short term tender notification -...
TRANSCRIPT
GOVERNMENT OF KARNATAKA
(Department Of Agriculture)
No: DDA/FT/FM/RC/7/2013-14. Commissionerate of Agriculture,
Seshadri Road, Bangalore-1.
Dated:13-01-2014
SHORT TERM TENDER NOTIFICATION
Sub: e- based Tender for fixing subsidy for supply of Farm Machinery and Agro
Processing Units to farmers under Departmental subsidy Programmes for the
year 2014-15 reg.
.
***** e-Procurement Tenders are invited from manufacturers/ importers/ distributors for
supply of Government of India approved Power tillers, Land and Seed Bed Preparation
Equipments, Sowing Equipments, Inter-cultivation Equipments, Plant Protection
Equipments, Harvesting & Threshing Equipments, Residue Management Equipments,
Agro-processing equipments and other tools through Department under various schemes.
The details of eligibility are given in Annexure-I.
The interested Tenderers can download the Tender documents through e-
Procurement free of cost. The new Tenderers have to register at the Centre for e-
Governance, 1st floor, M.S. Building, Bangalore-01and obtain the DSC key or e-token.
The Tenderers already registered need not register again. The Tender documents are
available from Dt: 20-01-2014 on e-Procurement website
https://eproc.karnataka.gov.in.
A nominal amount of Rs. 1000/- as Earnest Money Deposit (EMD) shall be paid
in the form of e-Payment through e-Procurement portal which is refundable. Apart from
this nominal EMD, the regular EMD specified against each item in Annexure-II of this
document shall be submitted in the form of Bank Guarantee.
Calendar of Events Sl.No. Events Date Time
1 Last date for receipt of Tender Documents 18-02-2014 Up to 17.00 hours.
2 Opening of Technical bids 21-02-2014 3.00 pm
3 Opening of Commercial bids Will be intimated later
The Hard copies of the Technical bids uploaded in the e-Procurement portal will
be received at the Office of the Deputy Director of Agriculture (Field Trials),
Department of Agriculture, No.1, Seshadri Road, Bangalore-560 001 till 5.00 P.M., on
Dt:19-02-2014.
NOTE : e-Procurement processing fee is non-refundable.
DIRECTOR OF AGRICULTURE AND
TENDER INVITING AUTHORITY
2
Annexure-I
Item/Machinery wise eligible Tenderers to participate in the Tender - 2014-15
Sch.
No.
Machinery Details of Models Eligible Participants
1 2 3 4
A Land Development , Tillage and Seedbed preparation Equipments
A(1) Power Tillers Models approved by GoI Manufacturers of
indigenous models
/Authorised Importer
A(2) M.B. Plough Commercial Test Report
from FMTTI/ SAUs/
Central Institutes & BIS
Licence as applicable
Manufacturers/
Authorised Distributors/
Authorised Importers A(3) Rotavator
A(4) Disc Plough
A(5) Disc Harrow
A(6) Cultivators
A(7) Sugarcane stubble shaver
cum cultivator
A(8) Leveller Blade
A(9) Cage Wheel
A(10) Blade Harrow
A(11) Laser Guided Land
Leveller
B Sowing and Planting Equipments
B(1) Paddy Planter Commercial Test Report
from FMTTI/ SAUs/
Central Institutes & BIS
Licence as applicable
Manufacturers/
Authorised Distributors/
Authorised Importers B(2) Furrow Opener/Ridger
B(3) Seed cum Fertiliser Drill
B(4) Zero Till Drill
B(5) Roto Till Drill
B(6) Sugarcane Sett Cutter &
Planter
B(7) Raised bed Planter/Ridge
Furrow Planter
B(8) Rice Tray Nursery
preparation machine with
Trays
B(9) Rice nursery preparation
Trays
C Inter-Cultivation equipments
C(1) Grass/Weed Slasher Commercial Test Report
from FMTTI/ SAUs/
Central Institutes & BIS
Licence as applicable
Manufacturers/
Authorised Distributors/
Authorised Importers C(2) Rice Straw Chopper
D Tractor/Power tiller
Mounted / Power
operated Hi-tech P.P.
