Department of Agriculture Department of Agriculture

Selection of a Third Party Agency for monitoring implementation of K-KISAN
Project by the Service Provider
Request for
Proposal
Department of Agriculture
Selection of Agencies for Implementation of Soil
Health Mission in Karnataka
Tender Document
April 2015
Department of Agriculture
Sheshadri Road,
Bengaluru – 560 001
DISCLAIMER
Telephone: 080-22242746, Fax: 080- 22294231
e-mail: [email protected]
Department of Agriculture
Page 1
Selection of Agencies for implementation of Soil Health Mission in Karnataka
INDEX
Sl.no Particulars
Page No
1
Notice Inviting tenders
2
Introduction
1- 2
3
Volume I :Instructions to Bidders
inclusive of General and specific terms
and conditions
3-46
4
Volume II :Terms of Reference
47-58
5
Volume III :List of soil health Centres
59-60
7.
Checklist
61-62
Department of Agriculture
Page 0
Selection of Agencies for implementation of Soil Health Mission in Karnataka
INTRODUCTION
1.1
Background
1.1.1
Soil is a non renewable living resource. Every effort must be made to enrich this
natural resource for maximizing its productivity on one hand and to conserve this
resource with minimal degradation for the prosperity, sustaining productivity of
soil. In Karnataka, there are 78,32,189 farm holdings. Soil testing is a tool to
assess the available nutrient status of a soil. Interpretation of test results and
making recommendation for nutrient management may be appropriate to achieve
sustainable yields on long term basis.
1.1.2 In view of the above, it is proposed to implement the soil testing programme on a
mission mode for three years in the form of Soil Health Mission by analyzing the
soil samples based on grid and issuing soil health cards to all the farm holdings
covered under the grid with the following objectives
Ø issue soil health cards to all farmers in Karnataka over a period of three years,
so as to provide a basis to include nutrient deficiencies in fertilizer
recommendation
Ø develop crop specific nutrient management in the districts for enhancing nutrient
use efficiency.
Ø promote soil test based balancing of nutrients to manage fertility related risks for
higher production.
1.1.3 Implementation of Soil Health Mission (SHM) includes collection of soil samples,
analysis of soil samples for macronutrients and micronutrients, distribution of soil
health cards. The fertility status and crop specific nutrient recommendation of
farmer's land holdings will be linked to K-Kissan software in the form of farmer
passbook/soil health card which shall be issued to all the farmers of Karnataka.
1.1.4 To achieve this task, The Department of Agriculture (“DOA” or “Authority”) has
invited tenders for selection for Implementation of Soil Health Mission in
Karnataka to issue soil health cards to all the farmers in the state through a
competitive bidding process in accordance with the procedure set out herein.
1.1.5 Proposals submitted by the Bidders, would be evaluated on the basis of the
evaluation criteria set out in the tender document in order to identify the
successful Bidder for the Project (“Successful Bidder”).
1.1.6 The Successful Bidder would then have to enter into an Agreement with DoA,
and perform its obligations as stipulated therein in respect of the Project.
1.1.7 The Successful Bidder would be required to perform the following task(refer
Terms of Reference (TOR):
· Collection of soil samples
· Sample coding
· Soil analysis
· Generation of soil health cards
· Providing soil analysis based recommendations
· Linking of soil fertility status to K-Kisan software
· Preparation of Soil fertility maps
· Timely submission of all the deliverables in specified formats sought by
DOA.
Department of Agriculture
Page 1
Selection of Agencies for implementation of Soil Health Mission in Karnataka
1.2
Brief description of Bidding Process:
1.2.1
DoA invites eligible Bidders to submit their Proposals for the Project
electronically through unified e-procurement platform of GoK viz.
www.eproc.karnataka.gov.in (the “E-Procurement Website”). DoA has
adopted a single stage process (referred to as the "Bidding Process") for
selection of the Bidder for award of the Project.
1.2.2
The Bidders would need to submit the following documents:
1.2.2.1.1
Documents relating to technical requirements of the Project (“Technical
Proposal”), and
&
1.2.2.1.2
1.2.3
Financial proposal (“Price Proposal”) for the Project.
The evaluation of the Proposals would be carried out in two stages. The stages of
evaluation are briefly provided below:
a. In the first stage, the Technical Submissions of the Bidders that are found to
be substantially responsive relating to their experience, financial capability
and understanding of the project would be evaluated with all technical
parameters.
b. In the second stage, the Price Proposals of the Technically Qualified Bidders
would be opened. The Bidder who quotes L1 price shall be identified as the
Preferred Bidder.
Note: L1 price is identified for each district and the bidder who quotes L1
price for a district shall be awarded to undertake the project for that particular
district only.
1.3
Tender Inviting Authority and Tender Accepting Authority
1.3.1 Director of Agriculture is the Tender Inviting Authority
1.3.2 Commissioner for Agriculture is the Tender Accepting Authority
Department of Agriculture
Page 2
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Volume I
2. INSTRUCTIONS TO BIDDERS
A.
2.1
2.1.1
GENERAL
Eligible Bidders
A Single entity company/consortium/joint venture is allowed to participate and
submit the bid.But incase of consortium/joint venture , responsibility for any
defective services would lie with all the partners of the consortium/joint venture.
2.1.2
Consortium or joint venture would be allowed only in case of single company is
not in a situation to handle different responsibility under the project.
2.1.3
The Agency shall be carrying out its business with respect to soil testing for
macro and micro - nutrient contents in India for a minimum period of 3(three)
year as on the close of the latest financial year.
2.1.4
The following documents shall be submitted by the Bidders along with the
Qualification Submissions as proof of being a registered Company
a. A copy of Certificate of Registration;
b. Memorandum of Association and Articles of Association;
2.1.5
Any entity which has been barred by DoA, GoK, any other SG in India, or GoI,
or any of the agencies of GoK/SG/GoI as on the Proposal Due Date, would not
be eligible to submit a Proposal. The Bidder shall execute an undertaking to this
effect as per the format enclosed in Appendix E
2.2
Number of Proposals
2.3
Each Bidder can submit only one proposal per district . However,any bidder can
bid for more than one district. Any Bidder who submits more than one Proposal
for a single district shall be disqualified from further evaluation of their proposal
for that district.
Proposal Preparation Cost
The Bidder shall be responsible and shall pay for all of the costs associated with
the preparation of its Proposal and its participation in the bidding process. DoA
will not be responsible or in any way be liable for such costs, regardless of the
conduct or outcome of the bidding process.
2.4
Project Inspection and Visit to sites:
2.4.1
DoA has established 29 Soil Health Centres (one per district) in the state having
an approximate capacity to analyze 10000 samples per lab per year. However ,
out of these 29 labs, the labs
in Yadagiri, Udupi Chickbalapur
,Chamarajanagar and Ramanagar are yet to begin soil analysis.
Department of Agriculture
Page 3
Selection of Agencies for implementation of Soil Health Mission in Karnataka
2.4.2
2.4.3
2.4.4
The Bidder may utilize these centres for analyzing the soil samples in addition to
his facilities.
Bidders are encouraged to submit their Proposals after visiting to these soil
testing labs and ascertaining for themselves the location, surroundings, utilities
and existing systems of DoA.
It would be deemed that by submitting the Proposal in response to the tender, the
Bidder has:
a. made a complete and careful examination of the tender;
b. received all relevant information requested from DoA;
c.
made a complete and careful examination of the various aspects of the Project
including but not limited to:
the Project sites;
existing facilities and infrastructure and other utilities available with DoA;
the conditions of utilities in the vicinity of the Project sites;
conditions affecting transportation, access, disposal, handling and storage of
materials, travel and access by personnel;
clearances obtained by DoA for the Project; and
d.
all other matters that might affect the Bidder's performance under the
terms of the tender.
2.4.5
DoA shall not be liable for any mistake or error on the part of the Bidder in
respect of the above.
2.4.6
Progress Monitoring Software (PMS): The bidders should have their own
functional software for tracking the various activities involved in soil health
mission implentation.The samples are to be tracked right from the date of
collection of samples, transportation to lab, analysis of soil sample,
generation of soil health card and final distribution of soil health card
pertaining to the sample. In case the selected agencies doesnot posess the PMS,
the selected agency should develop the PMS within 30 days after obtaining the
LOA.
2.5
Right to Accept or Reject any of the Proposals
2.5.1
Notwithstanding anything contained in the tender, DoA reserves the right to
accept or reject any Proposal or to annul the bidding process or reject all
Proposals, at any time without any liability or any obligation for such rejection or
annulment, without assigning any reasons.
DoA reserves the right to invite revised Proposals from Bidders with or without
2.5.2
Department of Agriculture
Page 4
Selection of Agencies for implementation of Soil Health Mission in Karnataka
2.5.3
amendment of tender at any stage, without liability or any obligation for such
invitation and without assigning any reason.
DoA reserves the right to reject any Proposal if:
a. at any time, a material misrepresentation is made or discovered, or
b. the Bidder does not respond promptly and diligently to requests for
supplemental information required for the evaluation of the Proposal.
2.5.4
Rejection of the Proposal by DoA as aforesaid would lead to the disqualification
of the Bidder. If such disqualification / rejection occurs after the Proposals have
been opened and the Preferred Bidder gets disqualified / rejected, then DoA
reserves the right to:
a. either award the work to next best bidder to carry out the work
OR
b. either invite the next best Bidder to match the Proposal submitted by the
Preferred Bidder;
OR
c.
take any such measure as may be deemed fit in the sole discretion of DoA,
including annulment of the bidding process.
2.5.5 Any relevant information sought by DoA as per the tender document is not being
furnished ,bidder will be summariliy rejected.
B.
Documents:
2.6
Contents of Tender:
Tender comprises of the contents as listed below, and would additionally include any
Addendum issued in accordance with Clause 2.7.
S. No.
1.
2.
Contents
Notice Inviting Tenders
3.
Volume I - Instructions to Bidders inclusive of General and specific
Terms and Conditions
Volume II - Terms of Reference
4.
Volume III- List of soil health centres
2.7
Amendment of Tender
2.7.1
At any time prior to the Proposal Due Date, DoA may, for any reason, whether at
its own initiative or in response to clarifications requested by a Bidder, modify
Tender by the issuance of Addendum/ corrigendum.
Any Addendum/ corrigendum thus issued will be uploaded in the e-Procurement
Website and the same shall be binding on the Bidders.
In order to provide the Bidders a reasonable time to examine the Addendum/
2.7.2
2.7.3
Department of Agriculture
Page 5
Selection of Agencies for implementation of Soil Health Mission in Karnataka
corrigendum, or for any other reason, DoA may, at its own discretion, extend the
Proposal Due Date. Extension, if any, of the Proposal Due Date will only be
uploaded on the E-Procurement Website.
2.7.4 DoA shall endeavour to respond to the questions raised or clarifications sought
by the Bidders. However, DoA reserves the right not to respond to any question
or provide any clarification, in its sole discretion, and nothing in this Clause shall
be taken or read as compelling or requiring DoA to respond to any question or to
provide any clarification.
2.7.5 DoA may suo moto, if deemed necessary, issue interpretations and clarifications
to the Bidders and the same will be uploaded on E-Procurement Website. All
clarifications and interpretations issued by DoA shall be deemed to be part of the
Tender. Verbal clarifications and information given by DoA or its employees or
representatives shall not in any way or manner be binding on DoA.
