<<

729 Theerthahalli Theerthahalli Devangi Hadaginamakki Hadaginamakki 730 Shimoga Soraba Hale soraba Nadahalli Nadahalli 731 Shimoga Soraba Soraba Mutuguppe Abasi Abasi 732 Shimoga Soraba Soraba Mutuguppe Bandige Bandige 733 Shimoga Soraba Soraba Hejje Hejje Hejje 734 Shimoga Soraba Soraba Muudi Nelikoppa Nelikoppa 735 Shimoga Soraba Soraba Muguru 736 Shimoga Soraba Soraba kabaturu Lakavalli Lakavalli 737 Shimoga Soraba Soraba kabaturu Neralage Neralage 738 Shimoga Soraba Soraba Thalagadde Arethalagade Arethalagade 739 Shimoga Soraba Soraba Thalgunda Kachavi Kachavi 740 Shimoga Soraba Soraba Hosabaale Hosabale 1 Hosabale 1 Ramagondakop Ramagondakopp 741 Shimoga Soraba Soraba Hosabaale pa a 742 Pattana Shimoga Soraba Soraba Panchayat masidikeri masidikeri 743 Pattana Kasamavinakop Kasamavinakopp Shimoga Soraba Soraba Panchayat palu alu Pattana 744 Shimoga Soraba Soraba Panchayat Kanakeri Kanakeri 745 Pattana Shimoga Soraba Soraba Panchayat Ward No 1 Ward No 1 746 Pattana Bangarappa Bangarappa Shimoga Soraba Soraba Panchayat Badavane Badavane Pattana 747 Shimoga Soraba Soraba Panchayat Marruru Road Marruru Road 748 Shimoga Soraba Soraba Barangi Barangi Barangi 749 Chamarajapete Chamarajapete Shimoga Soraba Soraba Anavatti Anavatti 750 Shimoga Soraba Soraba Anavatti Azadnagara 1 Azadnagara 1 751 Durgammana Durgammana Shimoga Soraba Soraba Anavatti beedhi beedhi 752 Shimoga Soraba Soraba Anavatti Koragara beedhi Koragara beedhi 753 Shimoga Soraba Soraba Thalluru 2 Thalluru 2 754 Shimoga Soraba Soraba Barangi Yalivalla 1 Yalivalla 1 755 Hosaguduginak Hosaguduginako Shimoga Soraba Soraba Thaturu oppa ppa 756 Shimoga Soraba Soraba Thaturu chikka abburu chikka abburu 757 Shimoga Soraba Soraba Hanchi Hiremagadi Hiremagadi 758 Negavadi Negavadi Shimoga Soraba Soraba Thaturu hosakeri hosakeri Negavadi Negavadi Gollara 759 Shimoga Soraba Soraba Thaturu Gollara thanda thanda 760 Shimoga Soraba Soraba Thalluru Hire iddagudu Hire iddagudu 761 Shimoga Soraba Soraba Mavali Jirale koppa Jirale koppa 762 Shimoga Soraba Soraba Mavali Hare koppa Hare koppa 763 Shimoga Soraba Soraba Biluvani Kunsi Kunsi 764 Shimoga Soraba Soraba Hinduvalli Hirekasavi 2 Hirekasavi 2 765 Shimoga Soraba Soraba Chitturu Induvalli Induvalli 766 Shimoga Soraba Soraba Hinduvalli karekoppa karekoppa 767 Shimoga Soraba Soraba Chitturu B induvalli B induvalli 768 Shimoga Soraba Soraba Chitturu Sadala koppa Sadala koppa 769 Shimoga Soraba Soraba Chitturu Indihalli 1 Indihalli 1 770 Shimoga Soraba Soraba Chitturu Indihalli 2 Indihalli 2

31

771 Shimoga Soraba Soraba Jade Salige Salige 772 Shimoga Soraba Soraba Thalagunda Mangapura Mangapura 773 Shimoga Soraba Soraba Dyavanahalli Puttanahalli 2 Puttanahalli 2 774 Shimoga Soraba Soraba Dyavanahalli Thalagoppa Thalagoppa 775 Shimoga Soraba Soraba Kathuvalli bennuru bennuru 776 Shimoga Soraba Soraba Dyavanahalli Jadihalli 2 Jadihalli 2 777 Shimoga Soraba Soraba Chandraguthi Chandraguthi 2 Chandraguthi 2 778 Shimoga Soraba Soraba Harishi Moodadivalige Moodadivalige 779 Shimoga Soraba Soraba Nyarshi Puraduru Puraduru 780 Shimoga Soraba Soraba Bennuru Sambhapura Sambhapura 781 Shimoga Soraba Soraba Harishi Kodambi Kodambi 782 Shimoga Soraba Soraba Bennuru Kamruru Kamruru 783 Shimoga Soraba Soraba Bennuru Bhadrapura Bhadrapura 784 Shimoga Soraba Soraba Harishi Mangaluru Mangaluru 785 Shimoga Soraba Soraba Chandraguthi Andavalli Andavalli Thoragondanak Thoragondanako 786 Shimoga Soraba Soraba Chandraguthi oppa ppa 787 Shimoga Soraba Soraba Hale soraba Janginakoppa Janginakoppa 788 Shimoga Soraba Soraba Kuppagadde Kuppagade 3 Kuppagade 3 789 Shimoga Soraba Soraba Gendla Haya Haya 790 Shimoga Soraba Soraba Gendla Sidihalli 2 Sidihalli 2 791 Shimoga Soraba Soraba Kathavalli Kotekoppa Kotekoppa 792 Shimoga Soraba Soraba Ullavi Ulluvi 2 Ulluvi 2 793 Shimoga Soraba Soraba Ullavi Ullavi 3 Ullavi 3 794 Shimoga Soraba Soraba Nisarani Kerekoppa Kerekoppa 795 Shimoga Soraba Soraba Dhuguru holekoppa holekoppa 796 Shimoga Soraba Soraba Dyavanahalli Kulaga Kulaga 797 Shimoga Soraba Soraba Dyavanahalli Sampagodu Sampagodu

Anganawadi Kendras under SCP category Child Development Gram Anganawadi Sl.No. District Taluk Programme Panchayat Centre Name Address 1 Bengaluru (R) Devanahalli Devanahalli Koyira Koyira 2 Koyira 2 2 Bengaluru (R) Devanahalli Devanahalli Kundana Venkatapur Venkatapur Devanahalli 3 Bengaluru (R) Devanahalli Devanahalli Purasabhe Medarabeedhi Medarabeedhi The The Devanahalli Dharmaraigudbi Dharmaraigudbi 4 Bengaluru (R) Devanahalli Devanahalli Purasabhe di di Channarayap 5 Bengaluru (R) Devanahalli Devanahalli atna Mattabarlu Mattabarlu 6 Bengaluru (R) Devanahalli Devanahalli Bettakote Budihala Budihala 7 Bengaluru (R) Devanahalli Devanahalli Yeliyoor Harlur Harlur 8 Bengaluru (R) Devanahalli Devanahalli GM Halli CN CN Hosur 9 Bengaluru (R) Devanahalli Devanahalli GM Halli Chandenahalli Chandenahalli 10 Bengaluru (R) Doddaballapur Doddaballapur Hanabe Hanabe-2 Hanabe 11 Bengaluru (R) Doddaballapur Doddaballapur S, S, Ghati S, S, Ghati S, S, Ghati 12 Bengaluru (R) Hoskote Doddahulluru Sonadenahalli Hoskote Taluk Kumbhalahall 13 Bengaluru (R) Hoskote Hoskote i Mughalipur Hoskote Taluk Doddagatiga Sarkari 14 Bengaluru (R) Hoskote Hoskote nabe Guttahalli Hoskote Taluk

32

15 Bengaluru (R) Hoskote Hoskote Shivanapur Shivanapur-2 Hoskote Taluk Amadalli, Karawara- 16 Uttara Karwara Karwara Amadalli Brahmadevada 581324 17 Uttara Kannada Kumta Kumta Purasabhe bhagonna-2 bhagonna-2 18 Uttara Kannada Kumta Kumta Alakoda Anegundi 19 Uttara Kannada Kumta Kumta Hegde Shivpur Shivpur 20 Uttara Kannada Kumta Kumta Devagiri Holegadde Holegadde 21 Uttara Kannada Kumta Kumta Hanehalli Hanehalli Hanehalli Po || Bailor, manki, Ananthavadi 22 Uttara Kannada Honnavar Honnavar Ananthawadi Koppadamakki Honnavara Sanabavi, Bangre, 23 Uttara Kannada Bhatkala Bhatkala Bengre Sanabavi Bhatkala Mogarekeri-2, Baleka, 24 Uttara Kannada Bhatkala Bhatkala Belke Mogarekeri-2 Bhatkala Po: Bankanahalla 25 Uttara Kannada Sirsi Sirsi bankanala Lamani Thanda Sirsi 26 Uttara Kannada Sirsi Sirsi Sugavi gadigeri Po: Sugavi, Sirsi Po: Korlakatta, 27 Uttara Kannada Sirsi Sirsi Korlakatta Vadinakoppa Sirsi Po: Dasanakoppa, 28 Uttara Kannada Sirsi Sirsi Badangoda Oddala Sirsi Po: Dasanakoppa, 29 Uttara Kannada Sirsi Sirsi Badangoda Madakeshwara Sirsi Po: Puttana Mane House, 30 Uttara Kannada Sirsi Sirsi Nagarsabhe Ganesanagar-1 Sirsi Cheluvadigalli, 31 Uttara Kannada Sirsi Sirsi Nagarsabhe Cheluvadigalli Sisi Honnehuda, 32 Uttara Kannada Siddapur Siddapur Harsikatta Honehadda Harsikatta Gunjagodu SC 33 Uttara Kannada Siddapur Siddapur Itagi Carey (Mini) Gunjagodu, Itagi 34 Uttara Kannada Siddapur Siddapur Doddamane Kudegodu Kudegodu Ballahate SC Ballahate, 35 Uttara Kannada Siddapur Siddapur Kannagodu Keri Kannagidu Danamamwa, 36 Uttara Kannada Siddapur Siddapur Vaajagodu Godgamane Vajagodu Po: Chandaguli 37 Uttara Kannada Yallapur Yallapur Chandaguli Jambesala Yellapur 581359 Po: Ummachagi 38 Uttara Kannada Yallapur Yallapur Umachagi Sankadagundi Yallapur 581347 Po: Hoshalli, Kirawatti 39 Uttara Kannada Yallapur Yallapur Kirawati Haddinasara Yallapur 581412 40 Uttara Kannada Mundagoda Mundagoda Chowdhalli Tamyanakoppa Tamyanakoppa 41 Uttara Kannada Mundagoda Mundagoda Chowdhalli Thagginakoppa Thagginakoppa 42 Uttara Kannada Mundagoda Mundagoda Bachankai The Narsagi Plot The Narsagi Plot 43 Uttara Kannada Mundagoda Mundagoda Salaganva Cariginacoppa-1 Cariginacoppa-1 Cariginacoppa - 44 Uttara Kannada Mundagoda Mundagoda Salaganva 2 Cariginacoppa-1 Hale Hale 45 Uttara Kannada Mundagoda Mundagoda Salaganva Caraginnakoppa Caraginnakoppa 46 Uttara Kannada Mundagoda Mundagoda Naganura Attanagi-2 Attanagi 33

