and fax numbers & e-mail ID. The details of will be attested by the proprietor of the firm and signature should also be attested by the proprietor of the firm. cc) A copy of the Income tax PAN card of the tenderer. The name of the tenderer and the PAN card holder should be the same. In case it is different, the bid will be rejected on technical grounds. dd) Supply/Business particulars of the manufacturing industry for the years 2018-19 indicating the details of quantities supplied to different departments/ firms/ along with the dates of supply (Invoice copies may be enclosed). ee) 50 numbers of Samples of each size of the HDPE Woven Sack bags (viz., 8”X12”, 10”X16, 14”X20” & 25”X25”) shall be submitted to O/o Tender Inviting Authority before the last date for drop test of tenders and scanned copy of the acknowledgment shall be uploaded in e-procurement portal, otherwise bid will be rejected on technical grounds. [ Note: Ensure that the following details are printed with indelible rubber stamp on each bag: (a) Firm name (b) Tender No. (c) Size. The tenderer shall also sign on each sample with permanent marker and submit the sample.] It is binding on the Successful tenderer to supply the same or superior quality of material as that of sample submitted during this tender process to the intending Deputy Conservators of Forests. The Tender Inviting Authority/or the officer authorized by him will keep part of the sample submitted by the successful tenderers and the same will be used for comparison in case of any dispute later. ff) The supplier should obtain satisfactory Certificate from the Government Department/ Private firms to whom he has supplied materials during the year 2014-15 or 2015-16 with regard to the quality of the materials and timely supply and submit along with the tender application.

VIII. Additional Tests/Checks: In addition to above information/document; the Tender Inviting Authority or any officer authorized by Tender Accepting Authority to conduct following tests/checks to find out the quality of the sample submitted: d) Drop test e) Quality test - Gauge and/or weight check & Physical verification for discoloration, any print mark, use of recycled material, measurement of size, quality of joints, stitching, numbers& placing of holes etc., f) Sample of the concerned consignment may be sent to Central Institute of Plastic Engineering and Technology (CIPET) Mysuru for detailed examination of the quality of the material. The opinion given by the CIPET, Mysore shall be final. The charges by the CIPET, Mysuru for quality check shall be borne by concerned supplier.

IX. The above two tests/checks will be conducted on 06.07.2018 from 1:30 PM to 3.30 PM at Deputy Conservator of Forests, Belagavi Division, Belagavi Near central bus stand Forest compound, Belagavi-590016 by the team headed by the Assistant Conservator of Forests, Belagavi Sub-Division and Committee Members The Participating tenderers / bidders or their legal / authorized representative are required to be present and observe these tests and checks. No separate communication will be made in this regard. The bidders are also instructed to Deposit 50 numbers of Samples of each size of the HDPE Woven Sack bags (viz., 8”X12”, 10”X16, 14”X20” & 25”X25”) of Samples of each size on the same date to the above mentioned officer.

X. The Successful participants will be issued certificate in this regard after conducting the tests. The bidders are required to upload the certificate issued along with Annexure-I on e-procurement portal for qualifying in the technical bid.

Note : In the event of any one or more item put to tender fails to pass in the above test/s and/or observation, the entire samples HDPE Woven Sack bags (viz., 8”X12”, 10”X16, 14”X20” & 25”X25) submitted by the tenderer will be treated as fail to pass technical bid and their financial bids will not be opened.

{Drop test – For bags to be used for packing of solid powder or granular products, their strength shall be determined by filling them with the actual product to be packed and subjecting them to a flat drop from a height of 1.2mtr on a flat hard surface. The filling product can be the product itself or any other material simulating the actual product in density and flow. The test shall be performed on 5 bags of the same design and material and each sample shall be subjected to one drop only. If not more than one bag shows any bursting or tearing in the drop test, the consignment shall be taken as passing in the test.}

XI. The technical bids will be evaluated on the basis of the above uploaded information and documents and tests/checks results. No information or documents other than that uploaded will be considered.

XII. The Tenderer is expected to examine all instructions, forms, terms, and specifications in the tender documents. Failure to furnish all information required by the tender documents or submission of a tender not substantially responsive to the tender documents in every respect will be at the Tenderer’s risk and may result in rejection of its bid. 47. Tender Prices

d. Single Rate to be quoted for all the sizes (i.e., 4*6, 5*8, 6*9 & 8*12) in Rupees per Kilogram /Each inclusive of taxes, handling and transportation (delivering the material to Range Headquarters) charges (Prices shall be quoted in Indian Rupees). e. Rate in HDPE Polythene Bags is to be determined by receiving Rate Tenders from such of the short listed participants. The rates to be determined will be valid from date of tender till 30-06-2019. Rate quoted will be inclusive of taxes, handling charge and transportation cost etc., Materials to be delivered to the Head Quarters at the concerned Forest Ranges. f. The tender will be awarded on the ‘Total cost’ per kilogram, as quoted in column 6 of the From prescribed in Annexure-II to this tender, i.e. Rate will be inclusive of the material cost and all the prevailing taxes & levies etc.

If there is any change in taxes during the agreement period, the increment in the taxes (as prevailing on the day of delivery of supplies) will be borne by the bidder. However of there is a reduction in taxes rates the benefit should be passed to the forest department by reducing the cost of bags.

48. Tender Validity

d. Tenders shall remain valid for a period not less than ninety days (90) after the deadline date for tender submission specified in this notification. A tender valid for a shorter period shall be rejected by the Tender Inviting Authority as non- responsive. e. In exceptional circumstances, prior to expiry of the original time limit, the Tender Accepting Authority may request that the tenderers may extend the period of validity for a specified additional period. The request shall be made in writing or by e- mail. A Tenderer agreeing to the request will not be required or permitted to modify his/her/their tender, but will be required to extend the validity of his/her/their EMD for a period of the extension, and in compliance with Para 15 in all respects.

f. The period of tender contract may be extended till required period or the next arrangement made on mutual consent on the same terms and condition of this tender.

49. Earnest Money Deposit (EMD)

d) The tenderer shall furnish, as part of his/her technical bid, Earnest Money Deposit (EMD) to the like sum of Rs. 10,000/- (Rupees Ten Thousand) only to be paid in a single transaction as through any of the following five modes only. I) Credit card II) Debit Card III) NEFT (National Electronic Fund Transfer) IV) OTC (Over the Counter) V) Net Banking.

e) EMD shall have to be valid for 45 days beyond the validity of the tender. vi. However, eligible tenderers for concession of EMD as per 30 (c) of this tender notification have to pay full EMD of Rs. 10,000.00 (Rupees Ten thousand) only which will be refunded/adjusted towards performance security deposit after completion of the tendering process. vii. Tenders will be evaluated/downloaded only on confirmation of receipt of the payment of EMD in the Government of Karnataka central pooling account and the payment of tender processing fee. viii. Any tender not accompanied by an acceptable EMD and not secured as indicated in Sub-Para 15.a) above shall be rejected by the Tender Accepting Authority/Officer authorized as non-responsive. ix. The EMD of successful tenderers will be considered as Performance Security Deposit till completion of the Tender period. x. Unsuccessful tenderers’ earnest money deposit will be discharged/returned as promptly as possible.

f) The earnest money deposit may be forfeited: v. If the Tenderer withdraws the Tender after tender opening during the period of tender validity; vi. If the Tenderer does not accept the correction of the Tender Price, pursuant to Para 20 ; or vii. In the case of successful Tenderer, if the Tenderer fails within the specified time limit to (1) sign the Agreement; or (2) furnish the required Security deposit viii. If the documents submitted by tenderer found to be misleading / forged / fake.

D. SUBMISSION OF TENDERS

50. Format and Signing of Tenders

Electronic submission of Annexure-I (Technical Bid Form) and Annexure-II (Financial Bid Form) should be clearly filled without any ambiguity, signed, scanned and uploaded before date & time specified in this notification through e-procurement portal only.

51. Modification & Withdrawal of Tenders

c. E-portal does not have the option for modification/withdrawal after the deadline for submission of Tenders d. Withdrawal or modification of a Tender between the deadline for submission of Tenders and the expiration of the original period of Tender validity specified in Para14 above may result in the forfeiture of the earnest money deposit pursuant to Para 15 .

E. TENDER OPENING & EVALUATION

52. Opening of First Cover and evaluation to determine qualified Tenderers

e. The Officer/s authorized by the Tender Accepting Authority will open online the First Cover of all the Tenders received through e-procurement portal. In the event of the specified date of First Cover opening being declared a holiday, the Tenders will be opened at the time and date on the next working day. f. The Tenderers names, the payment confirmation of EMD, the submission of qualification information and such other information may be notified if needed. g. The tenderer may be asked to submit the original documents which are uploaded in e-procurement portal to the Officer/s authorized by the Tender Accepting Authorityfor verification in case of discrepancies. h. Additional Tests/Checks specified in Para 12 shall be carried out apart from the evaluation of the Qualification Information in order to determine the tenderers qualification.

53. Opening of Second Cover of qualified Tenderers

c. The Officer/s authorized by the Tender Accepting Authority will open online the Second Cover of Qualified Tenderers received through e-procurement portal. In the event of the specified date of Second Cover opening being declared a holiday, the Tenders will be opened at the time and date on the next working day. d. The Tenderers names, the Tender prices, and such other details may be notified if needed.

54. Correction of Errors

c. Tenders determined to be substantially responsive will be checked by the Officer/s authorized by the Tender Accepting Authority for any arithmetic errors. Errors will be corrected as follows: iii. Where there is a discrepancy between the rates in figures and in words, the lower of the two will govern; and iv. Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern.

d. The amount stated in the Tender will be adjusted by the Officer/s authorized by the Tender Accepting Authority in accordance with the above procedure for the correction of errors and with the concurrence of the Tenderer, shall be considered as binding upon the Tenderer. If the Tenderer does not accept the corrected amount the Tender will be rejected, and the earnest money deposit may be forfeited in accordance with Sub-Para 15.c.

55. Evaluation of Tenders

d. The Officer/s authorized by the Tender Accepting Authority will evaluate and compare only the Tenders determined to be substantially responsive in accordance with Para 10 & 11 . e. In evaluating the Tenders, the Officer/s authorized by the Tender Accepting Authority will determine for each Tender the evaluated Tender Price by adjusting the Tender Price by effecting corrections for errors pursuant to Para 20 . f. The Officer/s authorized by the Tender Accepting Authority reserves the right to accept or reject any variation, deviation, or alternative offer.

F. AWARD OF CONTRACT 56. Award Criteria

Subject to Para 23 , the Tender Accepting Authority will award the Contract to the Tenderer whose Tender has been determined to be substantially responsive to the Tender documents and who has offered the lowest evaluated Tender Price, provided that such Tenderer has been determined to be (a) eligible in accordance with the provisions of Para 2 , and (b) qualified in accordance with the provisions of Para 12 .

If, L1 fails to enter into agreement the option of calling re-tender or considering the L2 as successful tenderer is reserved with Tender Accepting Authority, at the risk and cost of L1 bidder.

57. Tender Accepting Authority to accept any tender and to reject any or all tenders

Notwithstanding anything in Para 22 , the Tender Accepting Authority reserves the right to accept or reject any Tender, and to cancel the Tender process and reject all Tenders, at any time prior to the award of Contract, without thereby incurring any liability to the affected Tenderer or Tenderers or any obligation to inform the affected Tenderer or Tenderers of the grounds for the Tender Accepting Authority's action.

58. Notification Confirmation of Award

d. Prior to the expiration of the period of bid validity, the Tender Accepting Authority will notify the award of contract to the successful tenderer in writing by registered letter or by e-mail or fax, that its bid has been accepted. e. Within 10 days of receipt of the notification, the successful tenderer shall confirm the award of contract with an acknowledgement and present the Performance Security Deposit as per Para 25 below to the Tender Accepting Authority. f. The successful tenderer is not assured of any minimum order merely because he/she/they have been successful in the bidding and declared successful.

59. Performance Security Deposit

d. Pursuant to Para 24 on receipt of notification of award from the Tender Accepting Authority, the successful tenderer shall furnish the performance security deposit to the Tender Accepting Authority for an amount of Rs. 1,00,000/- valid up to 60 days after the date of completion of performance obligations in accordance with the Conditions of Contract, in the form (Bank Guarantee) acceptable to the Tender Accepting Authority. e. Failure of the successful tenderer to comply with the above requirement shall constitute sufficient grounds for the annulment of the award and forfeiture of the earnest money deposit, in which event the Tender Accepting Authority may make the award to the next lowest evaluated tenderer or call for new tenders. f. The performance security may be forfeited, if a tenderer: iii. withdraws his/her bid during the period of tender validity specified by the Tender Inviting Authority on the Tender Form; or does not accept the correction of errors pursuant to Para 20 above or iv. in case of a successful tenderer, if the tenderer fails to confirm the Contract in accordance with Para 24 ; or to furnish performance security in accordance with Para 25 a .

Note: EMD of Rs. 25,000/- (Rupees Twenty-five Thousands) paid by the supplier would be considered as part of the performance security Deposit in respect of successful tender. It will be released to the supplier after 60 days after the date of completion of performance obligations.

G. Agreement Procedure

60. Procedure

e. The successful tenderer/s shall execute an agreement, with the Chief Conservator of Forests, Belagavi Circle, Belagavi or any officer authorized by him within 3 days (Three days) of furnishing the performance security deposit, on a non-judicial stamp paper of Rs.200/- to be purchased by the successful “tenderer”. f. Failure of the successful tenderer to comply with the above requirement shall constitute sufficient grounds for the annulment of the award and forfeiture of the earnest money deposit, in which event the Tender Accepting Authority may make the award to the next lowest evaluated tenderer or call for new tenders, at the risk and cost of L1 bidder. g. The EMD shall be forfeited and such tenderer/s will be black listed and declared not eligible to participate in the e–tender of Karnataka Forest Department polythene bags supply process for the next three financial years.In this regard decision of the Tender Accepting Authority/CCF Belagavi Circle, Belagavi is final. h. In the event of any of the above-indicated days happening to be declared as holidays by the Government, the process shall automatically get shifted to the next working day.