2.7.6 Bidders may note that DoA will not entertain any deviations to the Tender at the
time of submission of the Proposal or thereafter. The Proposal to be submitted by
the Bidders would have to be unconditional and unqualified and the Bidders
would be deemed to have accepted the terms and conditions of the Tender with
all its contents. Any conditional Proposal shall be regarded as non-responsive and
would be liable for rejection.
2.7.7 DoA will endeavour to hold the pre-Proposal meeting as per Bidding Schedule.
2.7.8 Attendance of the Bidders at the Pre-Proposal meeting is not mandatory.
2.7.9 All correspondence / enquiries should be submitted to the following in writing by
fax/registered post / courier:
ATTN. OF:
The Director,
Department of Agriculture,
Government of Karnataka,
ADDRESS:
Sheshadri Road, Bengaluru 560001
Ph: 080-22242746
Fax: 080-22294231
e-mail:agrish @nic.in
2.7.10 No interpretation, revision, or other communication from DoA regarding this
solicitation is valid unless it is in writing and is signed by a person not less than
the rank of the Commissioner for Agriculture and Director of Agriculture.
C.
Preparation and Submission of Proposal
2.8
Language and Currency
2.8.1
The Proposal and all related correspondence and documents should be written in
the English language. Supporting documents and printed literature furnished by
the Bidder with the Proposal may be in any other language provided that they are
accompanied by appropriate translations of the pertinent passages in the English
language. Supporting materials, which are not translated into English, may not be
considered. For the purpose of interpretation and evaluation of the Proposal, the
English language translation shall prevail. For the commercial bid, all the
Department of Agriculture
Page 6
Selection of Agencies for implementation of Soil Health Mission in Karnataka
amounts should be given in Indian Rupees (INR).
2.9
2.9.1
Earnest Money Deposit (EMD)
The Proposals would need to be accompanied by a EMD for an amount for each
district as per Annexure 2: Table 1 of the Specific Terms and Conditions of this
tender.
2.9.2 The EMD shall be paid through any one of the following e-payment options only.
1. Credit Card
2. Direct Debit
3. National Electronic Funds Transfer (NEFT)
4. Real Time Gross Settlement (RTGS)
5. Over the Counter (OTC) – designated ICICI Bank branches located across the
country
The EMD paid under any of the above options shall remain valid for a period of 6
(Six) months from the Proposal Due Date, or beyond any period of extension
subsequently as determined by DoA from time to time. The Proposal shall be
summarily rejected if it is not accompanied by the Bid Security.
For further details regarding e-payment, please refer to e-Procurement Website.
2.9.3
The EMD shall be returned to the unsuccessful Bidders within a period of eight
(8) weeks from the date of announcement of the Successful Bidder. The EMD
submitted by the Successful Bidder shall be released upon furnishing of the
Performance Security in the form and manner as stipulated in the Agreement.
2.9.4
The EMD shall be forfeited in the following cases:
a. If the Bidder modifies or withdraws its Proposal except as provided in Clause
2.14;
b. If the Bidder withdraws its Proposal during the interval between the Proposal
Due Date and expiration of the Proposal Validity Period;
c.
If the Successful Bidder fails to provide the Performance Security and execute
the Agreement with DoA within the stipulated time or any extension thereof
provided by DoA;
If any information or document furnished by the Bidder turns out to be
misleading or untrue in any material respect.
2.10
Validity of tender Proposal (Finalisation of Tender process): The validity
shall be for a period of not less than 3 (three) months from Proposal Due Date (last
date for tender submission). In exceptional circumstances, prior to expiry of the
original Proposal Validity Period, DOA may extend the Proposal Validity Period
for a specified duration.
2.11
Format and Signing of Proposal
2.11.1 The Bidder shall provide all the information sought under the tender in electronic
Department of Agriculture
Page 7
Selection of Agencies for implementation of Soil Health Mission in Karnataka
mode. DoA reserves the right to evaluate only those Proposals that are received
in the required format and is complete in all respects.
2.11.2 The Bidder shall submit the scanned copy of the following documents in the
correct slots as provided in the E-Procurement Website, on or before the Proposal
Due Date.
a. Technical Submission, consisting of the following:
· Letter of Proposal as per Appendix A.
·
Power of Attorney as per Appendix B, authorising the signatory
of the Proposal to commit the Bidder
·
Letter of Commitment as per Appendix C
·
Details of Bidder as per Appendix D
·
Anti-Collusion Certificate as per Appendix E
·
Letter of Undertaking from Bidder as per Appendix F
·
Earnest Money Deposit( as per Annexure 2 :Table 1)
· Certificate of Incorporation, Memorandum of Association and
Articles of Association of the Company
· Undertaking of being an agency involved in soil testing for microand macro nutrients as per Appendix G
· Format for Experience as per Appendix H( formats IA, IB, IIA
IIB)
· Statement of Financial Capability as per Appendix I
· Undertaking with respect to availability of Key Personnel and their
Qualification as per Appendix J format III
b.
Price proposal as per the format set out in Appendix K, and
Appendix L1, L2 and L3
2.12
All the documents of the Proposal submitted in electronic mode under the Tender
shall be uploaded on e-Procurement Website www.eproc.karnataka.gov.in using
digital signature. Further, DoA reserves the right to seek copy of the documents
submitted under the e-Procurement platform or original documents for verification
of any of the documents submitted in electronic mode or any other clarification
documents with respect to already submitted documents in e-Procurement upon
opening of the Proposals.
2.13
Proposal Due Date
2.13.1 The Proposals, in electronic mode in the e-Procurement Website shall be
Department of Agriculture
Page 8
Selection of Agencies for implementation of Soil Health Mission in Karnataka
submitted on or before 1500 hours IST on the Proposal Due Date as specified in
the Tender.
2.13.2 DoA may, in its sole discretion, extend the Proposal Due Date by issuing an
Corrigendum/ Addendum in accordance with Clause 2.7 uniformly for all the
Bidders.
2.14
Modifications/ Substitution/ Withdrawal of Proposals
The Bidder may modify, substitute, or withdraw its Proposal after submission
and prior to the Proposal Due Date. No Proposal shall be allowed to be modified,
substituted, or withdrawn by the Bidder after the Proposal Due Date.
Provided that the Bidder may withdraw the Proposal prior to Proposal Due Date
only if a written notice of withdrawal is submitted to DoA.
2.14.1 Any alteration/ modification in the Proposal or additional information supplied
subsequent to the Proposal Due Date, unless the same has been expressly sought
for by DoA, shall be disregarded.
D.
Evaluation of Proposal
2.15
Proposal Opening
2.15.1 DoA would open the Technical Submissions at the time and date indicated in the
Bidding Schedule for the purpose of evaluation.
2.15.2 DoA would subsequently examine and evaluate Proposals in accordance with the
criteria set out in Section 3 of the Tender.
2.16
Confidentiality
Information relating to the examination, clarification, evaluation, and
recommendation for the Bidders shall not be disclosed to any person not officially
concerned with the process. DoA will treat all information submitted as part of
Proposal in confidence and would require all those who have access to such
material to treat the same in confidence. DoA will not divulge any such information
unless it is ordered to do so by any authority pursuant to applicable law or order of a
competent court or tribunal, which requires its disclosure.
2.17
Clarifications
To facilitate evaluation of Proposals, a set of hard copy of documents uploaded
through eprocurement website as per the checklist should be submitted to DoA.
DoA may, at its sole discretion, seek clarifications in writing from any Bidder
regarding its Proposal and may request any Bidder to provide hard copy of the
documents provided as part of the Proposal through e-Procurement Website.
2.18
Technical Proposal Evaluation
2.18.1 The Technical Proposals of the Qualified Bidders would be evaluated by Tender
Department of Agriculture
Page 9
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Evaluation Committee1 as per the Tender Evaluation Criteria set out in Section 3.
2.18.2 The bidders should have minimum eligibility criteria as per Annexure 2 to be
Technically Qualified bidders.
2.18.3 The Price Proposal of the Bidders who do not qualify in the evaluation of
Technical Proposal would not be opened.
2.19
Price Proposal Evaluation
Price Proposal of only the Technically Qualified Bidders would be opened in the eProcurement Website by DoA and evaluated as per process set out in Section 3 to
identify a Preferred Bidder.
2.20
Declaration of Successful Bidder
2.20.1 DoA at its discretion, may either choose to accept the Price Proposal of the
Preferred Bidder or invite him for negotiations.
2.20.2 Upon acceptance of the Price Proposal of the Preferred Bidder with or without
negotiations, DoA shall declare the Preferred Bidder as the Successful Bidder
(the “Successful Bidder”) .With in 7working days from the date of declaration of
successful bidder, the selected bidder should submit the MOU as per terms and
conditions of the tender.
2.21
Letter of Award by DoA
As soon as MOU is submitted and signed by the both the parties, a Letter of
Award (the “LoA”) shall be issued, in duplicate, by DoA to the Successful Bidder
. The bidder is required to undertake the services as specified in the tender
document with in 7 days from the issuance of Letter of Award.
2.22
Performance Security
2.22.1 The Successful Bidder shall furnish Performance Security by way of an
irrevocable Bank Guarantee for an amount equal to 5 % of the cost of the project
(contract price) issued by a scheduled bank in India in favour of the DoA, along
with the MOU. (as required under the Agreement: refer Specific Terms and
Conditions and Appendix M for the format)
2.22.2 Failure of the Successful Bidder to comply with the requirements of Clause
2.22.1 shall constitute sufficient grounds for the annulment of the LoA, and
forfeiture of the EMD. In such an event, the DoA reserves the right to take any
such measure as may be deemed fit in the sole discretion of the DoA, including
annulment of the Bidding Process.
1
An expert committee constituted by the DoA.
Department of Agriculture
Page 10
Selection of Agencies for implementation of Soil Health Mission in Karnataka
3.
EVALUATION OF PROPOSALS
3.1
Tests of Responsiveness:
3.1.1
Prior to evaluation of Proposals, the DoA will determine whether each Proposal
is responsive to the requirements of Tender. A Proposal shall be considered
responsive if the Proposal:
a.
is received/deemed to be received by the Proposal Due Date including any
extension thereof pursuant to Clause 2.7;
b.
is accompanied by the EMD as stipulated in Clause 2.9;
c.
is accompanied by the Power of Attorney, the format for which is
specified in Appendix B;
d.
contains all the information as sought in the Tender;
e.
f.
contains information in formats same as those specified in the Tender
document As per Checklist; and
mentions the validity period as set out in Clause 2.10.
3.1.2
DoA reserves the right to reject any Proposal which is non-responsive and no
request for alteration, modification, substitution or withdrawal shall be
entertained by DoA in respect of such Proposals.
A.
Evaluation of Technical Proposals:
3.2
Evaluation Parameters
3.2.1
The competence and capability of the Bidder is proposed to be established by the
following parameters (supporting information should be provided as per
Appendix H):
3.2.1.1 Experience in terms of:
·
Soil testing / analyzing for Macro and Micro nutrient content.
·
Man power on their pay roll
3.2.1.2 Financial capability in terms of:
·
Annual Turnover.(as per Annexure 2)
3.2.1.3 Availability of Key Personnel.(as per Appendix J)
3.2.1.4 Evaluation Parameters as set out in Annexure-1
3.2.2 On each of these parameters, the Bidder would be required to meet the
evaluation criteria as detailed in this Section 3.