47 Uttara Kannada Mundagoda Mundagoda Naganura Naganura Naganura 48 Uttara Kannada Mundagoda Mundagoda Hanamapura Hanamapura-2 Hanamapura Pattana 49 Uttara Kannada Mundagoda Mundagoda Panchayat Subhasnagar Mundagoda 50 Uttara Kannada Mundagoda Mundagoda Bachankai Arashinigeri-2 Arashinigeri Indiranagar Indiranagar 51 Uttara Kannada Mundagoda Mundagoda Indura Koppa Koppa 52 Uttara Kannada Mundagoda Mundagoda Nandigata Nandigata-2 Nandikatta 53 Uttara Kannada Mundagoda Mundagoda HUNGUNDA Agdi-2 Agdi 54 Uttara Kannada Mundagoda Mundagoda Malagi Malagi-1 Malagi Purasabha Gandhikerigalli 55 Uttara Kannada Haliyala Haliyala Haliyala Gandhikerigalli Haliyala Siddarameshwa Siddarameshwa 56 Uttara Kannada Haliyala Haliyala ragalli ragallim Haliyala Agali village and Besur postal Somvarapet 57 Kodagu Somvarapet Somvarapet Besur Agali taluk Shiraha Gram and Bembolur Postal Somvarapet Tal 58 Kodagu Somvarapet Somvarapet Byadagotta Shiraha uk Sajjalli Village and Aigur Postal Post Somvarapet Tal 59 Kodagu Somvarapet Somvarapet Aigur Sajalli (mini) uk Chikkalaghatta- 60 Chitradurga Chitradurga Bharamasagar Doddagalatta B Chikkalaghatta Meghahalli, Kadlaguddu Postal, Bommenahall Chitradurga 61 Chitradurga Chitradurga Bharamasagar i Megahahalli-B Taluk Doddiganal, Doddiganal Postal, Chitradurga 62 Chitradurga Chitradurga Bharamasagar Alagavadi Dodiganal Taluk Arabagatta, Halavadura Post, Chitradurga 63 Chitradurga Chitradurga Bharamasagar Kullahal Arabagatta Taluk Hochiboriah Post, Gonoor Hochiborraya Post, 64 Chitradurga Chitradurga Bharamasagar Gonoor Badavane Chitradurga Ta || Belagatta,Belag 65 Chitradurga Chitradurga Bharamasagar Belagatta Belagatta-a atta-a Basavanasivana kere, Basavanasivana kere Post, Basavanasivana Chitradurga 66 Chitradurga Chitradurga Bharamasagar Byalahall kere-B Taluk Vaddanahalli, Rayanahalli Post, Chitradurga 67 Chitradurga Chitradurga Bharamasagar Ainalli Waddanahalli Taluk 68 Chitradurga Chitradurga Bharamasagar G.R. HALLY Aitholu Ayatol 34

Lambanihatti Lambanihatti, Rayanahalli Post, Chitradurga Ta || Yalgodu, Yalgodu Post, Chitradurga 69 Chitradurga Chitradurga Bharamasagar Yalgodu Yalagodu-b Taluk Esaamudraa Hoshatti, Esaamudra Post, Esaamudra Chitradurga 70 Chitradurga Chitradurga Bharamasagar Esaamudra Hosahty-b Taluk Turebailu, Bhimasamudra Post, Bhimasamud Chitradurga 71 Chitradurga Chitradurga Bharamasagar ra Turebailu-a Taluk Turebailu, Bhimasamudra Post, Bhimasamud Chitradurga 72 Chitradurga Chitradurga Bharamasagar ra Turebailu- d Taluk Bettadanagenah alli, Bhimasamudra Post, Bettadanagenah Chitradurga 73 Chitradurga Chitradurga Bharamasagar Hullur alli-a Taluk Kyasapur SC Colony, Chikkapur Post, Kyasapur Chitradurga 74 Chitradurga Chitradurga Bharamasagar Laxmisagar SC Colony Taluk Vaddarasiddava nahalli, Kadlaguddy Postal, Vaddarasiddava Chitradurga 75 Chitradurga Chitradurga Bharamasagar Doddalagatti nahalli-b Taluk || Po ||Devaragudd, Ta || Rannebennur 76 Haveri Ranebennur Ranebennur Haveri Devaragudda-5 581115 Sa || Po || Sunekal Bidari, Ta || Sunakkal Sunakkal Bidari- Ranebennur 77 Haveri Ranebennur Ranebennur Bidari 3 581115 Sa || Po || J H Village Ta || Ranebennur 78 Haveri Ranebennur Ranebennur J H village J H village-4 581208 Sa || Cacalo Thanda Po || Cacalo Taa || Ranebennur 79 Haveri Ranebennur Ranebennur Cacola Cacalo Tanda-1 581115 Sa Gangaikoppa 80 Haveri Hirekeruru Hirekeruru Meduru Gangaikoppa Po || Medur Sa || Po 81 Haveri Hirekeruru Hirekeruru Chikayadachi Chikayadachi-1 ||Chikayadachi 82 Haveri Hirekeruru Hirekeruru Abalor Nulagari-2 Sah ||Nulagar 35

83 Haveri Savanuru Savanuru Shirabadagi Bewinahalli-170 Bewinahalli 84 Haveri Savanuru Savanuru Yalawigi Yalawigi-62 Yalawigi Chillura CHILLURA 85 Haveri Savanuru Savanuru Badney BaDNEY-09 Chillura Badney Kamanahalli Kamanahalli 86 Haveri Shigaon Shigaon Wanahalli Plot Plot 87 Haveri Shigaon Shigaon Chandrapura Rajivagrama Rajivagrama 88 Haveri Shigaon Shigaon Hosura Basavanakoppa Basavanakoppa 89 Haveri Byadagi Byadagi Hireanaji Chikanji Tanda Chikanji Tanda Tumaricoppa Tumaricoppa 90 Haveri Byadagi Byadagi Hireanaji tanda tanda Hosashidenu Hosashidenuura 91 Haveri Byadagi Byadagi ura -2 Hosashidenuura 92 Haveri Haveri Haveri Marola Kodabala-270 Kodabala 93 Gadag Naragunda Naragunda Konnura Konnura-70 Konnura 94 Gadag Naragunda Naragunda Shirola Shirola-127 Shirola Arishinagodi - 95 Gadag Naragunda Naragunda Herekoppa 105 Arishinagodi 96 Gadag Naragunda Naragunda Herekoppa Herekoppa-126 Herekoppa 97 Gadag Naragunda Naragunda Hadali Hadali -64 Hadali Gadag- Ambedkar 98 Gadag Gadag Gadag Betegeri Beteger-2-230 nagara, Nagara TBetegeri— 1- Rajiv Gandhi 99 Gadag Gadag Gadag sabhe 219 nagara Close to the BeladhadiI Sirsi Marikamba 100 Gadag Gadag Gadag Beladhadi TANDA-77 Temple Kabbalatakatti - Kannada school 101 Gadag Gadag Gadag Beladhadi 85 premises Ambedkar 102 Gadag Gadag Gadag Nagavi Nagavi-69 nagara, Mallasamudra- Near Primary 103 Gadag Gadag Gadag Asundi 57 School Mallasamudra- 104 Gadag Gadag Gadag Asundi 293 Mallasamudra 105 Gadag Gadag Gadag Yelishirura Shirunja-79 Vaddara oni Mahalingapur- Near the bus 106 Gadag Gadag Gadag Soratura 163 stand Near the bus 107 Gadag Gadag Gadag Asundi Asundi-30 stand Near the 108 Gadag Gadag Gadag Harthi Harti 61 Panchayat Addisopamur Addisopamura 109 Gadag Gadag Gadag a tanda-47 Addisopamura Barandahalli 110 Kolar Kolar Kolar Arahalli Barandahalli Kasaba Toradevanda Toradevandahall 111 Kolar Kolar Kolar halli i Kasaba 112 Kolar Kolar Kolar Arahalli Hodalavadi Kasaba 113 Kolar Kolar Kolar Margenahalli Margenahalli Kasaba 114 Kolar Kolar Kolar Warda No. 1 Samatha Nagar Nagara sabhe 115 Kolar Kolar Kolar Huttur Hollamballi-2 Huttur Hobali Naganayakanah 116 Kolar Kolar Kolar Muduvadi alli Holur Hobili 117 Kolar Kolar Kolar Holur Kammasandra-1 Holur Hobili 118 Kolar Kolar Kolar Muduvadi Mudavadi -2 Holur Hobili 119 Kolar Kolar Kolar Huttur Shivarampura Huttur Hobali Chokkaredadipa Chokkaredadipa 120 Kolar Srinivaspura Srinivaspura RONUR lly lly 36

121 Kolar Srinivaspura Srinivaspura Namibhalli Waratanahalli Waratanahalli 122 Kolar Srinivaspura Srinivaspura Namibhalli Nambihalli-2 Nambihalli-2 Somayajalah 123 Kolar Srinivaspura Srinivaspura alli Peddapally Peddapally J Thimmasandr 124 Kolar Srinivaspura Srinivaspura a Kiruvaara Kiruvaara 125 Kolar Srinivaspura Srinivaspura Mastenahalli Gowdahalli Gowdahalli 126 Kolar Srinivaspura Srinivaspura Kodipally Awanganapalli Awanganapalli 127 Kolar Srinivaspura Srinivaspura Gownipally Karipally Karipally maravalli maravalli 128 Shimoga Shikaripura Shikaripura Marvalli Thanda Thanda Guladahalli Guladahalli 129 Shimoga Shikaripura Shikaripura Marvalli Thanda Thanda 130 Shimoga Shikaripura Shikaripura Kittadahalli Khavaaspura 1 Khavaaspura Bhaganakatt 131 Shimoga Shikaripura Shikaripura e Sankalapura Sankalapura Bhaganakatt 132 Shimoga Shikaripura Shikaripura e sa.bho. Colony sa.bho. Colony 133 Shimoga Shikaripura Shikaripura Biliki Biliki 2 Biliki 134 Shimoga Shikaripura Shikaripura Biliki Biliki 3 Biliki 135 Shimoga Shikaripura Shikaripura Thalagunda Thalagunda 2 Thalagunda 136 Shimoga Shikaripura Shikaripura manchikoppa Mugalikoppa Mugalikoppa Chikkamagad Chikkamagadi Chikkamagadi 137 Shimoga Shikaripura Shikaripura i thanda thanda 138 Shimoga Shikaripura Shikaripura Thogarsi Siddihalli Siddihalli 139 Shimoga Shikaripura Shikaripura Harogoppa Hirekorlahalli Hirekorlahalli 140 Shimoga Shikaripura Shikaripura Harogoppa Harogopppa Harogopppa 141 Shimoga Shikaripura Shikaripura Harogoppa Elanerukoppa Elanerukoppa Chikkajambur Chikkajamburu 142 Shimoga Shikaripura Shikaripura u 4 Chikkajamburu 143 Shimoga Shikaripura Shikaripura Hirejamburu Dasanapura Dasanapura Sunnadakop Sunnadakoppa Sunnadakoppa 144 Shimoga Shikaripura Shikaripura pa 2 2 Taralaghatta Taralaghatta 145 Shimoga Shikaripura Shikaripura Taralagatta thanda thanda Taralagatta Taralagatta 146 Shimoga Shikaripura Shikaripura Taralagatta camp camp Thimalapura Thimalapura 147 Shimoga Shikaripura Shikaripura Taralagatta thanda thanda Haleduupadahal Haleduupadahal 148 Shimoga Shikaripura Shikaripura Taralagatta li li 149 Shimoga Shikaripura Shikaripura Esuuru Esuuru 3 Esuuru 150 Shimoga Shikaripura Shikaripura Saaluru Saaluru thanda Saaluru thanda 151 Shimoga Shikaripura Shikaripura Purasabhe Ambekar nagara Ambekar nagara 152 Shimoga Shikaripura Shikaripura Thogarsi Thogarsi 2 Thogarsi 153 Shimoga Shikaripura Shikaripura Baligaavi Javagatti 2 Javagatti 154 Shimoga Shikaripura Shikaripura Baligaavi Maluru Maluru 155 Shimoga Shikaripura Shikaripura Kortagere Ragikoppa Ragikoppa Mulakoppa Mulakoppa 156 Shimoga Shikaripura Shikaripura Kortagere thanda thanda Agrahara 157 Shimoga Shikaripura Shikaripura Muchadi Inam muthahalli Inam muthahalli Kappnahalli Kappnahalli 158 Shimoga Shikaripura Shikaripura kappanahalli camp camp Hunchadakat 159 Shimoga Thirthahalli te Thalagi bailu Thalagi bailu