61. Salient features of AGREEMENT CONDITIONS for successful Rate Tenderers. Agreement Conditions are enclosed as Annexure-IV.

62. Indent Order, Supply& Time schedule:

d. The supplies should be in accordance with the quantities indented by the respective Deputy Conservators of Forests during the specified period of 2018-19 depending on the budget grants and approvals accorded as per the Annual Programme of Operations of respective Forest division/s. e. At the time of supply of material to the indenting Deputy Conservator of Forests, the successful “tenderer” must ensure that the material has to be of approved specifications as per this notification.The supplies of approved quality are to be made within15 days from the date of receipt of the indent from any Forest Division. The supplies are to be delivered to the headquarters of the respective Forest Ranges of the respective Forest Divisions as listed in the Annexure – V. f. If the indenting DCF or officer authorized by the DCF finds that any of the material supplied is of sub-standard quality, he/she shall reserve the right to reject the whole or part of the consignment/material, within 15 days from the date of receiving the delivery of the supplies and ask the supplier to replace the consignment with that of the specified quality, within 10 days failing which the contract of concerned supplier will be automatically cancelled. Failure of the successful tenderer to comply with the above requirement shall constitute sufficient grounds for the annulment of the award and forfeiture of the performance security deposit, in which event the Tender Accepting Authority may instruct the indenting DCF to purchase the material from the other supplier at the risk and cost of the original supplier.

Note: The orders of supply indented from any of the Deputy Conservators of Forests shall not constitute authorization by the Karnataka Forest Department to the manufacturing/supplying industries to enter into any financial or other commitments with any public or private institutions. All such transactions are purely at the sole risk of the concerned manufacturing industries only.

63. Bill Payment :

The indenting Deputy Conservator of Forests will endeavor to take action to settle the bills on receipt of the supplies. After receipt of the report from the Officer, the indenting DCFs should take action to release 90% of the bill amount if the supplies are of approved specifications as per this notification, subject to release of budget from the Government. The Concerned Head Quarters Range Forest Officer/Officer authorized by the indenting DCF should keep some samples (approximately ½ kg) of the PBs of different size upto 6 months (with code). During the course, if the supplied materials are found to be sub- standard, he/she should intimate the concerned DCFs. The DCFs should forfeit the balance 10% of the bill amount and intimate the Tender Accepting Authority to cancel the agreement made with the concerned supplier. In the event, if the supplier opposes/litigates the action of the Deputy Conservator of Forests, the samples of the concerned consignment may be sent to Central Institute of Plastics Engineering and Technology (CIPET), Mysore for detailed examination of the quality of the material. The charges levied by the CIPET, Mysore for quality check shall be borne by the concerned supplier. The opinion given by the CIPET, Mysore shall be final. In case, the agency submits the result quoting that the supplied material is of sub-standard quality and not as per the approved specifications of this notification, action will be taken to cancel the agreement and to forfeit the performance security deposit.

64. MSMeS& NSIC Further as per Notification /Circular dated 08.03.2011 issued by the office of the Development Commissioner, Small Scale Industries, Ministry of MSME Government of India, New Delhi-110011 and Ministry of Commerce, Department of Supply, New Delhi and MSME Act, 2006 and as per Government circular No. CE 850 ªÉZÀÑ 12/5 dated 29.12.2015 the following benefits are extended to Micro and small enterprises (MSE) registered with National small Industries corporation limited (NSIC) a public Sector undertaking under the administrative control of MSMeS. e) Goods manufactured by Micro and small Enterprise located in the State shall be given fifteen percent price preference against the large and Medium industries of the State and Industries of other States during Government Departments purchases. f) In a tender where the tenderers are both from the State of Karnataka as well as from outside the State of Karnataka the Sales Tax/ Vat shall be excluded for the evaluation of the price.

g) Micro and Small Enterprises registered with NSIC under a single point vendor registration scheme shall be facilitated by providing tenders sets free of cost, exempting from payment of Earnest Money Deposit during purchases by all Government Department and State owned PSUs. h) Waiver of Security Deposit to the monetary limit for which the unit is registered and Price Preference up to 15% to MSEs over the quotation of large scale units.

Note: Tenderers claiming any of the above concessions shall produce documents / proofs for any such concessions. However, they have to pay full EMD of Rs. 45,000.00 (Rupees Forty Five thousand) only, which will be refunded / adjusted towards performance security deposit after completion of the tendering process.

65. The Tender Inviting Authority/Karnataka Forest Department shall not stand guarantee to any of the financial institutions/ Banks, raw material supply agencies, power supply authorities, Pollution Control Board agencies, municipalities etc. for any of their transactions / dealings. It is the responsibility of the successful Rate Tenderer to obtain clearances to the satisfaction of the concerned organizations. Any disruption, arising in the polythene bags supplies, on account of any of the above violations, the manufacturing / supplying industry cannot advance it as a reason for not meeting the supply schedule.

66. Any disputes or claims raised on account of this agreement both the parties have agreed to solve the disputes through one or more arbitrators appointed for this purpose under Arbitration (Central, Domestic and International) Rules, 2012.

67. Appeals : All appeals connected to the successful Rate Tender, Bank Guarantee and Rate Tendering process shall lie with the PCCF (HOFF). For any disputes, arising after the supplies or connected to supply indents, appeals shall lie with the Chief Conservator of Forests, Belagavi Circle, Belagavi

Deputy Conservator of Forests, Belagavi Division, Belagavi ********

ANNEXURE –I

Supply of HDPE Woven Sack Polythene bags to determine Rate per 1000 bags of HDPE Woven Sack Polythene Bags from manufacturing/Supply Industries to Belagavi Circle, Belagavi

“E” TENDER TECHNICAL BID FORM From

Sri./Smt./M/s …………………………………………….

…………………………………………………………….

…………………………………………………………….

To

Deputy Conservator of Forests,

Belagavi Division, Belagavi.

Sir

In response to the e-tender Notification NO: B1/BGT/PBs/Tender/CR33/ DATED: 27.06.2018. I / We hereby submit the following information for kind perusal and further needful action.

Sl. PARTICULARS SUBMITTED/ No. NOT SUBMITTED 1 Name of the manufacturing industry, address, yearof Registration & the Registering Authority certificate.

2 Authorization form/letter: Tenderer offering to supply goods under the contract which the tenderer did not manufacture or otherwise produce, the tenderer has been duly authorized (as per authorization form in Annexure- III) by the goods' Manufacturer or producer to supply the goods in India. (The item or items for which Manufacturer’s Authorization is required should be specified) 3 Full postal address of the office of the manufacturing industry with Telephone and Fax Nos. &e-mail address. 4 GST Registration particulars & year upto which assessment orders are issued by the Competent Authority. (Enclose Clearance Certificate issued on or after 31.03.2018) 5 Year upto which Income Tax Clearance orders are issued by the competent authority. (Enclose Clearance Certificate up to 2014-15 to 2017-18) 6 Type/size and technical quality specifications of the products produced by the manufacturing industry. (Enclose Technical Quality specification details) 7 Operational and Installed capacity of the manufacturing industry. Technology adopted by the manufacturing industry. 8 Source of raw material and arrangements the manufacturing industry currently has to procure the raw material. (Enclose the connected documents)

09 Official Bankers of the manufacturing industry. (Enclose the Certificate issued by the Bank) 10 Whether tenderer is eligible for any concession mentioned in the tender condition 30. If eligible document / proof of such eligibility to be uploaded. If not eligible, it has to be clearly written as “not eligible” in the bid form and any one document mentioned above to be uploaded again for the e-Tender system to continue. 11 Employee/workers strength in the manufacturing industry.

12 Copy of the Income Tax PAN Card of the tenderer

13 Particulars of the individual authorized to deal with the Department indicating the status/position of the individual in the manufacturing industry along with the Name in full and Postal address, Telephone and Fax Numbers &E-mail address. 14 Supply/Business particulars of the manufacturing industry for the years 2014-15 and/or 2015-16 (Please enclose the details of invoice copies supply to depts. and other firms). 15 Acknowledgment copy of the submission of samples of the materials (obtained from the O/o Deputy Conservator of Forests or Assistant Conservator of Forests, Bidar Sub- Division, Bidar). 16 Satisfactory Certificate from the concerned depts. and firms along with the documents in regard to the quality of materials timely supplied during 2014-15 to 2017-18 17 Drop Test Results

18 Quality Test Results

Note: For Sl. No. 1-16 tenderers shall enclose necessary documents and write as “Submitted or Not submitted” . And for Sl.No. 17 &18 to write “Qualified or Not qualified”, and enclosed qualified certificate issued by the Deputy Conservator of Forests or Assistant Conservator of Forests, Belagavi Sub-Division, Belagavi and Committee Members after passing the above tests as conducted on 06.07.2018.

I/We certify that the information provided above is factual and true. Further, I/We have read the notification dated: 27.06.2018 of the O/o the Deputy Conservator of Forests, Belagavi Division, Belagavi and conversant with the various requirements & conditions.

Place :

Date : Seal and Signature of the Authorized individual

Name:

(in capital letters)

ANNEXURE – II

Supply of HDPE Woven Sack Polythene bags to determine Rate per 1000 bags of HDPE Woven Sack Polythene Bags from manufacturing/Supply Industries to Belagavi Circle, Belagavi

“E” TENDER FINANCIAL BID FORM FOR SUPPLY OF LDPE POLYTHENE BAGS

From

Sri./Smt./M/s …………………………………………….

…………………………………………………………….

…………………………………………………………….

To

Deputy Conservator of Forests,

Belagavi Division, Belagavi

Sir

In response to the e-tender Notification NO: B1/BGT/PBs/Tender/CR33/ DATED: 27.06.2018. I/We hereby offer my/our rate for HDPE Polythene Bags as detailed below.

Transparent HDPE Polythene Bags (Rate to be quoted per kilogram, inclusive of GST, handling and transportation charges etc. )

Sl. Measurement Gauge Material cost GST Total cost (in inches) (4 Gauge = (Rate per kilogram (Rate per No . 1 micron) inclusive of (In Rupees) kilogram) Transport, Handling (In Rupees) & Delivery Charges etc.,) (In Rupees)

1 2 3 4 5 6

1 4” x 6” 200

2 5” x 8” 240

3 6” x 9” 300

4 8” x 12” 500

One rate for 4 x 6, 5 x8 and 6 x 9 to be quoted. And separate rate for 8 x 12 bag size to be quoted.

In offering this Tender, I/We hereby agree to abide by the conditions as detailed in the E-Tender Notification NO: B1/BGT/PBs/Tender/CR33/ DATED: 27.06.2018.

Place:

Date:

Seal and Signature of the

Authorized Individual

Name:

(in capital letter)

ANNEXURE-III

MANUFACTURERS' AUTHORIZATION FORM

No. dated

To

Dear Sir:

Tender No.

We (Manufacturers name) who are established and reputable manufacturers of (LDPE/ HDPE Poly Bags) having factory at (address of factory) do hereby authorize M/s (Name and address of Agent) to submit a tender, and sign the contract with you for the goods manufactured by us against the above Tender No. No company or firm or individual other than M/s are authorized to tender, and conclude the contract for the above goods manufactured by us, against this specific tender. (This para should be deleted in simple items where manufacturers sell the product through different stockists.) We hereby extend our full guarantee and warranty as per Clause 14 of the General Conditions of Contract for the goods and services offered for supply by the above firm against this tender.

Yours faithfully, (Name) (Name of manufacturers)

Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person competent and having the power of attorney to legally bind the manufacturer. It should be included by the tenderer in its tender.

KARNATAKA FOREST DEPARTMENT

ANNEXURE - IV

Supply of HDPE Woven Sack Polythene bags to determine Rate per 1000 bags of HDPE Woven Sack Polythene Bags from manufacturing/Supply Industries to Belagavi Circle, Belagavi

* * * * * Salient features of AGREEMENT CONDITIONS for the successful Rate Tenderers 17. For the purpose of this tender agreement period shall be from the date of agreement till 30.06.2019 . 18. Supplies shall be in accordance with the approved specifications prescribed in the Tender Notification NO: B1/BGT/PBs/Tender/CR33/ DATED: 27.06.2018., and quantity indicated in the indent shall be placed by the respective Deputy Conservator of Forests during the agreement period, as specified in Annexure-V. 19. The successful Rate Tenderer/s or tenderer/s hereinafter referred to as “Supplier” shall ensure that the supplies strictly be made within a period of 15 days from the date of receiving the indent from the concerned Deputy Conservator of Forests. 20. Materials indented are to be delivered to the Range headquarters of the respective Forest Divisions annexed to this agreement at the cost of the manufacturing/supply industry. 21. If the indenting Deputy Conservator of Forests or officer authorized by the DCF, on such inspection/investigations/enquiries finds that any of the material supplied is of sub-standard quality he/she shall have right to reject the whole or part of the consignment/material within 15 days from the date of receiving the delivery of the supplies and direct the supplier to replace it within 10 days , Failure of the supplier to comply with the above requirement shall constitute sufficient grounds for the annulment of the award and forfeiture of the performance security deposit, in which event the Tender Accepting Authority may instruct the indenting DCF to purchase the material from the other supplier at the risk and cost of the original supplier, also the supplier shall be black listed against participating in the Karnataka Forest Department’s Polythene bags supply process for the next three financial years. 22. The supplier shall furnish the performance security to the Tender Accepting Authority for an amount of Rs. 1,00,000/- valid up to 60 days after the date of completion of performance obligations in accordance with the Conditions of Contract, in the form (Bank Guarantee and shall be issued by a Nationalized Bank having its branch at Kalaburagi) acceptable to the Tender Accepting Authority. 23. Bill payment : The indenting Deputy Conservator of Forests will endeavor to take action to settle the bills on receipt of the supplies. After receipt of the report from the Officer, the indenting DCFs should take action to release 90% of the bill amount if the supplies are of approved specifications as per this notification, subject to release of budget from the Government. The Concerned Head Quarters Range Forest Officer/Officer authorized by the indenting DCF should keep some samples (approximately ½ kg) of the LDPE/HDPE PBs of different size upto 6 months (with code). During the course, if the supplied materials are found to be sub- standard, he/she should intimate the concerned DCFs. The DCFs should forfeit the balance 10% of the bill amount and intimate the Tender Accepting Authority to cancel the agreement made with the concerned supplier. In the event, if the supplier opposes/litigates the action of the Deputy Conservator of Forests, the samples of the concerned consignment may be sent to Central Institute of Plastics Engineering and Technology (CIPET), Mysore for detailed examination of the quality of the material. The charges levied by the CIPET, Mysore for quality check shall be borne by the concerned supplier. The opinion given by the CIPET, Mysore shall be final. In case, the agency submits the result quoting that the supplied material is of sub-standard quality and not as per the approved specifications of this notification, action will be taken to cancel the agreement and to forfeit the performance security deposit.