Department of Agriculture
Page 11
Selection of Agencies for implementation of Soil Health Mission in Karnataka
3.2.3 Notwithstanding anything to the contrary contained herein, in the event that
the Proposal Due Date falls within three months of the closing of the latest
financial year of the Bidder, it shall ignore such financial year for the
purposes of its Proposal and furnish all its information and certification with
reference to three years or two years or one year as the case may be,
preceding its latest financial year. For the avoidance of doubt financial year
shall, for purposes of the Proposal hereunder, mean the accounting year
followed by the Bidder in the course of its normal business.
3.3
Minimum Experience in the Field of soil testing.
3.3.1
For the purpose of qualification for a single district, Bidders shall have
experience as on the Proposal Due Date for all the criteria mentioned below:
S. No.
1.
2.
3.
4.
5.
6.
Experience Criteria
Should have been in soil testing business for Macro and Micro nutrient
content for at least 3 years preceding the Proposal Due Date as per
Format I of Appendix H.
Should own lab or in collaboration with other labs with a capacity to
analyze at least 5000 soil samples per year .(If the bidder is going to
analyse the samples in collaboration with other labs,then such agency
should furnish the NOC from the concerned.
Should have well qualified personnel with minimum 3 years experience
in soil testing (Soil Analyst , Lab/ Field assistants and data entry
operators as per Appendix J and format III)
Should have manpower to generate and print soil health cards in the
specified time
Should have a aleast one vehicle per district for Bulk transportation with
a capacity of carrying a load 2.5 tons with one driver and one helper for
loading and unloading .(as per Annexure 2)
The bidders should have their own functional software for tracking the
various activities involved in soil health mission implementation.The
samples are to be tracked right from the date of collection of samples,
transportation to lab, analysis of soil sample, generation of soil health
card and final distribution of soilhealth card pertaining to the sample.Or
otherwise the agency concerned should develop the PMS within 30 days
after obtaining the LOA.
Department of Agriculture
Page 12
Selection of Agencies for implementation of Soil Health Mission in Karnataka
3.4 Details of Experience
3.4.1
3.5
3.5.1
The Bidder shall furnish evidence to support its claim as per Appendix H
(Format IA, IB,IIA, IIB).
Financial Capability
The financial capability (the “Financial Capability”) of the Bidders would be
evaluated on the basis of the following:
3.5.1.1 Annual turnover for the last three completed financial years (Ref.
Appendix I) as per minimum turnover details provided in Annexure 2.
3.5.2
The Bidder shall submit the evidence to support its Financial Capability as per
format set out in Appendix I.
3.5.3
The Proposal must be accompanied by the audited annual financial statements of
the Bidder for the latest 3 (three) completed financial years preceding the
Proposal Due Date.
3.6
Qualification Criteria for Financial Capability
3.6.1
For the purpose of qualification, a Bidder should have the Financial Capability as
per Specific terms and conditions of this tender.
3.7
Availability of Key Personnel:
The bidder should provide following key personnel with respective qualification as below
for analyzing the soils per district as per specific terms and conditions of this tender.
Key
Personnel
Soil
Analyst
Length of
Responsibility
Experience
Minimum 3 Shall undertake the analysis of soil
years
samples and generate reports
Lab
Assistants
Educational
Qualification
Degree in agriculture or
science
with
specilisation in soil
science /chemistry from
the
recognised
University.
Pass in PUC from
recognized college.
Field
Assistants
Pass in SSLC
Standard.
/10th
Minimum 3
years
Data Entry
Operators
Pass in any degree from
recognized
college/
university with computer
knowledge
Minimum 1
years
Minimum 3
years
Shall collect the samples from the
field and transport it to the labs
He/ she should assist the soil
analyst in analyzing samples
Shall collect the samples from the
field and transport it to the labs
Shall upload the soil test results in
the software and generate soil
health cards
Note: The Agency who are submitting proposals for more than one district should provide
the key personnel as per specific terms and conditions (Annexure 2)
Department of Agriculture
Page 13
Selection of Agencies for implementation of Soil Health Mission in Karnataka
3.8
Short Listing of Technically Qualified Bidders
3.8.1
The Technical Proposals of the Qualified Bidders;
3.8.1.1 which are found in conformance with the Applicant’s experience and the
experience of Key Personnel,financial capacibility and the understanding of
the project as mentioned in Annexure 2 of this Tender; shall be shortlisted
for opening of the Price Proposal ("Technically Qualified Bidder").
B Evaluation of Price Proposal Evaluation:
3.9
Evaluation Parameters
3.9.1
3.9.2
3.9.3
3.9.4
The Bidders shall quote cost per soil sample as part of the Price Proposal as per
the specimen format set out in Appendix L-1,L-2 and L-3.
For evaluation of the Price Proposal, the cost per soil sample indicated in the
Price Proposal, shall be considered.
The cost per soil sample quoted by the bidder will be applicable for 3 years,
inclusive of all costs, duties and taxes applicable.
Preferred Bidder:
3.9.4.1 The preferred bidder will be decided based on L1 criteria. The bid with the
lowest cost per soil sample as per terms of this tender for each district shall be
awarded contract for that district.
3.9.4.2 In the event that two or more bidders quote the same price (L1) for a district
(("Tie Bidders"),projectwork shall be equally distributed among them.
Department of Agriculture
Page 14
Selection of Agencies for implementation of Soil Health Mission in Karnataka
4. SPECIFIC TERMS AND CONDITIONS OF CONTRACT
General Provisions
4.1
Definitions
Unless the context otherwise requires, the following terms whenever used in this
Contract have the following meanings:
(a)
“Applicable Law” means the laws and any other instruments having the
force of law in the Government’s country.
(b)
"Aggregate Damages" means aggregate of all the delays in collection,
analyzing, digitizing and issuing soil health cards.
(c)
“Contract” means the Contract signed by the Parties, to which these
Conditions of Contract are attached, together with all the documents as
part of this tender;
(d)
“Effective Date’ means the date on which this Contract comes into force
and effect;
(e)
“SC” means these Specific Conditions of Contract;
(f)
“Government” means the Government of Karnataka;
(g)
“Local currency” means the Indian Rupees;
(h)
“Agency” wherever mentioned in this Contract Agreement means the
“Agency selected for implementation of Soil Health Mission” and
includes sub-Agencies engaged by the primary Agency.
(i)
“Party” means the Authority or the Agencys, as the case may be, and
Parties means both of them;
(j)
“Personnel” means persons hired by the Agencies or by any Sub-Agencies
and as Employees and assigned to the performance of the Services or any
part thereof;
(k)
“Foreign Personnel” means such persons who at the time of being so
hired had their domicile outside the Government’s Country,
(l)
“Local Personnel” means such persons who at the time of being so hired
had their domicile inside the Government’s Country; and
Department of Agriculture
Page 15
Selection of Agencies for implementation of Soil Health Mission in Karnataka
(m)
‘Key personnel’ means the personnel referred in this tender.
(n)
“Project” means Implementation of Soil Health Mission in the State of
Karnataka inclusive of but not limited to Creating awareness; Collection of
soil samples; Sample coding; Soil analysis; Generation of soil health cards;
Providing soil analysis based recommendation; Linking of soil fertility
status to K-Kisan software and Preparation of Soil fertility maps.
(o)
“Project Agreement” means the agreement executed between the
Authority and the Service Provider for implementation of the Project.
(p)
"Services" means the work to be performed by the Agency's pursuant to
this contract, as described in this tender.
(q)
"Sub-Agency" means any entity to which the Agencys subcontract any
part of the Services in accordance with the provisions of this tender; and
(r)
"Lab" means soil testing lab either static or mobile with all standard
equipments needed for soil analysis.
All terms and words not defined herein shall, unless the context otherwise
requires, have the meaning assigned to them in the Tender.
4.2
Relation between the Parties
Nothing contained herein shall be construed as establishing a relation of master
and servant or of principal and agent as between the Authority and the Agencies.
The Agencies, subject to this Contract, have complete charge of Personnel and
Sub- Agencies, if any, performing the Services and shall be fully responsible for
the Services performed by them or on their behalf hereunder.
4.3
Governing Law and Jurisdiction
This Contract, its meaning and interpretation, and the relation between the Parties
shall be governed by the Applicable Law and the courts at Bengaluru shall have
exclusive jurisdiction over matters arising out of or relating to this Agreement.
4.4
Taxes and Duties
Unless otherwise specified, the Agencies, Sub-Agencies and Personnel shall pay
such taxes, duties, fees and other impositions as may be levied under the
Applicable Law. Authority shall reimburse only service tax on production of
specific proof of payment of service tax.
Department of Agriculture
Page 16
Selection of Agencies for implementation of Soil Health Mission in Karnataka
4.5.
Commencement, Completion, Modification and Termination of Contract
4.5.1
Effectiveness of Contract
This Contract shall come into force and effect on the date on which the Authority
issues notice to proceed to the Agency to commence the Services as per this
tender (the "Effective Date"). This notice to proceed shall confirm that the
effectiveness conditions, if any, listed in the SC have been met.
4.5.2
Termination of Contract for Failure to Become Effective
If this Contract has not become effective within such time period after the date of
the Contract signed by the Parties as shall be specified in the Tender, either Party
may, by not less than 15 days written notice to the other Party, declare this
Contract to be null and void, and in the event of such a declaration by either Party,
neither Party shall have any claim against the other Party with respect hereto.
4.5.3
Commencement of Services.
The Agency shall begin carrying out the Services at the end of such time period
after the Effective Date as shall be specified.
4.5.4
Expiry of Contract
Unless terminated earlier pursuant to Clause 4.5 hereof, this Contract shall expire
when Services have been completed and all payments have been made at the end
of such time period after the Effective Date as shall be specified in the Tender.
4.6
Entire Agreement
This Contract contains all covenants, stipulations and provisions agreed by the
Parties. No agent or representative of either Party has authority to make, and the
Parties shall not be bound by or be liable for, any statement, representation,
promise or agreement not set forth herein. However, that the obligation of the
Agency arising out of the provision of Tender shall continue to subsist and shall
be deemed to form part of this Agreement.
4.7
Modification
Modification of the terms and conditions of this Contract, including any
modification of the scope of the Services, may only be made by written agreement
between the Parties as the case may be, has been obtained.
Department of Agriculture
Page 17
Selection of Agencies for implementation of Soil Health Mission in Karnataka
4.8 Force Majeure
4.8.1. Definition
(a) For the purposes of this Contract, "Force Majeure" means an event which is
beyond the reasonable control of a Party, and which makes a Party's
performance of its obligations hereunder impossible or so impractical as
reasonably to be considered impossible in the circumstances, and includes, but
is not limited to, war, riots, civil disorder, earthquake, fire, explosion, storm,
flood or other adverse weather conditions, strikes, lockouts or other industrial
action (except where such strikes, lockouts or other industrial action are within
the power of the Party invoking Force Majeure to prevent), confiscation or any
other action by government agencies.
(b) Force Majeure shall not include (i) any event which is caused by the
negligence or intentional action of a party or such Party's Sub-Agencys or
agents or employees, nor (ii) any event which a diligent Party could
reasonably have been expected to both (A) take into account at the .time of the
conclusion of this Contract and (B) avoid or overcome in the carrying out of
its obligations hereunder.
(c) Force Majeure shall not include insufficiency of funds or failure to make any
payment required hereunder.