37

160 Shimoga Thirthahalli Thirthahalli Saaluru kovledurga kovledurga Melinakorava 161 Shimoga Thirthahalli Thirthahalli hlli Manikesra Manikesra S N Nagara, AK S N Nagara, AK 162 Shimoga Sagara Sagara Nagarasabhe Colony Colony Muthalabailu Muthalabailu 163 Shimoga Sagara Sagara baruru thanda (mini) thanda (mini) 164 Shimoga Soraba Soraba Agasanahlli Venkatapura Venkatapura 165 Shimoga Soraba Soraba Thalagadde Kodikoppa Kodikoppa Belavantahkopp Belavantahkopp 166 Shimoga Soraba Soraba Ennekoppa a a 167 Shimoga Soraba Soraba Ennekoppa Ennokoppa mini Ennokoppa mini Thatturu Thatturu 168 Shimoga Soraba Soraba Thatthuru vadagere 1 vadagere 1 Hiremagadi Hiremagadi 169 Shimoga Soraba Soraba hanchi monodigere monodigere 170 Shimoga Soraba Soraba Bilavani Shivapura Shivapura 171 Shimoga Soraba Soraba Bilavani Suthakote Suthakote 172 Shimoga Soraba Soraba Jade Jadejote 2 Jadejote 2 173 Shimoga Soraba Soraba Sumanavalli Samanvalli 2 Samanvalli 2 174 Shimoga Soraba Soraba Ennekoppa Ennekoppa Ennekoppa Govt Higher 175 Shimoga Shimoga Shimoga WardNo. 1 Gadikoppa 1 Primary School Ambedkar Hosmane Bhavana, 3rd Doddamana Corss, 176 Shimoga Shimoga Shimoga ward no 20 Temple Hosamane

Anganawadi Kendras under TSP category

Sl No District Taluk Child Grama Anganwadi Address Development panchayat Centre name Programme 1 Bengaluru (R.) Devanahalli Devanahalli Bijawara Hollerahalli Hollerahalli 2 Bengaluru (R.) Devanahalli Devanahalli Bettakote Rayasandra Rayasandra 3 Bengaluru (R.) Devanahalli Devanahalli karahalli sonennahalli sonennahalli 4 Bengaluru (R.) Devanahalli Devanahalli G M Halli Venkateshanah Venkateshanahlli lli 5 Uttarakannada Bhatkala Bhatkala Koppa Kelaginakeri Kelaginakerei, koppa, Murudeshwara 6 Uttarakannada Bhatkala Bhatkala Koppa Kolki karuru Kolik karura, koppa murudeshwara 7 Uttarakannada Bhatkala Bhatkala Koppa Heggadhe Heggadahe, koppa murudeshwara 8 Uttarakannada Bhatkala Bhatkala Muttahalli kolimule Kolimule, Muttahalli Bhatkal

38

9 Uttarakannada Bhatkala Bhatkala Konahara addalura-2 Addalura 2, Konara, Marukeri

10 Uttarakannada Bhatkala Bhatkala Konahara Beelura mane Beelura mane, Konara, Marukeri

11 Uttarakannada Bhatkala Bhatkala Konahara Jvalaamule Jvaaladmule, Konara, Marukeri

12 Uttarakannada Bhatkala Bhatkala Hadavalli Halayani Halayani, Adavalli, Marukeri 13 Uttarakannada Sirsi Sirsi Marukeri Hejillu Hejjilu, Marukeri 14 Uttarakannada Yellapura Yellapura Nagarasabhe Gosavinakere Post Puttamane, Sirsi 15 Uttarakannada Yellapura Yellapura Hasanagi Kerehosahalli Post Hasanagi, yellapura 16 Uttarakannada Yellapura Yellapura Hasanagi honahali Post Hasanagi, yellapura 17 Uttarakannada Yellapura Yellapura Kampli Muslingalli Post Kampli, yellapura 18 Uttarakannada Yellapura Yellapura Kampli Chikotti Post Kampli, yellapura 19 Uttarakannada Yellapura Yellapura Anagoda Janshettykoppa Post Kannigeri, Yellapura 20 Uttarakannada Mundagod Mundagod Mynahalli Mynahalli flat Mynahalli 21 Uttarakannada Mundagod Mundagod Gunjavathi Gunjavathi-2 Gunjavathi 22 Uttarakannada Mundagod Mundagod Nandigatta Kendalgere 2 Kendalgere 23 Uttarakannada Mundagod Mundagod Kodombi Haladamane Haladamane 24 Uttarakannada Haliyal Haliyal Tatvaganagi Tatvaganagi 2 Tatvaganagi 25 Uttarakannada Haliyal Haliyal Tatvaganagi Tatvaganagi Tatvaganagi hosuru 26 Kodagu Somwarapet Somwarapet Kodige Bhuvanagiri Bhuvanagiri, Kudugi PO 27 Chitradurga Chitradurga Barhamasagara Genura Yenuru b Genuru post 28 Chitradurga Chitradurga Barhamasagara Belagatta Belgatta ST Belgatta ST Colony Colony, Belagatta 29 Chitradurga Chitradurga Barhamasagara Muddapura Muddapura Muddapura Myasarahatti Myasarahatti, Muddapura Po

30 Chitradurga Chitradurga Barhamasagara Kalgere Chowlihalli ChowlihalliPO 31 Chitradurga Chitradurga Barhamasagara Byalahal Byalahalli B Byalahalli PO 32 Haveri Ranibennuru Ranibennuru Mudenahuru Nagenahlli 1 Nagenahlli, Mudanerur PO 33 Haveri Ranibennuru Ranibennuru yediyala Yediyala 3 Yediyala 34 Haveri Hirekeruru Hirekeruru Meduru Meduru 2 Meduru PO

39

35 Haveri Shigaon Shigaon Othanamahal Shidlapura Shidlapura li 36 Haveri Byadagi Byadagi Chinnikatti Kalgonda 2 Kalgonda 37 Gadag Gadag Gadag Chikahandigo Sahgotti 280 Sahgotti la 38 Gadag Shirahatti Shirahatti Machenahali Bahvanuru 23 Govt Higher Primary School 39 Gadag Shirahatti Shirahatti Goanahala Mallapura 76 Mallapura 40 Gadag Shirahatti Shirahatti Hadarakatti Kodikoppa 167 Kodikoppa 41 Kolar Kolar Kolar Beluru Belluru 2 Belluru 42 Kolar Kolar Kolar Suguturu Suguturu 4 Suguturu Hobli 43 Kolar Srinivasapura Srinivasapura Rayalpadu Hakipiki Hakipiki 44 Kolar Srinivasapura Srinivasapura Rayalpadu Kashipalli Kashipalli 45 Shimoga Shikarupura Shikarupura Hosaguledhalli Hosaguledhalli 46 Shimoga Shikarupura Shikarupura Mathigatta Mathigatta 47 Shimoga Shikarupura Shikarupura Hosagudahosa Hosagudahosahal halli li 48 Shimoga Shikarupura Shikarupura Nimbegondhi 2 Nimbegondhi 2 49 Shimoga Shikarupura Shikarupura Kalmane Kalmane 1 50 Shimoga Sagara Sagara Channagond Arkala Arkala a 51 Shimoga Sagara Sagara Haralgodu Kudugunji Kudugunji 52 Shimoga Soraba Soraba Samanavalli Bendakatte Bendakatte 53 Shimoga Soraba Soraba Bilavani mini Kumsi mini 54 Shimoga Shimoga Shimoga Chordi Chordi 2 Near School (Details of other sites shall be provided to the bidder in case of any non feasible sites/for any other reasons in above list)

Scope of works include:

A. Solar PV module including mounting frames, Mounting structures, foundation bolts and nuts for holding structures with surge protection and output electrical wiring works for connecting to the loads. All the works related to the proper installation and functioning of the system shall have to be carried out by the contractor in the prices offered by him.

B. Required Internal wiring to energize the proposed load shall have to be done by the contractor. All the wiring shall have to be done in concealed conduits.

C. Appropriate Cabinets for battery banks, with the provision of acid proof racks for batteries should be provided by the contractor.

D. The complete Solar PV Power pack system including indoor and outdoor fittings shall be warranted by the contractor against any manufacturing/ design/ installation defects for a minimum period of 5 years from the date of installation.

E. Required earthing for accessories for DC sides should be provided by the contractor. 40

F. The contractor will make all necessary arrangements for satisfactory operation, maintenance and performance of the Solar Power Pack system during 5 year‟s CMC period.

G. Rectification of all the defects developed in the Solar PV Power pack during CMC period shall have to be done by the contractor promptly within 2 days (48 hours) from the date of receipt of compliant.

H. CMC will include rectification /replacement of all the defective and consumable components/items including batteries. During CMC period, all the arrangements for keeping the Solar PV Power pack system functional shall be the sole responsibility of the contractor.

I. After completion of the proposed works, clearances of all temporary works/ materials shall be the sole responsibility of the contractor and this shall be removed immediately after the requirement of such temporary work is completed.

J. Supply and Installation of Permanent Display board showing all technical information of SPVpack system shall be done by contractor. The matter written on these boards shall be finalized in consultation with KREDL.

K. All the non functional parts/ materials/ items replaced during the CMC period shall be the property of the contractor.

L. The contractor will conduct on-site training of the purchaser‟s/ user‟s personnel regarding the operation, maintenance and repairs of the Solar PV Power Pack System.

M. Necessary arrangements for storage of batteries, Earthing materials/ lighting arrestors & Charge controller unit of Solar PV Power pack system as per requirement shall be done by contractor.

N. During CMC period, the contractor shall carryout periodical maintenance of the Solar Power Pack systems quarterly for first year and half yearly for balance 4 years. Annual reports duly signed by the enduser & the agency regarding functionality of the system has to be submitted to KREDL through the Director, Women & Child Dept., GOK. The formats of Annual performance report shall be finalized by the bidder with KREDL.

O. The scope of work includes insurance of the systems.

2. INCOME TAX:

During the course of the contract period, deduction of income tax and surcharge as in force at source shall be made at the prevailing rate of income tax department issued from time to time of the gross amount of each bill.

3. RATES , TAXES AND DUTIES:

All the rates in the tender shall be inclusive of all applicable taxes/statutory compliances like PF, ESI, GST etc.