24. The performance security furnished to the Tender Accepting Authority for an amount of Rs. 1,00,000/- shall be valid up to 60 days after the date of completion of performance obligations and the EMD of Rs. 10,000/- (Rupees Ten Thousands) paid by the supplier would be considered as part of the performance security Deposit in respect of successful tenders. It will be released to the supplier after 60 days after the date of completion of performance obligations. 25. The DCF, Belagavi /Karnataka Forest Department shall not stand guarantee to any of the financial institutions/Banks, raw material supply agencies, power supply authorities, pollution control board agencies, municipalities etc. It is the responsibility of the successful Rate Tendered manufacturing Industry to obtain clearances to the satisfaction of the concerned organizations. In case of any disruption, in the supply of Polythene bags on account of any of the above violations, the manufacturing Industry cannot advance it as a reason for not meeting the supply schedule. 26. The orders of supply indent from any of the Deputy Conservators of Forests shall not constitute an authorization by the Karnataka Forest Department to the manufacturing Industry to enter into any financial or other commitments with any public or private institutions. All such transactions are purely at the sole risk and responsibility of the concerned manufacturing industry only. 27. In the event of any dispute regarding supplies, appeal shall lie with the Chief Conservator of Forests, Belagavi Circle, Belagavi. 28. In the event if any inferior material is supplied, contrary to the agreed quality and in violation of the terms and conditions of the agreement/contract, the Department reserves right to cancel the said contract, and not make any payment for such inferior product, besides initiating appropriate action under the tender conditions and law. 29. This tender Notification is subject to the Government Orders and directions of the Government of Karnataka / the Principal Chief Conservator of Forests (Head of Forest Force) issued from time to time. 30. All conditions enumerated in the detailed e-Tender Notification which is not reproduced above shall be part and parcel of this agreement. 31. The period of tender contract may be extended till required period or the next arrangement made on mutual consent, on the same terms and condition of this tender 32. Any disputes or claims raised on account of this agreement both the parties have agreed to solve the disputes through one or more arbitrators appointed for this purpose under Arbitration (Central, Domestic and International) Rules, 2012.

Deputy Conservator of Forests

Belagavi Division, Belagavi ANNEXURE – V

Supply of HDPE Woven Sack Polythene bags to determine Rate per 1000 bags of HDPE Woven Sack Polythene Bags from manufacturing/Supply Industries to Belagavi Circle, Belagavi Approx. Sl. Head Quarters of Designation of the Distance from Name of the Forest Division concerned No the Forest Ranges Indenting Officer Division Head Quarter. CCF, Research 1 Research Range, Belagavi Belagavi 75 Dharwad Assistant Conservator Watershed Department 2 Belagavi of Forests, Water Shed 0 (Forest Wing) Dept. Belagavi Belagavi Range 0 Kakati Range 9 Nasaragi Range 40

Gujanal Range 20 Deputy Conservator of 3 Belagavi Territorial Division Khanapur Range 25 Forests, Belagavi Londa Range Division, Belagavi 45 Golihalli Range 47 Nagaragali Range 52 Kanakumbi Range 50 Gokak Range 0 Raibag Range 34 Deputy Conservator of Ghataprabha Territorial Division, Chikkodi Range 35 4 Forests, Ghataprabha Gokak Athani Range Division, Gokak 81 Ramdurg Range 84 Soundatti Range 79 Anthi (SF), Range 145 Bailhongal (SF), 45 Range Belagavi (SF), 0 Range Deputy Conservator of Social Forestry Division, Chikkodi (SF), Range 72 5 Forests , Social Forestry Belagavi Gokak (SF), Range Division, Belagavi 60 Hukkeri (SF), 52 Rnage Khanapur (SF), 25 Range Raibag (SF), Range 91 Approx. Sl. Head Quarters of Designation of the Distance from Name of the Forest Division concerned No the Forest Ranges Indenting Officer Division Head Quarter. Ramdurg (SF), 100 Range Social Forestry Division, Soundatti (SF), 90 Belagavi Range Assistant Conservator Watershed Department 6 Baglakote of Forests, Water Shed 0 (Forest Wing) Dept. Baglakote CCF, Research 7 Research Range, Badami Badami 99 Dharwad Baglakote Range 0 Badami Range 34 Deputy Conservator of Hunagund Range 52 8 Baglakote Territorial Division Forests, Baglakote Jamkhandi Range Division, Baglakote 77 Mudhol Range 55 Bilagi Range 29 Baglakote (SF), 0 Range Badami (SF), 34 Range Hunagunda (SF), Deputy Conservator of Social Forestry Division, 52 9 Range Forests , Social Forestry Baglakote Biligi (SF), Range Division, Baglakote 29 Jamkandi 77 (SF),Range Mudhol (SF), 55 Range Assistant Conservator Watershed Department 10 Vijaypur of Forests, Water Shed 0 (Forest Wing) Dept. Vijaypur Vijaypur SF Range 0 Muddebihal SF 84 Range Deputy Conservator of 11 Vijaypur Social Forestry Division Sindagi SF Range 60 Forests, SF Division, Basavanbagewadi Vijaypur 55 SF Range Indi SF Range 50 Vijaypur Range 0 Indi Range Deputy Conservator of 50 12 Vijaypur Territorial Division Forests, SF Division, Sindagi Range Vijaypur 60 Muddebihal Range 84

Deputy Conservator of Forests

Belagavi Division, Belagavi.

KARNATAKA FOREST DEPARTMENT Deputy Conservator of Forests, Belagavi Division, Belagavi Tel. No. : 0831-2467071 E-mail:dcfbgm @gmail.com Fax No. : 0831-2467071 NO: B1/BGT/PBs/Tender/CR33/2018-19 DATED: 27.06.2018.

TENDER FOR SUPPLY OF LDPE POLYTHENE BAGS FROM MANUFACTURING / SUPPLY INDUSTRIES TO BELAGAVI CIRCLES

TENDER REFERENCE : B1/BGT/PBs/Tender/CR33/2018-19

DATE & TIME OF PRE–BID/TENDER MEETING : 06.07.2018 at 11.30 AM, Venue: O/o the Deputy Conservator of Forests, Division, Belagavi Near central bus stand Forest compound, Belagavi-590016

DATE & TIME FOR DROP & QUALITY TEST : 06.07.2018 at 1.30 PM to 3.30 PM by a team headed by the Assistant Conservator of Forests, Belagavi Sub-Division, Belagavi and Committee Members

Venue : O/o the Deputy Conservator of Forests, Belagavi Division, Belagavi Near central bus stand Forest compound, Belagavi- 590016 LAST DATE & TIME FOR RECEIPT OF TECHNICAL AND : 12-07-2018 at 1.00 PM FINANCIAL BIDS

DATE & TIME OF OPENING TECHNICAL BID : 13 -07-201 8 at 1.30 PM

DATE & TIME OF OPENING FINANCIAL BID : 20-07-2018 at 2.00 PM

PLACE OF OPENING TECHNICAL & : O/o the Deputy Conservator of Forests, FINANCIAL BIDS Belagavi Division, Belagavi.

IN CASE NO BID IS RECEIVED ON THE SCHEDULED DATE; : 22-07-2018 at 1.00 PM SECOND TIME TENDER IS CALLED ON : LAST DATE& TIME FOR RECEIPT OF TECHNICAL AND FINANCIAL BIDS

DATE& TIME OF OPENING TECHNICAL BID : 23-07-2018 at 1:15PM

DATE & TIME OF OPENING FINANCIAL BID : 24-07-2018 at 5:30 PM ADDRESS FOR COMMUNICATION : O/o Deputy Conservator of Forests, Belagavi Division, Belagavi Near central bus stand, Belagavi Belagavi-590016. E-mail: [email protected]

Phone: 0831-2467071

SECTION-1: INVITATION FOR TENDERS

NO: B1/BGT/PBs/Tender/CR33/2018-19 DATED: 27.06.2018.

It is hereby notified, calling attention of the desirous tenderers/bidders of manufacturing/supply industries, for the supply of Low-Density Polyethylene (LDPE) bags for raising of seedlings in polythene bags in Belagavi Circle for various divisions as mentioned in Annexure – V for a period upto 30-06-2019.

The tender details are to be obtained through Website https://www.eproc.karnataka.gov.in No manual tenders will be accepted and only valid bid submitted on e-procurement website will be considered for award of tender. All terms occurring in this notification are to be understood in the way they are defined there in.

The system followed will be “ TWO-COVER ” system i.e., “TECHNICAL ” & “FINANCIAL ” bids have to be submitted through e-procurement portal only.

SCHEDULE

1) Date & Time of pre -bid Meeting : 06 .0 7.201 8 at 11.30 AM

2) Date, Time for drop and quality test : 06 .0 7.201 8 at 1.30 PM to 3.30 PM

First time tender :

2) Last date of tender Receiving : 12 .0 7.201 8 at 1.00 PM

3) Date of Technical Bid Open : 13 .0 7.201 8 at 1.30 PM

4) Date of Financial Bid Open : 20 .0 7.201 8 at 2.00 PM

Second time tender (If no successful bids are received on first time)

5) Last date of tender Receiving 22 .07 .201 8 at 1.00 PM

6) Date of Technical Bid Open 23 .0 7.201 8 at 1.15 PM

7) Date of Financial Bid Open 24 .0 7.201 8 at 5.30 PM

SHEDULE OF REQUIREMENTS (APPROXIMATE)

Sl. Brief Description LDPE bag size Unit Approximate EMD No. Quantity (in kilograms) (In Rupees)

1. LDPE Poly bags 4*6 Kilograms 4000

2. LDPE Poly bags 5*8 Kilograms 6000 95687.00 3. LDPE Poly bags 6*9 Kilograms 4000

4. LDPE Poly bags 8*12 Kilograms 8000

Total 22000

25. The above quantities of requirement are only indicative and may vary as per actual requirement and budget allocation. And will be as per the orders placed from time to time, by the various unit offices in the Belagavi Circle, Belagavi.

26. The bidder must submit a single bid for all the four sizes (as listed above) of polythene bags, submission of more than one bid by the same bidder will attract disqualification.

27. The bidder should quote a single rate in rupees per kilogram for 4 x6, 5 x8 and 6 x 9 sizes and specific rates for 8 x 12 bag size and specifications. The material cost quoted will be inclusive of handling charge and transportation cost and other costs etc and the materials are required to be delivered to the Head Quarters at the concerned Forest Ranges. The bid rates are to be quoted as tabled below, in a financial bid through e- procurement portal in the prescribed format of Annexure-II to this tender.

Material cost (Rate per kilogram Sl. inclusive of Total cost Gauge GST Measurement Transport, Handling (Rate per (4 Gauge = No. (in inches) & Delivery Charges kilogram) 1 micron) (In Rupees) etc.,) (In Rupees) (In Rupees)

1 2 3 4 5 6

1 4” x 6” 200

2 5” x 8” 240

3 6” x 9” 300

4 8” x 12” 500

28. The rates of qualified bidders for supply of bags will be compared and lowest rate quoted (L1) will be awarded tender for supply of that size bags. If, L1 fails to enter into agreement the option of calling re-tender or considering the L2 as successful tenderer is reserved with Tender Accepting Authority, and at the risk and cost of L1 bidder.

29. The rates as determined by this tender will be valid from date of award of tender till 30-06-2019.

30. The period of tender contract may be extended till required period or the next arrangement made on mutual consent, on the same terms and condition of this tender.

31. Tender processing fee shall be remitted as per directions contained in the e- procurement portal. The processing fee is non-refundable.

32. EMD payments through e-payment mode shall be made as one single transaction and payments made in part are liable for rejection. Bids must be accompanied by Earnest Money Deposit (EMD) of the amount specified in the tender document.

33. The Technical Bids will be opened on 13.07.2018 at 1:30 PM. onwards. The Financial Bids of the technical stage qualified firms will be opened on 23.07.2018 at 1:15 PM . onwards.

34. If the above mentioned dates are declared as holiday for any reason, the subsequent working day shall be the Technical Bids/Financial Bids opening day as the case may be.

35. It is binding on the Successful tenderer to supply the same or superior quality of material as that of sample submitted during this tender process to the indenting Deputy Conservators of Forests. The Tender Inviting Authority/or the officer authorized by him will keep part of the sample submitted by the successful tenderers and the same will be used for comparison in case of any dispute later.

36. The Deputy Conservator of Forests, Belagavi Division, Belagavi is tender inviting Authority and the Chief Conservator of Forests, Belagavi Circle, Belagavi is the tender Accepting Authority and the Principal Chief Conservator of Forests (HOFF) is appellate Authority for this tender.