4.8.2
No Breach of Contract
The failure of a Party to fulfill any of its obligations hereunder shall not be
considered to be a breach of, or default under, this Contract insofar as such
inability arises from an event of Force Majeure, provided that the Party affected
by such an event has taken all reasonable precautions, due care and reasonable
alternative measures, all with the objective of carrying out the terms and
conditions of this Contract.
4.8.3
Measures to be taken
(a) A Party affected by an event of Force Majeure shall take all reasonable
measures to remove such Party's inability to fulfill its obligations hereunder
with a minimum of delay.
(b) A Party affected by an event of Force Majeure shall notify the other Party of
such event as soon as possible, and in any event not later than fourteen (14)
days following the occurrence of such event, providing evidence of the nature
and cause of such event, and shall similarly give notice of the restoration of
normal conditions as soon as possible.
(c) The Parties shall take all reasonable measures to minimize the consequences
of any event of Force Majeure.
Department of Agriculture
Page 18
Selection of Agencies for implementation of Soil Health Mission in Karnataka
4.8.4
Extension of Time
Any period within which a Party shall, pursuant to this Contract, complete any
action or task, shall be extended for a period equal to the time during which such
Party was unable to perform such action as a result of Force Majeure.
4.8.5
Payments
During the period of their inability to perform the Services as a result of an event
of Force Majeure, the Agencies shall be entitled to be reimbursed for additional
costs reasonably and necessarily incurred by them during such period for the
purposes of the Services and in reactivating the Services after the end of such
period.
4.8.6
Consultation
Not later than thirty (30) days after the Agencies, as the result of an event of Force
Majeure, have become unable to perform a material portion of the Services, the
Parties shall consult with each other with a view to agreeing on appropriate
measures to be taken in the circumstances.
4.8.7. Suspension
The Authority may, by written notice of suspension to the Agencies, suspend all
payments to the Agencys hereunder if the Agencies fail to perform any of their
obligations under this Contract, including the carrying out of the Services,
provided that such notice of suspension (i) shall specify the nature of the failure,
and (ii) shall request the Agencys to remedy such failure within a period not
exceeding fifteen (15) days after receipt by the Agencys of such notice of
suspension.
4.9
Termination
4.9.1
By the Authority
The Authority may, by not less than fifteen (15) days written notice of termination
to the Agencys (except in the event listed in paragraph (h) below, for which there
shall be a written notice of not less than fifteen (15) days), such notice to be given
after the occurrence of any of the events specified in this Clause 4.9, terminate this
Contract.
(a)
(b)
if the Agencies fail to remedy a failure in the performance of their
obligations hereunder, as specified in a notice of suspension pursuant to
Clause 4.8.7 hereinabove, within fifteen (15) days of receipt of such notice
of suspension or within such further period as the Authority may have
subsequently approved in writing;
if the Agencies become insolvent or bankrupt or enter into any agreements
with their creditors for relief of debt or take advantage of any law for the
Department of Agriculture
Page 19
Selection of Agencies for implementation of Soil Health Mission in Karnataka
(c)
(d)
(e)
(f)
(g)
(h)
4.9.2
benefit of debtors or go into liquidation or receivership whether
compulsory or voluntary;
if the Agencies fail to comply with any final decision reached as a result
of arbitration proceedings pursuant to terms and conditions of this tender;
if the Agencies submit to the Authority a statement which has a material
effect on the rights, obligations or interests of the Authority and which the
Agencies know to be false;
any document, information, data or statement submitted by the Agency in
its Proposals, based on which the Agency was considered eligible or
successful, is found to be false, incorrect or misleading;
if, as the result of Force Majeure, the Agencies are unable to perform a
material portion of the Services for a period of not less than thirty (30)
days;
if the Agency, in the judgment of the Authority has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract. For the
purpose of this clause:
"corrupt practice" means the offering, giving, receiving or soliciting of
anything of value to influence the action of a public official in the
selection process or in contract execution.
"fraudulent practice" means a misrepresentation of facts in order to
influence a selection process or the execution of a contract to the detriment
of the Borrower, and includes collusive practice among Agencys (prior to
or after submission of Proposals) designed to establish prices at artificial
non-competitive levels and to deprive the Borrower of the benefits of free
and open competition.
if the Authority, in its sole discretion and for any reason whatsoever,
decides to Terminate this Contract.
By the Agencies
The Agencies may, by not less than thirty (30) days' written notice to the
Authority, such notice to be given after the occurrence of any of the events
specified in paragraphs (a) through (d) of this Clause 4.9.2, terminate this
Contract:
(a)
if the Authority fails to pay any money due to the Agency's pursuant to
this Contract and not subject to dispute pursuant to clause 4.9.2 hereof
within forty-five (45) days after receiving written notice from the Agencys
that such payment is overdue;
(b)
if the Authority is in material breach of its obligations pursuant to this
Contract and has not remedied the same within forty-five (45) days (or
such longer period as the Agencies may have subsequently approved in
writing) following the receipt by the Authority of the Agencys' notice
specifying such breach;
Department of Agriculture
Page 20
Selection of Agencies for implementation of Soil Health Mission in Karnataka
(c)
(d)
if, as the result of Force Majeure, the Agencies are unable to perform a
material portion of the Services for a period of not less than sixty (60)
days; or
if the Authority fails to comply with any final decision reached as a result
of arbitration hereof.
4.10. Obligation of the Agencys
4.10.1 Standard of Performance
The Agencies shall perform the Services and carry out their obligations hereunder
with all due diligence, efficiency and economy, in accordance with generally
accepted professional techniques and practices, and shall observe sound
management practices, and employ appropriate advanced technology and safe and
effective equipment, machinery, materials and methods" The Agencies shall
always" act, in respect of any matter relating to this Contract or to the Services, as
faithful advisers to the Authority, and shall at all times support and safeguard the
Authority's legitimate interests in any dealings with Sub- Agencies or Third
Parties.
4.10.2 Terms of Reference
The scope of services to be performed by the Agency is specified in the Terms of
Reference (the “TOR”) of this Agreement. The Agency shall provide the
Deliverables specified therein in conformity with the time schedule stated therein.
4.10.3 Law Governing Services
The Agencies shall perform the Services in accordance with the Applicable Law
and shall take all practicable steps to ensure that any Sub- Agencies, as well as the
Personnel of the Agencies and any Sub- Agencies, comply with the Applicable
Law. The Authority shall advise the Agencys in writing of relevant local customs
and the Agencies shall, after such notifications, respect such customs.
4.11
Confidentiality
The Agencies, their Sub-Agencies and the Personnel of either of them shall not,
either during the term or within 1 (one) year after the expiry of this Contract,
disclose any proprietary or confidential information relating to the Project, the
Services, this Contract or the Authority 's business or operations without the prior
written consent of the Authority.
4.12 Liability of the Agencies
4.12.1 The Agency’s liability under this Agreement shall be determined by the
Applicable Laws and the provisions hereof.
Department of Agriculture
Page 21
Selection of Agencies for implementation of Soil Health Mission in Karnataka
4.12.2 Agency’s liability towards the Authority
The Agencies shall, subject to the limitation specified in Clause 4.12, be
liable to the Authority for any direct loss or damage accrued or likely to accrue
due to deficiency in Services rendered by it.
The Parties hereto agree that in case of negligence or willful misconduct on the part
of the Agency or on the part of any person or firm acting on behalf of the Agency
in carrying out the Services, the Agency, with respect to damage caused to the
Authority’s property, shall be liable to the Authority:
(i) for any indirect or consequential loss or damage; and
(ii) for any direct loss or damage that exceeds (a) the Agency Fee of this
Agreement, or (b) the proceeds the Agency may be entitled to receive from
any insurance maintained by the Agency to cover such a liability, whichever of
(a) or (b) is higher.
(iii).the agencies shall make necessary arrangemants to insure labs/lab
equipments/keypersonnels against all accidents and natural calamities.
This limitation of liability shall not affect the Agency’s liability, if any, for
damage to Third Parties caused by the Agency or any person or firm acting on
behalf of the Agency in carrying out the Services.
4.13
Reporting Obligations
The Agencies shall submit to the Authority the reports and documents specified in
the Tender hereto, in the form, in the numbers and within the time periods
specified in the tender document .
4.17
Documents Prepared by the Agencies to be the Property of the Authority
All plans, drawings, specifications, designs, reports, other documents and software
prepared by the Agencys (or by the Sub-contractors) for the Authority under this
Contract shall become and remain the property of the Authority, and the Agencies
shall, not later than upon termination or expiry of this Contract, deliver all such
documents to the Authority, together with a detailed inventory thereof.
4.18
Equipment and Materials Furnished by the Authority
Equipment and materials made available to the Agencies by the Authority, or
purchased by the Agencies with funds provided by the Authority is any, shall be
the property of the Authority and shall be marked accordingly. Upon termination
or expiry of this Contract, the Agencies shall make available to the Authority an
inventory of such equipment and materials and shall dispose of- such equipment
and materials in accordance with the Authority 's instructions. While in possession
Department of Agriculture
Page 22
Selection of Agencies for implementation of Soil Health Mission in Karnataka
of such equipment and materials, the Agencys, unless otherwise instructed by the
Authority in writing, shall insure them at the expense of the Agencies in an
amount equal to their full replacement value.
4.19. Accuracy of Data
The Agency shall be responsible for accuracy of the Collection of soil samples;
Sample coding; Soil analysis; Generation of soil health cards; soil analysis based
recommendation; Linking of soil fertility status to K-Kisan software and
Preparation of Soil fertility maps - collected by it directly or generated through
sub-contractors subject to the provisions of this Tender, it shall indemnify the
Authority against any inaccuracy in its work which might surface during
implementation of the Project, if such inaccuracy is the result of any negligence or
inadequate due diligence on part of the Agency or arises out of its failure to
conform to good industry practice. The Agency shall also be responsible for
promptly correcting, at its own cost and risk including any re-sample collection
and analysis.
4.20. Obligations of the Authority
4.20.1 Assistance for Agencies
Unless otherwise specified in the tender, the Authority shall use its best efforts to
ensure that the Government shall:
(a) provide the Agencies the necessary information to perform the services .
However DoA shall not be responsible for any sub contract made by the
agencies. The agencies concerned shall be solely responsible for the sub
contracts.
4.21 Payment
In consideration of the Services performed by the Agencys under this Contract,
the Authority shall make Payment to the Agencys as per Terms and Reference of
this Tender.
4.22 Settlement of Disputes
4.22.1 Amicable Settlement
The Parties shall use their best efforts to settle amicably all disputes arising out of
or in connection with this Contract or the interpretation thereof.
4.22.2 Arbitration
Arbitration: In the event of any disputes arising between the parties, the parties
agree to use their best efforts to resolve all disputes in prompt, equitable and
good faith. In the event ,if the parties are unable to do so then such dispute shall
be finally resolved by arbitration. The arbitration shall be in Bengaluru. The
Arbitrator shall be appointed by the Commissioner for Agriculture, Government
of Karnataka .
Department of Agriculture
Page 23
Selection of Agencies for implementation of Soil Health Mission in Karnataka
4.22.3 Dispute Settlement
Any dispute between the Parties as to matters arising pursuant to this Contract
which cannot be settled amicably within thirty (30) days after receipt by one Party
of the other Party's request for such amicable settlement may be submitted by
either Party for settlement in accordance with the provisions specified in the SC.
