GOVERNMENT OF KARNATAKA (Department of Agriculture) No: DDA/FM&MI/SH/RC2016-17 Commissionerate of Agriculture Seshadri Road, Bangaore-01 Dated: 20-04-2016 TENDER DOCUMENT Sub: e-based short term Tender for empanelment of additional manufacturer for supply of Sugarcane Harvester along with infielder and tractor under Departmental subsidy programmes. Ref: ÀASÉå:PÀÈE 47 PÀȪÀÄ À 2016, ÁAPÀ:27-04-2016 PREAMBLE: The Karnataka State Department of Agriculture invites the Tender through e- Procurement for Empanelment of additional Manufacturer for supply of Sugarcane Harvester along with infielder and tractor under various Programmes. The Director of Agriculture is the Tender Inviting Authority, whereas, the Commissioner for Agriculture, Bengaluru is the Tender Accepting authority. This Tender is governed by the following Terms and Conditions, set out under different Heads as under. 1. PROCEDURE FOR SUBMISSION: The process of TENDER shall involve submission of bids in two parts namely; a. Technical Bid: The Technical Bid shall be uploaded and submitted as per Annexure- I This should contain details of manufacturer and other relevant information. b. Commercial Bid: The Commercial Bid contains the details as indicated in Annexure-II The Manufacturer shall quote the supply rates inclusive of all taxes in Rupees per item. 2. The bidder who quotes for the supply of Sugarcane Harvester along with Infielder and Tractor, must be a manufacturer. 3. The manufacturer shall upload through e-procurement website https://.eproc.karnataka.gov.in. all the Technical details as per Annexure-I and Commercial bid as per annexure -II separately and submit the hard copies of Technical Bid along with relevant documents uploaded in the e-procurement portal, in an envelope duly super scribing the name of the item and address of the Manufacturer. The envelope shall be addressed to the Director of Agriculture and be dropped in the concerned box kept at the office of the Deputy Director of Agriculture (FM&MI), Seshadri Road, Bangalore-560001- specifically for this purpose, on or before 13/05/2016, 5.00 PM. E:\f drive\roopa\2014-15\14-15 Tender\FM II Tender - Tractors & others
2 4. The Technical Bid will be opened on 16/05/2016 at 11 AM in the Conference Hall of the Commissionerate of Agriculture. 5. Every correction in the Bid documents shall be attested by the Manufacturer, failing which the concerned Bid shall be rejected. 6. The Bid document must be signed only by the proprietor, if it is a proprietary concern. If it is a partnership firm, a person duly assigned on behalf of the partners shall sign the Bid document. Attested copy of the Partnership Deed and authorization letter for signing of Bid documents, with necessary seal and signature shall be submitted through e-procurement portal. 7. In addition it may be noted that incomplete Technical and Commercial Bid in any form will be out rightly rejected. 8. Machinery uploaded in Annexure -I should have FMTTI Commercial Test Reports with all specifications 9. EARNEST MONEY DEPOSIT: a. Earnest Money Deposit (EMD) of Rs. 2.50 lakhs shall be submitted through e- procurement portal in favour of the Director of Agriculture, Bengaluru valid for a period of 26 months and the copy of the same shall be uploaded in the e- Procurement portal. b. The EMD of the successful Manufacturer will be retained by the Department as security deposit and will be refunded after the validity period of the Bid after obtaining Successful Supply Certificate from the concerned District Joint Directors of Agriculture or shall be forfeited in the event of violation of Tender terms and conditions. c. The EMD of the unsuccessful bidders will be returned without any interest after the completion of the Bid process or in the event of cancellation of Bid process. d. EOI Processing Fees amount to be paid through e-procurement portal. 10. The manufacturer should provide two year warranty from the date of supply / installation of the Items and sufficient spares shall be made available. 11. The rates quoted in the Bid shall be for the item specified in Annexure-II and inclusive of all taxes including VAT, duties, cess, insurance, loading and unloading, transportation and installation charges during the contract period. The supply should be made at the manufacturers own risk and cost. 12. The manufacturer shall provide details such as place/s of manufacture, registration certificate, production capacity, quality enforcement facilities in the Technical Bid.