Section 2:Instruction to Tenderers (ITT) Table of Paras

(A) General 1. Scope of Tender 2. Eligible Tenderers 3. One Tender per Tenderer 4. Cost of Tendering 5. Qualification of the Tenderer 6. Disqualification of the Tenderer (B) Tender Documents 7. Content of Tender documents 8. Clarification of Tender Document 9. Pre-bid/tender meeting 10. Amendment of Tender documents (C) Preparation of Tenders 11. Documents comprising the Tender 12. Qualification Information 13. Tender Prices 14. Tender validity 15. Earnest money deposit (D) Submission of Tenders 16. Format & Signing of Tenders 17. Modification and Withdrawal of Tenders (E) Tender Opening and Evaluation 18. Opening of First Cover and evaluation to determine qualified Tenderers 19. Opening of Second Cover of qualified Tenders 20. Correction of errors 21. Evaluation of Tenders (F) Award of Contract 22. Award Criteria 23. Tender Accepting Authority to accept any tender and to reject any or all tenders 24. Notification & Confirmation award 25. Performance Security Deposit (G) Agreement Procedure 26. Procedure 27. Salient features of AGREEMENT CONDITIONS for successful Rate Tenderers (H) Transaction 28. Indent Order, Supply & Time schedule 29. Bill Payment (I) Miscellaneous 30. MSMeS& NSIC 31. Tender Inviting Authority/KFD shall not stand guarantee to any of the financial institutions 32. Arbitration (Central, Domestic and International) Rules, 2012. 33. Appeals SECTION 2: INSTRUCTION TO TENDERERS (ITT)

E. GENERAL 68. Scope of Tender:

l. The Deputy Conservator of Forests, Belagavi Division, Belagavi (Referred to as Tender Inviting Authority in this document) invites tender following Two Cover tender procedure, from eligible tenderers (manufacturing/supply industries), for the supply of Polythene Bags detailed in the Table (Schedule of Requirements) given in the Invitation for Tenders (IFT). The tenderers shall submit tenders for the works detailed in the table given in IFT. m. For the purpose of this tender, Deputy Conservator of Forests, Belagavi Division, Belagavi has been nominated as Tender Inviting Authority, Chief Conservator of Forests Belagavi Circle, Belagavi is the Tender Accepting/Rejecting Authority and Principal Chief Conservator of Forests (Head of Forest Force) will be the Appellate Authority. n. Rate in rupees per kilogram of LDPE Polythene Bags is to be quoted for successful award of this tender. The rate as determined by this tender will be valid from date of award of tender till 30-06-2019. o. The period of tender contract may be extended till required period or the next arrangement made on mutual consent, on the same terms and condition of this tender. p. Canvassing or pressurizing or any type of interferences at any stage of tendering process will attract disqualification or rejection of technical or financial bids of such tenderers/firms. q. GST admissible while making payment

69. Eligible Tenderers:

g. Tenderers shall not be under declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka, and such other practices. h. Tenders from Joint ventures are not acceptable. i. Conditional Tenders will not be accepted.

70. One Tender per Tenderer:

Each tenderer shall submit only one bid for this tender. A tenderer who submits or participates in more than one bid (other than as a sub-contractor or in cases of alternatives that have been permitted or requested), shall be treated as non-responsive and will be disqualified.

71. Cost of Tendering The tenderer shall bear all costs associated with the preparation and submission of his/her/their bid, and the Tender Inviting Authority is not responsible and liable for those costs.

72. Qualification of the Tenderer

All Tenderers shall upload the required information accurately in e-portal along with necessary scanned copy of the document, duly signed by the authorized signatories, supporting the qualification criteria with sufficient detail in Para No 12 .

73. Disqualification of the Tenderer Tenderers meeting the criteria’s in Para 12 , are subject to be disqualified, if they have: e. made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements; and/or f. record of poor performance such as abandoning the contract, inordinate delays in supply, litigation history, or financial failures etc.;

F. TENDER DOCUMENTS

74. Content of Tender Documents

e. The documents shall have all the Sections as in the content. The tenderer should go through the tender document and submit the technical and financial bids through e-procurement portal (online) after downloading the tender document. f. This tender notification is subject to the Government Orders and directions of the Government of Karnataka/Principal Chief Conservator of Forests (Head of Forest Force) issued from time to time.

III. Size and Quality specifications of Transparent LDPE Polythene bags.

v) The Supplier shall supply LDPE Polythene bags certified by legally authorized agency conforming to IS: 2508-84 of Bureau of Indian Standards. The supplier shall not supply the Polythene bags manufactured from the recycled material. During the course, if it is found that the supplied materials were made from recycled material, the Performance Security Deposit of the concerned supplier will be forfeited to the department and the supplier shall be black listed and declared not eligible to participate in the e–Tender of Karnataka Forest Department polythene bags supply process for the next three Financial years. vi) Transparent LDPE Poly bags Specification:

Gauge Average Measurement (4 Gauge number of Supply Details (in inches) =1 micron) bags per Kg. 4” x 6” 200 625 Box design with firm and continuous heat seal with no gaps in the bottom. 5” x 8” 240 320

6” x 9” 300 200 Drainage holes punched appropriately.

Keeping in view the durability, bags 8” x 12” 500 60 must be fabricated using granules of reliable quality. No recycled material to be used.

Must withstand drop test. IS: 2508-84

NOTE: The LDPE polybags are required to be in use for 6 to 12 months period in the forest nurseries under the sun and rain. They must withstand the load of nursery ingredients and shifting & transportation/ handling of full grown seedlings. Considering this, any suitable alternate technology/ quality and material specifications may be furnished appropriately while offering the prequalification details. Supportive technical documents etc. may also be furnished. To check the quality of the LDPE Polybags before accepting the supplies, Drop Test shall be conducted in addition to physical verification for marking, use of recycled material, measurement of size, numbers, placing of holes etc. by the Deputy Conservator of Forests, or any Officer authorized by him/her. {Drop test – For bags to be used for packing of solid powder or granular products, their strength shall be determined by filling them with the actual product to be packed and subjecting them to a flat drop from a height of 1.2mtr on a flat hard surface. The filling product can be the product itself or any other material simulating the actual product in density and flow. The test shall be performed on 5 bags of the same design and material and each sample shall be subjected to one drop only. If not more than one bag shows any bursting or tearing in the drop test, the consignment shall be taken as passing in the test.}

75. Clarification of Tender Documents

A prospective tenderer requiring any clarification of the tender documents may notify the Tender Inviting Authority in writing or by e-mail (hereinafter “mail” includes e-mail and facsimile) at the Tender Inviting Authority’s address/ e-mail ID indicated in the invitation to tender. The Tender Inviting Authority will respond to any request for clarification which he receives prior to the deadline for receipt of tenders.

76. Pre-Bid/Tender meeting: g. The tenderer or his/her/their authorized representative is invited to attend a pre-bid meeting which will take place at O/o the Deputy Conservator of Forests, Belagavi Division, Belagavi Near central bus stand Forest compound, Belagavi-590016 on the date & time mentioned in e-procurement portal. h. The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage. i. Non-attendance at the pre-bid meeting will not be a cause for disqualification of the tenderer.

77. Amendment of Tender documents

g. Before the deadline for submission of tenders, the Tender Inviting Authority may modify the tender documents by issuing addenda. h. Any addendum thus issued shall be part of the tender documents and shall be posted online in the e-procurement portal which tenderers should download. i. In order to allow prospective tenderer/s reasonable time in which to take the amendment into account in preparing their tenders, the Tender Inviting Authority, at its discretion, may extend the deadline for the submission of bids.

C. PREPARATION OF TENDERS

78. Documents Constituting the Tender:

The tender uploaded online through e-Procurement Portal by the tenderer shall be in two covers and shall contain the documents as follows:

e. First Cover (only online):

vii) Earnest Money Deposit (EMD) and Tender Processing Fee: on line payment as specified in the e-procurement portal. viii) Qualification Information as per Technical Bid Form given in Annexure I. [Authorization Form (only if applicable) given in Annexure III] ix) General eligibility criteria.

f. Second Cover (only online):

iii) Financial Bid Form given in Annexure II

Note: The validity of bid for this tender shall remain open for acceptance for a period of not less than 90 days from the last date of receipt of bids. If any tenderer withdraws his/ her/their bid before the said period (or) makes any modification in the terms and condition of the bid, the EMD at the time of submission of bid shall be forfeited.

79. Qualification Information

XIII. To qualify for award of this contract, each tenderer in his/her/their name should submit the following particulars: (Fill the Annexure-I i.e. Technical Bid Form; sign, scan and upload in e- procurement platform. The tenderer shall upload the documents which are clearly filled without any ambiguity.)

gg) Certificate of Registration/ownership of the manufacturing/supplying industry issued by competent authority/Department of Industries and Commerce, specifically mentioning LDPE Polythene bags. hh) Authorization form/letter: In the case of a tenderer offering to supply goods under the contract which the tenderer did not manufacture or otherwise produce, the tenderer has been duly authorized (as per authorization form in Annexure-III) by the goods' Manufacturer or producer to supply the goods in India. (The item or items for which Manufacturer’s Authorization is required should be specified) [ Note: Supplies for particular item as per schedule of the tender should be from one manufacturer only. Tenders from agents offering supplies from different manufacturers for the same item of the schedule in the tender will be treated as non-responsive.] ii) Location of the manufacturing/supply industry office with full postal Address, Telephone and Fax Nos. & e- mail ID. jj) GST Registration issued by the competent authority kk) Income tax clearance certificate issued by the competent authority for the assessment form the year from 2014-15 to 2017-18 ll) Type and quality specifications of the products produced by the industry. mm) Installed and operational capacity and technology adopted by the manufacturing industries. nn) Raw material source and arrangements the industry currently has to procure the raw material. Connected documents are to be enclosed, duly indicating limitations if any in this regard. oo) Official Bankers of the manufacturing industry with due certificate from the Bank. pp) Any tenderer claiming concession mentioned in the tender Para 30 ; if eligible shall upload the document / proof of such eligibility. If not eligible, it has to be clearly written as “not eligible ” in the bid form and any one document mentioned above to be uploaded again for the e-Tender system to continue. qq) Employees/workers’ strength in the manufacturing/supplying industry. rr) Particulars of the individual authorized to deal with the Department indicating the status/position of the individual in the manufacturing industry along with the name in full and postal address, telephone and fax numbers & e-mail ID. The details of will be attested by the proprietor of the firm and signature should also be attested by the proprietor of the firm. ss) A copy of the Income tax PAN card of the tenderer. The name of the tenderer and the PAN card holder should be the same. In case it is different, the bid will be rejected on technical grounds. tt) Supply/Business particulars of the manufacturing industry for the years 2018-19 indicating the details of quantities supplied to different departments/ firms/ along with the dates of supply (Invoice copies may be enclosed). uu) 1000 grams (1kg) of Samples of each size of the LDPE Bags (viz., 4*6, 5*8, 6*9 & 8*12), shall be submitted to O/o Tender Inviting Authority before the last date for drop test of tenders and scanned copy of the acknowledgment shall be uploaded in e- procurement portal, otherwise bid will be rejected on technical grounds. [ Note: Ensure that the following details are printed with indelible rubber stamp on each bag: (a) Firm name (b) Tender No. (c) Size. The tenderer shall also sign on each sample with permanent marker and submit the sample.] It is binding on the Successful tenderer to supply the same or superior quality of material as that of sample submitted during this tender process to the intending Deputy Conservators of Forests. The Tender Inviting Authority/or the officer authorized by him will keep part of the sample submitted by the successful tenderers and the same will be used for comparison in case of any dispute later. vv) The supplier should obtain satisfactory Certificate from the Government Department/ Private firms to whom he has supplied materials during the year 2014-15 or 2015-16 with regard to the quality of the materials and timely supply and submit along with the tender application.

XIV. Additional Tests/Checks: In addition to above information/document; the Tender Inviting Authority or any officer authorized by Tender Accepting Authority to conduct following tests/checks to find out the quality of the sample submitted: g) Drop test h) Quality test - Gauge and/or weight check & Physical verification for discoloration, any print mark, use of recycled material, measurement of size, quality of joints, stitching, numbers& placing of holes etc., i) Sample of the concerned consignment may be sent to Central Institute of Plastic Engineering and Technology (CIPET) Mysuru for detailed examination of the quality of the material. The opinion given by the CIPET, Mysore shall be final. The charges by the CIPET, Mysuru for quality check shall be borne by concerned supplier.

XV. The above two tests/checks will be conducted on 06.07.2018 from 1:30 PM to 3.30 PM at Deputy Conservator of Forests, Belagavi Division, Belagavi Near central bus stand Forest compound, Belagavi-590016 by the team headed by the Assistant Conservator of Forests, Belagavi Sub-Division and Committee Members The Participating tenderers / bidders or their legal / authorized representative are required to be present and observe these tests and checks. No separate communication will be made in this regard. The bidders are also instructed to Deposit 1000 grams (1kg) of Samples of each size of the LDPE Bags (viz., 4*6, 5*8, 6*9 & 8*12) of Samples of each size on the same date to the above mentioned officer.

XVI. The Successful participants will be issued certificate in this regard after conducting the tests. The bidders are required to upload the certificate issued along with Annexure-I on e-procurement portal for qualifying in the technical bid.

Note : In the event of any one or more item put to tender fails to pass in the above test/s and/or observation, the entire samples (i.e.,LDPE Bags (viz., 4*6, 5*8, 6*9 & 8*12), submitted by the tenderer will be treated as fail to pass technical bid and their financial bids will not be opened. {Drop test – For bags to be used for packing of solid powder or granular products, their strength shall be determined by filling them with the actual product to be packed and subjecting them to a flat drop from a height of 1.2mtr on a flat hard surface. The filling product can be the product itself or any other material simulating the actual product in density and flow. The test shall be performed on 5 bags of the same design and material and each sample shall be subjected to one drop only. If not more than one bag shows any bursting or tearing in the drop test, the consignment shall be taken as passing in the test.}

XVII. The technical bids will be evaluated on the basis of the above uploaded information and documents and tests/checks results. No information or documents other than that uploaded will be considered.

XVIII. The Tenderer is expected to examine all instructions, forms, terms, and specifications in the tender documents. Failure to furnish all information required by the tender documents or submission of a tender not substantially responsive to the tender documents in every respect will be at the Tenderer’s risk and may result in rejection of its bid. 80. Tender Prices

g. Single Rate to be quoted for all the sizes (i.e., 4*6, 5*8, 6*9 & 8*12) in Rupees per Kilogram inclusive of taxes, handling and transportation (delivering the material to Range Headquarters) charges (Prices shall be quoted in Indian Rupees). h. Rate in Rupees per kilogram of LDPE Polythene Bags is to be determined by receiving Rate Tenders from such of the short listed participants. The rates to be determined will be valid from date of tender till 30-06-2019. Rate quoted will be inclusive of taxes, handling charge and transportation cost etc., Materials to be delivered to the Head Quarters at the concerned Forest Ranges. i. The tender will be awarded on the ‘Total cost’ per kilogram, as quoted in column 6 of the From prescribed in Annexure-II to this tender, i.e. Rate will be inclusive of the material cost and all the prevailing taxes & levies etc.