4.23 Minimum Service Levels:
4.23.1 Sample Collection, sample analysis , soil analysis report generation and farmer
pass book /soil health card preparation and generation of soil fertility maps should
be done as per the time bound Schedule submitted by the selected agencies .Any
diviations in implementation will attract the penalty in the following manner,
Delay in soil sample collection analysis , soil analysis report generation, farmer
pass book /soil health card preparation and generation of soil fertility maps beyond
15days from the schedule date will attract penalty of 1% cost for each of the
activity per sample per day.
4.23.2 Event of Default:
4.23.2.1 In the event that the aggregate damages at any point of time exceeds 25% of the
total fees to be paid by the department to the agency, under such conditions
contract shall be terminated and PBG shall be forfeited.
Department of Agriculture
Page 24
Selection of Agencies for implementation of Soil Health Mission in Karnataka
BIDDING SCHEDULE
DoA would endeavour to adhere to the following schedule:
Bid Stage
Estimated Date
1.
Date of publication of tender in e- 23-04-2015
Procurement platform
2.
Last date for receiving pre-Proposal
queries
6 -05-2015
3.
Pre-bid meeting
6-05-2015
4.
5.
6.
7.
8.
9.
Proposal Due Date
(Last date for submission of tender)
Opening of the Technical Proposal
Opening of Price Proposal
23-05-2015
26-05-2015
As per the Bidding Process
Signing of the Agreement
Within 7 days of selection of bidder
Validity of Proposals
3 (three) months from the Proposal
Due Date
Letter of Award (LoA)
Immediately after Signing of MOU.
The time and venue for the pre-Proposal meeting shall be as follows:
Time :
1130 hours
Venue :
Office of the Director, Department of Agriculture, Government of
Karnataka, Sheshadri Road, Bengaluru
Department of Agriculture
Page 25
Selection of Agencies for implementation of Soil Health Mission in Karnataka
ANNEXURE -1
Technical Evaluation Parameters
Eligibility Criteria
Parameter
Criteria
Applicant’s
Relevant
Experience
Minimum 3 years experience in the soil testing
business.
Relevant Experience of Key
Personnel
Soil Analyst
Lab Assistants
.Field Assistants
Data Entry
Operators
Funtional Software for
tracking
various
activities involved in soil
health
mission
implementation.
The
samples are to be tracked
right from the date of
collection of samples,
transportation to lab,
analysis of soil sample,
generation of soil health
card
and
fianal
distribution of soil health
card pertaining to the
sample.
Qualification
Experience
Degree in agriculture or science
with specilisation in soil science
/chemistry from the recognised
University.
Pass in PUC from recognized
college.
Pass in SSLC/10th Standard.
Pass in any degree
from
recognized college/ university
with computer knowledge
The
agency
should
own
functional software for Progress
monitoring or should be in a
position to develop the functional
software
for
Progress
monitoring within 30 days after
abtaining the LOA.
Minimum
years
Minimum
years
3
1
Note :1. The agency shall provide a declaration regarding the ownership of the
Funtional Software (PMS)/or for developing the software within 30 days after
abtaining the LOA on the agencys’letter head.
Department of Agriculture
Page 26
Selection of Agencies for implementation of Soil Health Mission in Karnataka
ANNEXURE -2
Table1:Technical Evaluation Parameters
1
2
I
II
30,558
56,974
1.50
2.00
Financial
Annual
Turnover
/district
( Rs in
Lakhs)
25.00
50.00
3
III
91,128
3.50
75.00
8
24
24
3
59
3
4
IV
1,84,672
7.00
150.00
15
45
45
4
109
4
Sl
No
.
Categ
ory
of
Distri
ct
EMD
per
district
(Rs in
lakhs)
Average
sample
size
(No)
Note :
Minimum Key personnel (No)/district/shift
Vehicles
/district
lab
assistants
field
assista
nts
Data
Entry
Operator
Total
3
5
9
15
9
15
1
2
22
37
1
2
Soil
Analysts
1.The bidder is required to produce aggregate EMD, have aggregate
turn over, key personnels for the districts for which the proposals are
being submitted.
2. Details of districts in each category is given in the table below
3. If a bidder wishes to participate for one or more districts with in the
category or outside the category he should according have the capability
and also quote accordingly.
4. Vehicle: vehicle is mandatory for transportation of soil sample from
farmer’s field/village to soil testing lab concerned on time. Vehicle should
be a bulk transport vehicle with a minimum capacity to carry 2.5 tons.
5. Each vehicle should have one driver and one helper for loading and
unloading of soil samples from farmer’s field to soil testing labs
Categorization of districts based on soil sample numbers.
I
(upto 40,000)
II
(40,001 to 75000)
III
(75,001 to
1,20,000
Kodagu
Bangaluru
Uttarakannada
Ramanagar
Chikaballapura
Dharwad
kolar
Dakshina Kannada
Chickmagaluru
gadag
Chitradurga
Yadagir
Mysuru
Davanagere
Hassan
Udupi
Haveri
Ballari
Chamarajanagar
Bidar
Bagalkote
Mandya
Kalburgi
Shivamogga
Raichur
Koppal
Tumakuru
Department of Agriculture
IV
(>1,20,000)
Vijayapura
Belaghavi
Page 27
Driver
+ Helper
1+1
2+2
3+
3
4+4
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Department of Agriculture
Page 28
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Table 2:Details of Category wise Districts and District wise year wise allocation of soil samples
sl.no
Total
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
Remarks
Number of samples
Districts
Belagavi
Bagalkote
Vijayapura
Kalburgi
Bidar
Raichur
Koppal
Gadag
Dharwad
Uttarakannada
Haveri
Ballari
Chitradurga
Davanagere
Shivamogga
Udupi
Chickmagaluru
Tumkur
kolar
Bangaluru
Department of Agriculture
Year 1
Rainfe
d
Irrigated
Total
Rainfed
Irrigated Total
Rainfed
47381
169821
217202
15794
56607 72401
15794
24961
70544
95505
8320
23515 31835
8320
65909
86233
152142
21970
28744 50714
21970
84392
21695
106087
28131
7232 35362
28131
40208
19732
59940
13403
6577 19980
13403
49860
62262
112122
16620
20754 37374
16620
29435
44857
74292
9812
14952 24764
9812
32556
17283
49839
10852
5761 16613
10852
27871
16921
44792
9290
5640 14931
9290
11264
19071
30334
3755
6357 10111
3755
30691
26235
56926
10230
8745 18975
10230
33640
58974
92614
11213
19658 30871
11213
45164
34937
80101
15055
11646 26700
15055
25016
58488
83504
8339
19496 27835
8339
10576
59978
70553
3525
19993 23518
3525
9285
26131
35416
3095
8710 11805
3095
21901
27866
49767
7300
9289 16589
7300
50647
67443
118090
16882
22481 39363
16882
24892
21720
46612
8297
7240 15537
8297
12345
17039
29384
4115
5680
9795
4115
Page 28
Year2
Year 3
Irrigate
d
Total
Rainfed Irrigated Total
56607
72401
15794
56607 72401
23515
31835
8320
23515 31835
28744
50714
21970
28744 50714
7232
35362
28131
7232 35362
6577
19980
13403
6577 19980
20754
37374
16620
20754 37374
14952
24764
9812
14952 24764
5761
16613
10852
5761 16613
5640
14931
9290
5640 14931
6357
10111
3755
6357 10111
8745
18975
10230
8745 18975
19658
30871
11213
19658 30871
11646
26700
15055
11646 26700
19496
27835
8339
19496 27835
19993
23518
3525
19993 23518
8710
11805
3095
8710 11805
9289
16589
7300
9289 16589
22481
39363
16882
22481 39363
7240
15537
8297
7240 15537
5680
9795
4115
5680
9795
Micronutrie
nts
Zn,Bo,Fe
Zn,Bo
Zn ,Bo
Zn,Bo
Zn,Bo
Zn,Bo
Zn,Bo
Zn,Bo,Fe,Cu
Zn,Bo
Zn,Bo
Zn,Bo,Cu
Zn,Bo
Zn,Bo,Cu
Zn,Bo
Zn,Bo
Zn,Bo
Zn,Bo,Cu
Zn,Bo,Cu
Zn,Bo
Zn,Bo
Zn,Bo
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Sl.
no
21
22
23
24
25
26
27
28
29
Remarks
Number of samples
Total
Districts
Mandya
Hassan
Dakshina Kannada
Kodagu
Mysuru
Chamrajanagar
Ramanagar
Chikaballapur
Yadagir
Total
Year1
rainfed
18788
32555
7689
14074
Irrigated
49580
53228
40961
648
Total
68368
85784
48651
14723
rainfed
6263
10852
2563
4691
Irrigated
16527
17743
13654
216
Total
22789
28595
16217
4908
rainfed
6263
10852
2563
4691
Year2
Irrigate
d
16527
17743
13654
216
Year3
20766
16394
16084
18585
28227
61985
19356
17556
16071
53459
82751
35750
33640
34656
81686
6922
5465
5361
6195
9409
20662
6452
5852
5357
17820
27584
11917
11213
11552
27229
6922
5465
5361
6195
9409
20662
6452
5852
5357
17820
27584
11917
11213
11552
27229
6922
5465
5361
6195
9409
20662
6452
5852
5357
17820
27584
11917
11213
11552
27229
851159
1240074
2091234
283720
413358
697078
283720
413358
697078
283720
413358
697078
Total
22789
28595
16217
4908
rainfed
6263
10852
2563
4691
Irrigated
16527
17743
13654
216
Total
22789
28595
16217
4908
Micronutrie
nts
Zn,Bo,Cu
Zn,Bo
Zn,Bo,Mn
Zn,Bo
Zn,Bo,Fe,Cu,
Mn
Zn,Bo
Zn,Bo,Cu
Zn,Bo
Zn,Bo
Note 1. Details of Talukwise,Hobliwise samples to be collected will be given by District
Joint Directors after signing the Agreement
2.Total no of samples to be collected may vary to an extent of 2%
3.The above data is based on Agricensus 2010-11.
4.Micronutrients shown in the remarks column should be analysed apart from regular parameters (pH,EC,N,P,Kand S)
5. From district /taluk/hobli 1/3 rd of total number of samples would be taken in each year but at the village level entire village would be
taken for sample collection and analysis at a time. Number of villages are to be taken in such a manner so that 1/3 of the hobli level samples
are taken in each year for soil sample analysis.
Department of Agriculture
Page 29
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Appendix A: Format for Letter of Proposal
(On the Letter head of the Bidder)
Date:
To,
The Director for Agriculture,
Department of Agriculture, Government of Karnataka,
Sheshadri Road,
Bengaluru 560 001.
Sir,
Re:
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Being duly authorized to represent and act on behalf of _________________________
(hereinafter referred to as “the Bidder/ Agency”), and having reviewed and fully
understood all of the Proposal requirements and information provided, the undersigned
hereby submits the Proposal for the Project referred above.
We confirm that our Proposal is valid for not less than three (3) months from
________________ (Proposal Due Date)
Yours faithfully,
___________________________
(Signature of the Authorised Signatory of Bidder)
___________________________
(Name and designation of the Authorised Signatory of Bidder)
Department of Agriculture
Page 30
Selection of Agencies for implementation of Soil Health Mission in Karnataka
APPENDIX B: Format for Power of Attorney for Signing of Proposal
(On stamp paper of appropriate value)
Power of Attorney
Know all men by these presents, we _________________________________ (name and
address of the registered office) do hereby constitute, appoint and authorise Mr. / Ms.