equipments
Commercial Test Report
from FMTTI/ SAUs/
Central Institutes & BIS
Licence as applicable
Manufacturers/
Authorised Distributors/
Authorised Importers
3
1 2 3 4
E Harvesting & Threshing Equipments
E(1) Multi Crop Thresher Commercial Test
Report from FMTTI/
SAUs/ Central
Institutes & BIS
Licence as applicable
Manufacturers/Auth
orised
Distributors/Authoris
ed Importers
E(2) Groundnut Digger
E(3) Groundnut Pod Stripper/ Thresher
E(4) Winnowing Fan
E(5) Sugarcane Stripper
E(6) Sugarcane harvester
E(7) Harvester /Reaper
E(8) Combined Harvester
F Equipments for Residue Management
F (1) Sugarcane Thrash Cutter Commercial Test
Report from FMTTI/
SAUs/ Central
Institutes & BIS
Licence as applicable
Manufacturers/
Authorised
Distributors/
Authorised Importers
F (2) Coconut Frond Chopper
F (3) Chaff cutter
G Post Harvest & Agro Processing Equipments
G(1) Dal Processor Commercial Test
Report from FMTTI/
SAUs/ Central
Institutes & BIS
Licence as applicable
Manufacturers/
Authorised
Distributors/
Authorised Importers
G(2) Mini Rice Mill
G(3) Mini Oil Expeller
G(4) Ragi Polishing Machine
G(5) Ragi Cleaning Machine
G(6) Pressed Rice Machine
G(7) Sugarcane Crusher Unit
G(8) Flour Mill
G(9) Pulverisers
G(10) Rava/Cattle Feed Machine
G(11) Chilly Pounding Machine
G(12) Shavige/Vermicelli Machine
G(13) Sugar Cane Juice Making Machine
G(14) Wheat Polisher
H Diesel / Petrol Start Kerosene
Run Pump sets
Diesel Pump sets
/IS11170:1985 and
IS 6595:2002 Part 1
and IS191150:1986
Manufacturers
Petrol Start Kerosene
Run Pump sets IS 7347 and IS 6595:2002 Part 1 and IS191150:1986
4
Annexure-II
Details of EMD amount (in Rs.) against each Item
Sche. No. Item EMD Amount
A Land Development , Tillage and Seedbed preparation Equipments A(1) Power Tillers 500000
A(2) M.B.Plough 100000
A(3) Rotavator 100000
A(4) Disc Plough 50000
A(5) Disc Harrow 50000
A(6) Cultivators 50000
A(7) Sugarcane Stubble shaver cum cultivator 50000
A(8) Leveler Blade 50000
A(9) Cage Wheel 50000
A(10) Blade Harrow 50000
A(11) Laser Guided Land Leveller 100000
B Sowing and Planting Equipments B(1) Paddy Planter 100000
B(2) Furrow Opener/Ridger 50000
B(3) Seed cum Fertiliser Drill 50000
B(4) Zero Till Drill 50000
B(5) Roto Till Drill 50000
B(6) Sugarcane Sett Cutter & Planter 50000
B(7) Raised bed Planter/ Ridge Furrow Planter 50000
B(8) Rice Tray Nursery preparation machine with Trays 50000
B(9) Rice nursery preparation Trays 50000
C Inter Cultivation Equipments
C(1) Grass/Weed Slasher 50000
C(2) Rice Straw Chopper 50000
D Tractor/Power tiller Mounted / Power operated Hi-tech
P.P. equipments
500000
E Harvesting & Threshing Equipments
E(1) Multi Crop Thresher 100000
E(2) Groundnut Digger 50000
E(3) Groundnut Pod Stripper/ Thresher 50000
E(4) Winnowing Fan 50000
E(5) Sugarcane Stripper 100000
E(6) Sugarcane Harvester 100000
E(7) Harvester/ Reaper 50000
E(8) Combined Harvester 100000
5
F) Equipments for Residue Management F (1) Sugarcane Thrash Cutter 100000
F (2) Coconut Frond Chopper 50000
F (3) Chaff cutter 50000
G) Post Harvest & Agro Processing Equipments (Subjected to a max. of Rs.250000 for 5 or more no. of equipments)
G(1) Dal Processor 50000
G(2) Mini Rice Mill 50000
G(3) Mini Oil Expeller 50000
G(4) Ragi Polishing Machine 50000
G(5) Ragi Cleaning Machine 50000
G(6) Pressed Rice Machine 50000
G(7) Sugarcane Crusher Unit 50000
G(8) Flour Mill 50000
G(9) Pulverisers 50000
G(10) Rava/Cattle Feed Machine 50000
G(11) Chilly Pounding Machine 50000
G(12) Shavige/Vermicelli Machine 50000
G(13) Sugar Cane Juice Making Machine 50000
G(14) Wheat Polisher 50000
H Diesel / Petrol Start Kerosene Run Pump sets 500000
Note: A maximum EMD of Rs.5,00,000/- for 5 or more number of equipments for
the Schedule from A(2) to (H) except Plant Protection Equipments, Combine
Harvester, and Diesel Pump sets which has to be paid separately.
6
A. Land Development , Tillage and Seed bed preparation Equipments Annexure to Schedule A
A(1). List of GoI approved Power Tillers Eligible for Supply with Subsidy under
Farm Mechanisation and Other Programmes Sl.
No
Make & Model of
Power
Tiller
Max Power
kW (Ps)
Test Report No.
& Year of release
CMVR Certificate No. &
Date
1 2 3 4 5
1 TEXMACO
DHANWAN
7.5 (10.2) PT-63/860, September 2001
2 GANGA SIFANG
GN-121-15
10.0 (13.6) PT-56/831, Febravary, 2002
3 GREAVES GS 15 DIL
S
11.0 (15.0) PT-76/995, Dec.