4. PLACE OF WORK AND VISIT TO SITE:

Intending bidders shall visit the Site/ Campus to acquaint with local site conditions, nature and requirement of work, present conditions of premises/fittings/fixtures, etc., before start of the work. 41

5. QUALIFYING REQUIREMENTS OF BIDDER

The bidder should upload the following documents in e-procurement portal (Techno- Commercial Bid)

SL. Description Required Documents No. Solar PVManufacturer System Integrator

A Eligibility for participation in (i)Certificate of Incorporation (i) Certificate of the bid: The bidder can be any issued by the registrar of Incorporation issued by the of the following: Companies as per Companies registrar of Companies as per (i) Solar PVManufacturer Act 1956/2013 along with Companies Act 1956/2013 (ii) System Integrator MOA and AOA along with MOA and AOA (No Consortiumis OR OR allowed in this tender) The Certificate issued by the The Certificate issued by the Registrar of Firms as per Indian Registrar of Firms as per Partnership Act 1932. Indian Partnership Act 1932 OR OR The Certificate issued by the The Certificate issued by the Directorate of Industries & Directorate of Industries & Commerce Commerce OR OR Any other Statutory Authority Any other Statutory (ii)Valid ISO 9001:2008/2015 Authority (iii)Valid ISO 14001:2015 (ii)Valid ISO 9001:2008/2015 iii)Valid ISO 14001:2015 B The bidder should supply Solar (i) Solar PV Manufacturer (i) The System integrator Cells and Modules for the said must be listed in the Approved must upload a declaration that project which are indegeneous List of Models and procurement of SPVmodule Manufacturers (ALMM) in will be from the ALMM listed MNRE website as per OM in MNRE website issued by MNRE dated 02.01.2019. Proof of document for being listed in ALMM should be uploaded C The bidder must have executed Satisfactory work completion Satisfactory work completion the works of Solar PV systems and commissioning certificate and commissioning certificate or manufactured & supplied issued by the concerned issued by the concerned Solar PV modules to an extent organization on or before the organization on or before the of 50% of the amount put to last date of submission of the last date of submission of the tender i.e Rs. 1.33 crores during bids duly mentioning the date bids duly mentioning the date the period from 1.04.2014 to of completion of the works. of completion of the works. 31.03.2019 in any State Govt. Relavant Work order Relavant Work order organization or Central Govt. copies/LOA copies also to be copies/LOA copies also to be organization or any local bodies uploaded uploaded or any aided organizations or OR Govt. Universities or Purchase order copies for goods Corporations supplied to any sector (Private/Govt ect.,) along with invoices.

42

D The bidder must have executed Satisfactory work completion Satisfactory work completion the cumulative quantity of 124 and commissioning certificate and commissioning certificate kW (80% of the tendered issued by the concerned issued by the concerned quantity in kW) of Solar PV organization on or before the organization on or before the System works during the period last date of submission of the last date of submission of the from 01.04.2014 to 31.03.2019 bids duly mentioning the date bids duly mentioning the date in any State Govt. organization of completion of the works. of completion of the works. or Central Govt. organization or Relavant Work order Relavant Work order any local bodies or any aided copies/LOA copies also to be copies/LOA copies also to be organizations or Govt. uploaded uploaded Universities or Corporations. E The Bidder must have achieved The audited and certified The audited and certified a Minimum Annual Turnover Balance Sheet and Profit & Balance Sheet and Profit & of Rs.2.66 crores in any two Loss account (including, Loss account (including, financial years during the Income & Expenditure , Income & Expenditure , period from 2014-15 to 2018- Receipts and Payment Account) Receipts and Payment 19 by a Chartered Accountant Account) by a Chartered Accountant F Board resolution and Power of Companies: Companies: Attorney Board resolutions & valid Board resolutions & valid (On Non-Judicial Stamp Paper power of attorney to authorize power of attorney to authorize of Rs. 200/-) for signing the bid document for signing the bid document

Partnership firms: Partnership firms: Partnership deed & valid power Partnership deed & valid of attorney to authorize for power of attorney to authorize signing the bid document for signing the bid document

Proprietorship firms: Proprietorship firms: All the documents should be All the documents should be signed by the proprietor only signed by the proprietor only

G Details of GST & PAN (i) Certificate of Registration (i) Certificate of of Goods Service Tax (GST) Registration of Goods Service (ii) PAN card Tax (GST) (ii) PAN card H The bidder must not have been Self declaration by the bidder in Self declaration by the bidder blacklisted in their firm‟s letter head duly in their firm‟s letter head duly supplies/execution against the signed with seal as per signed with seal as per orders placed by any State Annexure-VII Annexure-VII Govt. organization or Central Govt. organization or any Govt. undertaking or any local bodies or any aided organizations or Govt. Universities or Corporations

43

I Service Center details The address of the sevice center The address of the sevice in of the bidder duly center in Karnataka of the signed with seal in their letter bidder duly signed with seal head to facilitate for attending in their letter head to facilitate maintenance works during for attending maintenance performance warranty period of works during performance Five years. Proof for the warranty period of Five years. address shall be uploaded. Proof for the address shall be OR uploaded. Declaration duly signed with OR seal in their letter head that a Declaration duly signed with service center shall be opened seal in their letter head that a in Karnataka and address shall service center shall be opened be provided to facilitate for in Karnataka and address shall attending to maintenance works be provided to facilitate for during performance warranty attending to maintenance period of Five years if the works during performance bidder is selected. warranty period of Five years if the bidder is selected.

6. BID PRICE:

a. The price should be quoted in Indian Rupees in online, failing which the bid would be rejected. The price shall be written both in figures & words. b. The rates quoted by the bidder shall be fixed for the duration of the contract period and shall not be subject to adjustment on any account. c. If there is a discrepancy between amount in words and figures, the amount in the words will prevail. d. Incomplete bids shall be liable for rejection. e. The (DC) Internal and Electrical output wiring, installation and connection to the loads or any in the scope of supplier only and costs are included in the quoted price.

7. EARNEST MONEY DEPOSIT / SECURITY DEPOSIT:

a. The tender should accompany with Earnest Money Deposit (EMD) for Rs. 3,99,560/- (Rupees Three lakh ninety nine thousand five hundred and sixty only) through e- payment mode in e-proc portal. b. The EMD will be returned to unsuccessful bidders, whereas in the case of successful bidder, it will be retained till signing of agreement and submission of 10% security deposit BG.

c. The successful bidder will have to conclude with an agreement as per clause No. (8) of Section-A .

d. Security Deposit: The successful bidder has to submit 10% of the contract value as Security Deposit in the form of Bank Guarantee within 15 days from the date of receipt of LOI. The BG should be valid for a minimum period of 180 days with additional claim period of one month from the date of signing agreement. The BG will be returned after successful completion and certification from the beneficiary department.

e. The Security Deposit/Bank Guarantee shall not carry any interest.

44

8. INSTRUCTIONS TO BIDDERS:

a. Bidders with over writings, alterations etc., will not be admitted unless they are attested by the bidder. Where there is a discrepancy between the rupees in figures and words, the price, which is least of the two, will be valid.

b. BID should be strictly in conformity with the Terms and Conditions mentioned in the tender schedule.

c. Bidders are expected to examine all the terms and instructions mentioned in the tender schedule and prepare their proposals accordingly. Failure to provide all requisite information will be at the bidders‟ own risk and may result in the rejection of the tender.

d. All assertions made in connection with the tender are to be supported / substantiated by relevant documents. The Managing Director, KREDL, Bengaluru reserves the right to verify the credentials of the bidder as per the eligibility criteria.

e. The Managing Director, KREDL, Bengaluru, will notify the bidder whose tender has been accepted.

f. The Managing Director, KREDL, Bengaluru, reserves the right to issue instructions / modifications at any point of time before award of contract.

9. QUOTED PRICE

a. The Quoted price shall include all the costs related to above Scope of Work. Bidder shall quote for the entire facilities on a “single responsibility” basis such that the total Bid price covers all the obligations mentioned in the Bidding Documents in respect of Design, Supply, Erection, Testing and Commissioning including Warranty, Operation & Maintenance for a period of 5 years, goods and services including spares required if any during O&M period. The Bidder has to take all permits, approvals and licenses, Insurance etc., provide training and such other items and services required to complete the scope of work mentioned above.

b. The Quoted price shall remain firm and fixed and shall be binding on the Successful Bidder till completion of work irrespective of his actual cost of execution of the project. No escalation will be granted on any reason whatsoever. The bidder shall not be entitled to claim any additional charges, even though it may be necessary to extend the completion period for any reasons whatsoever. The internal wiring to the loads on solar power pack system also included in the quoted price. No addition amount will be paid for internal wiring.

d. The Quoted price shall be inclusive of all duties and taxes, insurance etc .The prices quoted by the firm shall be complete in all respect and no price variation /adjustment shall be payable

e. The operation & maintenance of Solar Photovoltaic Power Pack System would include wear, tear, overhauling, breakdown, insurance, and replacement of defective modules, Charge controller units, battery, lights, fans, spares, consumables & other parts for a period of 5 years

45

10. METHOD OF SUBMISSION:

Bids shall be submitted online on www.eproc.karnataka.gov.in Portal. The participating bidders in the tender should register themselves on e-procurement platform in the website www.eproc.karnataka.gov.in

a. Bidders can log-in to e-tender portal in secure mode only by signing with the Digital certificates.

b. The bidders, who are desirous of participating in e- tender, shall submit their technical bids, price bids as per the standard formats available at the e-portal.

c. The bidders shall sign on tender document uploaded by them, for having agreed to the conditions as in tender document.

d. The bidders should scan and upload the respective documents in Technical Documentation as per the check list.

e. The Managing Director, KREDL, Bengaluru will not hold any risk and responsibility regulating non-visibility of the scanned and uploaded documents.

f. The Documents that are to be uploaded online on e-portal will only be considered for Bid Evaluation.

g. The rates should be quoted online only.

11. EVALUATION PROCEDURE:

For short listing of agency the following criteria shall be applied.

a. The Tenders will be opened as per the schedule by The Managing Director, KREDL, Bengaluru or his authorized representative.

b. The Technical Bids consisting of the documents related to Eligibility criteria will be opened first. The tenders will be evaluated so as to ascertain the capability of the bidders to provide the services for the period mentioned above and also to assess whether the bidder satisfies the eligibility criteria.

c. The Financial/Price Bids of only those bidders, who have fulfilled the eligibility criteria above, will be opened online and the Price Bid of the bidders who do not fulfill the eligibility criteria will not be opened and their Tender shall stand rejected.

d. Any claims or disputes raised by the unsuccessful bidders in respect of selection process and non-allotment of award will have no legal validity and will not be enforceable against The Managing Director, KREDL, Bengaluru. No further correspondence will be entertained regarding the disqualification.

e. The Managing Director, KREDL, Bengaluru, reserves the right to accept or reject any / or all the tenders without assigning any reasons whatsoever. The Managing Director, KREDL, Bengaluru also reserves the right to cancel the selection process

46

for award of the contract at any time. The decision of The Managing Director, KREDL, Bengaluru is final and binding.

12. SUCCESSFUL BIDDER(S) SELECTION

a. Bids qualifying in Clause 5 shall only be evaluated in this stage.

b. Letter of Intent (LoI): The Letter of Intent (LoI) shall be issued to Successful Bidder, selected as per the provisions of terms and conditions.

c. Successful Bidder shall acknowledge the LoI and acceptance letter along with valid bank Guarantee and execute contract agreement with KREDL within Fifteen (15) days from issue of LoI.

d. After issue of LoI, If the Successful Bidder, does not fulfill any of the conditions specified in LoI, KREDL reserves the right to cancel the Letter of Intent (LoI) of such Successful Bidder and forfeit the EMD. In order to speed up the implementation of the project, the same will be allotted to L2 bidder after negotiations / acceptance of L1 price.

e. The Solar Power Pack System will have to be supplied in good condition without causing any damage to the items, to the selected district regions/Project Site. If any defect is found, such defective materials will be rejected and the Supplier will have to replace the defective materials at his own cost as per the implementation schedule. Failing in which, 10% Security Deposit will be forfeited for the systems which are not commissioned within specified time.

f. The Bidder entrusted with the work of providing Solar Power Pack System, if found using the inferior material, before/after supply such defective materials will be rejected outright and the Bidder will have to replace the rejected items at his/her own responsibility & expense. KREDL may even short close the contract and also black list the bidder from participating in future tenders.