______________ ______________________________________________ (name and
residential address) who is presently employed with us and holding the position of
_____________________________ as our or attorney, to do in our name and on our
behalf, all such acts, deeds and things necessary in connection with or incidental to our
bid for the project envisaging Selection of Agencies for implementation of Soil Health
Mission in Karnataka including signing and submission of all documents and providing
information / responses to DoA, representing us in all matters before DoA, and generally
dealing with DoA in all matters in connection with our Proposal for the said Project.
We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney
pursuant to this Power of Attorney and that all acts, deeds and things done by our
aforesaid attorney shall and shall always be deemed to have been done by us.
For
___________________________
___________________________
(Signature)
___________________________
(Name, Title and Address)
Accepted
___________________________
(Signature)
___________________________
(Name, Title and Address of the Attorney)
Note:
1.
The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of
the executant(s) and when it is so required the same should be under common seal
affixed in accordance with the required procedure. The Power of Attorney should
be on a stamp paper of appropriate value.
2.
Also, wherever required, the Bidder should submit for verification the extract of
the charter documents and documents such as a resolution/power of attorney in
favour of the Person executing this Power of Attorney for the delegation of power
hereunder on behalf of the Bidder.
Department of Agriculture
Page 31
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Appendix C: Format for Letter of Commitment
(The Letter of Commitment is to be submitted by the Bidder/ each of the Consortium
Members)
Date:
To,
The Director for Agriculture,
Department of Agriculture, Government of Karnataka,
Sheshadri Road,
Bengaluru 560 001
Sir,
Re:
Selection of Agencies for implementation of Soil Health Mission in
Karnataka
This has reference to the Proposal being submitted by ____________________________
(name of the Bidder/ Agency), in respect of the abovementioned Project.
We hereby confirm the following:
We _________________________________have examined in detail and have
understood and satisfied ourselves regarding the contents mainly in respect of the
following:
1. The Tender document issued by the Department of Agriculture (DoA);
2. All subsequent communications between DoA and the Bidder/ Agency,
represented by __________________________________(name of the Bidder/
Agency);
Dated this the _______ Day of _______20__
For ___________________________
(Name and designation of the person(s)
signing on behalf of the Bidder)
Department of Agriculture
Page 32
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Appendix D: Details of Bidder
1.
Name
2.
Address of the office(s)
3.
Date of incorporation and/or commencement of business.
4.
Brief description of the Company including details of its main lines of business.
5.
Name, Designation, Address and Phone Numbers of Authorised Signatory of the
Bidder:
Name
:
c.
1. Designation
:
2. Company
:
3. Address
:
4. Telephone Number
5. Fax Number
:
6. Mobile Number
:
7. E-Mail Address
:
:
6.
Details of individual (s) who will serve as the point of contact / communication
for DoA within the Company:
d.
Name
:
e.
Designation
:
f.
Company
:
g.
Address
h.
Telephone Number
:
i.
Fax Number
:
j.
Mobile Number
:
k.
E-Mail Address
:
:
Signature, name and designation
of the authorised signatory with seal
Department of Agriculture
Page 33
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Appendix E: Format for Anti Collusion Certificate
(On the Letterhead of the Bidder)
We hereby certify and confirm that in the preparation and submission of our Proposal for
Selection of Agencies for implementation of Soil Health Mission in Karnataka, we
have not acted in concert or in collusion with any other Bidder 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 this Proposal.
Dated this _______ Day of __________, 20__
________________________
(Name of the Bidder/ Agency)
________________________
(Signature of the Authorised Person)
________________________
(Name and designation of the Authorised Person)
Department of Agriculture
Page 34
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Appendix F: Format for Undertaking
(On the Letterhead of the Bidder)
Date:
The Director for Agriculture,
Department of Agriculture, Government of Karnataka,
Sheshadri Road,
Bengaluru 560 001
Sir,
Re:
Selection of Agencies for implementation of Soil Health Mission in
Karnataka
We confirm that we are not barred by Department of Agriculture, Government of
Karnataka (GoK), any other State Government in India (SG) or Government of India
(GoI), or any of the agencies of GoK/SG/GoI from participating in
infrastructure/computerisation
projects
(BOT
or
otherwise)
as
on
__________________________(Proposal Due Date).
Yours faithfully,
___________________________
(Signature of Authorised Signatory)
________________________
(Name and designation of the Authorised Person)
Department of Agriculture
Page 35
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Appendix G: Format for Undertaking for Soil Testing Company/ Agency
(On the Letterhead of the Bidder)
Date:
The Director for Agriculture,
Department of Agriculture, Government of Karnataka,
Sheshadri Road,
Bengaluru 560 001
Sir,
Re:
Selection of Agencies for implementation of Soil Health Mission in Karnataka
We confirm that we have been in the business of testing of Soil Samples for Macro and
Micro Nutrient content.
Yours faithfully,
___________________________
(Signature of Authorised Signatory)
________________________
(Name and designation of the Authorised
Person)
Department of Agriculture
Page 36
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Appendix H: Format for Statement of Experience
FORMAT IA
Format for Certificate from the Statutory auditors regarding experience of the
Applicant
(On the letter head of Statutory auditors)
Date:
Based on the books of account and other published and relevant documents/informations
authenticated by it, this is to certify that M/s _______________[Name of the Applicant]
been engaged in Soil Testing business for Macro and Micro Nutrient content for the
________ [Provide number of years] preceding the Proposal Due and have a Lab capacity
to analyze atleast _____________ soil samples per year.
Name of the audit Firm
Seal of the Audit Firm
Signature, name and designation of the authorised signatory
FORMAT IB
Format for No Objection Certificate regarding Capacity of Labs in collaboration
(On the letter head of Concerned Lab)
Date:
This is to certify that I ,M/s _______________[Name of the Concerned ] been engaged in
Soil Testing business for Macro and Micro Nutrient content for the ________ [Provide
number of years] preceding the Proposal Due and I have no objection in collaborating my
------------------------- lab [ name and address of the lab]which has the capacity to analyze
atleast _____________ soil samples per year to shri/M/s ………………………..for the
purpose of analysis of the soil samples for the project concerned..
Name of the Lab
Seal of the Lab
Signature, name and designation of the authorised signatory
Department of Agriculture
Page 37
Selection of Agencies for implementation of Soil Health Mission in Karnataka
FORMAT IIA
S.No
Name of the Vehicle with
registration Number
Capacity( in terms of
tonnes)
1
2
Signature, name and designation
of the authorised signatory with seal
Department of Agriculture
Page 38
Selection of Agencies for implementation of Soil Health Mission in Karnataka
FORMAT II B2
Format of certificate from Agency
(On the letterhead of the Agency)
Date:
We certify that M/s ________________[Name of the Applicant] has
________________ Vehicles with the capacity of ……………….tonnes for bulk
transportation.
Signature of the authorized signatory and designation
with seal of the agency
2
To be provided for each of the Vehicle listed in Format IIIA
Department of Agriculture
Page 39
Selection of Agencies for implementation of Soil Health Mission in Karnataka
APPENDIX-I
Financial Capacity of the Applicant
Annual turnover of the Agency/ Bidder.
Year 1
Year 2
Year 3
Instruction:
1.
The Applicant shall attach copies of the balance sheets, financial statements and
Annual Reports for 3 (three) years preceding the Proposal Due Date. The financial
statements shall:
(a)
reflect the financial situation of the Applicant;
(b)
be audited by a statutory auditor;
(c)
be complete, including all notes to the financial statements; and
(d)
correspond to accounting periods already completed and audited (no
statements for partial periods shall be requested or accepted).
2.
Annual turnover shall mean the total revenues as indicated in the audited annual
balance sheet.
3.
Year 1 will be the latest completed financial year, preceding the Proposal Due
Date. Year 2 shall be the year immediately proceeding year 1 and so on.
4.
The Applicant shall provide an Auditor’s Certificate3 specifying the annual
turnover and also specify the methodology adopted for calculating the same.
5.
If the Agency or bidder is submitting proposals for more than 1 district, Such
agency is required to have aggregate turn over for the districts where the
proposals are being submitted.( Turnover for Districts as per Annexure 2)
Signature of the authorized signatory and designation
with seal of the agency
3
In case the Applicant does not have a statutory auditor, it shall provide the certificate from its chartered accountant
that ordinarily audits the annual account of the Applicant.
Department of Agriculture
Page 40
Selection of Agencies for implementation of Soil Health Mission in Karnataka
APPENDIX-J
Particulars of Key Personnel
Sl.
No
.
(1)
1.
2.
3.
Designati
on of Key
Personnel
Name
(2)
Soil
Analyst
Field/lab
Assistants
Data
entry
operators
(3)
Educational
Qualification
(4)
Length of
Professional
Experience
(soil testing)
(5)
Present
Employment
Name
of
Firm
(6)
Employ
ed Since
(7)
Signature of the authorized signatory and designation
with agency's seal
Department of Agriculture
Page 41
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Format III
Format of certificate from Agency
(On the letterhead of the Agency)
Date:
We certify that the information provided in Appendix J on the Particulars of Key
Personnel correctly describes the qualification, experience and other information
relating to the Key Personnels listed therein.
Signature of the authorized signatory and designation
with agency's seal
Department of Agriculture
Page 42
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Appendix K: Format for Price Proposal
(SPECIMEN COPY ONLY – SUBMITTED ONLY THROUGH EPROCUREMENT WEBSITE)
Date:
To
The Director for Agriculture,
Department of Agriculture, Government of Karnataka,
Sheshadri Road,
Bengaluru 560 001
Sir,
Re:
Selection of Agencies for implementation of Soil Health Mission in
Karnataka
I/We have reviewed the Tender including Instructions to Bidders and the Terms of
Reference and agree to abide by all the terms and conditions therein.
I hereby submit our Price Proposal and quote a Price of Rs. ______________ (Rupees
____________________(in words) in accordance with the Tender.
Note 1: Scanned copy of Appendix L and Appendix L-1forming part of the Price
Proposal to be on the letter head of the bidder and signed by the authorized signatory and
the same to be uploaded on the e-Procurement Website.
Note 2: The Bidder/ Agency should submit separate price proposals for each district, if
and only if applying for more than one (1) district.
Yours faithfully,
Signature of the authorized signatory and designation
with seal of the agency
Department of Agriculture
Page 43
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Appendix L-1: List of Districts for which the bidder has submitted the
proposals
Sl.no
1
2
3
4
Name of the district
Signature of the authorized signatory and designation
with seal of the agency
Department of Agriculture
Page 44
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Appendix L-2 – Componentwise breakup of cost per soil sample
SUBMITTED ONLY THROUGH E-PROCUREMENT WEBSITE
(On the letterhead of the Bidder)
Sl.
no
Particulars
Unit of operational area is District
District Name :
Cost per sample Lumsum amount for
(Rs )
entire project of a
particular district(Rs )
1
Soil sampling cost (collection using GPS
cordinates , labelling , packing material
and transportation to soil test labs )
2
Soil sample analysis cost (cost of
consumables, Manpower for soil
analysis and miscellaneous expenditure)
3
ICT Expenditure (for PMS and
generation of soil health cards.)