2004
CMVR/PT-14/29/2008-
2009,dtd: 21.07.2008
4 SOUZA SIFANG GN 121-(15) (FITTED
WITH ZHEJING
SIFANG ZS 1100
AN DIESEL
ENGINE)
10.7 (14.6) PT-80/1013, July
2005
CMVR/PT-07/18/2008-
2009,dtd: 16.06.2008
5 SIAM KUBOTA-RT-
14 DI RP-80
9.0(12.3) PT-16/331, September 2011
6 KRANTI DI 1515 11.2 (15.2) PT-85/1067,
Jan.2007
CMVR/PT-17/2007-2008
dtd: 17.3.2008
7 SHRACHI SF 15 DI 11.1 (15.1) PT-84/1066,
Jan.2007
CMVR/PT-06/10/2008-
2009, dtd: 22.05.2008
8 KISAN SAKTHI DI
GN 15 L
10.8 (14.7) PT-86/1071
February, 2007
CMVR/PT-19/48/2008-
2009, dtd: 25.11.2008
9 SHRACHI KUBOTA
DF 12 L
8.7 (11.8) PT-89/1077,
March 2007
CMVR/PT-09/21/2008-
2009, dtd: 23.06.2008
10 SUN GN 151 DI 10.5 (14.3) PT-91/1085, May
2007
CMVR/PT-16/39/2008-09,
dtd: 18.08.2008
11 MANAM MCF-121 8.5 (11.6) PT-01/206, May
2007
CMVR/PT-13/28/2008-
2009, dtd: 17.7.2008
12 KAVI-GN 15 L 9.2 (12.5) PT-92/1095, July
2007
CMVR/PT-10/25/2008-
09,dtd: 09.07.2008
13 SAMRAT GN 121 11.5 (15.6) PT-93/1103, Sept.
2007
CMVR/PT-05/09/2008-
2009, dtd: 15.5.2008
14 KAVI - DF 15 L 11.0 (15.0) PT-94/1109, Dec.
2007
CMVR/PT-11/26/2008-09,
dtd: 09.07.2008
15 KAMCO KMB-200 7.4(10.1) PT -3/225 December 2007
16 SOHARR GN 121
15-DI
10.7 (14.6)
PT-4/228,
January 2008
CMVR/PT-20/67/
2008-2009
dtd: 03.03.2009
17 SHIFENG ANGAD
150 PT
8.8 (12.0) PT-81/1034,
March 2006 in
conjunction with
PT-95/1119,
CMVR/PT-15/36/2008-09,
dtd: 08.08.2008
7
March, 2008
18 VIJAY VR-15L 10.2 (13.9) PT-05/233, May
2008
CMVR/PT-12/27/2008-
2009, dtd: 16.07.2008
19 BIRLA HARIT 8.4 (11.4) PT-6/241, July
2008
CMVR/PT-15/07-08
dtd: 19.02.08
20 GREAVES GS 15 DIL 11.0 (14.9) PT-8/247
October, 2008
CMVR/PT-03/04
2008-2009,dtd: 10.4.2008
21 RHINO 15 DI 10.7 (14.5) PT-7/246,
October 2008
CMVR/PT-18/43/2008-09,
dtd: 29.09.2008
22 DIVYA SHAKATI 9.1(12.4) PT-09/273,
Dec.2009
ICAT/ATA (term III-
PT/2007-08/095
dtd:27.08.2007
23 DRAGON SHAKTI
150 DI
11.0(14.9) PT-11/281,
April.2010
ATA(Bharat(Term) Stage
III/PT/ELT/R/2009-
2010/589 dtd:24.9.2009
24 GREAVES GS 10.1 (13.5) PT- 10/28, in
conjunction with
PT -12/294.
