D:\Website updates\Tender\2011-12\NHMNotification.doc
Government of Karnataka
DEPARTMENT OF HORTICULTURE
KARNATAKA STATE HORTICULTURE MISSION AGENCY ( R )
NO: MD/KSHMA/ED/AHO-3/68 /2011-12 Office of the Mission Director
Lalbagh, Bangalore
Date: 06-07-2011
SHORT TERM TENDER NOTIFICATION THROUGH e-PROCUREMENT
Sub : Inviting tender for fixing of rates based on the lowest rates and
empanelling of Manufactures and Distributors / Agencies for
Essential Inputs used in Horticulture crops for the purpose of
subsidy provided under NHM and other schemes /
programmes of the Dept. of Horticulture-reg.
Ref: e-Procurement Notification of even No. & date :
*********
PREAMBLE :
The Karnataka State Horticulture Mission Agency (R) has invited
Tenders through e-procurement vide reference cited above, for fixation of rates
of Essential Inputs from the manufacturers or their authorized State distributors
only for Essential Inputs used in Horticulture crops for the purpose of subsidy
provided under NHM and other schemes / programmes of the Dept. of
Horticulture during 2011-12.
The Tender under reference is governed by the following Terms and
Conditions set out under different heads as under. This Tender is called for the
purpose of fixing of L1 rates of Essential Inputs only. There should be only one
L1 rate for each product with maximum of one year shelf life wherever
applicable. No other rates shall be entertained. The inputs should be made
available at all districts / taluk / Hobli levels for the farmers to buy directly at
more places.
I. PROCEDURE FOR SUBMISSION OF e-PROCURMENT TENDER
FORM :
1. The Tender shall be uploaded in two parts namely;
a) Technical Bid: The Technical bid shall be submitted as per
Annexure-I and along with Annexure- II, V & VI.
b) Commercial Bid: The Commercial Bid contains the details as
indicated in the Annexure -IV. („B‟ Schedule)
KSHMA Office Tele Fax: 080 – 26577304. Contact: 080-22722672, 22742107 / 26571925
Mobile : ED : 9448999208, MD : 9448999200.
E-mail: [email protected]
D:\Website updates\Tender\2011-12\NHMNotification.doc
2
2. Tender Forms may be downloaded from Government of Karnataka
e-Procurement website: eproc.karnataka.govt.in from 15-07-2011 under login
for tenderer. Aspiring tenderer who has not registered in e-procurement should
register before participating through the website: eproc.karnataka.govt.in.
3. Manufacturers / Authorised Distributors / Agents can access the application
forms on the website, fill them with all relevant information, and submit the
completed application forms in to electronic Tender on the website:
eproc.karnataka.govt.in after submitting EMD and the Tender processing fee
in the form of e-payment.
4. The last date for uploading the Tender is 23-07-2011 up to 5.00 P.M. The
opening of Tender will be on 25-07-2011 commencing from 11.00 A.M. for
Technical scrutiny and Commercial bid will be opened at a later date (which
will be intimated) in the Mini Meeting Hall of the Directorate of Horticulture,
Lalbagh, Bangalore-560 004.
5. Pre-bid meeting will be conducted on 18-07-2011 for any clarification if
needed.
Proprietor / Partnership firm :
a) The Tenders shall be signed only by Proprietor if it is a Proprietary
concern in support of which Affidavit of ownership, a copy of the
Certificate of Registration has to be submitted to know the person
authorized to sign the document.
b) If it is a Partnership, one of the Partners or a person authorized by the
partners shall sign the Tender. Copy of the Partnership deed shall be
submitted to know the person authorized to sign the document.
b) If it is Public or Private limited company, the Chief Executive of the
company or a person authorized, in support of which necessary
authorization letter with seal and Signature, shall be submitted.
(Enclose copy of the Memorandum and Articles of Association and
authorization letter).
5 . Earnest Money Deposit (EMD):
An Earnest Money Deposit (EMD) of Rs. 50,000/- (Rupees fifty
thousand only) should be paid online through e-Procurement portal in the
form of e-payments, using any of the following payment modes i.e., Credit
Card, Direct Debit, National Electronic Fund Transfer (NEFT) or Over the
Counter (OTC). Application without EMD shall be rejected.