3 13. Atleast 5 Nos. of performance satisfactory certificate should be enclosed from users. 14. The rates should be quoted in whole rupee only and must be expressed in figures and in words (English). In cases of discrepancy between the prices quoted in figure and in words, lower of the two shall be considered and binding. 15. The rates quoted should be valid for a further period of 2year from the date of signing the agreement. 16. No representation towards upward revision of rates will be allowed. 17.. Damages and breakages, if any in transit, such articles thereof, should be replaced. 18. The manufacturer shall provide details such as cost, profit margin, taxation etc in the Commercial Bid, as per Annexure-III of this document. 19. The costing sheet (Annexure-IV) involving the cost of the specific/special feature and the main components of the machinery along with wear & tear of different components & its average lifespan should be uploaded mandatorily by the manufacturer. 20. The Department will have an option to inspect the manufacturing premises of the various manufacturing units of all empanelled firms, who participate in the TENDER, to ascertain the manufacturing and production capabilities, quality checking facilities / R&D establishments. 21.VALIDITY OF BID AND THE EMPANELLED RATES : a. The quoted rates shall be valid up to 2 years from the date of issue of the Rate Contract Order. The period of Validity of Bid may be extended by up to 6 months beyond the date of expiry of the Rate Contract period at the discretion of the Tender Accepting Authority. b. Quoting of higher rates in the Tender than the existing open market rates shall be treated as violation of the terms of Bid. If any selected manufacturer is found in such situation/s, such manufacturer shall be blacklisted. Further the EMD submitted by such manufacturer shall be forfeited. c. The manufacturer should supply the items as per the specifications mentioned in the Bid document and the same should be entered in the bill. 22. OPENING AND SCRUTINY: a. The opening of Technical Bids will be taken up by the Tender scrutiny committee. Bidder may be present at that time. b. Bid not accompanied by the following items will be rejected. i. EMD drawn in favour of Director of Agriculture. ii. Details of firm registration (Copy of Registration/Partnership/Sole Proprietoryship) iii. Certificate of Tax Payer Identification No. (TIN) under the new tax system of VAT (Value Added Tax). iv. Detailed Commercial Test Reports from FMTTI with all specifications
4 c The bidder shall be rejected, if the Manufacturer is a defaulter already in the previous transactions or Governmental supplies. d. The bidder shall upload model wise photo of Sugar cane harvester along with infielder and tractors. 23. Empanelment of Manufacturer/s: a. The commercial bid of technically qualified manufacturer will be opened. After the scrutiny and finalization of Commercial Bids, the Department if convinced of the quoted rates, quality of items as per the specifications, will empanel the qualified manufacturer/s.. b. The suppliers shall bear the Bank charges if any. 24. Bills should be in the name of empanelled manufacturer only. Any other bills will not be entertained. 25. The approved manufacturer should submit the bills in triplicates, if the subsidy is to be sanctioned under single Head. However, if the subsidy is sanctioned under two different heads, the firms should submit the bills in 6 copies (3 copies for GoI share indicating it as 'A' and remaining 3 copies for GoK share indicating it as 'B'). 26. SUPPLY PROCEDURES: 1. The Manufacturer shall record Chassis/Engine Numbers in the Delivery Challan, with due proof of transportation (Way Bill or Lorry/Rail Receipt) (Copy to be enclosed). 2. The Manufacturer shall emboss the following points on the material supplied Supplied through Department of Agriculture during ------------(Year) under Subsidy programme Manufacturers name / Brand name. 3. The equipment shall have label plate indicating the Specification and Weight. 4. The Manufacturers shall have to supply a kit consisting of adequate number of tools required for maintenance of the sugarcane harvester along with infielder and tractor. 5. It is mandatory for the manufacturer to provide users' manual in the local language along with the Warranty card. 6. It is mandatory for the manufacturer to provide a copy of relevant Commercial Test Report. 7. The indented sugarcane harvester along with infielder and tractor shall be supplied at the sites specified by the indenting officer. 8. The Successful manufacturer should co-operate to train the Department officers, or the concerned in order to create awareness on Farm Mechanization.