Sep,2010
25 YANMAR SHAKTI
GN 121 DI
7.8 (10.6) PT- 14/310, March ,2011
26 GREAVES GS 14
DIL
10.1 (13.5) PT-10/280,
March 2010 in
conjunction with
PT-12/294,
September 2010
CMVR/Power Tillers-23
/403/2010-2011, dated:
19.5.2010, ATA Bharat
Term Stage III-
P.T/ELTTR/2009-10/26
Date:22.04.2009
27 MASCON
(MODEL:MS 15L)
13.99 (10.3) PT -13/309 March 2011
28 GANGA MODEL;GM-
16
15.35 (11.3) PT -19/336 October 2011
29 GANGA POWER
TILLER
(MODEL;ARJUN-
GM-15)
15.08 (11.1) PT -20/337 October 2011
30 YANMAR SHAKTI
GN 121 DI
11.42 (8.4) PT- 18/335, oct
,2011
oct ,2011
31 SUNRISE
(MODEL;SUNRISE
DI)
13.32 ( 9.8) PT -17/334 October 2011
32 BHIM GANGA
SIFANG
14.95 (11.10) PT -23/347 February 2012
33 SIGMA PLUS V2FM 11.4 (15.61) PT -22/344 January 2012
34 VIJAY SAMURAI PT-
03
9.6
(13.15) PT -24/352 April 2012
35 SHRACHI SF-12 8.9 (12.1) PT-53/813,
March 2000
CMVR/PT-08/20/2008-
2009, dtd: 23.06.2008
36 PREMIER Power
Tiller GARUDA 3 PT
1200 D
7.8 (10.5) PT -26/366 September 2012
37 GREAVES POWER 9.0 (12.1) PT -27/367 September 2012
8
TILLER GS 12 DLX
38 SARAHI Power Tiller
CHAMPION
9.8 (13.1) PT -29/366 October 2012
39 TEXMACO
DHANWAN DF-
12(BT)
7.9 (10.27 PT-30/382, February 2013
40 SHRACHI Balwan 13.9(18.9) PT -31/383 February 2013
41 ANAND GN-15L-DI 11.1(15.1) PT -32/391 March 2013
42 SHRACHI ALL
Rounder
8.6 (11.7) PT -33/392 February 2013
43 KRANTI DI 1515 DF 10.1(13.7) PT -34/393 April 2013
44 KRANTI DI 1515 GN 9.4 (12.8) PT -35/394 April 2013
45 SHRACHI Shaktiman 12.1 (16.5) PT -36/395 April 2013
46 SOUZA RT 125 DI 9.6 (13.1) PT -37/396 April 2013
47 SHB DI 12.9 (17.5) PT -38/398 May 2013
48 SOUZA SZ-450 MINI
POWER TILLER
(TILLING TYPE)
7.3(9.9) PT -39/399 May 2013
49 KAMCO KMB 200
(BT)
6.7(9.1) PT -41/403 June 2013
50 PACE 14 DI 9.0 (12.2) PT -42/404 June 2013
51 KALINGA SHAKTHI
KS-125 DI
8.9 (12.1) PT -43/405 June 2013
52 KALINGA SHAKTHI
KS-120
8.3 (11.3) PT -44/407 July 2013
53 KALINGA SHAKTHI
KS-145
9.6 (13.1) PT -45/408 July 2013
54 CHANGZHOU GN-
151
10.9(14.8) PT-46/409 July 2013
55 Briggs 3 PT 1000D
light weight power
tiller (Tilling type)
5.6(7.6) PT-47/411
56 MITSUBISHI SHAKTI
CT 85 WITH VWH
ENGINE
6.3 (8.6) PT-48/412 August 2013
57 VST SHAKTI 130 DI 8.9 (12.1) PT-49/413 August 2013
58 RHINO Super RH 12
DI
10.1(13.7) PT-50/417 September 2013
59 KRANTI IND-180 9.9 (13.5) PT -51/418 September 2013
60 KRANTI IND-230 9.9 (13.5) PT -52/419 September 2013
61 PAGARIYA 15 DI 10.5 (14.3) PT -52/419 October 2013
62 KAMCO Super DI
(BT)
9.1(12.4) PT -54/426 November 2013
63 FORTUNE FAI-15
DLX
8.9(12.1) PT -96/1396 August 2013
9
A(2). Tractor Drawn Mould Board Plough a). Specifications should be as per IS Steel.
b). Shovel thickness should be 6mm and width should be 62 mm.
c) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
MODELS No of Bottoms Type of
Bottom Sl. No
Tractor Capacity
Weight (Kgs)
A) Single Bottom Fixed 1 35 HP 150 2 45 HP 175
Reversible 3 35-45 HP 300 4 45-50HP 350
B) Two Bottom Fixed 5 35 HP 200 6 45 to 50 HP 225
Reversible 7 35 to 50 HP 360 C) Three Bottom Fixed 8 40HP 250
A(3). Tractor Operated Rotavator Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
Steel shall conform to IS Standards.
with gear box suitable for both 540/1000 rpm
No RPM Width of
Rotavator
Driven By No. of
Blades
1 540/1000 120 cm Chain/Gear 30
2 540/1000 150 cm Chain/Gear 36
3 540/1000 180 cm Chain/Gear 42
A(4). Disc Plough a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) The steel used shall confirm to IS Standards.
c) Discs should be of size 26” diameter. MODELS
No Model Type Power
Source
Remarks
1 Two Disc Plough Frame made of I section 150x100mm Channel Type, with each disc of 10 guage and 26" diameter
Tractor (35HP)
Weight-250kg
2 Two Disc Plough Frame made of I section 150x100mm Channel offset Type, with each disc of 10 guage and 26" diameter
Tractor (35HP)
Weight-350 kg
3 Two Disc Plough Reversible Frame made of I section 150x100mm, with each disc of 10 guage and 26" diameter
Tractor (35HP)
Weight-320 kg
10
A(5). Tractor Drawn Disc Harrow a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) The steel used shall confirm to IS.
c) Disc should be of 10 gauge 22” diameter.