D:\Website updates\Tender\2011-12\NHMNotification.doc
3
i. CREDIT CARD PAYMENT METHOD:
To pay the registration fee through your credit card, click on the
“Credit Card (Online Payment)” option. If you choose to pay the fees
later click on “Close” button. Click Pay after verifying details on the
screen that appears.
Click on “Pay” button to proceed with payment process. Click
“Back” if you wish to.
Choose a different payment method. Click on “OK” button on the
payment method.
Confirmation window that is displayed. You will choose your card
type (VISA, master Card).
You enter your credit card details. Card Details completely filled.
The screen will look like it is shown above when you have
completely filled the card details.
Click on “PAY NOW” button to effect the payment. Your card
details are verified by the payment gateway service and you will receive
confirmation of payment debited to your card account if the card is valid.
If the card is not valid you will receive alert about it and system will wait
for you to correct any errors in the card details provided by you.
A successful transaction message is displayed.
ii. DIRECT DEBIT METHOD:
Click on “Direct Debit Using Internet Banking (Online Payment)
option to pay from your bank account through Internet Banking facility.
Click on “Pay” to proceed or “Back” to change the payment
method on the Payment details screen.
Click on “OK” on the confirmation window to effect the payment.
Click on “Cancel” and then on “Back” to change the payment
method. You will see information on your screen about successful
completion of payment process.
iii. OTC PAYMENT PROCEDURE:
If a supplier chooses to make payment of EMD/application
processing fees Over The Counter (OTC) in any of the designated
Axis Bank branches listed in the e-Procurement web-site
(http://www. eproc.karnataka.govt.in) the supplier will need to log
into e-Procurement
D:\Website updates\Tender\2011-12\NHMNotification.doc
4
system, access the tender for which bid is being created and then select
the OTC option under the payment section and print the Challan shown in
that section. The printed challan will have the unique bid reference
number and the amount to be remitted. Along with the challan, supplier
can choose to make the payment either in the form of cash or in the form
of Demand Draft. Cheque payments will not be accepted. The supplier is
requested to specifically inform the bank officer to input the unique bid
reference number printed in the challan in the banking software. Upon
successful receipt of the payment, the bank will provide a 16-digit
reference number acknowledging the receipt of payment. This 16-digit
reference number has to be entered by the supplier in the payment
section of its bid as payment confirmation before the bid is submitted
i.e., as a pre-requisite for bid submission.
iv. NEFT / PAYMENT PROCEDURE:
If a supplier chooses to make payment of EMD/tender processing
fees using Reserve Bank of India's (RBI) National Electronic Fund
Transfer (NEFT) system, the supplier will need to log into e-
Procurement system, access the application for which bid is being created
and then select the NEFT option under the payment section and print the
Challan shown in that section. The printed challan will have the unique
bid reference number, account details of Government of Karnataka and
the amount to be remitted. The supplier has to submit the printed challan
to its bank-branch (NEFT-enabled) and request for an account-to-
account transfer, wherein the money will get transferred from the
tenderer' bank account to GOK‟s bank account. The supplier should
ensure that NEFT transfer instructions are executed and the funds are
wired to the Government of Karnataka's principal account before the last
date for bid submission and preferably 24 hours before the last date for
bid submission. If the supplier's bank transfers / wires the money after the
last date for bid submission, the supplier's bid will be liable for rejection.
Upon executing the transfer, the supplier's bank will provide a reference
number generated by NEFT software as confirmation of transfer, which
has to be entered by tenderer in the payment section of its bid as payment
confirmation before the bid is submitted (i.e.) as a pre-requisite for bid
submission. Also, the account number from which the funds were
transferred have to be entered in the e-Procurement system as part of its
bid.
The tenderers bid will be evaluated only on confirmation of receipt
of the payment (EMD) in the Government of Karnataka central pooling
Account.
D:\Website updates\Tender\2011-12\NHMNotification.doc
5
For details on e-Payment services, refer to e-procurement portal for
more details on the process.
Note: In e-Procurement Portal, tenderer has the option of withdrawing
the Bid by digitally signing to withdraw/cancel bid before the bid
submission time / Date. Help Desk: 080 25501216 / 22501227 or e-mail:
[email protected] (Timings: 10.00 am to 9.00 pm)
6. In respect of eligible firms as per the e-procurement terms & conditions,
E.M.D. will be refunded after the validity period of the e-Procurement.