SECTION – E GENERAL CONDITIONS OF CONTRACT

The following are the General Conditions of Contract for Design, Supply, Installation, Testing, Commissioning & Comprehensive Maintenance for a period of 5 years of 150Wp Capacity of Solar Powered Lights and Fans for 1027 nos. of Anganawadi centers of “Department of Women and Child Development (DWCD)” throughout the State of Karnataka.

1. DEFINITIONS

In this Contract, the following terms shall be interpreted as indicated: a. “The Contract” means the agreement entered into between KREDL and the Bidder/Supplier, as recorded in the contract form signed by the parties, including all the attachments and appendices thereto and all documents incorporated by reference therein: b. “KREDL” shall mean the Karnataka Renewable Energy Development Limited represented by the Managing Director. c. „DWCD” shall mean Department of Woment and Child Development of

47 d. “End user” shall mean the Anganwadi center under concerned Child Development Project Officer (CDPO) at Taluk level of Department of Women and Child Development, Government of Karnataka. e. “Work” shall mean any work entrusted to the Bidder as mentioned in the scope of work and work order. f. “Inspecting Authority” shall mean any Engineering person or personnel authorized by KREDL to supervise and inspect. g. "The Bidder/Bidder" shall mean the Bidder awarded with the contract or their successors and permitted assigns. h. “General Conditions” shall mean the General conditions of Contract. i. "Specifications" shall mean the specifications as in Section-C j. "Services" means services ancillary to the supply of the Goods, such as transportation and insurance, and any other incidental services, such as installation, commissioning, maintenance, provision of technical assistance, training and other obligations of the Supplier covered under the Contract; k. “GCC” means the General Conditions of Contract contained in this l. “SCC” means the Special Conditions of contract section m. “The Supplier” means the entity supplying the goods and services under this contract n. “The Government” means the Government of Karnataka State o. “Day” means calendar day p. "Month" shall mean calendar month. "Writing" shall include any manuscript, typewritten, printed or other statement reproduced in any visible form whether under seal or written by hand. q. “CONTRACT DOCUMENT”: The term "Contract" shall mean and include the General conditions, specifications, schedules, work orders etc., issued against the contract schedule of price or their final general conditions, any special conditions applying to the particular contract specification and agreement to be entered into. Terms and conditions not herein defined shall have the same meaning as are assigned to them in the Indian contract Act or any other Act in vogue or by any person of common knowledge and prudence. r. “Goods” shall mean Solar Power Pack Systems as mentioned in Section-C.

2. MANNER OF EXECUTION

Execution of work shall be carried out in the approved manner as outlined in the technical specifications or where not outlined, in accordance with relevant MNRE/BIS/IEC, to the reasonable satisfaction of the Engineer. The Supplier should successfully commission the project within 120 days from the date of receipt of work award. KREDL shall not be responsible for any loss or damage of any material when providing Solar Power Pack Systems. Undertake necessary activities during the warranty period as set out in this Contract.

3. APPLICATION

These General Conditions shall apply to the extent that they are not superseded by provisions in other parts of the contract.

4. STANDARDS

a. The goods supplied under this contract shall conform to the standards mentioned in the Technical specification as mentioned in Section-C . when no applicable standard is mentioned, to the authoritative standard appropriate to the Good‟s country of origin and such standards shall be the latest issued by the concerned institution.

48 b. Testing: KREDL reserves the right to test the various components of Solar Power Pack system before the dispatch to confirm their standards to the contract specifications at no extra cost to KREDL. If required, the pre dispatch testing of the Solar Power Pack system shall be done at the manufacturer‟s place. These tested parameters should match the IEC/BIS/MNRE/BEE standards of tender. If components of the system are not as per the standards, entire lot has to be replaced with new components which shall conform to the standards mentioned in the tender at Supplier‟s cost. c. The Solar Power Pack System supplied by the manufacture should have a warrantee for a period of at least 5 years from the date of commissioning.

5. SECURITY DEPOSIT: The bidder has to submit 10% of the contract value as Security Deposit in the form of Bank Guarantee within 15 days from the date of receipt of LOI. The BG should be valid for a period of 180 days with additional claim period of one month from the date of signing agreement. This Security Deposit BG will be released after successful commissioning of the project work as per tender scope.

6. PERFORMANCE SECURITY

The payment of last 10% of the contract value will be held as performance security deposit. On submission of Annual performance reports at the end of every year in CMC period duly signed by the end user & the agency regarding functionality of the system to KREDL through the Director, Women & Child Dept., GOK, the performance security amount shall be released for respective CMC years without any interest. The Performance Security amount shall be divided into 5 equal parts respectively for 1st , 2nd , 3rd , 4th and 5th years from the date of installation. In case if “Bidder” does not provide service during the warrantee period, the performance security amount shall be forfeited and “Bidder” shall be blacklisted. If the bidder fails to furnish the annual performance report within 6 months from the last date of the respective CMC year then the performance security amount for that particular CMC year will be forfeited.

7. DELIVERY AND DOCUMENTS

Delivery of the goods shall be made by the Supplier in accordance with the terms specified by KREDL. The details of dispatch and other documents to be furnished by the supplier are specified in SCC.

8. INSURANCE

The Bidder shall be responsible and take an Insurance Policy for transit-cum- storage-cum-erection for all the materials to cover all risks and liabilities for supply of materials on site basis, storage of materials at site, erection, testing and commissioning. The bidder shall also take appropriate insurance during O&M period. The Bidder shall also take insurance for Third Party Liability covering loss of human life, engineers and workmen and also covering the risks of damage to the third party/material/equipment/properties during execution of the Contract. Before commencement of the work, the Bidder will ensure that all its employees and representatives are covered by suitable insurance against any damage, loss, injury or death arising out of the execution of the work or in carrying out the Contract. Liquidation, Death, Bankruptcy etc., shall be the responsibility of bidder.

49

9. WARRANTEES AND GUARANTEES The Bidder shall warrant that the goods supplied under this contract are new, unused, and as per MNRE specifications of the most recent or latest technology and incorporate all recent improvements in design and materials. The bidder shall provide system warrantee covering the rectification of any and all defects in the design of equipment, materials and workmanship including spare parts for a period of 5 years from the date of commissioning. The successful bidder has to transfer all the Guarantees /Warrantees of the different components to the owner of the project (Department of Women & Child Development). The responsibility of operation of Warrantee and Guarantee clauses and Claims/ Settlement of issues arising out of said clauses shall be joint responsibility of the Successful bidder and the owner of the project and KREDL will not be responsible in any way for any claims whatsoever on account of the above.

10. TYPE AND QUALITY OF MATERIALS AND WORKMANSHIP

The Design, engineering, manufacture, supply, installation, testing and performance of the equipment shall be in accordance with latest appropriate IEC/Indian Standards as detailed in the Section- C (Technical specifications) of the bid document. Where appropriate Indian Standards and Codes are not available, other suitable standards and codes as approved by the MNRE shall be used.

b. The specifications of the components should meet the technical specifications mentioned in Section C.

c. Any supplies which have not been specifically mentioned in this Contract but which are necessary for the design, engineering, manufacture, supply & performance or completeness of the project shall be provided by the Bidder without any extra cost and within the time schedule for efficient and smooth operation and maintenance of the SPV Power Pack System.

11. OPERATION & MAINTENANCE (O&M)

The bidder shall be responsible for Operation and Maintenance of the Solar PV Power Pack system of capacity installed for a period of 5 years. During this period, the bidder shall be responsible for supply of all spare parts as required from time to time for scheduled and preventive maintenance, major overhauling of the power pack system, replacement of defective module, Charge Controller, battery, light, fans and maintaining log sheets for operation detail, deployment of staff for continuous operations and qualified engineer for supervision of O&M work, complaint logging & its attending.

During CMC period, the contractor shall carryout periodical maintenance of the Solar Power Pack systems quarterly for first year and half yearly for balance 4 years. Annual reports duly signed by the end user & the agency regarding functionality of the system has to be submitted to KREDL through the Director, Women & Child Dept., (DWCD) GOK. The formats of Annual performance report shall be finalized by the bidder with KREDL.

50

The successful bidder shall provide a toll free number along with user manual to the end user for registering the complaints. The complaints has to be attended by the successful bidder within 2 days from the receipt of complaint. In case, if the complaint are directly registered at KREDL by the DWCD the same will be sent to bidder via email. The bidder has to attend the complaint within 2 days from the email date.

12. PLANT PERFORMANCE EVALUATION

DC electronic energy meter, ISI make, Single phase of adequate quality shall be installed to measure the units generated. The contractor has to assure a yearly minimum guaranteed generation of 75 units/system from each Solar power pack system.

13. PROJECT INSPECTION.

The progress of the project above will be monitored by KREDL and will be inspected for quality at any time during commissioning or after the completion of the project either by officer(s) from KREDL, beneficiary dept. or any authorized agency/ experts.

a. KREDL reserves the right to do sample inspection checks for the projects commissioned by the Bidder. b. KREDL will depute a technical person(s) for pre delivery inspection of SPV Modules and other major components such as battery, charge controller for inspection at no extra cost to KREDL.

14. GOVERNING LANGUAGE The Agreement shall be written in English language only. English language version of the contract shall govern its interpretation. All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same English language alone. The documents uploaded in e-proc. portal either in English or Kannada language will only be considered for evaluation.

15. APPLICABLE LAW The Contract shall be interpreted in accordance with the laws of the Union of .

16. SEVERABILITY:

It is stated that each paragraph, clause, sub-clause, schedule or annexure of this contract shall be deemed severable & in the event of the unenforceability of any paragraph, clause sub-clause, schedule or the remaining part of the paragraph, clause, sub-clause, schedule annexure & rest of the contract shall continue to be in full force & effect.

17. RIGHTS & REMEDIES UNDER THE CONTRACT ONLY FOR THE PARTIES:

This contract is not intended & shall not be construed to confer on any person other than the KREDL & Successful bidder hereto, any rights and / or remedies herein.

51

18. CORRESPONDENCE Bidder requiring any clarification on bid document may contact on e-mail only. Sl.No Designation Contact Numbers Email id

Assistant General 1. Manager-SOG-1 09620945670 [email protected]

19. REQUIREMENT OF APPROVALS ON MAKES OF THE COMPONENTS:

All the components procured should meet the Technical specifications and standards mentioned as per MNRE norms.

20. TIME OF COMPLETION OF ALLOCATED CAPACITY:

Project completion shall be 120 days from the date of issue of Detailed Work Award (DWA).