MODELS No No of Discs Remarks 1 10 Disc of 10 guage 22'' Diameter.
290 kg
2 11 Disc of 10 guage 22'' Diameter 310 kg 3 14 Disc of 10 guage 22'' Diameter 380 Kg
A(6). Cultivators
Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
The steel used shall confirm to IS.
Without Spring
a) Heavy duty tynes with 6' ft frame length & should be of minimum 32 mm thickness
and 75 mm width. of 260kg
b) Duck Foot Type Bar point cultivator tynes with 6' ft frame should be of weight 250 kg
to 290 kg
With Spring
a) Heavy duty tynes with 6.5' ft frame length of leg size 44mm X 24 mm of weight
300kg.
MODELS No Type Heavy No. of
Tynes Source Of Power
1 Without Spring
Heavy 9 35 HP above Tractor
2 Duck Foot Type Bar point Heavy Duty
5 35 HP above Tractor
3 Duck Foot Type Bar point Heavy Duty
7 35 HP above Tractor
4 Heavy 5 Power Tiller 5 With
Spring Heavy
9 35 HP above Tractor
A(7).Sugar Cane stubble shaver cum Cultivator:
Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
The steel used shall confirm to IS.
No Type Source of Power Capacity 1 2 rows with 60 cm swing
diameter
Tractor 35 HP and above
11
A(8). Tractor/Power Tiller Drawn Leveler Blade
a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) Blade width should not be less than 100mm and thickness not less than 6 mm.
c) Minimum weight should be 180 Kgs for 6.5 feet Tractor Drawn Blade.
d) Minimum weight should be 190 Kgs for 7.0 feet Tractor Drawn Blade.
MODELS
No Type Source of Power Capacity Length of blade Weight 1 Leveler Blade
Tractor 40-60 HP 6.5 feet to 7 feet 180 kgs to
190 kgs
A(9). Wet Land Cage wheel with puddler
Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
The steel used shall confirm to IS.
Cage Wheel Shall be made of (2") 50 ms angle conforming to IS
Sl.No Model Type Source of Power
1 Single Cage wheel with
Disc puddler
one set of puddler made of 12 discs
of 45 cm diameter , 440-460kg
35 HP and above 2 Double cage wheel Made of 50x50 mm MS Angle,
250-300kg
3 Double cage wheel
with peg leveller
Made of 50x50 mm MS Angle,
390-410kg
A(10). Tractor/Power Tiller Drawn Blade Harrow a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) Blade width should not be less than 100mm and thickness not less than 12 mm.
c) Minimum weight should be 150 Kgs for 5.5 feet Tractor Drawn Blade.
d) Minimum weight should be 180 Kgs for 6.5 feet Tractor Drawn Blade.
No. Capacity Source of Power
1 5.5 feet blade width Harrow Tractor 35 HP & above
2 6.5 feet blade width Harrow Tractor 35 HP & above
A(11). Laser Guided Land Leveler a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) Precise land leveling with Prime Mover
c) Class I Laser Diode (780 nm), Accuracy up to 50 Deg. C, IPX6 Standard.
d) Control Panel with Maximum operating Temperature 60 Deg. C
e) Laser Beam with 360 Degree, IP 68 Standard with 5 Channels
f) Heavy Duty 2 tonne Capacity Hydraulic Cylinders with Adjustable Height.
No. Capacity
1 With 50 HP Tractor Prime Mover
12
B. Sowing and Planting Equipments
Annexure to Schedule B B(1). Paddy Planter a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) Diesel Engine with ISI / BIS markings and as per ISI / BIS Specifications.
MODELS
No. Type No. of Rows Power source
1 Manually pulled / pushed 2 rows 2-3 HP Petrol Engine
2 Self Propelled Riding type 6 rows 5 HP Diesel Engine
3 Self Propelled Riding type 6 rows 16-21 HP Petrol/
Diesel Engine
4 Self Propelled Riding type 6 rows 16-18 HP Diesel Engine
5 Self Propelled Riding type 8 rows 3.5 HP Petrol Engine
6 Self Propelled Riding type 8 rows 3-4 HP Diesel Engine
7 Self Propelled Walk behind type 4 rows 2.7 -3.5 HP Petrol Engine
8 Self Propelled Walk behind type 4 rows 4 -5 HP Petrol Engine
9 Self Propelled Walk behind type 4 rows 4 -5 HP Diesel Engine
B(2). Tractor Drawn Furrow Opener / Ridger:
a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) Steel Shall Confirm to IS.
c) Furrow Opener / Ridger made of 10 gauge sheet.
MODELS
No TYPE Remarks Power Source
1 Three furrow opener 175 Kgs Tractor of 35 HP
2 Five furrow opener 290 kg Tractor of 35 HP
B(3). SEED CUM FERTILIZER DRILL a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) The steel used shall confirm to IS.