However, the E.M.D. will be forfeited in the event of failure of the firms
violating terms & conditions or violates any of the e-Procurement
conditions.
7. Validity of Tender: The rates quoted or Tendered would be valid up
to 31-05-2012 or for extended period as decided by Dept. of Horticulture.
8. The Department will not entertain any price revision during the validity
period of Tender or extended period there of.
9. If any information provided by the Tenderer in both Technical and
Commercial Bids are found to be factually false or misleading, such
Tenders will be summarily rejected at any time during the validity of the
tender and liable for penalties as applicable.
10. If any complaint of black listed by any State Government or GOI, such
Tenderer is liable for rejection at any time during the validity of the
tender period.
11. The Tenders are liable for rejection due to the following reasons ;
a. Incomplete /non – submission of any of the documents sought for.
b. For any disqualification made by the Department / GOI.
c. Default in the previous transaction.
d. Incomplete technical and commercial bids submissions.
e. No document will be accepted after opening of the tender.
D:\Website updates\Tender\2011-12\NHMNotification.doc
6
III Opening of tenders & Tenders scrutiny:
12. The opening of Technical Bids will be done in the presence of the
tenderers or their authorized representatives and the Tender Scrutinizing
Committee will conduct preliminary scrutiny.
13. The Commercial Bids in respect of those Tenders whose Technical Bids
are qualified will be opened in the presence of the tenderers by the
Tender Scrutinizing Committee appointed by the Tender Accepting
Authority, namely Mission Director & Director of Horticulture.
14. After opening of the Commercial Bid, all the eligible and qualified
tenderers will be empanelled along with rates. Further, only one L1 rate,
will be determined. Separate rates should not be considered for
differentiating factors like shelf life, IMO Certification, Propriety nature
of the product IPR status, patents, DST / DSIR recognition and special
features if any.
IV Product Specifications:
15. The Essential inputs made available shall be in conformity with the
standards / specifications indicated in Annexure – III of the tender
document and as per FCO 1985 / Insecticides Act 1968 and Rules 1971,
as the case may be.
16. The tenderer shall print / affix a permanent sticker on the container
stating that “ONLY FOR GOVERNMENT DEPARTMENT PROGRAMME,
NOT FOR RE-SALE” in bold letters.
V. TENDERED RATES & QUOTED QUANTITY:
17. a) The rates quoted by the tenderer shall be most competitive, since the
Department is not a dealer or trader. It should not include dealers margin
normally given for open trade. The rates quoted should be inclusive of all
taxes, duties, cess, insurance, freight including loading and unloading
etc., Further, it may be noted that any tenderer if tempted to quote below
the cost of production of a product or a normally high price, than ruling
market price, such tenders will be summarily rejected. The rate quoted
should be for the packing size prescribed at Annexures – III.
b) Any product getting cross subsidy at production stage for raw-
materials, Power etc., from any source, need not quote in the Tender,
as it undermines the very spirit of KTPP Act and there will not be
any scope to provide level playing ground to all those manufactures who
produce such products on commercial scale without availing any subsidy.
D:\Website updates\Tender\2011-12\NHMNotification.doc
7
18. The successful Tenders whose tenders are accepted shall not sell the
quoted product to the farmers in Karnataka through any Agency at the
rates lesser than those quoted to the Department under this Tender.
19. Costing worksheet in detail indicating cost of raw materials, production
cost, packing, transportation cost, marketing cost etc., shall be submitted
along with the Technical Bid of the Tender document. The tenderer
shall declare that the product in question and rates quoted do not enjoy
the benefit of cross subsidy from any source at production stage.
20. After approval from the competent authority the empanelled list of
manufacturer / authorized state distributor along with rate offered will be
intimated to the District Deputy Director of Horticulture / Senior
Assistant Director of Horticulture who in turn intimate the details to the
farmers for procurement directly by the farmers.
VI. ELIGIBILITY CRITERIA FOR THE TENDERERS:
21. Registration Certificate / manufacturing licence are compulsory for those
product registered under Fertilizer Control Order (FCO) 1985 /
Insecticide Act 1968 and Rules 1971 and attested copies should be
enclosed. Products not requiring licence to manufacture need not comply
with this condition.