If there is any change in taxes during the agreement period, the increment in the taxes (as prevailing on the day of delivery of supplies) will be borne by the bidder. However of there is a reduction in taxes rates the benefit should be passed to the forest department by reducing the cost of bags.

81. Tender Validity

g. Tenders shall remain valid for a period not less than ninety days (90) after the deadline date for tender submission specified in this notification. A tender valid for a shorter period shall be rejected by the Tender Inviting Authority as non- responsive. h. In exceptional circumstances, prior to expiry of the original time limit, the Tender Accepting Authority may request that the tenderers may extend the period of validity for a specified additional period. The request shall be made in writing or by e- mail. A Tenderer agreeing to the request will not be required or permitted to modify his/her/their tender, but will be required to extend the validity of his/her/their EMD for a period of the extension, and in compliance with Para 15 in all respects.

i. The period of tender contract may be extended till required period or the next arrangement made on mutual consent on the same terms and condition of this tender.

82. Earnest Money Deposit (EMD)

g) The tenderer shall furnish, as part of his/her technical bid, Earnest Money Deposit (EMD) to the like sum of Rs. 35,000/- (Rupees Thirty Five Thousand) only to be paid in a single transaction as through any of the following five modes only. I) Credit card II) Debit Card III) NEFT (National Electronic Fund Transfer) IV) OTC (Over the Counter) V) Net Banking.

h) EMD shall have to be valid for 45 days beyond the validity of the tender. xi. However, eligible tenderers for concession of EMD as per 30 (c) of this tender notification have to pay full EMD of Rs. 35,000/- (Rupees Thirty Five Thousand) only which will be refunded/adjusted towards performance security deposit after completion of the tendering process. xii. Tenders will be evaluated/downloaded only on confirmation of receipt of the payment of EMD in the Government of Karnataka central pooling account and the payment of tender processing fee. xiii. Any tender not accompanied by an acceptable EMD and not secured as indicated in Sub-Para 15.a) above shall be rejected by the Tender Accepting Authority/Officer authorized as non-responsive. xiv. The EMD of successful tenderers will be considered as Performance Security Deposit till completion of the Tender period. xv. Unsuccessful tenderers’ earnest money deposit will be discharged/returned as promptly as possible.

i) The earnest money deposit may be forfeited: ix. If the Tenderer withdraws the Tender after tender opening during the period of tender validity; x. If the Tenderer does not accept the correction of the Tender Price, pursuant to Para 20 ; or xi. In the case of successful Tenderer, if the Tenderer fails within the specified time limit to (3) sign the Agreement; or (4) furnish the required Security deposit xii. If the documents submitted by tenderer found to be misleading / forged / fake.

D. SUBMISSION OF TENDERS

83. Format and Signing of Tenders

Electronic submission of Annexure-I (Technical Bid Form) and Annexure-II (Financial Bid Form) should be clearly filled without any ambiguity, signed, scanned and uploaded before date & time specified in this notification through e-procurement portal only.

84. Modification & Withdrawal of Tenders

e. E-portal does not have the option for modification/withdrawal after the deadline for submission of Tenders f. Withdrawal or modification of a Tender between the deadline for submission of Tenders and the expiration of the original period of Tender validity specified in Para14 above may result in the forfeiture of the earnest money deposit pursuant to Para 15 .

E. TENDER OPENING & EVALUATION

85. Opening of First Cover and evaluation to determine qualified Tenderers

i. The Officer/s authorized by the Tender Accepting Authority will open online the First Cover of all the Tenders received through e-procurement portal. In the event of the specified date of First Cover opening being declared a holiday, the Tenders will be opened at the time and date on the next working day. j. The Tenderers names, the payment confirmation of EMD, the submission of qualification information and such other information may be notified if needed. k. The tenderer may be asked to submit the original documents which are uploaded in e-procurement portal to the Officer/s authorized by the Tender Accepting Authorityfor verification in case of discrepancies. l. Additional Tests/Checks specified in Para 12 shall be carried out apart from the evaluation of the Qualification Information in order to determine the tenderers qualification.

86. Opening of Second Cover of qualified Tenderers

e. The Officer/s authorized by the Tender Accepting Authority will open online the Second Cover of Qualified Tenderers received through e-procurement portal. In the event of the specified date of Second Cover opening being declared a holiday, the Tenders will be opened at the time and date on the next working day. f. The Tenderers names, the Tender prices, and such other details may be notified if needed.

87. Correction of Errors

e. Tenders determined to be substantially responsive will be checked by the Officer/s authorized by the Tender Accepting Authority for any arithmetic errors. Errors will be corrected as follows: v. Where there is a discrepancy between the rates in figures and in words, the lower of the two will govern; and vi. Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern.

f. The amount stated in the Tender will be adjusted by the Officer/s authorized by the Tender Accepting Authority in accordance with the above procedure for the correction of errors and with the concurrence of the Tenderer, shall be considered as binding upon the Tenderer. If the Tenderer does not accept the corrected amount the Tender will be rejected, and the earnest money deposit may be forfeited in accordance with Sub-Para 15.c.

88. Evaluation of Tenders

g. The Officer/s authorized by the Tender Accepting Authority will evaluate and compare only the Tenders determined to be substantially responsive in accordance with Para 10 & 11 . h. In evaluating the Tenders, the Officer/s authorized by the Tender Accepting Authority will determine for each Tender the evaluated Tender Price by adjusting the Tender Price by effecting corrections for errors pursuant to Para 20 . i. The Officer/s authorized by the Tender Accepting Authority reserves the right to accept or reject any variation, deviation, or alternative offer.

F. AWARD OF CONTRACT 89. Award Criteria

Subject to Para 23 , the Tender Accepting Authority will award the Contract to the Tenderer whose Tender has been determined to be substantially responsive to the Tender documents and who has offered the lowest evaluated Tender Price, provided that such Tenderer has been determined to be (a) eligible in accordance with the provisions of Para 2 , and (b) qualified in accordance with the provisions of Para 12 .

If, L1 fails to enter into agreement the option of calling re-tender or considering the L2 as successful tenderer is reserved with Tender Accepting Authority, at the risk and cost of L1 bidder.

90. Tender Accepting Authority to accept any tender and to reject any or all tenders

Notwithstanding anything in Para 22 , the Tender Accepting Authority reserves the right to accept or reject any Tender, and to cancel the Tender process and reject all Tenders, at any time prior to the award of Contract, without thereby incurring any liability to the affected Tenderer or Tenderers or any obligation to inform the affected Tenderer or Tenderers of the grounds for the Tender Accepting Authority's action.

91. Notification Confirmation of Award

g. Prior to the expiration of the period of bid validity, the Tender Accepting Authority will notify the award of contract to the successful tenderer in writing by registered letter or by e-mail or fax, that its bid has been accepted. h. Within 10 days of receipt of the notification, the successful tenderer shall confirm the award of contract with an acknowledgement and present the Performance Security Deposit as per Para 25 below to the Tender Accepting Authority. i. The successful tenderer is not assured of any minimum order merely because he/she/they have been successful in the bidding and declared successful.

92. Performance Security Deposit

g. Pursuant to Para 24 on receipt of notification of award from the Tender Accepting Authority, the successful tenderer shall furnish the performance security deposit to the Tender Accepting Authority for an amount of Rs. 1,00,000/- valid up to 60 days after the date of completion of performance obligations in accordance with the Conditions of Contract, in the form (Bank Guarantee) acceptable to the Tender Accepting Authority. h. Failure of the successful tenderer to comply with the above requirement shall constitute sufficient grounds for the annulment of the award and forfeiture of the earnest money deposit, in which event the Tender Accepting Authority may make the award to the next lowest evaluated tenderer or call for new tenders. i. The performance security may be forfeited, if a tenderer: v. withdraws his/her bid during the period of tender validity specified by the Tender Inviting Authority on the Tender Form; or does not accept the correction of errors pursuant to Para 20 above or vi. in case of a successful tenderer, if the tenderer fails to confirm the Contract in accordance with Para 24 ; or to furnish performance security in accordance with Para 25 a .

Note: EMD of Rs. 25,000/- (Rupees Twenty-five Thousands) paid by the supplier would be considered as part of the performance security Deposit in respect of successful tender. It will be released to the supplier after 60 days after the date of completion of performance obligations.

G. Agreement Procedure

93. Procedure

i. The successful tenderer/s shall execute an agreement, with the Chief Conservator of Forests, Belagavi Circle, Belagavi or any officer authorized by him within 3 days (Three days) of furnishing the performance security deposit, on a non-judicial stamp paper of Rs.200/- to be purchased by the successful “tenderer”. j. Failure of the successful tenderer to comply with the above requirement shall constitute sufficient grounds for the annulment of the award and forfeiture of the earnest money deposit, in which event the Tender Accepting Authority may make the award to the next lowest evaluated tenderer or call for new tenders, at the risk and cost of L1 bidder. k. The EMD shall be forfeited and such tenderer/s will be black listed and declared not eligible to participate in the e–tender of Karnataka Forest Department polythene bags supply process for the next three financial years.In this regard decision of the Tender Accepting Authority/CCF Belagavi Circle, Belagavi is final. l. In the event of any of the above-indicated days happening to be declared as holidays by the Government, the process shall automatically get shifted to the next working day.

94. Salient features of AGREEMENT CONDITIONS for successful Rate Tenderers. Agreement Conditions are enclosed as Annexure-IV.

95. Indent Order, Supply& Time schedule:

g. The supplies should be in accordance with the quantities indented by the respective Deputy Conservators of Forests during the specified period of 2018-19 depending on the budget grants and approvals accorded as per the Annual Programme of Operations of respective Forest division/s. h. At the time of supply of material to the indenting Deputy Conservator of Forests, the successful “tenderer” must ensure that the material has to be of approved specifications as per this notification.The supplies of approved quality are to be made within15 days from the date of receipt of the indent from any Forest Division. The supplies are to be delivered to the headquarters of the respective Forest Ranges of the respective Forest Divisions as listed in the Annexure – V. i. If the indenting DCF or officer authorized by the DCF finds that any of the material supplied is of sub-standard quality, he/she shall reserve the right to reject the whole or part of the consignment/material, within 15 days from the date of receiving the delivery of the supplies and ask the supplier to replace the consignment with that of the specified quality, within 10 days failing which the contract of concerned supplier will be automatically cancelled. Failure of the successful tenderer to comply with the above requirement shall constitute sufficient grounds for the annulment of the award and forfeiture of the performance security deposit, in which event the Tender Accepting Authority may instruct the indenting DCF to purchase the material from the other supplier at the risk and cost of the original supplier.

Note: The orders of supply indented from any of the Deputy Conservators of Forests shall not constitute authorization by the Karnataka Forest Department to the manufacturing/supplying industries to enter into any financial or other commitments with any public or private institutions. All such transactions are purely at the sole risk of the concerned manufacturing industries only.

96. Bill Payment :

The indenting Deputy Conservator of Forests will endeavor to take action to settle the bills on receipt of the supplies. After receipt of the report from the Officer, the indenting DCFs should take action to release 90% of the bill amount if the supplies are of approved specifications as per this notification, subject to release of budget from the Government. The Concerned Head Quarters Range Forest Officer/Officer authorized by the indenting DCF should keep some samples (approximately ½ kg) of the PBs of different size upto 6 months (with code). During the course, if the supplied materials are found to be sub- standard, he/she should intimate the concerned DCFs. The DCFs should forfeit the balance 10% of the bill amount and intimate the Tender Accepting Authority to cancel the agreement made with the concerned supplier. In the event, if the supplier opposes/litigates the action of the Deputy Conservator of Forests, the samples of the concerned consignment may be sent to Central Institute of Plastics Engineering and Technology (CIPET), Mysore for detailed examination of the quality of the material. The charges levied by the CIPET, Mysore for quality check shall be borne by the concerned supplier. The opinion given by the CIPET, Mysore shall be final. In case, the agency submits the result quoting that the supplied material is of sub-standard quality and not as per the approved specifications of this notification, action will be taken to cancel the agreement and to forfeit the performance security deposit.

97. MSMeS& NSIC Further as per Notification /Circular dated 08.03.2011 issued by the office of the Development Commissioner, Small Scale Industries, Ministry of MSME Government of India, New Delhi-110011 and Ministry of Commerce, Department of Supply, New Delhi and MSME Act, 2006 and as per Government circular No. CE 850 ªÉZÀÑ 12/5 dated 29.12.2015 the following benefits are extended to Micro and small enterprises (MSE) registered with National small Industries corporation limited (NSIC) a public Sector undertaking under the administrative control of MSMeS. i) Goods manufactured by Micro and small Enterprise located in the State shall be given fifteen percent price preference against the large and Medium industries of the State and Industries of other States during Government Departments purchases. j) In a tender where the tenderers are both from the State of Karnataka as well as from outside the State of Karnataka the Sales Tax/ Vat shall be excluded for the evaluation of the price.

k) Micro and Small Enterprises registered with NSIC under a single point vendor registration scheme shall be facilitated by providing tenders sets free of cost, exempting from payment of Earnest Money Deposit during purchases by all Government Department and State owned PSUs. l) Waiver of Security Deposit to the monetary limit for which the unit is registered and Price Preference up to 15% to MSEs over the quotation of large scale units.

Note: Tenderers claiming any of the above concessions shall produce documents / proofs for any such concessions. However, they have to pay full EMD of Rs. 45,000.00 (Rupees Forty Five thousand) only, which will be refunded / adjusted towards performance security deposit after completion of the tendering process.

98. The Tender Inviting Authority/Karnataka Forest Department shall not stand guarantee to any of the financial institutions/ Banks, raw material supply agencies, power supply authorities, Pollution Control Board agencies, municipalities etc. for any of their transactions / dealings. It is the responsibility of the successful Rate Tenderer to obtain clearances to the satisfaction of the concerned organizations. Any disruption, arising in the polythene bags supplies, on account of any of the above violations, the manufacturing / supplying industry cannot advance it as a reason for not meeting the supply schedule.