5 27. PENALTIES FOR NON-COMPLIANCES, VIOLATIONS AND NON PERFORMANCE: a. In the event of failure of the manufacturer to execute the order within the specified period (with in 20days) the order shall be treated as cancelled and such Manufacturer shall be blacklisted, with due liberty to the indenting officer (District Joint Director of Agriculture / Taluka Assistant Director of Agriculture) to make alternate arrangement for supply of the item as per the demand b. The Department reserves the rights to reject delayed supplies. c. If any information provided by the manufacturer is found to be factually false or misleading such manufacturer will summarily be rejected, any time during the validity period of the Bid and liable for penalties as applicable. d. If any manufacturer upon placement of supply orders fails to execute the orders with in the specified period will be attracting penal action in the form of forfeiture of EMD. Apart from this, 2 % of the total value quoted for the item will be charged as additional penalty besides black listing. 28. LEGAL TERMS AND COMPLIANCES: a. The empanelled manufacturer after issuance of rate contract order by the Department of Agriculture shall execute an agreement covering all the terms and conditions on Rs.200/- Non-Judicial stamp paper (purchased in the name of the manufacturer) or as per the existing procedure at his cost within 7 days from the date of issue of order.. b. In respect of any dispute arising out of implementation of this Bid, the decision of the Tender Accepting Authority (Commissioner for Agriculture) shall be final. c. For any legal remedies, the courts at Bangalore shall only have the jurisdiction. 29. RIGHTS RESERVED: a. The decision of the Tender Accepting Authority (Commissioner for Agriculture) shall be final. b. The Department of Agriculture reserves the right to accept or reject the Bid even after opening of Technical Bid or Commercial Bid without assigning any reasons. DIRECTOR OF AGRICULTURE & TENDER INVITING AUTHORITY
NAME OF THE ITEM : PARTICIPANTS PROFILE 1. Product details for which Technical Bid submitted. 6 ANNEXURE- I TECHNICAL BID 2. Empanelment reference No: DDA/FM&MI/SH/RC2016-17 Dt: 20/04/2016 3. Name & address of the Manufacturer M/S...................... 4 Details of EMD paid......... 5. Status of the firm Please tick the appropriate and furnish documentary proof as shown against each of the following. i) Registered firm ii) Sole proprietorship firm iii) Partnership firm v) Public limited company iv) Private limited company 6. Name, designation, telephone, Mobile, Fax No. and E-mail of the authorised contact person who deals with this Bid matters and Local Address in Karnataka. 7. Value Added Tax Registration (VAT) / Tax Payer Identification Number (TIN) (Enclose attested photo copies of Registration / Latest renewal certificate without this technical bid will be rejected) 8. Commercial Test Reports from Farm Machinery Testing and Training Institute (FMTTI) should be enclosed. Name: Designation: Telephone No: Fax No: E-mail : Local Address: VAT No. TIN No. Name of The Institute 1. FMTTI Mob: Place
7. II.PRODUCTION CAPACITY: Furnish the following details: Sl.N o Items Details 1. Name and Address of the Manufacturer M/s............ 2. Location and Address of the Production Unit. 3. Annual production Capacity No. of units manufactured per year: 4. Details of Rate Contract Entered with other No Year States State Governments and Quantities supplied, along with rates quoted/unit (for the last 3 1 2013-14 years). 2 2014-15 3 2015-16 5. Performance Satisfactory Certificate from any State Government or Organization if any and any user. 6. State or National Awards Received if any. III. Sales Tax / VAT Clearance Certificate for the last year as on 31-03-2015: Enclosed/Not Enclosed. IV. SALES DETAILS IN KARNATAKA (Last 3 year) Sl Year Item and Model (Use extra sheet if space Quantity Sold in Numbers No. is insufficient) 1 2013-14 2 2014-15 3 *2015-16 *For the year 2015-16 district wise item wise sales details should be enclosed separately
8 V.CHECKLIST OF ENCLOSURES TO THE TECHNICAL BID (Tick the items) Sl.No Items Details 1. EMD Details Original / Xerox 2. Copy of Certificate of Registration of the Firm. Enclosed/Not Enclosed. 3. Partnership Agreement. Enclosed/Not Enclosed. 4. Value Added Tax Registration Certificate Enclosed/Not Enclosed. 5. Sales Tax Clearance Certificate as on 31.03.2015 Enclosed/Not Enclosed. 6. State / National Awards (if any) received. Copy to be enclosed Enclosed/Not Enclosed. 7. Performance satisfactory certificate. Enclosed/Not Enclosed. 8. Letter of Authorization for the Participating Representative Enclosed/Not Enclosed. 9. Commercial Test Report Enclosed/Not Enclosed 10. ISI / BIS License (Where ever applicable) Enclosed/Not Enclosed 11. The operational Photos or Still photos of the items participated Enclosed/Not Enclosed along with the soft copy in the form of CD 12. District wise Item wise sales details for the year 2015-16 Enclosed/Not Enclosed DECLARATION BY THE BIDDER: 1. I have read and understood the Tender Terms and Conditions relevant to Tender Notification No: DDA/FM&MI/SH/RC2016-17 Dt: 20/04/2016 as contained in Tender Document and I have submitted the Technical Bid in accordance with the Terms and Conditions of the above referred notification and Tender document. 2. The information furnished in the Technical Bid are true and factual and I clearly understand that our Bid is liable for rejection, if any information furnished is found to be not true and not factual at any point of time. The Department will have right to initiate action as deemed fit. 3. The Commercial Bid is separately submitted against this Bid. Place: Date: Seal & Signature of the manufacturer Note: Please do not use any format other than the prescribed Annexures,failing which Tender will be rejected. Any Technical Bid without EMD, Certificates indicated and Detailed Commercial Test Report as specified in Annexure-I shall be rejected. Legible Photo copies of all certificates should be self attested. Without this Technical Bid will be rejected. All the corrections made in the Bid forms should be attested by the concerned manufacturer only.