4
Printing of multicolored soil health
Card.
5
Preparation of Soil Fertility Maps
(District /Taluk/ hobli/Gram Panchayat
Levels)
6
Organizational service charges
TOTAL(Rs.)
Per sample cost in Rs.
Taxes
Per sample cost (inclusive of all taxes in
Rs.)
This format should be uploaded along with the Financial bid format. Bidder has to furnish
this details separately for each district..
Yours faithfully,
Signature of the authorized signatory and designation
with seal of the agency
Department of Agriculture
Page 45
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Appendix L3
Financial Bid Format
SUBMITTED ONLY THROUGH E-PROCUREMENT WEBSITE
(On the letterhead of the Bidder)
Sl.no
Name of the District
Cost per sample
inclusive of all taxes
1
Note:Bidder has to furnish this details separately for each district.
Signature of the authorized signatory and designation
with seal of the agency
Department of Agriculture
Page 46
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Volume II. TERMS OF REFERENCE
Contents
1.
2.
3.
4.
5.
6.
7.
General
Objective
Scope of Services
Deliverables
Payment Schedule
Working Team
Completion of Services
Department of Agriculture
Page 47
Selection of Agencies for implementation of Soil Health Mission in Karnataka
1.1.1
1.1.2
General
Soil is a non renewable living resource. Every effort must be made to enrich this
natural resource for maximizing its productivity on one hand and to conserve this
resource with minimal degradation for the prosperity, sustaining productivity of
soil. In Karnataka, there are 78, 32,189 farm holdings. Soil testing is a tool to
assess the available nutrient status of a soil. Interpretation of test results and
making recommendation for nutrient management may be appropriate to achieve
sustainable yields on long term basis.
In view of above, it is proposed to implement the soil testing programme on a
mission mode for three years in the form of Soil Health Mission by analyzing the
soil samples based on grid and issuing soil health cards to all the farm holdings
covered under the grid with the following objective:
Ø issue soil health cards to all farmers in Karnataka over a period of three years,
so as to provide a basis to include nutrient deficiencies in fertilizer
recommendation
Ø develop crop specific nutrient management in the districts for enhancing nutrient
use efficiency.
Ø promote soil test based balancing of nutrients to manage fertility related risks for
higher production.
1.1.3
In pursuance of the above, the Authority has now decided to carry out a bid
process for Selection of Agencies for implementation of Soil Health Mission.
The Successful Bidder would be required to perform the following task:
Collection of soil samples
Sample coding
Soil analysis
Generation of soil health cards
Providing analysis based recommendations
Linking of soil fertility status to K-Kisan software
Preparation of Soil fertility maps
1.
Objective
The objective of this Implementation of Soil Health Mission in the State of Karnataka
inclusive of but not limited to Creating awareness; Collection of soil samples; Sample
coding; Soil analysis; Generation of soil health cards; Providing soil analysis based
recommendations; Linking of soil fertility status to K-Kisan software and Preparation of
Soil fertility maps.
Department of Agriculture
Page 48
Selection of Agencies for implementation of Soil Health Mission in Karnataka
2.
Scope of Services
The Authority will select the districtwise agency to undertake the implementation of Soil
Health Mission. The selected agency shall extend their co-operation for the following
activities to be undertaken by the department .
a.
Creating awareness: Creating awareness among the farmers regarding methodology
in collection of the samples and recommendations of crop specific nutrients based on
the soil test results. The awareness programmes will be carried out at village level by
the agriculture department extension staff through various mass media methods
(Jhathas/Streetplays / using print and electronic media).
b.
Training to Farmers: Two training programme for 2 days each will be organized
by the Agriculture department for a group of 50 farmers at taluk level . One
regarding soil sample collection and the other for recommendations of soil test
results
c.
Training to Technical staff/Analyst : The department of agriculture will organize
technical trainings as mentioned below
a. One-week hands-on orientation training to soil chemists for soil analysis and
fertilizer recommendation .
b. 2 days training to field assistants/ lab assistants regarding soil sample collection
and sample analysis .
The selected agencies have to depute their analysts and other staff to the trainings
which will be intimated by District Joint directors.
The selected Agency shall undertake the implementation of the project as below:
a. Collection of soil samples: Criteria of samples to be taken:
(i) Irrigated area – at 2.5 ha grid for marginal and small holdings.
(ii) Irrigated area – one sample each holding for semi-medium, medium & large
holdings (Irrigated Area/Av.size).
(iii) Rainfed area – at 10 ha grid for marginal, small, semi-medium & medium
holdings.
(iv) Rainfed area – one sample each holding for large holdings (Rainfed Area /
Av.size).
(v) samples collected should represent all the farmers holdings in that grid if that
grid contains more than one farmer. The sample should be collected from all 4
(four)corners and 1(one) in the centre of the grid. The Soil samples should be
collected in presence of concerned farmers and department extension
functionaries. GPS co-ordinates should be recorded at the time of soil collection.
Information of farmers as per Annexure 3should be collected at the time of
sample collection. Soil sampling procedure for agriculture and horticulture crops
as per Laboratory manual of Department of Agriculture Depth of the soil sample
should be considered for the major crop in particular survey number
as
specified below.
Annual crops - 0-30cm
Department of Agriculture
Page 49
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Plantation crops(Horticulture) - 0-30cm and 30-60cm, 2 samples should be
collected and analysed separately.
The collected soil samples along with farmers inventory sheet (as per Annexure 3)
should be transported to the respective soil testing laboratories.The districtwise
and yearwise allocation of soil samples to be drawn is given in Annexure 2: Table
2
b. Sample coding: The collected soil samples are registered and maintained in a
separate register. Unique code number should be allotted to each and every soil
sample received during the year. This number should be unique. K-Kisan coding
procedure of DoA should be followed .This unique code which includes the
following details
1. District
2. Taluk
3.Hobli
4 Grampanchayat
5. Village
{ Farmers name ,Survey No,Gender, Category(SC/ST/General) details also
should be included to this code by the Agency}
c. Analysis of soil samples: Soil samples should be analysed by following the standard
procedures followed in static and Mobile soil laboratories as per as per Laboratory
manual of Department of Agriculture. (Manual will be provided to the successful bidder
by the DoA)
I.
II.
III.
IV.
Qualitative parameters: pH and EC.
Major Nutrients: Nitrogen, Phosphorous, Potassium
Secondary Nutrients: Sulphur
Micronutrients : Zinc, , Iron,Copper,Manganese and Boron
After analysis of the soil samples the remaining portion of the sample should be preserved
until the third party check.
e. Programme Monitoring Software : The samples are to be tracked right from the date of
collection of samples, transportation to lab, analysis of soil sample, generation of soil
health card and fianal distribution of soil health card pertaining to the sample.However ,
the results of analysed soil samples are to be fed to the Bhoophala Software available
with the DoA .
d.Providing soil health information: After analyzing of soil samples in Soil testing labs
soil health cards should be distributed to all the farmers holdingswise of that particular
grid from where the soil samples are collected. One copy of Soil health Card per holding
farmer should be submitted to the concerned RSKs.The soil health cards will be
distributed to farmers by the departmental extension functionaries.The selected agency
should also assist in the process.
The fertility status and crop specific nutrient recommendation should to be linked to KKisan software by the selected agency .
Department of Agriculture
Page 50
Selection of Agencies for implementation of Soil Health Mission in Karnataka
e.Generation of Soil Health Maps :Preparation of GIS based Digital multicolored soil
fertility maps of state, district, taluks, hoblis and gram panchayts should be prepared to
the standard Scale.(1:100000 for district level and 1:50000 for Taluk, 1:25000 for hobli
and 1:4000 for Grampanchayat level.). one copy of such maps should be handed over to
the District joint Director of Agriculture.
3.
List of Deliverables
1. Timely progress reports should be submitted in the specified formats
provided by the DoA
2. Soil health cards hard copies and soft copies to be submitted to the
concerned District Joint Directors within the specified time.
3. Grampanchyat/Hobli/taluk/District level multi coloured soil fertility Maps (
one copy) generated to the Joint Director concerned are to be submitted both
in hard copies and soft copy along with source code
4. On expiry or termination of the contract, the DoA labs ,equipments or any
other resources of the Authority should be handed over to the Authority in as
was form. Any damages to the said properties shall attract penalties in the form
of forfeiture of the PBG partially or in whole.
4.
Schedule of payment
The Agency shall deliver the above deliverables (the “Deliverables”) during the
course of the agreement(three years) period as per the formats provided by the
authority . Accordingly the activitywise payments shall be as follows. All
payments will be made through the District Joint Directors.
Key Date
No
KD1
Description of
Timeline
Payment
Deliverables
Soil
sample As
per
schedule 50% of the amount as per the
collection(along
with submitted
by
the price finalized by DoA for the
GPS coordinates) , coding selected agency
purpose
of
Soil
sample
of soil samples,packing
collection ,packing , coding of
and transportation to soil
soil samples and transportation
testing labs
of samples to soil testing labs
will be paid within a month after
the agency submits the detailed
work done report on soil
sample collection , coding of
soil
samples,packing
and
transportation to soil testing
labs.
Remaining 50% will be paid
within a month after obtaining
the
verification
/
work
completion report by the third
party.
Department of Agriculture
Page 51
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Key Date
Description of
Timeline
Payment
No
Deliverables
KD2
Analysis of the soil As
per
schedule 50% of the amount as per the
samples as per terms of submitted
by
the price finalized by DoA for the
purpose of soil analysis will be
this tender
selected agency
paid within a month after the
agency submits the work done
report regarding soil analysis.
Remaining 50% will be paid
within a month after obtaining
the
verification
/
work
completion report by the third
party.
KD3
ICT Expenditure (for Monthly submission of 50% of the amount as per the
PMS and generation of bills accompanied by price finalized by DoA for the
soil health cards.)
reports are to be purpose of ICT will be paid
within a month after the agency
submitted
submits the work done report on
ICT.
Remaining 50% will be paid
within a month after obtaining
the verification / work
completion report by the third
party on ICT.
KD4
Generation
of
Soil Generation
of
soil 50% of the amount as as per the
Fertility Maps
fertility maps at District/ price finalized by DoA for
Taluk/ Hobli /Gram generation of Soil Fertility Maps
Panchayat levels within will be paid with in a month
two
months
after after the agency submits the
completion of analysis detailed work done report on
of soil samples of generation of soil fertility maps.
District/ Taluk/ Hobli Remaining 50% will be paid
/Gram Panchayat
within a month after obtaining
the
verification
/
work
completion report by the third
party on the progress on
generation of Soil Fertility Maps
All the deliverables should be submitted as per the formats provided by the
authority after signing of Agreement. Further one set of hard copies and soft copies in
CDs of all the final Deliverables shall be submitted to the the District Joint Director as per
key dates. Agencies should maintain backup information in electronic form to be kept
separately and handed over to the department officials as per further intimation.
Department of Agriculture
Page 52
Selection of Agencies for implementation of Soil Health Mission in Karnataka
5.
Working Team
The Agency shall form a multi-disciplinary team (the “Consultancy Team”) for
undertaking this Assignment. The following Key Personnel whose experience and
responsibilities are briefly described herein would be considered for evaluation of
the Technical Proposal.
Key
Educational Qualification
Length of
Responsibility
Personnel
Experience
Soil
Degree in agriculture or science Minimum 3 Shall undertake the
Analyst
with specilisation in soil years
analysis of soil samples
science /chemistry from the
and generate reports
recognised University.