99. Any disputes or claims raised on account of this agreement both the parties have agreed to solve the disputes through one or more arbitrators appointed for this purpose under Arbitration (Central, Domestic and International) Rules, 2012.

100. Appeals : All appeals connected to the successful Rate Tender, Bank Guarantee and Rate Tendering process shall lie with the PCCF (HOFF). For any disputes, arising after the supplies or connected to supply indents, appeals shall lie with the Chief Conservator of Forests, Belagavi Circle, Belagavi

Deputy Conservator of Forests, Belagavi Division, Belagavi

********

ANNEXURE –I

Supply of LDPE Polythene bags to determine Rate per kilogram of LDPE Polythene Bags from manufacturing/Supply Industries to Belagavi Circle, Belagavi

“E” TENDER TECHNICAL BID FORM From

Sri./Smt./M/s …………………………………………….

…………………………………………………………….

…………………………………………………………….

To

Deputy Conservator of Forests,

Belagavi Division, Belagavi.

Sir

In response to the e-tender Notification NO: B1/BGT/PBs/Tender/CR33/DATED: 27.06.2018. I / We hereby submit the following information for kind perusal and further needful action.

Sl. PARTICULARS SUBMITTED/ No. NOT SUBMITTED 1 Name of the manufacturing industry, address, year of Registration & the Registering Authority certificate.

2 Authorization form/letter: Tenderer offering to supply goods under the contract which the tenderer did not manufacture or otherwise produce, the tenderer has been duly authorized (as per authorization form in Annexure- III) by the goods' Manufacturer or producer to supply the goods in India. (The item or items for which Manufacturer’s Authorization is required should be specified) 3 Full postal address of the office of the manufacturing industry with Telephone and Fax Nos. &e-mail address. 4 GST Registration particulars & year upto which assessment orders are issued by the Competent Authority. (Enclose Clearance Certificate issued on or after 31.03.2018) 5 Year upto which Income Tax Clearance orders are issued by the competent authority. (Enclose Clearance Certificate up to 2014-15 to 2017-18) 6 Type/size and technical quality specifications of the products produced by the manufacturing industry. (Enclose Technical Quality specification details) 7 Operational and Installed capacity of the manufacturing industry. Technology adopted by the manufacturing industry. 8 Source of raw material and arrangements the manufacturing industry currently has to procure the raw material. (Enclose the connected documents)

09 Official Bankers of the manufacturing industry. (Enclose the Certificate issued by the Bank) 10 Whether tenderer is eligible for any concession mentioned in the tender condition 30. If eligible document / proof of such eligibility to be uploaded. If not eligible, it has to be clearly written as “not eligible” in the bid form and any one document mentioned above to be uploaded again for the e-Tender system to continue. 11 Employee/workers strength in the manufacturing industry.

12 Copy of the Income Tax PAN Card of the tenderer

13 Particulars of the individual authorized to deal with the Department indicating the status/position of the individual in the manufacturing industry along with the Name in full and Postal address, Telephone and Fax Numbers &E-mail address.

14 Supply/Business particulars of the manufacturing industry for the years 2014-15 and/or 2015-16 (Please enclose the details of invoice copies supply to depts. and other firms). 15 Acknowledgment copy of the submission of samples of the materials (obtained from the O/o Deputy Conservator of Forests or Assistant Conservator of Forests, Bidar Sub- Division, Bidar). 16 Satisfactory Certificate from the concerned depts. and firms along with the documents in regard to the quality of materials timely supplied during 2014-15 to 2017-18 17 Drop Test Results

18 Quality Test Results

Note: For Sl. No. 1-16 tenderers shall enclose necessary documents and write as “Submitted or Not submitted” . And for Sl.No. 17 &18 to write “Qualified or Not qualified”, and enclosed qualified certificate issued by the Deputy Conservator of Forests or Assistant Conservator of Forests, Belagavi Sub-Division, Belagavi and Committee Members after passing the above tests as conducted on 06.07.2018.

I/We certify that the information provided above is factual and true. Further, I/We have read the notification dated: 27.06.2018 of the O/o the Deputy Conservator of Forests, Belagavi Division, Belagavi and conversant with the various requirements & conditions.

Place :

Date : Seal and Signature of the Authorized individual

Name:

(in capital letters)

ANNEXURE – II

Supply of LDPE Polythene bags to determine Rate per kilogram of LDPE Polythene Bags from manufacturing/Supply Industries to Belagavi Circle, Belagavi

“E” TENDER FINANCIAL BID FORM FOR SUPPLY OF LDPE POLYTHENE BAGS

From

Sri./Smt./M/s …………………………………………….

…………………………………………………………….

…………………………………………………………….

To

Deputy Conservator of Forests,

Belagavi Division, Belagavi

Sir

In response to the e-tender Notification NO: B1/BGT/PBs/Tender/CR33/ DATED: 27.06.2018. I/We hereby offer my/our rate for LDPE Polythene Bags as detailed below.

Transparent LDPE Polythene Bags (Rate to be quoted per kilogram, inclusive of GST, handling and transportation charges etc. )

Gauge Material cost Taxes Total cost Sl. Measurement (4 Gauge = (Rate per kilogram (GST etc.) (Rate per (in inches) 1 micron) inclusive of kilogram) No . Transport, Handling (In Rupees) (In Rupees) & Delivery Charges etc.,) (In Rupees)

1 2 3 4 5 6

1 4” x 6” 200

2 5” x 8” 240

3 6” x 9” 300

4 8” x 12” 500

One rate for 4 x 6, 5 x8 and 6 x 9 to be quoted. And separate rate for 8 x 12 bag size to be quoted.

In offering this Tender, I/We hereby agree to abide by the conditions as detailed in the E-Tender Notification NO: B1/BGT/PBs/Tender/CR33/ DATED: 27.06.2018.

Place:

Date:

Seal and Signature of the

Authorized Individual

Name:

(in capital letter)

ANNEXURE-III

MANUFACTURERS' AUTHORIZATION FORM

No. dated

To

Dear Sir:

Tender No.

We (Manufacturers name) who are established and reputable manufacturers of (LDPE Poly Bags) having factory at (address of factory) do hereby authorize M/s (Name and address of Agent) to submit a tender, and sign the contract with you for the goods manufactured by us against the above Tender No. No company or firm or individual other than M/s are authorized to tender, and conclude the contract for the above goods manufactured by us, against this specific tender. (This para should be deleted in simple items where manufacturers sell the product through different stockists.) We hereby extend our full guarantee and warranty as per Clause 14 of the General Conditions of Contract for the goods and services offered for supply by the above firm against this tender.

Yours faithfully, (Name) (Name of manufacturers)

Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person competent and having the power of attorney to legally bind the manufacturer. It should be included by the tenderer in its tender.

KARNATAKA FOREST DEPARTMENT

ANNEXURE - IV

Supply of LDPE Polythene bags to determine Rate per kilogram of LDPE Polythene Bags from manufacturing/Supply Industries to Belagavi Circle, Belagavi

* * * * * Salient features of AGREEMENT CONDITIONS for the successful Rate Tenderers 33. For the purpose of this tender agreement period shall be from the date of agreement till 30.06.2019 . 34. Supplies shall be in accordance with the approved specifications prescribed in the Tender Notification NO: B1/BGT/PBs/Tender/CR33/ DATED: 27.06.2018., and quantity indicated in the indent shall be placed by the respective Deputy Conservator of Forests during the agreement period, as specified in Annexure-V. 35. The successful Rate Tenderer/s or tenderer/s hereinafter referred to as “Supplier” shall ensure that the supplies strictly be made within a period of 15 days from the date of receiving the indent from the concerned Deputy Conservator of Forests. 36. Materials indented are to be delivered to the Range headquarters of the respective Forest Divisions annexed to this agreement at the cost of the manufacturing/supply industry. 37. If the indenting Deputy Conservator of Forests or officer authorized by the DCF, on such inspection/investigations/enquiries finds that any of the material supplied is of sub-standard quality he/she shall have right to reject the whole or part of the consignment/material within 15 days from the date of receiving the delivery of the supplies and direct the supplier to replace it within 10 days , Failure of the supplier to comply with the above requirement shall constitute sufficient grounds for the annulment of the award and forfeiture of the performance security deposit, in which event the Tender Accepting Authority may instruct the indenting DCF to purchase the material from the other supplier at the risk and cost of the original supplier, also the supplier shall be black listed against participating in the Karnataka Forest Department’s Polythene bags supply process for the next three financial years. 38. The supplier shall furnish the performance security to the Tender Accepting Authority for an amount of Rs. 1,00,000/- valid up to 60 days after the date of completion of performance obligations in accordance with the Conditions of Contract, in the form (Bank Guarantee and shall be issued by a Nationalized Bank having its branch at Kalaburagi) acceptable to the Tender Accepting Authority. 39. Bill payment : The indenting Deputy Conservator of Forests will endeavor to take action to settle the bills on receipt of the supplies. After receipt of the report from the Officer, the indenting DCFs should take action to release 90% of the bill amount if the supplies are of approved specifications as per this notification, subject to release of budget from the Government. The Concerned Head Quarters Range Forest Officer/Officer authorized by the indenting DCF should keep some samples (approximately ½ kg) of the LDPE/HDPE PBs of different size upto 6 months (with code). During the course, if the supplied materials are found to be sub- standard, he/she should intimate the concerned DCFs. The DCFs should forfeit the balance 10% of the bill amount and intimate the Tender Accepting Authority to cancel the agreement made with the concerned supplier. In the event, if the supplier opposes/litigates the action of the Deputy Conservator of Forests, the samples of the concerned consignment may be sent to Central Institute of Plastics Engineering and Technology (CIPET), Mysore for detailed examination of the quality of the material. The charges levied by the CIPET, Mysore for quality check shall be borne by the concerned supplier. The opinion given by the CIPET, Mysore shall be final. In case, the agency submits the result quoting that the supplied material is of sub-standard quality and not as per the approved specifications of this notification, action will be taken to cancel the agreement and to forfeit the performance security deposit.

40. The performance security furnished to the Tender Accepting Authority for an amount of Rs. 1,00,000/- shall be valid up to 60 days after the date of completion of performance obligations and the EMD of Rs. 35,000/- (Rupees Thirty-five Thousands) paid by the supplier would be considered as part of the performance security Deposit in respect of successful tenders. It will be released to the supplier after 60 days after the date of completion of performance obligations. 41. The DCF, Belagavi /Karnataka Forest Department shall not stand guarantee to any of the financial institutions/Banks, raw material supply agencies, power supply authorities, pollution control board agencies, municipalities etc. It is the responsibility of the successful Rate Tendered manufacturing Industry to obtain clearances to the satisfaction of the concerned organizations. In case of any disruption, in the supply of Polythene bags on account of any of the above violations, the manufacturing Industry cannot advance it as a reason for not meeting the supply schedule. 42. The orders of supply indent from any of the Deputy Conservators of Forests shall not constitute an authorization by the Karnataka Forest Department to the manufacturing Industry to enter into any financial or other commitments with any public or private institutions. All such transactions are purely at the sole risk and responsibility of the concerned manufacturing industry only. 43. In the event of any dispute regarding supplies, appeal shall lie with the Chief Conservator of Forests, Belagavi Circle, Belagavi. 44. In the event if any inferior material is supplied, contrary to the agreed quality and in violation of the terms and conditions of the agreement/contract, the Department reserves right to cancel the said contract, and not make any payment for such inferior product, besides initiating appropriate action under the tender conditions and law. 45. This tender Notification is subject to the Government Orders and directions of the Government of Karnataka / the Principal Chief Conservator of Forests (Head of Forest Force) issued from time to time. 46. All conditions enumerated in the detailed e-Tender Notification which is not reproduced above shall be part and parcel of this agreement. 47. The period of tender contract may be extended till required period or the next arrangement made on mutual consent, on the same terms and condition of this tender 48. Any disputes or claims raised on account of this agreement both the parties have agreed to solve the disputes through one or more arbitrators appointed for this purpose under Arbitration (Central, Domestic and International) Rules, 2012.

Deputy Conservator of Forests

Belagavi Division, Belagavi ANNEXURE – V

Supply of LDPE Polythene bags to determine Rate per kilogram of LDPE Polythene Bags from manufacturing/Supply Industries to Belagavi Circle, Belagavi Approx. Sl. Head Quarters of Designation of the Distance from Name of the Forest Division concerned No the Forest Ranges Indenting Officer Division Head Quarter. CCF, Research 1 Research Range, Belagavi Belagavi 75 Dharwad Assistant Conservator Watershed Department 2 Belagavi of Forests, Water Shed 0 (Forest Wing) Dept. Belagavi Belagavi Range 0 Kakati Range 9 Nasaragi Range 40

Gujanal Range 20 Deputy Conservator of 3 Belagavi Territorial Division Khanapur Range 25 Forests, Belagavi Londa Range Division, Belagavi 45 Golihalli Range 47 Nagaragali Range 52 Kanakumbi Range 50 Gokak Range 0 Raibag Range 34 Deputy Conservator of Ghataprabha Territorial Division, Chikkodi Range 35 4 Forests, Ghataprabha Gokak Athani Range Division, Gokak 81 Ramdurg Range 84 Soundatti Range 79 Anthi (SF), Range 145 Bailhongal (SF), 45 Range Belagavi (SF), 0 Range Chikkodi (SF), Range 72 Deputy Conservator of Social Forestry Division, 5 Gokak (SF), Range Forests , Social Forestry 60 Belagavi Hukkeri (SF), Division, Belagavi 52 Rnage Khanapur (SF), 25 Range Raibag (SF), Range 91 Ramdurg (SF), 100 Range Approx. Sl. Head Quarters of Designation of the Distance from Name of the Forest Division concerned No the Forest Ranges Indenting Officer Division Head Quarter. Social Forestry Division, Soundatti (SF), 90 Belagavi Range Assistant Conservator Watershed Department 6 Baglakote of Forests, Water Shed 0 (Forest Wing) Dept. Baglakote CCF, Research 7 Research Range, Badami Badami 99 Dharwad Baglakote Range 0 Badami Range 34 Deputy Conservator of Hunagund Range 52 8 Baglakote Territorial Division Forests, Baglakote Jamkhandi Range Division, Baglakote 77 Mudhol Range 55 Bilagi Range 29 Baglakote (SF), 0 Range Badami (SF), 34 Range Hunagunda (SF), Deputy Conservator of Social Forestry Division, 52 9 Range Forests , Social Forestry Baglakote Biligi (SF), Range Division, Baglakote 29 Jamkandi 77 (SF),Range Mudhol (SF), 55 Range Assistant Conservator Watershed Department 10 Vijaypur of Forests, Water Shed 0 (Forest Wing) Dept. Vijaypur Vijaypur SF Range 0 Muddebihal SF 84 Range Deputy Conservator of 11 Vijaypur Social Forestry Division Sindagi SF Range 60 Forests, SF Division, Basavanbagewadi Vijaypur 55 SF Range Indi SF Range 50 Vijaypur Range 0 Indi Range Deputy Conservator of 50 12 Vijaypur Territorial Division Forests, SF Division, Sindagi Range Vijaypur 60 Muddebihal Range 84

Deputy Conservator of Forests Belagavi Division, Belagavi.