21. PENALTY a. For non execution of contract:

KREDL reserves the right to forfeit the security deposit, terminate the contract & blacklist the firm if it fails to execute the said works as per the terms and conditions of tender document and DWA.

b. For delay in execution of contract: A delay by the firm in the performance of its delivery obligations shall render it liable to the imposition of liquidated damages unless an extension of time is agreed upon without the application of liquidated damages. Liquidated damages shall be imposed at the rate of 0.5% of unit rate of un- commissioned Solar power pack systems per Week of Delay subject to max. of 10% of unit rate of un-commissioned Solar power pack systems, if the firm does not successfully implement the project as per the implementation schedule and tender scope.

c. For delay in attending to complaints:

The Bidder should attend to the troubles within 2 (two) days from the date of receipt of the complaint, failing which Bidder will be penalized at the rate of Rs. 200/- per day (Rupees Two hundred only) subject to a maximum of Rs. 25000/-, this shall be penalized on every Solar Power Pack system. The faults if any must be rectified within a maximum period of 30 (thirty) days from the date of receipt of complaint from User/KREDL. Failing which, KREDL may make the system functional and the actual expenditure incurred for this will be deducted from the balance payment due to the successful bidder. The expenditure towards the repairing of the system(s) determined by KREDL should be final & binding on the successful bidder and the defaulter bidder may be blacklisted.

22. COMMISSIONING /COMPLETION CERTIFICATE:

52

a. On completion of the work, the contractor shall submit all documents in formats of MNRE as per Lr. No. 32/648/2017-SPV Division, Dated: 08 October 2018 along with any necessary documents in 3 sets to KREDL.(The formats are available in MNRE web site)

b. Application for completion/commissioning certificate:

When the Successful bidder fulfils his obligation under the Contract, he shall be eligible to apply for Completion Certificate. The beneficiary department officials shall normally issue the Completion Certificate to the Successful bidder within 15days after receiving application from the Successful bidder after verifying the completion documents and satisfying himself that the Work has been completed in accordance with and as set out in Contract.

b. Document submission for issuing commissinoning/ completion certificate

For the purpose of above the following documents will be deemed to form the completion documents: c. Checklist for inspection of SPV power pack system as per MNRE/KREDL format. d. Project completion report from successful bidder as per MNRE format e. Project completion/satisfaction certificate from concern beneficiary dept. officials.

23. PAYMENT TERMS:

Payment will be settled as per the below conditions:

a. 10% of the contract value as Mobilization advance will be paid as an advance against the submission of equivalent BG valid for a period of 180 days from the date of signing of agreement. This payment will be adjusted against future payments. b. 80% will be released after satisfactory supply, installation, testing, commissioning of the project and submission of the Commissioning Reports as per format provided duly signed by the supplier, authorized representative from beneficiary department. (If mobilization advance amount is not claimed, then 90% will be released.) c. The payment of last 10% of the contract value will be held as performance security deposit. On submission of Annual performance reports at the end of every year in CMC period duly signed by the end user & the agency regarding functionality of the system to KREDL through the Director, Women & Child Dept., GOK, the performance security amount shall be released for respective CMC year without any interest. The Performance Security amount shall be divided into 5 equal parts respectively for 1st , 2nd , 3rd , 4th and 5th years from the date of installation. If the bidder fails to furnish the annual performance report within 6 months from the last date of the respective CMC year then the performance security amount for that particular CMC year will be forfeited.

24. FORCE MAJEURE

Notwithstanding the provisions of GCC Clause, the supplier shall not be liable for forfeiture of his/her performance security, liquidated damages or termination for default, if and to the extent that, its delay in performance or other failure to perform 53

its obligations is the result of an event of Force Majeure.

For purposes of this Clause "Force Majeure" means an event beyond the control of the supplier and not involving the suppliers fault or negligence and not foreseeable. Such event may include, but are not limited to, acts of KREDL either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

If a Force Majeure situation arises, the supplier shall promptly notify KREDL in writing of such conditions and the cause thereof. Unless otherwise directed by KREDL in writing, the supplier shall continue to perform its obligations as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure.

25. TERMINATION FOR INSOLVENCY.

KREDL may at any instance /time may terminate him from the contract by giving written notice to the supplier, if the supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the supplier, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to KREDL.

26. SETTLEMENT OF DISPUTES

KREDL, DWCD and the supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them. i. The dispute settlement mechanism shall be as follows: a. In case of Dispute or difference arising between KREDL, DWCD and Supplier relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, 1996, by a Sole Arbitrator. The Sole Arbitrator shall be Additional Chief Secretary, Energy Department, GoK. The Sole Arbitrator shall be appointed by agreement between the parties; failing such agreement, by the appointing authority namely the Indian Council of Arbitration / President of the Institution of Engineers (India) / The International Centre for Alternative Dispute Resolution (India). A certified copy of the appointment Order shall be supplied to each of the parties. b. Arbitration proceedings shall be held at , Karnataka, and the language of the arbitration proceedings and that of all documents and communications between the parties shall be English. c. The decision of the arbitrators shall be final and binding upon both parties. The cost and expenses of Arbitration proceedings will be paid as determined by the Arbitrator. However, the expenses incurred by each party in connection with the preparation, presentation etc, of its proceedings shall be borne by each party itself. d. Any disputes under the contract are subject to Bangalore Jurisdiction only.

27. NOTICES

For the purpose of all notice, the following shall be the address of the KREDL and supplier. KREDL: The Managing Director, Karnataka Renewable Energy Development Limited, # 39, Shanti Gruha, Bharat Scouts & Guides Building, Palace Road, Bengaluru-560001.

28. RIGHT TO WITHDRAW THE BID AND TO REJECT ANY BID

54

a. This BID may be withdrawn or cancelled by the KREDL at any time without assigning any reasons thereof. The KREDL further reserves the right, at its complete discretion, to reject any or all of the Bids without assigning any reasons whatsoever and without incurring any liability on any account.

b. The KREDL reserve the right to interpret the Bid submitted by the Bidder in accordance with the provisions of the BID and make its own judgment regarding the interpretation of the same. In this regard the KREDL shall have no liability towards any Bidder and no Bidder shall have any recourse to the KREDL with respect to the selection process. KREDL shall evaluate the Bids using the evaluation process specified in Section –D Clause 11 at its sole discretion. KREDL decision in this regard shall be final and binding on the Bidders.

c. KREDL reserves its right to vary, modify, revise, amend or change any of the terms and conditions of the Bid before submission. The decision regarding acceptance or rejection of bid by KREDL will be final.

29. ZERO DEVIATION

This is a ZERO Deviation Bidding Process. Bidder is to ensure compliance of all provisions of the Bid Document and submit their Bid accordingly. Tenders with any deviation to the bid conditions shall be liable for rejection.

30. EXAMINATION OF BID DOCUMENT a. The Bidder is required to carefully examine the Technical Specification, terms and Conditions of Contract, and other details relating to supplies as given in the Bid Document.

b. The Bidder shall be deemed to have examined the bid document including the agreement/contract, to have obtained information on all matters whatsoever that might affect to execute the project activity and to have satisfied himself as to the adequacy of his bid. The bidder shall be deemed to have known the scope, nature and magnitude of the supplies and the requirements of material and labour involved etc. and as to all supplies he has to complete in accordance with the Bid document. c. Bidder is advised to submit the bid on the basis of conditions stipulated in the Bid

Document. Bidder‟s standard terms and conditions if any will not be considered. The cancellation / alteration / amendment / modification in Bid documents shall not be accepted by KREDL.

d. Bid not submitted as per the instructions to bidders is liable to be rejected. Bid shall confirm in all respects with requirements and conditions referred in this bid document.

55

e. KREDL reserves the right to increase or decrease the quantity of systems to be provided.

31. CORRUPT OR FRAUDULENT PRACTICES:

The KREDL requires that Successful Bidders/ Contractors should follow the highest standard of ethics during the execution of contract. In pursuance of this policy, the KREDL a. defines, for the purposes of this provision, the terms set forth as follows : b. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the bid process or in contract execution; and c. “fraudulent practice” means a misrepresentation of facts in order to influence a bid process or the execution of a contract to the detriment of the KREDL /Govt scheme, and includes collusive practice among Bidders (prior to or after Bid submission) designed to establish Bid prices at artificial non-competitive levels and to deprive the KREDL of the benefits of free and open competition;

d. Will declare a firm ineligible/debarred, either indefinitely or for a specific period of time, a GOVT contract if at any time it is found that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Government/ KREDL schemes.

32. DEBARRE FROM PARTICIPATING IN TENDER

KREDL reserves the right to carry out the performance review of each Bidder from the time of submission of Bid onwards. In case it is observed that a bidder has not fulfilled its obligations in meeting the various timelines envisaged, in addition to the other provisions of the BID, such Bidders may be debarred from participating in KREDL any future tender for a period as decided by the competent authority of KREDL.

33. FINAL DECISION AND FINAL CERTIFICATE: Upon completion of 5 years of O&M and subject to the beneficiary department officials being satisfied, the KREDL shall give a certificate herein referred to as the Final Certificate to that effect and the Successful bidder to have fulfilled the whole of his obligations under Contract.

SECTION – F SPECIAL CONDITIONS OF CONTRACT

The following Special Conditions of contract shall supplement the General Conditions of Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the General Conditions of Contract. The corresponding clause number of the General Conditions is indicated in parentheses.

1. DEFINITION (GCC Clause 1): As mentioned in Section-E GCC Clause 1.

2. DELIVERY AND DOCUMENTS (GCC Clause 7)

56 a. Dispatch clearance has to be obtained from KREDL after inspection of the Solar power pack system components at the factory premises at no cost of KREDL. The bidder will be responsible for the goods until erection and commission and he will be responsible for any consequent expenses. KREDL is not responsible for any loss/damages to the material & what so ever and the material if sent to different destiny /location the entire incidental charges to resend the same to the correct location shall be borne by the bidder. b. The bidder shall submit the following documents to KREDL through the Director, DWCD after execution of Solar Power Pack works as per DWA:

(i) Project completion reports of all the Solar Power pack systems installed on angnwadi center buildings as mentioned in Section-E, Clause 22 (a) duly certified by area CDPO (Child Development Project Officer) of DWCD, and signed by authorized person from the bidder. (ii) Two copies of the invoice shall be submitted by the selected bidder for the total number of Solar Power Packs installed as per DWA. (iii) Warranty Certificate in the firm/company letter head for the number of Solar power packs Commissioned for Comprehensive maintenance period of 5 years from the date of installation.

3. PAYMENT (GCC Clause 23)

Payment will be settled as per the below conditions:

(i) 10% of the contract value as Mobilization advance will be paid as an advance against the submission of equivalent BG valid for a period of 180 days from the date of signing of agreement. This payment will be adjusted against future payments. (ii) 80% will be released after satisfactory supply, installation, testing, commissioning of the project and submission of the Commissioning Reports as per format provided duly signed by the supplier, authorized representative from beneficiary department. (If mobilization advance amount is not claimed, then 90% will be released.) (iii) The payment of last 10% of the contract value will be held as performance security deposit. On submission of Annual performance reports at the end of every year in CMC period duly signed by the end user & the agency regarding functionality of the system to KREDL through the Director, Women & Child Dept., GOK, the performance security amount shall be released for respective CMC year. The Performance Security amount shall be divided into 5 equal parts respectively for 1st , 2nd , 3rd , 4th and 5th years from the date of installation. If the bidder fails to furnish the annual performance report within 6 months from the last date of the respective CMC year then the performance security amount for that particular CMC year will be forfeited.

4. SETTLEMENT OF DISPUTES (GCC Clause 26)

The dispute settlement mechanism to be applied pursuant to GCC Clause 26 in Section- E shall be as follows: a. In case of Dispute or difference arising between KREDL and Supplier relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, 1996, by a Sole Arbitrator. The Sole Arbitrator shall be Additional Chief Secretary, Energy Department, GoK. The Sole Arbitrator shall be appointed by agreement between the parties; failing such agreement, by the appointing authority namely the Indian Council of Arbitration / President of the Institution of Engineers (India) / The International Centre for Alternative Dispute Resolution (India). A certified copy of the appointment Order shall be supplied to each of the parties.