MODELS Sl.No No. of tynes Power Source Weight (Kg) 1. 6 tynes Rigid Tractor 35 HP & above 260 2. 7 tynes Rigid Tractor 35 HP & above 270 3. 6-8 tynes Spring Tractor 35 HP & above 275 4. 9 tynes Spring Tractor 35 HP & above 290 5. 9 tynes Rigid Tractor 35 HP & above 280 6. 5 tynes. Rigid Power Tiller 85
B(4).ZERO TILL DRILL: a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) The steel used shall confirm to IS.
13
MODELS Sl.No No. of tynes Power Source Weight(Kg)
1 9 tynes Rigid Tractor 310 2 11 tynes Rigid Tractor 350
B(5).ROTO TILL DRILL: a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) The steel used shall confirm to IS.
c) Working width-125cm
d) Tractor capacity 35- 40 HP
e) No of flange -6, No of blades per flange -4,Total no of blades-24
MODELS Sl.No No. of tynes Power Source Number of blades
1 Working width 125 cm with 6 number flange and 4 number of blades per flange
Tractor (35-40 HP)
24
B(6).Sugarcane Sett Cutter & Planter- Semi Automatic:
Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
No Type Capacity Weight(Kg)
1 2 rows semi automatic >35 HP 275
B(7). Raised bed Planter/ Ridge Furrow Planter:
Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
No Type Capacity Weight(Kg)
1 2 rows raised bed planter with 4
rows planting
>35 HP 300
B(8). Rice tray nursery preparation machine with Trays :
Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
Sl.No Type No of Trays
1 2 HP Electric motor with sowing capacity of 650-700 trays
/hr along Length -58 cm, Width - 28 cm, Height - 3-4 cm
100
200
B(9). Rice nursery preparation Trays :
Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
a set of 1000 trays should be provided
Sl.No Type No of Trays
1 Trays of Length -58 cm, Width - 28 cm, Height -
3-4 cm
1000
C. Inter Cultivation Equipments
14
Annexure to Schedule C C(1). Power Operated Grass/Weed Slasher (Power Weeder)
a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) Diesel /Petrol Engine as per BIS/ISI Specifications with ISI/BIS markings on them
c) Sales Tax registration company should be at Karnataka, Principle authorization letter,
Supplier should have ISO certificate and the Importer manufacture should have ISO
d) Engines of Japan, Taiwan, Indian, Italy and Germany only.
MODELS
Sl No.
Type Engine type
Power Capacity
1 Brush Cutters/ Slasher Electric 1.5 - 2.0HP 2
Petrol 1.5-2.00 HP
3 2.1 Hp and above
4 Self Propelled Rotary weeder/Slasher( Power Weeder)
Diesel 4-6 HP 2.98-4.48KW
5 Self Propelled Rotary weeder/Slasher( Power Weeder)
Petrol 4-6 HP 2.98-4.48KW
6 Self Propelled Rotary weeder for paddy(Power Weeder) two row (TNAU Design)
Petrol 1.75 HP two stroke
C(2). Rice Straw chopper cum spreader: a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
No Type Capacity
1 5.5'-6' swing diameter with 3 blades >35 HP
D.List of Tractor / Tiller / Power Operated Plant Protection Equipments Eligible for Supply with Subsidy under Farm Mechanisation and other Programmes
Annexure to Schedule D
a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes. b) With B.I.S. Certificates and ISI Markings for each of the component wherever
applicable. c) Engines of Japan, Taiwan, Indian, Italy and Germany only
Model No Type / Model Specifications 1 2 3 1. Engine Operated Knapsack Power
Sprayer with Two Stroke Engine With 21 cc -56 cc Petrol Engine with ISO (MNC company and other company) With Spray Gun and Brass pump With 20-23 liter capacity of tank.
15
2. Engine Operated Knapsack Power Sprayer with Four Stroke Engine
With 21 cc -56 cc Petrol Engine (MNC company and other company) With Spray Gun and Brass pump With 20-23 liter capacity of tank.
3. Engine Operated Mobile (Portable) Power Sprayer without tank
With 21 cc -56 cc two/ four stroke Petrol Engine
4. Engine Operated Mobile (Portable) Power Sprayer with tank
With 21 cc -56 cc two/four stroke Petrol Engine
5. Tractor Mounted Boom HTP Sprayer
With 22-31 Nozzles
6. Tractor operated HTP sprayer with tank of 500 lit capacity
With 22-31 Nozzles with gun metal lance
7. Horizontal Double Piston Pump Sprayers with 2 gun and 100 meters hose pipe
With 3 HP Motor/ Engine
8. Horizontal Triple Piston Pump Sprayers with 2 gun and 100 meters hose pipe
With 4 HP Diesel/ Petrol Engine with ISI certiified model
9. Horizontal Triple Piston Pump Sprayers with 2 gun and 100 meters hose pipe
With 5HP Diesel/ Petrol Engine with ISI certified model
10. Horizontal Triple Piston Pump Sprayers with 2 gun and 100 meters hose pipe
Without Engine
11. High Clearance Cart mounted Horizontal Triple piston pump sprayer(CAE model) with 2 gun and 100 meters hose pipe
3 HP Engine with ISI
12. Tractor Operated Aero Blast Sprayer with 600 mm Blower Size Diameter
With 400 litres Capacity Tank & Pump for lifting Spray Solution with 180' Adjustable Boom.