OWN ACHAYAT OUNCIL AGANUR T P C , N . ¥ÀlÖt ¥ÀAZÁAiÀÄvÀ PÁAiÀiÁð®AiÀÄ £ÁUÀ£ÀÆgÀ Near Hanuman Temple, ºÀ£ÀĪÀÄAvÀ zÉêÀgÀ UÀÄrAiÀÄ ºÀwÛgÀ £ÁUÀ£ÀÆgÀ. 591224 Naganur-591224 Tq: Gokak vÁ||vÁ||vÁ||UÉÆÃPÁPÀvÁ||UÉÆÃPÁPÀ f¯Éè : ¨É¼ÀUÁ« gÁdå : PÀ£ÁðlPÀ

Dist : Belagavi State : Karnataka ¥ÉÆÃ.£ÀA: 083308334444----222288811888118881188811

£ÀA/sss¥À¥ÀA£Á/ ¯ÉÆÃE /¸Á.¤¢ü/mÉAqÀgï/2018-19/ ¢£ÁAPÀ: 30.06.201

mÉAqÀgï ¥ÀæPÀluÉ

F ¥ÀlÖt ¥ÀAZÁAiÀÄvÀ ªÁå¦ÛAiÀÄ°è £ÁUÀ£ÀÆgÀ ¥ÀlÖt ¥ÀAZÁAiÀÄvÀ ¸ÁªÀiÁ£Àå ¤¢üAiÀÄr F PɼÀV£À PÁªÀÄUÁjUÀ½UÉ LlAªÁgÀÄ mÉAqÀgï PÀgÉAiÀįÁVzÀÄÝ, mÉAqÀgï ºÁPÀ°aѸÀĪÀ UÀÄwÛUÉzÁgÀgÀÄ ¥ÀlÖt ¥ÀAZÁAiÀÄvÀzÀ°è ºÁUÀÆ ¯ÉÆÃPÉÆÃ¥ÀAiÉÆÃV E¯ÁSÉAiÀÄ°è £ÉÆAzÁ¬ÄvÀ UÀÄwÛUÉzÁgÀgÀÄ F PɼÀPÀAqÀ PÁªÀÄUÁjUÀ¼À mÉAqÀgï £À°è ¨sÁUÀªÀ»¸À®Ä w½¹gÀÄvÉÛêÉ.

*** mÉAqÀgÀVlÖ PÁªÀÄUÁjUÀ¼À «ªÀgÀ***

mÉAqÀgï ªÀÄÄAUÀqÀ PÉ®¸À ¥ÀÆwðUÉƽ¸ÀĪÀ mÉAqÀgï ªÉÆvÀÛ (E.JA.r) ºÀt CªÀ¢ü C.£ÀA PÁªÀÄUÁjUÀ¼À «ªÀgÀ ¥sÁªÀÄð ¨É¯É (gÀÆ.UÀ¼À°è) gÀÆ UÀ¼À°è ( ªÀļÉUÁ® gÀÆ.UÀ¼À°è ºÉÆgÀvÀÄ¥Àr¹)

1 2 3 4 5 6 ¥ÁåPÉÃd £ÀA 1 PÁªÀÄUÁjAiÀÄ ºÉ¸ÀgÀÄ : 1) £ÁUÀ£ÀÆgÀ ¥ÀlÖt 1. ¥ÀAZÁAiÀÄvÀ ªÁå¦ÛAiÀÄ°è §gÀĪÀ 245518/- 12276/- 1500/- 1 wAUÀ¼ÀÄ gÀ¸ÉÛUÀ½UÉ ªÉÆÃgÀAºÁQ vÀUÀÄÎ ¸ÀªÀÄvÀlÄÖ ªÀiÁqÀĪÀÅzÀÄ

mÉAqÀgï ªÀÄÄAUÀqÀ PÉ®¸À ¥ÀÆwðUÉƽ¸ÀĪÀ mÉAqÀgï ªÉÆvÀÛ (E.JA.r) ºÀt CªÀ¢ü C.£ÀA PÁªÀÄUÁjUÀ¼À «ªÀgÀ ¥sÁªÀÄð ¨É¯É (gÀÆ.UÀ¼À°è) gÀÆ UÀ¼À°è ( ªÀļÉUÁ® gÀÆ.UÀ¼À°è ºÉÆgÀvÀÄ¥Àr¹)

¥ÁåPÉÃd £ÀA 2 PÁªÀÄUÁjAiÀÄ ºÉ¸ÀgÀÄ :1) £ÁUÀ£ÀÆgÀ ¥ÀlÖt ¥ÀAZÁAiÀÄvÀ ªÁå¦ÛAiÀÄ ªÁ.£ÀA 2,6,11 gÀ°è gÀ¸ÉÛUÉ ¹.¹ ¥ÉÊ¥ï C¼ÀªÀr¸ÀĪÀÅzÀÄ. 2) £ÁUÀ£ÀÆgÀ ¥ÀlÖt ¥ÀAZÁAiÀÄvÀ ªÁå¦ÛAiÀÄ ªÁ.£ÀA 3 gÀ ºÀjd£À PÉÃj¬ÄAzÀ ®QëöäÃUÀÄrAiÀĪÀgÉUÉ gÀ¸ÉÛUÉ ªÉÆÃgÀA ºÁQ vÀUÀÄÎ ¸ÀªÀÄvÀlÄÖ 2 ªÀiÁqÀĪÀÅzÀÄ.3) ªÁ.£ÀA 3 gÀ 228923/- 11447/- 1500/- 1 wAUÀ¼ÀÄ ®QëöäÃUÀÄr ºÀwÛgÀzÀ ¸ÁߣÀUÀȺÀPÉÌ ±ÀªÀgï C¼ÀªÀr¸ÀĪÀÅzÀÄ.4) ªÁ.£ÀA 3 gÀ vÀÄPÁgÁªÀÄ ¥ÀÆeÉÃj ªÀÄ£ÉAiÀÄ ºÀwÛgÀ PÀÄrAiÀÄĪÀ ¤Ãj£À d®PÀÄA¨sÀ ¤«Äð¸ÀĪÀÅzÀÄ. 5) ªÁ.£ÀA 3 gÀ ®QëöäÃUÀÄr ºÀwÛgÀzÀ ¸Àä±Á£À C©üªÀÈ¢Þ¥Àr¸ÀĪÀÅzÀÄ.

¥ÁåPÉÃd £ÀA 3 : PÁªÀÄUÁjAiÀÄ ºÉ¸ÀgÀÄ : £ÁUÀ£ÀÆgÀ ¥ÀlÖt 3 ¥ÀAZÁAiÀÄvÀ ªÁå¦ÛAiÀÄ ªÁqÀð £ÀA 39329/- 1970/- 1500/- 1 wAUÀ¼ÀÄ 17 gÀ FgÀtÚUÀÄrAiÀÄ »AzÉ gÀ¸ÉÛ C©üªÀÈ¢Þ¥Àr¸ÀĪÀÅzÀÄ.

• mÉAqÀgï ¥sÁªÀÄðUÉ Cfð ¸À°è¸À®Ä ªÀÄvÀÄÛ SÁ° mÉAqÀgï ¥sÁªÀÄðUÀ¼À£ÀÄß ¥ÀqÉAiÀÄ®Ä PÉÆ£ÉAiÀÄ ¢£ÁAPÀ: 16/07/2018 gÀAzÀÄ ¸ÁAiÀÄAPÁ® 5-30 UÀAmÉAiÀĪÀgÉUÉ EgÀÄvÀÛzÉ. • ¨sÀwð ªÀiÁrzÀ mÉAqÀgï §ÄPï¯ÉmïUÀ¼À£ÀÄß mÉAqÀgï ¥ÉnÖUÉAiÀÄ°è ºÁPÀĪÀ PÉÆ£ÉAiÀÄ ¢£ÁAPÀ: 17/07/2018 gÀAzÀÄ ¸ÁAiÀÄAPÁ® 4-30 UÀAmɪÀgÉUÉ EgÀÄvÀÛzÉ. • mÉAqÀgï vÉgÉAiÀÄĪÀ ¢£ÁAPÀ: 17/07/2018 gÀAzÀÄ ¸ÁAiÀÄAPÁ® 5-00 UÀAmÉUÉ ( ¸ÁzsÀåªÁzÀ°è)

** F PɼÀPÁt¹zÀ µÀgÀvÀÄÛUÀ¼ÀÄ ªÉÄð£À PÁªÀÄUÁjUÀ½UÉ C£Àå¬Ä¸ÀÄvÀÛªÉ.**

1) SÁ° mÉAqÀgï ¥sÁªÀÄðUÁV Cfð ¸À°è¸ÀĪÁUÀ mÉAqÀgï ¥sÁªÀÄð ¨É¯É ºÀtªÀ£ÀÄß r.r CxÀªÁ PÀbÉÃjAiÀÄ°è £ÀUÀzÀÄ ¥ÁªÀw¹zÀ gÀ²Ã¢AiÉÆA¢UÉ ªÀÄÄSÁå¢üPÁjUÀ¼ÀÄ ¥ÀlÖt ¥ÀAZÁAiÀÄvÀ £ÁUÀ£ÀÆgÀ gÀªÀgÀ ºÉ¸ÀgÀ°è PÀlÄÖªÀÅzÀÄ. 2) SÁ° mÉAqÀgï ¥sÁªÀÄðUÉ PÀnÖzÀ ¨É¯ÉAiÀÄ£ÀÄß AiÀiÁªÀÅzÉà PÁgÀtPÀÆÌ »A¢gÀÄV¸À¯ÁUÀĪÀÅ¢®è. 3) Govt Order No.FD 9 PCL 2004(II),Bngalore, Dated 06-08-2005 gÀ ±ÀgÀvÀÄÛUÀ¼ÀÄ ºÁUÀÆ wzÀÄÝ¥ÀrUÀ¼ÀÄ C£Àé¬Ä¸ÀÄvÀÛªÉ. 4) SÁ° Cfð ¥sÁªÀÄðUÀ½UÁV Cfð ¸À°è¸ÀĪÁUÀ ¸ÀA§AzsÀ¥ÀlÖ zÁR¯ÉUÀ¼À£ÀÄß ¸À°è¸ÀzÉà EzÀÝ°è CfðUÀ¼À£ÀÄß ¹éÃPÀj¸À¯ÁUÀĪÀÅ¢®è. 5) UÀÄwÛUÉzÁgÀgÀÄ ¥ÀÆgÉʹzÀ ¸ÁªÀÄVæ/PÁªÀÄUÁjAiÀÄ ªÀÄÆgÀÄ ºÀAvÀzÀ ¥sÉÆÃmÉÆÃUÀ¼À£ÀÄß vÀªÀÄä ¸ÀéAvÀ Rað£À°è PÀqÁØAiÀĪÁV ¸À°è¸ÀvÀPÀÌzÀÄÝ. 6) mÉAqÀgï C£ÀĪÉÆâvÀ UÀÄwÛUÉzÁgÀgÀÄ PÀgÁgÀÄ ¥ÀvÀæ §gÉzÀÄPÉÆlÖ ªÀÄÆgÀÄ ¢£ÀUÀ¼ÉƼÀUÁV PÁAiÀiÁðzÉñÀªÀ£ÀÄß ¥ÀqÉAiÀÄĪÀÅzÀÄ ªÀÄvÀÄÛ PÁAiÀiÁðzÉñÀªÀ£ÀÄß ¤ÃrzÀ ¢£ÁAPÀªÉà PÁªÀÄUÁjAiÀÄ ºÀ¸ÁÛAvÀj¹zÀ ¢£ÁAPÀªÉAzÀÄ w½AiÀÄĪÀÅzÀÄ. 7) PÁAUÁjAiÀÄ UÀÄtªÀÄlÖ ¥ÀjÃPÉë ¥ÀæªÀiÁt ¥ÀvÀæ UÀÄwÛUÉzÁgÀgÀÄ ¤ÃqÀĪÀÅzÀÄ ªÀÄvÀÄÛ ¸ÀzÀj PÁªÀÄUÁjUÀ¼À£ÀÄß ªÀÄÆgÀ£Éà ªÀåQÛ ¸ÀA¸ÉܬÄAzÀ vÀ¥Á¸ÀuÉ M¼À¥Àr¹ ªÀgÀ¢ ¤ÃrzÀ £ÀAvÀgÀ ©®è£ÀÄß ¥ÁªÀw¸ÀĪÀÅzÀÄ. 8) PÁªÀÄUÁj ¥ÀÆgÉʹzÀ ¢£ÁAPÀ¢AzÀ ¤ªÀðºÀuÉAiÀÄ£ÀÄß JgÀqÀÄ ªÀµÀð CªÀ¢üUÉ UÀÄwÛUÉzÁgÀgÉà vÀªÀÄä ¸ÀéAvÀ Rað£À°è ¤ªÀð»¸ÀvÀPÀÌzÀÄÝ. 9) mÉAqÀgïUÉ ¸ÀA§AzsÀ¥ÀlÖ ºÉaÑ£À «ªÀgÀUÀ½UÉ PÀbÉÃjAiÀÄ ªÉüÉAiÀÄ°è ¸ÀA§AzsÀ¥ÀlÖ C¢üPÁjUÀ¼À£ÀÄß ¸ÀA¥ÀQð¸ÀĪÀÅzÀÄ. 10) AiÀiÁªÀÅzÉà PÁgÀt ¤ÃqÀzÉà zÀgÀ¥ÀnÖAiÀÄ£ÀÄß wgÀ¸ÀÌj¸ÀĪÀ CxÀªÁ PÀëtzÀ¯ÁèzÀgÀÆ gÀzÀÄÝ¥Àr¸ÀĪÀ CxÀªÁ mÉAqÀgïUÉ ¸ÀA§AzsÀ¥ÀlÖ J¯Áè jÃwAiÀÄ ºÀPÀÄÌUÀ¼À£ÀÄß F PɼÀUÉ ¸À» ªÀiÁrgÀĪÀ C¢üPÁjUÀ¼ÀÄ PÁ¬ÄÝj¹PÉÆArgÀÄvÁÛgÉ. 11) ¸ÀzÀj «ªÀgÀUÀ¼À£ÀÄß £ÀªÀÄä PÀZÉÃj ªÉ¨ï¸ÉÊmï www.naganurtown.mrc.gov.in £À°è PÀÆqÀ ¥ÀqÉAiÀħºÀÄzÀÄ.