22. Latest Quality Test Reports obtained only from notified Laboratories /
Govt. Institution / approved Labs should be enclosed to the Technical
Bid. The Test Report should not be older than four months from the last
date for submission of Tender Form.
23. Supply orders shall not be given to the empanelled manufacturer /
authorized state distributor, but should be made available the products in
demand to purchase directly by farmers.
24. Many of the Horticultural activities relating to crops are season bound
and required inputs should be made available during the required months.
Secondly, perennial crops need to be provided with required inputs
periodically so much so that input management in Horticultural crops
shall be spread over for the whole year. If the empanelled company or
organization fails to make available the required product, alternative
arrangement will be made to meet the farmers demand.
D:\Website updates\Tender\2011-12\NHMNotification.doc
8
25. The Cash Bill / Invoice should be in the name of the farmer who
purchases the materials, with seal and signature of the firms, with TIN
number.
26. The firms shall compulsorily mention the respective batch / lot number in
the cash bill / Invoice bill.
27. The Department shall not have any liability for any damages to the
products at any time during the currency of the tender programme.
VII. QUALITY RESPONSIBILITIES :
28. The tenderer shall have the sole responsibility of ensuring quality of
Essential Inputs as per the FCO 1985 / Insecticide Act, 1968, and Rules
1971 and as amended from time to time.
29. The production unit of the manufacturing company shall be inspected by
the Technical Committee constituted by the Department of Horticulture
to ascertain infrastructure, internal quality mechanism, man power and
production capacity, etc., of the company as and when required.
VIII. PENALTIES FOR NON-COMPLIANCES, VIOLATIAONS & NON
PERFORMANCE :
30. On approval of the tender if the tenderer does not perform his obligations
as per the tenders terms and conditions such tenderer shall be blacklisted
and Department shall reserve all rights to make alternative arrangements
to make available the products.
31. Violation of any of the terms and conditions of the Tender by the firms is
liable for stringent actions like forfeiting of EMD amount, subsidy claims
and disqualification for Departmental supplies for a period of three years
or any other punishment as deemed fit in the opinion and judgment of the
Tender Accepting Authority, depending on the nature of violation.
IX. LEGAL TERMS & COMPLIANCES:
32. The successful tenderer shall execute an agreement covering the Terms
and Conditions of tender on Rs.200/- Non-Judicial Stamp Paper or as per
the existing procedure at his cost, at the time of acceptance of tender.
D:\Website updates\Tender\2011-12\NHMNotification.doc
9
33. In respect of any dispute arising out of implementation of this tender, the
decision of the Director of Horticulture shall be final.
34. For any legal remedies, the courts at Bangalore city shall only have the
jurisdiction.
X. RIGHTS RESERVED:
35. The Tender Accepting Authority reserves the right to reject the tender
even after opening of Technical bid or Commercial Bid without assigning
any reasons whatsoever.
36. The farmers shall be free to select to buy any Essential inputs of their
choice from any of the empanelled tenderer at the approved L1 rate.
37. The subsidy shall be released directly to the eligible beneficiary farmer.
Payment of subsidy shall be made after ascertaining the possession of the
Essential inputs with the farmers as per the Departmental guidelines, and
after conducting the inspection.
Executive Director
KSHMA
D:\Website updates\Tender\2011-12\NHMNotification.doc
10
ANNEXURE – I
TECHNICAL BID
TENDERERS PROFILE:
1 Name of the product for which
Technical Bid submitted
2 Tender reference NO.MD/KSHMA/ED/AHO-3/68/
2011-12 dated:
3 Name & address of the Tenderer
4 Details of EMD paid
Date: ………..
Bank: ………..
Amount ………..
5 Status of the Firm
1. Registered firm
2. Sole proprietorship firm
3. Partnership firm
4. Private limited company
5. Public limited company
Please tick the appropriate and
furnish documentary proof as
shown against each
(Registration certificate)
…….(Name & address of the
proprietor)
…….(partnership agreement letter
of consent and authorized by other
partner to bid for this tender)
…….(Certificate of incorporation
& authorization from CEO, if not
represented by CEO)
……..(Certificate of incorporation
& authorization form CEO, if not
represented by CEO)
6 Quality tests reports from
approved Lab / Institution (copy
to be enclosed).
7 State Sales Tax / Tin No.
Central Sales Tax No.