57 b. Arbitration proceedings shall be held at Bengaluru, Karnataka, and the language of the arbitration proceedings and that of all documents and communications between the parties shall be English. c. The decision of the arbitrators shall be final and binding upon both parties. The cost and expenses of Arbitration proceedings will be paid as determined by the Arbitrator. However, the expenses incurred by each party in connection with the preparation, presentation etc, of its proceedings shall be borne by each party itself. d. Any disputes under the contract are subject to Bangalore Jurisdiction only.

5. NOTICES (GCC Clause 27)

For the purpose of all notice, the following shall be the address of the KREDL: The Managing Director, Karnataka Renewable Energy Development Limited, # 39, Shanti Gruha, Bharat Scouts & Guides Building, Palace Road, Bengaluru-560001.

6. SUPPLIER INTEGRITY:

The supplier is responsible for and obliged to conduct activities in accordance with the terms and conditions of tender Document using state of-the-art methods and economic principles and exercising all means available to achieve the performance specified in the contract.

7. SUPPLIER'S OBLIGATIONS:

The supplier will abide by the job safety measures prevalent in India and will free KREDL from all demands or responsibilities arising from accidents or loss of life the cause of which is the supplier's negligence. The supplier will pay all indemnities arising from such incidents and will not hold KREDL responsible or obligated. The Supplier is responsible for managing the activities of its personnel or subcontracted personnel and will hold itself responsible for any misdemeanors. The supplier will treat as confidential all data and information about KREDL, obtained in the execution of his responsibilities, in strict confidence and will not reveal such information to any other party without the prior written approval of KREDL. KREDL, in no case will be responsible for any accident fatal or non-fatal, caused to any workman or outsider in course of transport or execution of work or during comprehensive maintenance period. All the expenditure including treatment or compensation will be entirely borne by the Supplier. The Supplier shall also be responsible for any claims of the workers including PF, Gratuity, ESI & other legal obligations. The Supplier should provide Solar Power Pack system as per the particulars as per the tender scope to the Ananwadi centers in various Taluks of Karnataka strictly in accordance with the Terms & Conditions of the contract and without any defects. a. The work relating to providing Solar Power Pack system should be executed without any delay as per the implementation schedule mentioned in this document. b. KREDL reserves the right to depute officers for the supervision and inspection at the time of implementation of the contract. The bidder should submit report to the concerned officer regarding the implementation of the contract. c. The Supplier should provide Solar Power Pack Systems in accordance with Technical Specifications. d. If any defect is noticed within warranty period after supply, same will have to be replaced by the Supplier at his own expenses. e. The successful bidder should indicate the name and address of their nearest centre that can take up immediate action on complaint f. If the contract is not executed within the stipulated period as per implementation schedule, KREDL reserves the right to cancel the contract and KREDL will not be liable for any pecuniary loss or damage incurred by the Supplier in this regard, the performance security and security deposit will be encashed, in conjunction with section-E of GCC Clause 5,6, 20, 21.

58

SECTION-G

BIDDER INFORMATION (In technical bid)

1 Name of the organization 2 Year of establishment 3 Complete postal address

4 Name & Designation of Authorized person 5 Phone No.‟s

6 Fax No.

7 Email

8 Nature of the firm (Proprietary/partnership/etc…) 9 Bank Details of the Agency: Bank Name

Bank Address

Bank Account Number IFSC Code

10 PAN No.

11 TIN No.

12 Service Tax Registration No.

13 Total No. of branch offices in Karnataka 14 EMD Amount Rs. :

59

SECTION-H FINANCIAL BID - PRICE BID

The bidder shall quote for "Design, Supply, Installation, Testing, Commissioning & Comprehensive Maintenance for a period of 5 years of 150Wp Capacity of Solar Powered Lights and Fans for 1027 nos. of Anganawadi centers of “Department of Women and Child Development (DWCD)” throughout the State of Karnataka”..

Financial Bid shall contain:

a. Rates quoted by Bidder for destination prices inclusive of taxes, levies, duties, packing, forwarding, freight, inland transportation, insurance, loading, unloading, supply, distribution, collection and any/ all charges for successful supply, Installation, commissioning and maintenance of systems including AMC for five years b. The rates quoted by the Bidder shall be inclusive of all taxes. Any escalation in such taxes/ levies during the tenure of the contract/order will not be paid by KREDL and Bidders are advised to take into consideration any such escalation in the prevailing taxes/levies/duties.

Other conditions relating to Financial Bid

a) Prices shall be quoted in Indian Rupees: b) In no circumstances, escalation in the prices will be entertained. c) The Bidder shall quote the price for 1027 systems towards supply, Implementation, Commission and maintenance of Solar power pack systems as per the Technical specifications. KREDL will not pay any extra charges over and above rate quoted by the Bidder. The quoted price shall be „FIXED, during the entire term of the Contract. d) Prices quoted by the Bidders are fixed, final and binding and not subject to any variation on any account. Financial Bid uploaded with an adjustable price quotation will be treated as non responsive and will be rejected.

60

CHECK LIST IMPORTANT:

The Bidder must ensure that the following details in the check list are to be uploaded in e-proc portal. The bidder must also carefully go through all the contents of the BID Document and any additional information/documents, required more than the items listed in the check list below, also shall have to be uploaded. Non-furnishing of any required information/document as per the Tender Document will lead to rejection of the bid.(in the following order only).

No Documents Required from Contractor Pg. Name of the File No. uploaded 1 EMD of Rs. 3,99,560/- (Rupees Three Lakhs ninety nine thousand five hundred and sixty only) - Receipt generated in e-procurement portal for payment of EMD 2 Tender document duly signed and stamped in token of accepted all the terms and conditions of the tender schedule 3 Certificate of Incorporation (Company/Firm Registration) 4 Valid ISO 9001:2008/2015 Valid IS0 14001:2015 5 For Sytem Integrator-Declaration by System Integrator in their letter head that procurement of SPV module will be from ALMM listed in MNRE website. For SPV Manufacturer- Proof for having listed under ALMM in MNRE website. 6 Proof for having executed the works of atleast Rs. 1.33 crores (50% of the amount put to tender) of Solar Pv Systems or manufactured & supplied solar PV modules during 01.04.2014 to 31.03.2019 in any State Govt. organization or Central Govt. organization or any local bodies or any aided organizations or Govt. Universities or Corporations along with Appendix-III 7 Proof for having executed the cumulative quantity of 124 kW (80% of the tendered quantity in kW) of Solar PV System works during the period from 01.04.2014 to 31.03.2019 in any State Govt. organization or Central Govt. organization or any local bodies or any aided organizations or Govt. Universities or Corporations along with Appendix-III. 8 Certificate from a Chartered Accountant for Proof of having achieved a Minimum Annual Turnover of Rs.2.66 crores in any two financial years during the period from 2014-15 to 2018-19. Also Audited and Certified Balance Sheet and Profit & Loss account (income & Expenditure, Receipts & payments Account) certified by a Chartered accountant should be uploaded 9 Board resolution and Power of Attorney (On Non-Judicial Stamp Paper of Rs. 200/-) as detailed in Section- D (5f) and as per Appendix-I 10 Copy of PAN & GST certificate 11 Anti Blacklisting Affidavit as per Appendix-VII 12 Service Center Details as per Section- D (5i) 11 Bidder Information Sheet 12 Implementation Schedule as per Appendix-IV 13 Acceptance of 5 years warranty and replacement of the solar power pack system as per Appendix-V 14 Anti-Collusion Certificate as per Appendix-VI 15 Bid form as per Appendix- VIII Any other information/documents that are required in the bid document

APPENDIX- I

61

Power of Attorney for signing of Application (To be executed on Rs.200/- Stamp paper)

Know all men by these presents, We, ______(name of the firm and address of the registered office) do hereby irrevocably constitute, nominate, appoint and authorise Mr. / Ms (Name), son/daughter/wife of ______and presently residing at ______, who is [presently employed with us and/or holding the position of ______], as our true and lawful attorney (hereinafter referred to as the “Attorney”) to do in our name and on our behalf, all such acts, deeds and things as are necessary or required in connection with or incidental to submission of our Application for the participation in the tender proposed by the Karnataka Renewable Energy Development Limited (the “Authority”) including but not limited to signing and submission of all Application and other documents and writings, participate in Applicant' and other conferences and providing information / responses to the Authority, representing us in all matters before the Authority, signing and execution of all contracts and undertakings consequent to acceptance of our Application, and generally dealing with the Authority in all matters in connection with or relating to or arising out of our Application for the said tender.

AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things lawfully done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us.

IN WITNESS WHEREOF WE, ______, THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ______DAY OF ______, 2020. For______(Signature) (Name, Title and Address)

Witnesses:

1 2 Accepted [Notarised]

(Signature) (Name, Title and Address of the Attorney)

62

APPENDIX-II (To be Submitted Later)

BANK GUARANTEE : SECURITY DEPOSIT

BG NO: DATED: VALID UPTO: To,

In consideration of Karnataka Renewable Energy Development Limited (KREDL) (which expression shall include its successors and assigns), having agreed interlaid to consider the tender of ------(hereinafter called the “Bidder” which expression shall include its successor assigns), for to be awarded under Tender No. upon the Bidder furnishing an undertaking from the Bank as hereinafter appearing in lieu of cash deposit of the security deposit.

We ------(hereinafter called the “Bank” which expression shall include its successors and assignees), at the request of the Bidder and with the intent to bind the Bank and its successors and assignees do hereby unconditionally and irrevocably undertake to pay the Company forthwith on first demand without protest or demur or proof or satisfaction or condition and without reference to the Bidder, all sums payable by the Bidder as and by way of security deposit to the Company, up to an aggregate limit of Rs /- (Rupees )

AND THE BANK DOTH HEREBY FURTHER AGREE AS FOLLOWS:

1. This Guarantee/Undertaking shall be a continuing guarantee and shall remain in full force and effect for all claims or demands made by the Company on the Bank until the Company discharges this Guarantee/Undertaking subject, however, that the Company shall have no claims under this Guarantee/Undertaking after the midnight of or any written extension(s) thereof.

PROVIDED that if the aforesaid work tendered for or any part thereof shall be awarded to the Tendered on or before the said date, whether on the basis of accompanying tender or any other basis, then the validity of this guarantee/undertaking shall stand extended based on the request letter of the Company for all claims and demands made by the Company for further three months.

2. The Company shall have the fullest liberty without reference to the Bank and without affecting in any way the liability of the Bank under this Guarantee/Undertaking at any time and/or from time to time any wise to postpone and/or vary any of the powers, rights, and obligations exercisable by the Company against the Bidder and either to enforce or to forbear from enforcing all or any of the terms and conditions of or governing the said Tender and/or any contract consequent upon any award of work or the said Security Deposit or the securities available to the Company or any of them and the Bank shall not be released from its liability under these Presents and the liability of the Bank hereunder shall remain in full force and effect notwithstanding any exercise by the Company of the liberty with reference to any or all the matters aforesaid or by reason of any other act, matter or thing whatsoever which under law relating to the sureties or otherwise which could, but for this provision have the effect of releasing the Bank from all or any of its obligations hereunder or any part thereof, and the Bank specifically waives any and all contrary rights 63

whatsoever.