¸À»/- ¸À»/-

( ²æêÀÄw. ±ÉÆèsÁ ¥ÀgÀ¸À¥Àà §§°) ( ©.Dgï.PÀªÀÄvÀV)

CzsÀåPÀëgÀÄ, ªÀÄÄSÁå¢üPÁjUÀ¼ÀÄ

¥ÀlÖt ¥ÀAZÁAiÀÄvÀ, £ÁUÀ£ÀÆgÀ ¥ÀlÖt ¥ÀAZÁAiÀÄvÀ, £ÁUÀ£ÀÆgÀ

¥ÀlÖt ¥ÀAZÁAiÀÄvï £ÁUÀ£ÀÆgÀ

NO:TPN/PWD/MF/TENDER/2018-19 Date: 30.06.2018

mÉAqÀgÀ ¥ÀæPÀluÉ

PÀ£ÁðlPÀ ¸ÁªÀðd¤PÀ ¸ÀAUÀæºÀuÉUÀ¼À°è CzÁåzÉñÀ 1999-2000 gÀ ¥ÀæPÁgÀ DPÀÖ 2000 zÀ ¤AiÀĪÀÄzÀAvÉ ¸ÁÖöåAqÀqÀð ©qï qÁPÀÆåªÉÄAmï PÉ.qÀ§Æèöå-1 & PÉ.qÀ§Æèöå-2 ¤AiÀĪÀÄzÀ£ÀéAiÀÄ PÀ£ÁðlPÀ ¯ÉÆÃPÉÆÃ¥ÀAiÉÆÃV E¯ÁSÉAiÀÄ°è ªÀÄvÀÄÛ ¥ÀlÖt ¥ÀAZÁAiÀÄvï £ÁUÀ£ÀÆgÀzÀ°è £ÉÆÃAzÁ¬ÄvÀ CºÀð UÀÄwÛUÉzÁgÀjUÉ ¥ÀlÖt ¥ÀAZÁAiÀÄvÀ ¸ÁªÀiÁ£Àå ¤¢üAiÀÄr mÉAqÀgÀUÀ¼À£ÀÄß CºÁ餸À¯ÁVzÉ. CºÀð UÀÄwÛUÉzÁgÀgÀÄ mÉAqÀgÀUÁV ¨sÁUÀªÀ»¸À§ºÀÄzÀÄ. MlÄÖ PÁªÀÄUÁjUÀ¼À ¸ÀASÉå. 03, mÉAqÀgÀVlÖ PÀ¤µÀ× ªÉÆvÀÛ gÀÆ.39329/-, mÉAqÀjUÀlÖ UÀjµÀ× ªÉÆvÀÛ gÀÆ.245518/-, mÉAqÀgï E.JA.r ªÉÆvÀÛ 1500/- mÉAqÀgÀ §UÉÎ ºÉaÑ£À ªÀiÁ»wUÁV ¤UÀ¢¥Àr¹zÀ ¢:-16/07/2018 gÀAzÀÄ ¸ÀAeÉ 5:00 UÀAmÉAiÀĪÀgÉUÉ, mÉAqÀgÀ ºÁPÀ®Ä PÉÆ£ÉAiÀÄ ¢£ÁAPÀ:-17/07/2018 gÀAzÀÄ ¸ÀAeÉ 4:30 UÀAmÉAiÀĪÀgÉUÉ, mÉAqÀgÀUÀ¼À£ÀÄß vÉgÉAiÀÄĪÀ ¢£ÁAPÀ:-17/07/2018 gÀAzÀÄ ¸ÁAiÀÄAPÁ® 5-00 UÀAmÉUÉ (¸ÁzsÀåªÁzÀ°è). ºÉaÑ£À ªÀiÁ»w ºÁUÀÆ «ªÀgÀªÁzÀ mÉAqÀgÀ ¥ÀæPÀluÉAiÀÄ£ÀÄß UÀÄwÛUÉzÁgÀgÀÄ F PɼÀUÉ ¸À» ªÀiÁrzÀªÀgÀ PÀZÉÃjAiÀÄ°è PÉ®¸ÀzÀ ªÉüÉAiÀÄ°è ¥ÀqÉAiÀħºÀÄzÁVzÉ ºÁUÀÆ zÀÆgÀªÁt ¸ÀASÉå. 08334-288811 jAzÀ ªÀiÁ»w ¥ÀqÉAiÀħºÀÄzÀÄ. ªÀÄvÀÄÛ CAvÀeÁð®zÀ ªÀÄÆ®PÀ ªÉ¨ï¸ÉÊmï «¼Á¸À www.naganurtown.mrc.gov.in & https://eproc.karnataka.gov.in gÀ°è ¥ÀqÉAiÀħºÀÄzÀÄ.

¸À»/- ¸À»/ - ¸À»/-

(²æêÀÄw. J¸ï. ¦. §§°) («í.J¸ï.vÀqÀ¸À®ÆgÀ) (©ü.Dgï.PÀªÀÄvÀV)

CzsÀåPÀëgÀÄ, ¸ÀºÁAiÀÄPÀ PÁAiÀÄð¥Á®PÀ C©üAiÀÄAvÀgÀgÀÄ ªÀÄÄSÁå¢üPÁjUÀ¼ÀÄ ,

(©.Dgï.PÀªÀÄvÀV)

ªÀÄÄSÁå¢üPÁjUÀ¼ÀÄ,

PÁAiÀÄð¥Á®PÀ C©üAiÀÄAvÀgÀªÀgÀ PÀbÉÃj,

PÀ£ÁðlPÀ £ÀUÀgÀ ¤ÃgÀÄ ¸ÀgÀ§gÁdÄ ªÀÄvÀÄÛ M¼ÀZÀgÀAr ªÀÄAqÀ½ «¨sÁUÀ

r.¹. PÀA¥ËAqï, «±ÉéñÀégÀAiÀÄå £ÀUÀgÀ ¨É¼ÀUÁ« --- 590019

OFFICE OF THE EXECUTIVE ENGINEER,

KARNATAKA URBAN WATER SUPPLY AND DRAINAGE BOARD, DIVISION,

D.C. Compound, V.V. Nagar, BELAGAVI - 590019.

Ph No.: (0831) 2472542 / Fax No.: (0831) 2461438, e-mail: [email protected] ,

No. KWB/ EE -BGM/ STR/DI/Sluice Valve/ 2018-19/ 1280-3 Date: 28.06.2018

QUOTATION NOTIFICATION

Sub: Supply of VAG/AVK/McWane make Kennady brand or any other higher equivalent Brand Resilient seated soft sealing DI Sluice Valve with Nuts & Bolts for the work of O&M to BWSS for the year 2018-19.

* * * * *

Sealed quotations are invited by the under signed for the said work as per the detailed specification shown below :

Sl.No. Specification Unit Qty.

I Supply and delivery of VAG/AVK/McWane make Kennady brand or any other higher equivalent Brand Resilient seated soft sealing Sluice Valves with Body, bonnet of Ductile Iron of Grade GGG50, Wedge fully rubber lined with GP DM and Seals of NBR and valves shall be of Vacum tight and 100% leak proof with face dimensions shall be of BS 5163/ 89 or IS 14846/2000 DIN 3203 complete. The Valve shall be supplied with spindle headcap instead of operation hand wheel along with required No. of galvanized nuts and bolts with washers.

1 50 mm dia PN 1.0 No. 01

2 80 mm dia PN 1.0 No. 01

3 100 mm dia PN 1.0 No. 01 4 150 mm dia PN 1.6 No. 01

5 20 0 mm dia PN 1.6 No. 01

6 250 mm dia PN 1.6 No. 01

7 300 mm dia PN 1.6 No. 01

The sealed quotation with name of work superscribed should reach this office on or before 09.07.2018 (upto 4.30 p.m.)

TERMS AND CONDITIONS :-

1. EMD shall be paid in the form of DD amounting to Rs.3500.00 favouring to the Executive Engineer, K.U.W.S. & D. Board, Division, Belagavi.

2. The quotation received after due date will not be accepted.

3. The Rate quoted shall be inclusive of all taxes, duties and transportation at Divisional Stores, Belagavi.

4. The materials to be deliver ed at Division Store, Belagavi.

5. 100% Payment will be made after receipt of materials in good condition.

6. Guarantee Certificates should be furnished.

--2--

7. The rate quo ted shall be valid for atleast 6 months.

8. No escalation is allowed in any circumstances.

9. The competent authority reserves the right of rejecting any or all quotations without giving reason thereon.

Sd/ -

Executive Engineer,

K.U.W.S. & D. Board, Division,

Belagavi.

1) Copy to the Officer, District Tender Bulletin, D.C. Office, Belagavi for information.

Sd/-

Executive Engineer,

K.U.W.S. & D. Board, Division,

Belagavi.

PÀ£ÁðlPÀ ¸ÀPÁðgÀ »jAiÀÄ ¸ÀºÁAiÀÄPÀ vÉÆÃlUÁjPÉ ¤zÉÃð±ÀPÀgÀÄ (gÁdåªÀ®AiÀÄ) ¨É¼ÀUÁ« Email ID : [email protected] zÀÆgÀªÁt  : 0831-2451422 ¸ÀA/»¸ÀÀvÉÆä/gÁªÀÉ/¨É/¯ÉPÀÌÀ/ªÁºÀ£À/ /2018-19 ¢£ÁAPÀ: 27-06-2018

-: ºÀgÁdÄ ¥ÀæPÀluÉ :-

F ªÀÄÆ®PÀ ¸ÁªÀðd¤PÀgÀ°è F §»gÀAUÀ ºÀgÁdÄ ¥ÀæPÀluÉAiÀÄ ªÀÄÆ®PÀ w½AiÀÄ¥Àr¸ÀĪÀzÉãÉAzÀÉgÉ »jAiÀÄ ¸ÀºÁAiÀÄPÀ vÉÆÃlUÁjPÉ ¤zÉÃð±ÀPÀgÀÄ (gÁªÀ) ¨É¼ÀUÁ« gÀªÀgÀ ºÀ¼Éà fÃ¥ï ªÁºÀ£À KA 22 G 129 (Model 1995 ) ¢£ÁAPÀ:- 04-07-2018 gÀAzÀÄ ¨É¼ÀUÉÎ 11.00 WÀAlUÉ F PÀbÉÃjAiÀÄ DªÀgÀtzÀ°è §»gÀAUÀ ºÀgÁdÄ ªÀiÁqÀ¯ÁUÀĪÀÅzÀÄ. ºÀgÁf£À ¸ÀªÀÄAiÀÄzÀ°è ºÀgÁf£À°è ¨sÁUÀªÀ»¸À®Ä EZÉÒªÀżÀî ¸ÁªÀðd¤PÀgÀÄ »jAiÀÄ ¸ÀºÁAiÀÄPÀ vÉÆÃlUÁjPÉ ¤zÉÃð±ÀPÀgÀÄ (gÁªÀ) ¨É¼ÀUÁ« gÀªÀgÀ ºÉ¸Àj£À°è EMD ºÀt gÀÆ 10000/-gÀ r.r /£ÀUÀzÀÄgÀÆ¥ÀzÀ°è ºÀgÁdÄ ¥ÁægÀA¨sÀUÉƼÀÄîªÀ ¥ÀƪÀðzÀ°è PÀbÉÃjAiÀÄ°è dªÀiÁ ªÀiÁr £ÀAvÀgÀ ºÀgÁf£À°è ¨sÁUÀªÀ»¸ÀĪÀÅzÀÄ EMD ºÀt dªÀiÁ ªÀiÁqÀ¢gÀĪÀ ¸ÁªÀðd¤PÀgÀÄ ¨ÉÃrPÉ (ºÀgÁdÄ) wgÀ¸ÀÌj¸À¯ÁUÀĪÀÅzÀÄ. AiÀıÀ¹ézÁgÀgÀÄ, ºÀgÁf£À ¢£À ªÁºÀ£À Rjâ¹zÀ ªÉÆvÀÛzÀ ±Éà 50% gÀµÀÄÖ ¨sÁUÀ ºÀt ªÀÄvÀÄÛ ¤AiÀĪÀÄzÀAvÉ vÀUÀĮĪÀ vÉjUÉUÀ¼ÀÄ ¨sÀgÀt ªÀiÁqÀĪÀÅzÀÄ. ºÉaÑ£À ªÀiÁ»wUÁV PÀbÉÃjAiÀÄ£ÀÄß ¸ÀA¥ÀQð¸ÀĪÀÅzÀÄ.

»jAiÀÄ ¸ÀºÁAiÀÄPÀ vÉÆÃlUÁjPÉ ¤zÉÃð±ÀPÀgÀÄ (gÁªÀ) ¨É¼ÀUÁ«