13. Battery Operated Knapsack sprayer 12 volts battery with 16L tank capacity
E) Harvesting & Threshing Equipments
Annexure to Schedule E E(1). Multi Crop Thresher suitable for any three crops
1. Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
2. The safety requirement shall conform to IS 9020:2002
3. Chute should conform the IS standard.
4. Separate Commercial Test certificate has to be produced for every model.
5. Walker model should have belt shield.
6. Diesel Engine should have ISI/BIS markings and shall be as per ISI/BIS specifications.
7. Accessories to be provided along with Multi Crop Thresher.
a) Tool kit for engine.
b) Tool kit for thresher. (Each tool kit shall have screw drivers, spanners, cutting player in
adequate numbers to attend immediate repairs on the site.)
c) Set of three concave sieves for any three of jowar, maize, sunflower, wheat, gram, red
Gram, horse gram, green gram, black gram.
8. Trolley wheels and tyres shall be original as well as brand new.
16
MODELS No Type Thresher Capacity/Type Source of
Power
Power
Capacity
1. TOP FEED Thresher with
centrifugal Blower (Davangere
Model)
Drum size 16''X48
1800-2000 kg/hr
Air Cooled
Diesel Engine
10.0 to 15
HP
2. TOP FEED Thresher with
Cylindrical Blower (Davangere
Model)
Drum size 16''X28"
1200-1400 kg/hr
Air Cooled
Diesel Engine
10.0 HP
3. Engine operated Multicrop
Thresher
Drum size 14''X27"
600-800 kg/hr
Air Cooled
Diesel Engine
6-8 HP
4. Multi Crop Thresher Double fly
wheel with aspirator blower
Drum size 16''X27"
800-1000 kg/hr
Air Cooled
Diesel Engine
10 HP
5. Multi Crop Thresher auto
feeding centrifugal blower
Drum size 18''X30"
1500-1800 kg/hr
Air Cooled
Diesel Engine
12 HP
6. TOP FEED model with
centrifugal blower type rase bar
type
Drum size 18''X27"
600-800 kg/hr
Air Cooled
Diesel Engine
10 HP
7. Paddy/Ragi thresher type 8 rips
blade (4 walker type) with
centrifugal blower
Drum size 16''X27"
800-1000 kg/hr
Air Cooled
Diesel Engine
10 HP
8. Tractor operated MCT with
aspirator blower without engine
Drum size 30''X24"
800-1000 kg/hr
Tractor 35 HP
9. Tractor operated MCT with
centifugal blower with engine
Drum size 30''X50"
500-2500 kg/hr
Tractor 45 HP
10. TOP FEED thresher with
cylindrical blower (Davangere
Model)
Drum size 16''X48"
1500-1800 kg/hr
Without Engine Thresher
only
11. Multi Crop Thresher Double fly
wheel with aspirator blower
Drum size 16''X27"
600-800 kg/hr
Without Engine Thresher
only
E(2).Groundnut Digger-Tractor Drawn:
a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) Suitable for 35 HP Tractor with a digging width of 5 feet.
c) Steel shall conform to IS Standards.
MODELS
No. Groundnut digger Type
1 Punjab Model
E(3). Groundnut Pod Stripper/ Thresher a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) Steel used shall confirm to IS Standards.
c) Motor/Diesel engine should have the ISI/BIS markings on them.
17
MODELS
No. Type Power
Source
Size Capacity
1 Tractor operated Ground Nut
Thresher with trolly
Tractor 29"x32" 35 HP &
Above
2 Groundnut Thresher Diesel
Engine
23"x27" 10.0 HP
E(4). Winnowing Fan (Winnower): a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) Aluminium Blades fitted with Steel frame.
c) Motors or Diesel engine should have the ISI/BIS markings on them.
MODELS No Type HP of Winnowing Fan 1 Portable Winnowing Fan Fitted with Hard Rubber
Wheels. 1 HP Electric motor
2 2 HP Electric motor 3 Winnowing Fan Fitted with 5 HP Diesel Engine
Animal Drawn Vehicle (ADV), animal drawn pnematic cart with Original Tyres.