3. It shall not be necessary for the Company to proceed against the Bidder before proceeding against the Bank and the Guarantee/Undertaking herein contained shall be enforceable against the Bank and the Guarantee/Undertaking herein contained shall be enforceable against the Bank as principal debtor notwithstanding the existence of any other undertaking or security for any indebtedness of the Bidder to the Company and notwithstanding that any such security shall at the time when claim is made against the Bank or proceedings taken against the Bank hereunder, be outstanding or unrealized.

4. The amount stated by the Company in any demand, claim or notice made with reference to this guarantee shall as between the Bank and the Company for the purpose of these presents is conclusive of the amount payable by the Bank to the Company hereunder.

5. The liability of the Bank to the Company under this Guarantee/Undertaking shall remain in full force and effect notwithstanding the existence of any difference or dispute between the Bidder and the Company, the Bidder and the Bank and/or the Bank and the Company or otherwise howsoever touching these Presents or the liability of the Bidder to the Company, and notwithstanding the existence of any instructions or purported instructions by the Bidder or any other person to the Bank not to pay or for any cause withhold or defer payment to the Company under these Presents, with the intent that notwithstanding the existing of such difference, dispute or instructions, the Bank shall be and remain liable to make payment to the Company in terms thereof. 6. This Guarantee/Undertaking shall not be determined or affected by the liquidation or winding up or dissolution or change of constitution or insolvency of the Bidder or any change in the legal constitution of the Bank or the Company.

7.Notwitstanding anything contained herein: (i) The Bank‟s liability under this guarantee/undertaking shall not exceed Rs. /- (Rupees______)

(ii) This guarantee/undertaking shall remain in force up to <>. (iii)The Bank shall be released and discharged from all liability under this guarantee/ undertaking unless a written claim or demand is issued to the Bank on or before <> or the date of expiry of any extension(s) thereof if this guarantee/ undertaking has been executed.

The Bank doth hereby declare that the Manager who is authorized to sign this Guarantee/ Undertaking on behalf of the Bank and to bind the Bank thereby.

This day of ______2020

Yours faithfully Signature: Name & Designation: Name of the Branch:

64

APPENDIX-III EXPERIENCE

(i) Bidder should have executed the works of atleast Rs. 1.33 crores (50% of the amount put to tender) of Solar Pv Systems or manufactured & supplied solar PV modules during 01.04.2014 to 31.03.2019 in any State Govt. organization or Central Govt. organization or any local bodies or any aided organizations or Govt. Universities or Corporations Supporting Documents issued by the competent authorities shall be uploaded.

Certificate issued by Capacity of the LOI/WORK Name of the Address of location system/ Concerned authority for Name of Date of SL. No. ORDER/Agreeme beneficiary where the systems Solar Power Awardees having executed the Solar nt executed dates are installed Plant Commissioning PV system works in Rs. Installations (Enclosed Y/N)

1

2

3

(ii)Bidder should have executed the cumulative quantity of 124 kW (80% of the tendered quantity in kW) of Solar PV System works during the period from 01.04.2014 to 31.03.2019 in any State Govt. organization or Central Govt. organization or any local bodies or any aided organizations or Govt. Universities or Corporations Supporting Documents issued by the competent authorities shall be uploaded.

Experience Certificate Capacity of the LOI/WORK Name of the Address of location system/ issued by Name of SL. No. ORDER/Agreeme beneficiary where the systems Solar Power Awardees Date of Commissioning Concerned nt executed dates are installed Plant authority Installations (Enclosed Y/N) 1

2

3

65

APPENDIX- IV

ACCEPTANCE OF IMPLEMENTATION SCHEDULE

To,

The Managing Director, Karnataka Renewable Energy Development Limited, #39, Shanthi Gruha, Bharath Scouts and Guides Building, Palace Road, Bengaluru-1

Sir,

We M/s. ______. (Name of the bidder) here in after Called “the Bidder” have furnished the bid for Design, Supply, Installation, Testing, Commissioning & Comprehensive Maintenance for a period of 5 years of 150Wp Capacity of Solar Powered Lights and Fans for 1027 nos. of Anganawadi Centers of “Department of Women and Child Development (DWCD)” throughout the State of Karnataka, do hereby agree to the implementation schedule of the said project. Failing which the Managing Director, KREDL will have discretion to either reject or cancel the contract agreement.

Place: Date: Yours faithfully,

Signature of the bidder with office seal

66

APPENDIX- V ACCEPTANCE OF 5 YEARS WARRANTY AND REPLACEMENT OF THE SOLAR POWER PACK SYSTEM To, The Managing Director, Karnataka Renewable Energy Development Limited, #39, Shanthi Gruha, Bharath Scouts and Guides Building, Palace Road, Bengaluru-1

Sir, Sub:- 5 Years warranty and replacement of the Solar PV system. We M/s ______. (Name of the bidder) herein after Called “the Bidder” have furnished the bid for providing SOLAR POWER PACK SYSTEM (SPP), do hereby agree for the following warranty conditions: 1. The SPV panel shall carry a warranty of minimum 25 years. 2. The SPV panel must be warranted for their output peak watt capacity which shall not be less than 90% at the end of 10 years and 80% at the end of 25 years 3. The Charge Controller Unit/other components shall carry a warranty of minimum 5 years. 4. The complete Solar Power Pack systems installed and commissioned shall be under a warranty against any manufacturing or usage defect for a minimum period of 5 years from the date of Commissioning. The mechanical structures, electrical works including charge controller maximum power point tracker units/ distribution boards/ switchgear and all other components of SPP and overall workmanship of the SPP systems must be warranted against any manufacturing/ design/ installation defects for a minimum period of 5 years. 5. The warranty will be against breakages, malfunctions, non fulfillment of guaranteed performance and breakdowns due to manufacturing defects or defects that may arise due to improper operation of electrical /electronic components of the system but do not include physical damages by the end users. 6. The above warranty shall take effect from the date on which the system is taken over by the End user representative after commissioning. 7. The successful bidder shall be liable to make good the loss by replacing the defective product during the warranty period for the entire system free of cost. 8. The warranty will cover all the materials and goods involved in the installation and commissioning of SPP systems by the successful Bidder. Failing which the Managing Director, KREDL will have discretion to either reject or cancel the contract agreement.

Place: Date: Yours faithfully,

Signature of the bidder with office seal

67

APPENDIX- VI

Anti-Collusion Certificate (On the Letterhead of the Applicant)

We hereby certify and confirm that in the tender participation we have not acted in concert or in collusion with any other Applicant or other person(s) and also not done any act, deed or thing which is or could be regarded as anti-competitive.

We further confirm that we have not offered nor will offer any illegal gratification in cash or kind to any person or agency in connection with the instant Application.

Dated this ...... Day of ...... , (month/year)

...... (Name of the Applicant)

...... (Signature of the Authorised Person)

...... (Name of the Authorised Person)

Note: 1. On the Letterhead of the Applicant

68

APPENDIX-VII

Format for Affidavit certifying that the Entity/Promoter/s / Director/s of Entity are not blacklisted (ON A STAMP PAPER OF APPROPRIATE VALUE) ANTI-BLACKLISTING AFFIDAVIT I M/s. ……………… (Single Business Entity / Lead Member/ Other Member /s), (the names and addresses of the registered office) hereby certify and confirm that we or any of our promoter/s / director/s are not barred by Karnataka Renewable Energy Development Ltd. (KREDL) / any other entity of Government of Karnataka or blacklisted by any state government or central government / department / agency in India from participating in Project/s, either individually or as member of a Consortium as on the ______(Application Due Date).

We further confirm that we are aware that our Application for the Empanelment would be liable for rejection in case any material misrepresentation is made or discovered with regard to the requirements of this tender Process.

The undersigned hereby authorize(s) and request(s) any bank, person, firm or corporation to furnish pertinent information deemed necessary and requested by KREDL to verify this statement or regarding my (our) competence and general reputation.

The undersigned understand and agree that further qualifying information may be requested, and agree to furnish any such information at the request of KREDL.

Dated this ……………………..Day of …………………., 20….

Name of the Applicant

Signature of the Authorised person

Name of the Authorised Person

Note: Signed by an Authorized signatory of the firm, Title of the signatory, Name of the firm Date (This affidavit is to be furnished on a non-judicial stamp paper of Rs.100)

69

APPENDIX -VIII

BID FORM

Tender Ref. No: Date:

To, Karnataka Renewable Energy Development Limited., # 39, Shanti Gruha, Bharat Scouts & Guides Building, Palace Road, Bangalore-1

Sir/Madam,

Having examined the Tender Documents including Addendas the receipt of which is hereby duly acknowledged, we the undersigned, offer to the Solar Powr Pack System at the site as mentioned in the tender document for which necessary Bid security amounting to Rs. in the prescribed manner set out in the Tender Document is provided. We undertake, if our Bid is accepted, for providing, installation, commissioning and maintenance of Solar Power Pack Systems in accordance with the terms and conditions in the Tender document.

1. We agree to abide by the condition that the payment of last 10% of the contract value will be held as performance security deposit by KREDL for CMC period. (The Performance Security amount shall be divided into 5 equal parts respectively for 1st , 2nd , 3rd , 4th and 5th years from the date of installation.) In case if we fail to provide service during the warrantee period, the performance security amount shall be forfeited by KREDL. Also, if we fail to furnish the annual performance report within 6 months from the last date of the respective CMC year then the performance security amount for that particular CMC year may be forfeited by KREDL 2. We agree to abide by this bid for a period of 365 days after the date fixed for opening of financial bid of the Instruction to Bidders and shall remain binding upon us and may be accepted at any time before the expiration of that period. 3. We will strictly observe the laws against fraud and corruption in force in India namely Prevention of Corruption Act 1988 ". 4. We understand that you are bound to accept the lowest or any bid you may receive. 5. We confirm that we comply with the eligibility requirements as per the Tender Document. 6. We agree to treat the Tender document and other records connected with the Works as secret and confidential documents and shall not communicate information described therein to any person other than the person authorized by you or use the information in any manner prejudicial to the safety of the Works. 7. We enclose herewith an affidavit in the required format. 8. We agree to supply as per the Intent placed by the KREDL for implementation.

Dated this day of 2020

Signature: Duly authorized to sign bid for and on behalf of office address seal Place:

70

APPENDIX-IX AGREEMENT FORM

THIS AGREEMENT made on the ...... day of ...... 2020 Between KREDL through its Managing Director, (hereinafter called "KREDL") of the one part and M/s ______(Name of the Bidder) of...... (City and country of the Bidder) (hereinafter called "the Bidder " or “Supplier” or “Contractor”) of the other part :

WHEREAS KREDL is desirous to place indent of Solar Power Pack System for the supply of those goods and services NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to. 2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz:

a. The Tender Form uploaded by the Bidder; b. The Technical Specifications; c. The General Conditions of Contract; d. The Special Condition of Contract; e. Information and Instructions to the Bidders for implementation of the project 3. In consideration of the payments to be made by KREDL to the Supplier as hereinafter mentioned, the Supplier hereby covenants with KREDL to provide the goods and services and to remedy defects therein conformity in all respects with the provisions of the Contract.

4. KREDL hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract. IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws on the day and the year written above. IN WITNESS WHEREOF, THE PARTIES HAVE EXECUTED AND

DELIVERED THIS AGREEMENT AS ON THE ______2020.

SIGNED SEALED AND DELIVERED FOR KREDL Name: Designation: MD, KREDL

Signature

In the presence of:...... SIGNED SEALED AND DELIVERED FOR SUPPLIER

Name:

Designation:

Signature

In the presence of:......

Signature In the presence of:......

71