(Please enclose photo copies of
Registration certificate or latest
renewal Certificate)
8 Name, Designation, Telephone,
Mobile, Fax No. of the authorized
contact person who deal with this
Tender matters e- mail id
Seal & Signature
of the Tenderer
D:\Website updates\Tender\2011-12\NHMNotification.doc
11
ANNEXURE-II
1. PRODUCTION PROFILE : FURNISH THE FOLLOWING DETAILS.
i) Name & address of the firm :
ii) Name of the product manufactured / produced :
iii) Production details :
i) Name & address of the firm :
ii. Name of the product manufactured / produced :
SL.No. Name of the
product
Brand
Name
CIB Registration No.
& Validity of
registration and
manufacturing licence
as per Insecticides Act
1968
Production
capacity
1
2
iii. Production details :
Sl.No. Name of the
product
Quantity manufactured /
marketed during 2010-11
Quantity supplied to
any Departmental
programmes
Manufactured Marketed
1
2
D:\Website updates\Tender\2011-12\NHMNotification.doc
12
1. Whether possessing R & D facility recognized by DST / DSIR (enclosed
attested copy)
2. Place and address of location.
3. Infrastructure facilities / lab equipment available (List to be enclosed)
4. Production capacity and production.
5. Good Manufacturing Practices (GMP) adopted at manufacturing unit.
2. CELARANCES / CERTIFICATES:
1. Copy of the sales tax returns filed / Certificate for last year: Enclosed /
Not Enclosed.
Seal & Signature
of the Tenderer
D:\Website updates\Tender\2011-12\NHMNotification.doc
13
ANNEXURE –III
Specification for Green Manure Seeds / Soil Amendments / Micro
nutrients / Bio-Fertilizers & Bio - Agents / Botanicals / Chemical
Pesticides / Pheromone Traps (As per FCO, 1985)
I. Green Manure Seeds (Packing 5.00kg) :
1. Green Manure Seeds (Sunhemp / Diancha / Puneria / Mimosa) :
Sl.
No
Parameters Crops Diancha / sun
hemp / Puneria /
Mimosa
1 Germination (%) (Minimum) 65
2 Moisture (%) (Maximum) 10
3 Pure Seed (%) (Minimum) 98
4 Inner matter (%) (Maximum) 2
5 Other Crop Seeds (number – Maximum) 1 %
6 ODV (Number – Maximum) 1 %
II Soil Amendments :
a. Agriculture Lime : (50 kg)
Calcium in the form of (Ca) for - 45%
agricultural lime CaCo3 or Dolomite
Fineness - 50% of the material should pass
through 100 mesh sieve or 150 microns.
b. Dolomite : (50 kg)
Calcium in the form of (Ca) - 45%
for agricultural lime CaCo3 or Dolomite
Fineness - 50% of the material should pass
through 100 mesh sieve or 150 microns.
D:\Website updates\Tender\2011-12\NHMNotification.doc
14
III Micro nutrients :
1. Zinc Sulphate : (500 gm/ 1.00 kg)
Insoluble matter in water percent by weight. (maximum) - 1.00
Zinc (as Zn) percent by weight (minimum) - 21.0
Lead (as Pb) percent by weight (maximum) - 0.003
Copper (as Cu%) percent by weight (maximum) - 0.1
PH not less than - 4.0
Arsenic percent by weight (maximum) - 0.01
2. Borax : (500 gm/ 1.00 kg)
Content of Boron (as B) % by weight (minimum) - 10.05
Matter insoluble in water % by weight. (maximum) - 1.00
PH - 9.0 - 9.5
Lead (as Pb) percent by weight (maximum) - 0.003
3. Ferrous Sulphate : (500 gm/ 1.00 kg)
Content of Ferrous Iron (as Fe) % by weight (minimum) - 19.0
Free acid (as H2 SO4) % by weight. (maximum) - 1.00
Ferric Iron (as Fe) % by weight (maximum) - 0.5
Matter insoluble in water % by weight. (maximum) - 1.00
PH
not less than - 3.5
Lead (as Pb) percent by weight (maximum) - 0.003
4. Magnesium Sulphate : (500 gm / 1.00 kg)
Free flowing -crystalline form
Matter insoluble in water, per cent by weight, (maximum) - 1.0
Magnesium {as Mg), per cent by weight, (minimum) - 9.6
Lead (as Pb), percent by weight, (maximum) - 0.003
pH (5% solution) - 5.0-8.0