Lab
Pass in PUC from recognized Minimum 3 Shall
collect
the
Assistants
college.
years
samples from the field
or Field
and transport it to the
Assistants
labs
He/ she should assist
the soil analyst in
analyzing samples
Data Entry
Pass in any degree
from Minimum 1 Shall upload the soil
Operators
recognized college/ university years
test results in the
with computer knowledge
software and generate
soil health cards
6.
6.1
6.2
Completion of Services
All the outputs including primary data shall be compiled, classified and submitted
by the Agency to the Authority in soft copy apart from the reports indicated in the
Deliverables. The study outputs shall remain the property of the Authority and
shall not be used for any purpose other than that intended under these Terms of
Reference without the permission of the Authority.
All activities as per schedule should be performed by the selected agency,if in any
case the agency concerned fails to perform and in case such activities is performed
by the DoA, accordingly the payment to the agencies shall be deducted
activitywise.
Director of Agriculture
and Tender Inviting Authority
Department of Agriculture
Page 53
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Annexure-3
Information collected at the time of collection of soil sample
1.Sample code:
2..Farmer’s Name a………………area in ha …… Survey No.
b. ……………… area in ha …… Survey No ……….
c……………… area in ha …… Survey No.
d……………… area in ha ………… Survey No ….
3.Village:…………………..Taluka:………………………District:…………………
4.Information of Land Holding:
5. GPS reading of said Survey no:
1. Latitude::……………………….. Longitude ……………………..
2. Latitude::……………………….. Longitude ……………………..
3. Latitude::……………………….. Longitude ……………………..
4. Latitude::……………………….. Longitude ……………………..
5. Latitude::……………………….. Longitude ……………………..
5 .Area of Grid:
6. Name of Farm:
7. Topography of Land: Levelled / undulated /Low line
Irrigated – (Well/Tube Well/Canal) / Unirrigated:
8. Crop grown in Last Season: Kharif:………….Rabi:……………Summer:………..
9. Crop to be taken in next season: Kharif:…… Rabi:……………Summer:……... .
10.Main Crop of this particular area:
1……………………………………2……………….3………………………….4……
11.Date of sampling ………………………….
Signature of soil sample drawer
Name:……………………………
Designation:…………………….
Farmer’s Signature:
KSDA extension staff’s Signature
Note :1. All the names of farmers in the particular grid should be mentioned along
with the holding size. Names of farmers should be mentioned according to
the area of the holding (larger to smaller holding).
2. Soil sample should represent the soil from all the farm holdings
coming under the particular grid.
Department of Agriculture
Page 54
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Appendix M
FORMAT FOR PERFORMANCE SECURITY
To
The Director for Agriculture,
Department of Agriculture, Government of Karnataka,
Sheshadri Road,
Bengaluru 560 001
WHEREAS______________________________________________________________
[Name and address of the Agency] (hereinafter called “the Agency”) has undertaken, in
pursuance of Contract No. _____________________________________________dated
_________to provides the services on terms and conditions set forth in this Contract
_________________________________________________ [Name of contract and brief
description of works) (hereinafter called the “the Contract”).
AND WHEREAS it has been stipulated by the Authority in the said Contract that the
Agency shall furnish to the Authority with a Bank Guarantee by a recognized bank for the
sum specified therein as security for compliance with his obligations in accordance with
the Contract;
AND WHEREAS we have agreed to give the Agencys such a Bank Guarantee;
NOW THEREOF we hereby affirm that we are the Guarantor and responsible to the
Authority,
on
behalf
of
the
Agencys
up
to
a
total
of
___________________________________[amount
of
Guarantee]
_______________________________________________________________________
[in words], such sum being payable in the types and proportions of currencies in which
the Consultancy Fee is payable, and we undertake to pay to the Authority, upon
Authorities first written demand and without cavil or argument, any sum or sums within
the limits of _______________ [amount of Guarantee] as aforesaid without the Authority
needing to prove or to show grounds or reasons for the Authority’s demand for the sum
specified therein.
We hereby waive the necessity of the Authority demanding the said debt from the
Agencys before presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the
Contract or of the services to be performed there under or of any of the Contract
documents which may be made between the Authority and the Agencys shall in any way
release us from any liability under this guarantee, and we hereby waive notice of any such
change, addition or modification.
Department of Agriculture
Page 55
Selection of Agencies for implementation of Soil Health Mission in Karnataka
The liability of the Bank under this Guarantee shall not be affected by any change in the
constitution of the Agencys or of the Bank.
Notwithstanding anything contained herein before, our liability under this guarantee is
restricted to Rs.__________________ (Rs.______________) and the guarantee shall
remain valid till _________. Unless a claim or a demand in writing is made upon us on or
before _____________________ all our liability under this guarantee shall cease.
This guarantee shall be valid until 2 months beyond the expiry of Contract.
Signature and Seal of the Guarantor ________________
In presence of
Name and Designation _________________________
1.________________________________
(Name, Signature & Occupation)
Name of the Bank ______________________________
Address _____________________________________
2.________________________________
(Name & Occupation)
Date ____________________________
Department of Agriculture
Page 56
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Calender of events for First Year
Sl.
no
Activity
1
Selection of
villages
2
Collection of
samples and
transportation
Analysis of
samples
Generation of
Soil Health
Card
handing over
the Soil health
Cards to the
RSKs
Preparation of
Soil fertility
maps
3
4
5
6
A
p
r
May
Jun
Jul
Aug
Sep
Oct
Nov
Dec
Jan
Feb
Mar
Name and
Signature of the authorized signatory and designation
with seal of the agency
Department of Agriculture
Page 57
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Calender of events for Second Year and Third Year
Sl.n
o
Activity
1
Selection of
villages
Collection of
samples&
transportation
Analysis of
samples
Generation of
Soil Health
Card
handing over
the Soil health
Cards to the
RSKs
Preparation of
Soil fertility
maps
2
3
4
5
6
Ap
r
Ma
y
Jun
Jul
y
Aug
Sep
Oct
Nov
Dec
Jan
Feb
Mar
Signature of the authorized signatory and designation
with seal of the agency
Department of Agriculture
Page 58
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Volume III
List of Soil Testing Laboratories
Sl.n
o
1
Location of Soil Testing
Laboratories
Soil Health Centre, Sheshadri Road,
Bengaluru (Rural).
And Micronutrient Laboratory O/o
DDA(Soil Health), Sheshadri Road,
Bengaluru
Soil Health Centre, Near JDA Office,
Ramanagar
Soil Health Centre, Kagati,
Chikkaballapur
Soil Health Centre, Near D.C office,
Kolar
Soil Health Centre, RMC Yard,
Davangere-577 003.
Building Macro
facility
facility
Yes
Yes
Micro
facility
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
6
Soil Health Centre, Near District
Court, Tumakuru-572101
Yes
Yes
Yes
7
Soil Health Centre, Near JDA Office,
Chitradurga
Yes
Yes
Yes
8
Soil Health Centre, Near D.C office,
Mandya-571 401.
Yes
Yes
Yes
9
Soil Health Centre, Nanjanagud-571
301, Mysuru district.
Yes
Yes
Yes
10*
Soil Health Centre, Near JDA Office,
Chamarajnagar
Yes
Yes
Yes
11
Soil Health Centre, Kudige, Kodagu
District.
Yes
Yes
Yes
12
Soil Health Centre, Jilla Panchayath
compound, Mangalore-575 001,
Dhakshina Kannada District.
Soil Health Centre, Near JDA Office,
Udupi
Assistant Director of Agriculture, Soil
Health Centre, Santepet, Hassan.
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Assistant Director of Agriculture, Soil
Health Center, Old Thirthahalli Rd,
Shivamogga district - 577 202.
16
Soil Health Centre, Joint Director of
Agriculture compound,
Chikkamagaluru-577 101.
17** Soil Health Centre, Gokak, Belagavi
district - 591 307
Yes
Yes
Yes
Yes
Yes
Yes
No
Yes
Yes
2*
3*
4
5
13*
14
15
Department of Agriculture
Page 59
Selection of Agencies for implementation of Soil Health Mission in Karnataka
18
Assistant Director of Agriculture, Soil Yes
Yes
Yes
Health Centre, Near District
Agriculture training centre, Dharwad580 008.
19
Assistant Director of Agriculture, Soil Yes
Yes
Yes
Health Centre, DATC, Devihosur,
Haveri district.
20
Assistant Director of Agriculture, Soil Yes
Yes
Yes
Health Centre, APMC Yard, Gadag582 101.
21
Assistant Director of Agriculture, Soil Yes
Yes
Yes
Health Centre, Sirsi, Uttara Kannada
District - 581402
22** Soil Health Centre, Near Krishik
No
Yes
Yes
Samaj, Vijayapura
23
Assistant Director of Agriculture, Soil Yes
Yes
No
Health Centre, Jamkhandi, Bagalkot
district - 587 302
24
Soil Health Centre, Kotnur,
Yes
Yes
No
Kalburgi-585 103
25
Soil Health Centre, Bhalkhi, Bidar
Yes
Yes
Yes
district-585 328
26
Soil Health Centre, Krishi sankirna,
Yes
Yes
Yes
Raichur- 585401
27
Assistant Director of Agriculture, Soil Yes
Yes
Yes
Health Centre, Vaddarhatti Camp,
Gangavathi, Koppal district.
28*
Soil Health Centre, Yadagiri.
Yes
Yes
No
29
Assistant Director of Agriculture, Soil Yes
Yes
Yes
Health Centre, APMC Yard, Ballari583 101.
* SHC Yadagir, Udupi, Chikkaballapur, Chamarajnagar and Ramanagar laboratories
analysis work has not been started.
** SHC Gokak and Vijayapura Building are in Rental basis.
Department of Agriculture
Page 60
Selection of Agencies for implementation of Soil Health Mission in Karnataka
Checklist
Sl.no
1
2
3
4
Particulars
Certificate of Registration,
Memorandum of Association
and articles of association
Annual Audited Reports for the
past 3years
Letter of Proposal as per
Appendix A
Power of Attorney as per
Appendix B, authorising the
signatory of the Proposal to
commit the Bidder
5
Letter of Commitment as per
Appendix C
6
Details of
Appendix D
7
Anti-Collusion Certificate as per
Appendix E
8
Letter of Undertaking from
Bidder as per Appendix F
9
Earnest Money Deposite
Bidder
as
Enclosed/not enclosed
per
Undertaking of10
being an agency involved in soil testing
for macro and micro-nutrients as
per Appendix G
11
Format for Experience as per
Appendix
H(format
IA,IB,IIAand IIB)
12
Statement
of
Financial
Capability as per Appendix I
13
Undertaking with respect to
availability of Key Personnel and
their
Qualification as
per
Appendix J(Format III)
14
Declaration on PMS
15
Format for for Price Proposal as
per Appendix K
Department of Agriculture
Page 61
Selection of Agencies for implementation of Soil Health Mission in Karnataka
16
17
18
19
List of Districts for which
bidder has submitted proposals
Appendix L1
Componentwise breakup of
price proposal Appendix L2
Financial Bid Format Appendix
L3
Schedule of Activities.
Note : The Checklist format should be filled and uploaded in the eprocurement
website sequentially as above only.
Signature of the authorized signatory and designation
with seal of the agency
Department of Agriculture
Page 62