9 ANNEXURE-II : COMMERCIAL BID PRICE QUOTE Individual prices of Equipment to be quoted by the manufacturer 1. Submitted to THE DIRECTOR OF AGRICULTURE SESHADRI ROAD, BANGALORE-560 001. 2. Submitted by M/s............. 3. Tender Notification No. No: No: DDA/FM&MI/SH/RC2016-17, Dt: 20/04/2016 4. Rates Quoted - Rs. Per Unit Type For Government of India approved models only. 1. Sugar cane Harvester 2. infielder 3. Tractors Model Name & HP In figures(rs.) In Word Detailed specifications of Harvester/Infielder/Tractor, Such as type of model, cutting capacity (ton/hr), required distance of planting, cost of cutting per ton, engine power(hp), Weight of machine, engine diesel and oil consumption, special specifications if any etc to be furnished by the bidder of the equipment quoted in the price list. Specifications are as per the Commercial Test Report enclosed along with the Technical Bid. I/We have submitted this Commercial Bid against Notification No: DDA/FM&MI/SH/RC2016-17, Dt: 20/04/2016 and TENDER terms and conditions and certify that I/We have quoted rates for the items as per the prescribed standards detailed in the Commercial Test Report. I/We have gone through terms and conditions governing this Bid thoroughly and rates have been quoted without any ambiguity. I/We would abide by the terms and conditions governing this order. I/We ensure supply of the equipment as per specifications incorporated in the Commercial Test Report. Seal and Signature of the Bidder
10 Annexure - III Details to be furnished along with Commercial Bid No. Item Particulars* 1. Make/Model 2. MRP in Karnataka. If imported MRP in India (inclusive of all taxes). 3. Details of Taxes 4. MRP (exclusive of taxes) 5. All Cash/Non cash Incentives/ Margins to Dealers and Any Other Intermediary/ies - Give value in Rs. 6. Details of Any Other Cost Associated with sale of Item 7. Actual Price Realization to the Company * If there are more than one models, please use separate sheets or add separate column. I/We hereby certify that the information provided herein is true and correct to the best of my/our knowledge and that no fact/s is/are hidden or disguised, in giving this information. We have no objection with the Department of Agriculture in cross checking these details with the Sales Tax, Income Tax and Customs and Central Excise Departments. Signature of the Authorised Signatory: Firm :
11 Annexure-IV Details to be furnished along with Commercial Bid for Sugarcane harvester along with Infielder and Tractor to be furnished separately.(on per unit basis) Sl. No Description Specification Rate (in Rs.) 1. Total cost of raw material (MS) Weight of material (Kg) 2. Total cost of Special material Total cost of the material (A) 3. Total investment cost of Land & 80% of the building + Machinery Cost + Material cost Man power (labour) + Overhead (A) X 0.8 charges including working capital (B) Total production cost of the machine (C) = (A+B) 4. Profit (D) 10% of the Total production cost of the Machine Total Cost of the Implement/Equipment/Machine (C+D) Amount (in Rs.) Signature of the Authorised Signatory: Firm :
12