Sulphur (asS), percent by weight, (minimum) - 12.0
D:\Website updates\Tender\2011-12\NHMNotification.doc
15
IV Specifications for Bio-fertilizers & Bio-Agents as per
FCO,1985 (Powder form - packing size 500 gm & 1.00 kg)
a. Bio – Fertilizers :
Sl
No. Parameter
Standards
Rhizobium Azotobactor Azospirillum PSB
1 2 3 4 5 6
1 Base Carrier based or
Liquid based
Carrier based
or Liquid
based
Carrier based or
Liquid based
Carrier based or
Liquid based
2 Viable Cell
count
CFC minimum
107 cell/ml of
liquid material
CFC
minimum 107
cell/ml of
liquid
material
CFC minimum
107 cell/ml of
liquid material
CFC minimum 107
cell/ml of liquid
material
3 Contaminat
ion level
No
Contamination
at 105 dilution
No
Contaminatio
n at 105
dilution
No
Contamination at
105 dilution
No Contamination
at 105 dilution
4 pH 6.5 – 7.5 6.5-7.0 6.5-7.5 6.5-7.5
5 Particle size
in case of
carrier
based
material
All material
shall pass
through 0.15 –
0.212 mm IS
sieve
All material
shall pass
through 0.15
– 0.212 mm
IS sieve
All material shall
pass through
0.15 – 0.212 mm
IS sieve
All material shall
pass through 0.15 –
0.212 mm IS sieve
6 Moisture
percent by
weight,
maximum
in case of
carrier
based
30-40 %
30-40 %
30-40 %
30-40 %
D:\Website updates\Tender\2011-12\NHMNotification.doc
16
7 Efficiency
character
Should show
effective
nodulation on
all the species
listed on the
bottle
The strain
should be
capable of
fixing at least
10 mg. f
nitrogen per
gram of
sucrose
consumed
Formation of
white pellicle in
semisolid
nitrogen free
bromothymol
blue media
The strain should
have phosphate
solubilizing
capacity in the
range of minimum
30% when tested
spectrophotometric
ally. Interms of
zone formation,
minimum 5 mm.
solubilizing zone in
prescribed media
having at least
3mm. thickness.
8 Shelf life One year One year One year One year
b. Bio Agents :
Sl.No Bio Agents Concentration Specifications Shelf life
a Trichoderma viridae
WP
2x106 CFUs/ml
or gm min
As per the CIB approved
conditions for the
technical / formulated
material composition
under Insecticide Act
1968.
One year
b Trichoderma
harzianum WP
2x106 CFUs/ml
or gm min
-do- -do-
c Verticillium lecanii
WP
1x108 CFUs/ml
or gm min
-do- -do-
d Pseudomonas
fluorescens WP
2x108 CFUs/ml
or gm min
-do- -do-
D:\Website updates\Tender\2011-12\NHMNotification.doc
17
V Botanicals:
a. Neem Cake : (50 kg)
As per the standards fixed by the Indian Standards Institution (ISI), New Delhi
vide IS 8558-1977 reaffirmed in 1995, nutrient percentage for the following
types of Neem Cake is as under;
Sl.
No.
Neem Cake
1 Neem Kernel Cake
1. Nitrogen (%) - 4.0 to 5.50
2. Phosphorus % - 1.00
3. Potash % - 1.20
4. Moisture content% - < 10
5. Silica content % - < 3
6. Colour - Brown – Dark Brown
7. Acid insoluble ash (Impurities) - Maximum 12%
8. Volume for every 100 gm after - 140 ml
passing through 2 mm sieve
9. Relative density after passing - 0.64
through 2 mm sieve
2
Neem Seed Cake :
1 Nitrogen (%) - 2.0 to 2.50
2 Phosphorus % - 0.80
3 Potash % - 1.00
4 Moisture content% - < 10
5 Silica content % - < 3
6 Colour - Brown – Dark Brown
7 Acid insoluble ash (Impurities) - Maximum 12%
8 Volume for every 100 gm after - 140 ml
passing through 2 mm sieve
9 Relative density after passing - 0.64
through 2 mm sieve
D:\Website updates\Tender\2011-12\NHMNotification.doc
18
b. Azadirachtin : (500 ml / 1000 ml)
Sl.no. Botanicals Concentration Specifications Shelf life
1 Azadirachtin (0.03% EC / 1% EC /
5% EC)
300 ppm /
10000 ppm /
50000 ppm
As per the CIB approved
conditions for the
technical / formulated
material composition
under Insecticide Act
1968. 100 per cent water
soluble
One year
VI Chemical Pesticides :
Sl. No. Name of the Pesticide Unit
A. Insecticides
1 Spinosad 45% SC Lit.
2 Dichlorovos 76 EC Lit.
3 Nuclear Polyhedrosis Virus (NPV) of Helicoverpa
Armigera 2.00 % AS
Lit
B. Bactericides
1 Streptomycin WP kg
C. Fungicides
1 Mancozeb 75% WP Kg.
2 Carbendazim 50% WP Kg.
3 Carbendazim12%+ Mancozeb 63% WP Kg.
4 Copper Oxy Chloride 50% WP Kg.
5 Metalaxyl 8% WP + Mancozeb 64% WP Kg.
6 Metalaxyl 4% WP + Mancozeb 64% WP Kg.
7 Cymoxanil 8% + Mancozeb 64% Kg.
8 Tridemorph 80 % EC Lit
9 Copper sulphate : Kg
1.Copper sulphate penta hydrate (Minimum) 98 % W / W
2. Equivalent to Cu content (maximum) 25% W / W
3. Matter insoluble in water (maximum) 0.20% W / W
4. Soluble Fe + Al compounds (maximum) 0.30 % W / W
5. pH in 1% aqueous solution not less than 3.00 % W / W
6. Shelf life Two years.
D. Molluscides
1 Metaldehyde 2.5% dp Kg
D:\Website updates\Tender\2011-12\NHMNotification.doc
19
VII Pheromone traps:
Pheramone Traps:
For fruit flies, Cucumber flies, beetles, weevils, etc., plastic mini bucket
or box type, of the capacity of 2 to 5 lt (volume) with lids, entrance to insects
and provision for fixing lures & for hanging.
Lures:
Lure should be made of sulphur free rubber/polypropelene/pvc
impregnated with specific pheromone blends. A field efficacy should be
minimum of 6 months for Rhinoceros Beetle, Mango fruit fly, Cucumber fruit
fly and Red palm weevil. Impregnated lures should be packed singly in
individual trilaminated pouches with aluminum foil. Shelf life of lures in
original pack should attract target insect pest species only, with 50% insect
attractancy by pheromone/lure / dispenser using wind tunnel method.
D:\Website updates\Tender\2011-12\NHMNotification.doc
20
ANNEXURE – IV
COMMERCIAL BID FOR ESSENTIAL INPUTS
1. Submitted to : Executive Director, KSHMA, Lalbagh,
Bangalore –560004
2. Submitted by :
3. References :
Tender Notification No & Date :
Rates quoted / Tendered as per Terms & conditions governing:
Sl.
No.
Name of the Product
Brand
Name
Rates quoted for 2011-12
Gross price quoted inclusive all taxes
Packing
size
Unit
Price
in
words/
in figures
1 2 3 4 5 6 7
I Green Manure Seeds
1 a. Sun hemp
(Crotalaria juncea L) 5.00kg
b. Diancha
(Sesbania aculeate) 5.00kg
c. Puneria 5.00kg
d. Mimosa 5.00kg
II Soil Amendments
2 Agriculture Lime 50 kg
3 Dolomite 50 kg
III Micro Nutrients
4 Zinc Sulphate 500 gm
1 kg
5 Borax 500 gm
1 kg
6 Ferrous Sulphate 500 gm
1 kg
7 Magnesium Sulphate 500 gm
1 kg
D:\Website updates\Tender\2011-12\NHMNotification.doc
21
IV
Bio Fertilizers / Bio
Agents
8 Rhizobium 500 gm
1 kg
9 Azatobacter 500 gm
1 kg
10 Azospirilum 500 gm
1 kg
11 PSB 500 gm
1 kg
12 Trichoderma Viridae 500 gm
1 kg
13
Trichoderma
Harzianum
500 gm
1 kg
14 Verticillium lecanii 500 gm
1 kg
15 Pseudomonas
Fluroscence
500 gm
1 kg
V Botanicals
16 Neem Cake
a. Neem Kernel Cake 50 kg
b. Neem Seed Cake 50 kg
17 Azadirachtin
(0.03%, 1%, 5%) EC
a. Azadirachtin 0.03%
500 ml
1000 ml
b. Azadirachtin 1 %
500 ml
1000 ml
c. Azadirachtin 5 %
500 ml
1000 ml
VI Chemical Pesticides
A Insecticides
18 Spinosad 45% SC 500 ml
19 Dichlorovos 76 EC 500 ml
20 Nuclear Polyhedrosis
Virus (NPV) of
Helicoverpa Armigera
2.00 % A S
500 ml
D:\Website updates\Tender\2011-12\NHMNotification.doc
22
B Bactericides
21 Streptomycin WP 250 gm
C Fungicides
22 Mancozeb (75% WP) 500gm
23 Carbendazim
(50% WP)
500gm
24 Carbendazim (12%
WP) + mancozeb
(63 % WP)
500gm
25 Copper oxy Chloride
(50% WP)
500gm
26 Metalaxyl
(25% WP, 35% WS)
500gm
27 Metalaxyl (8% WP) +
Mancozeb (64 % WP )
500gm
28 Metalaxyl (4% WP) +
Mancozeb (64 % WP )
500gm
29 Cymoxanil (8% WP) +
Mancozeb (64 % WP)
500gm
30 Tridemorph 80 % EC
500 ml
31 Copper sulphate
1 Kg
5 Kg
10 Kg
D Molluscides
32 Metaldehyde 2.5% dp 500gm
VII
Pheromone traps
33 a. Red palm weevil 1 No
b. Rhinoceros Beetle 1 No
c. Mango fruit fly 1 No
d. Cucumber fruit fly 1 No
Seal & Signature
of the Tenderer
D:\Website updates\Tender\2011-12\NHMNotification.doc
23
ANNEXURE-V
DECLARATION BY THE TENDERER :
I have read and understood the relevant Terms and Conditions of
Tender Notification No. MD/KSHMA/ED/AHO-3/68/2011-12
date:…………………. and I have submitted the Technical Bid in
accordance with the Terms and Conditions of the above notification and
tender document.
The information furnished in the Technical Bid are true and factual
and I clearly understand that our tenders are liable for rejection, if any
information furnished is found be not true and not factual at any point of
time.
The Commercial Bid is also submitted separately in accordance
with the Terms and Conditions of the above notification and tender
document.
The product in question and rates quoted do not enjoy the benefit
of cross subsidy from any sources at production stage.
I have gone through the Terms and Conditions governing this
tender and rates have been quoted without any ambiguity in my mind and
I would abide by the terms and conditions governing this tender.
Place:
Date:
Seal & Signature
of the Tenderer
D:\Website updates\Tender\2011-12\NHMNotification.doc
24
ANNEXURE-VI
CHICKLIST OF ENCLOSURES TO THE TECFHNICAL BID:
Sl.
No
Particular Yes / No
1 Copy of the Certificate of Registration of the Firm
2 Partnership Agreement
3 Sales Tax Registration Certificate (valid) / Tin
4 Sales Tax Return filed during last year
5 Copies of Registration Certificates as per FCO, 1985 (product
wise) in case of Essential Inputs as per Insecticide Act 1968.
6 Copy of the latest quality Test Report from Govt. Institutions
/ approved labs.
7 If representative is participating, letter of authorization to
participate in the tender opening & participation for
negotiation of rates for items tendered, from the person who
has signed the Technical and Commercial Bids.
8 Costing work sheet in detail of each product quoted in the
Tender (para -20)
9 General sales and Govt. sales of quoted product during
previous year
10 Other state manufacturers should submit latest performance
certificate obtained from the respective State Dept. of
Agriculture / Horticulture / competent authority
11a Product sample – in smallest packing size to be deposited at
time of opening of Technical Bid.
b Manufacturer with SSI- Unit in Karnataka to enclose a copy
of the Certificate issued from the competent authority.
c Copies of the IMO – Certificate (for the products if any)
12 Enclose a copy of the literature providing details like
recommended dosage per ha., time of application and method
of application.
Seal & Signature
of the Tenderer
Top Related