5 HP Diesel Engine
E(5). Power Operated Sugarcane Stripper: a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) operated by 3-4 HP Diesel engine.
c) Mounted on Pneumatic tyres for easy transportation in the field.
d) Chain/Belt Driven System
e) with minimum output of 950 kgs of cane/hr
f) Diesel engine should have the ISI/BIS markings on them.
No. Type Power Source Harvester Capacity
1 Sugarcene Stripper 3 to 4 HP Diesel
Engine
output of 950 kg cane per hour
E(6). Sugarcane Harvester: a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) Self propelled ride-on type with 15 HP, 4 stroke diesel engine.
c) Diesel engine should have the ISI/BIS markings on them.
d) MODELS
No. Type Power Source Harvester Capacity Weight
1 Single row 60 HP Tractor 12 Metric ton per hour 6200kg
E(7).Harvester / Reaper.
18
a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes. b) Petrol and Diesel Engine shall have ISI / BIS markings and as per BIS/ISI Specifications. MODELS
No. Type 1 Self Propelled Reaper cum Binder with 10.0 HP Diesel Engine with a cutting
width of 3 feet with ISI certification 2 Self Propelled Reaper with 1.5 -2.5 HP Petrol engine and 1.5 to 2.5 feet blade
length - Baffle Model with a cutting width of 2 feet 3 Self Propelled Reaper with 4.0 HP 4 Stroke Diesel Engine with a cutting width
of 3-4 feet 4 Self Propelled Reaper with 6.0 HP 4 Stroke Diesel Engine with a cutting width
of 3 feet
E(8). Combined Harvesters
Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
Diesel Engine shall have ISI / BIS markings and as per BIS/ISI Specifications.
MODELS
No. Model
1 Self Propelled Track Mounted Operated by 50-70 HP Diesel Engine
2 Self Propelled Tyre Mounted Operated by 15-18 HP Diesel Engine (Mini
Combined Harvester for paddy)
3 Self Propelled Track Mounted Operated by 71-100 HP Diesel Engine
with ISI
F) Equipments for Residue Management
Annexure to Schedule I F(1). Sugarcane Thrash Cutter cum shredder:
a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
MODEL
No. Type Power Source
1 Sugarcene Thrash Cutter cum shredder
with 36 blades
35 HP and above
F(2). Coconut Frond Chopper: a) Specifications should be as per Commercial Test Report from SAU or FMTTI or
Central Institutes.
b) Blades should be made of MS Steel.
c) Motors or Diesel engine should have the ISI/BIS markings on them.
MODELS No. Capacity Power Source
1. 5 HP With 5 HP Diesel Engine
19
F(3).Chaff Cutter
a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) The safety requirement shall conform to IS 15542:2005.
c) Motors or Diesel engine should have the ISI/BIS markings on them.
MODELS
No. Types
1 Hand Operated Chaff Cutter
2 Chaff Cutter with 2 HP ISI/BIS marked Electric Motor
3 Chaff Cutter with 3 HP ISI/BIS marked Electric Motor
4 Chaff Cutter with 5 HP ISI/BIS marked Electric Motor
5 Chaff Cutter with 4 - 5 HP ISI/BIS marked Diesel Engine
G. Post Harvest & Agro Processing Equipments
Annexure to Schedule G G(1). Dal Processor with De-husker, Blower, Pre-Grader and Broken Separator
a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) Main body should be made of angler body with MS steel.
c) Minimum Capacity of Dal Processor should be 125 Kgs/hour
d) Electric Motors should have ISI/BIS markings.
MODELS
Sl No Type Source of Power
1 2.0 HP Dal Mill (1HP+1HP motors) (CFTRI
Design)
Electric motor
2 3 HP Dal Processor with 3 HP motor for de
husking, blowing and for grading Heavy
duty(Akola Design)
3 HP Motor
G(2). Mini Rice Mill a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) With V (B section) Belts and V Pulleys (Cast Iron)
c) Electric Motors should have ISI/BIS markings.
MODELS
No Mini Rice Mill Type
Attachment Capacity
1. 5 HP With Pre-Cleaner &
Elevator
2.0 q of paddy/hour
2. 10 HP + 1 HP With Elevator 5 q of Paddy /hour
G(3). Mini Oil Expeller a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) Shall be supplied only after ensuring the presence of foundation bed.
20
c) Electric Motors should have ISI/BIS markings.
MODELS
No No. of Bolts Bolt Size Motor Capacity
1 Four 18 x 3.5" 5 HP Electric motor
2. Six bolt expeller 24 x 4.5" 10 HP Electric motor
G(4). Ragi Polishing Machine: a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) Steel used shall confirm to IS.
c) Shall be supplied only after ensuring the presence of foundation bed.
d) Major parts of the machine should be made of 16 gauge food grade MS sheet.
e) Electric Motors should have ISI/BIS markings.
MODELS
No Power Source Minimum Out Put
1 3 HP Electric motor 3.0 q of Ragi / hour
2 5 HP Electric motor 5.0 q of Ragi / hour
G(5). Ragi Cleaning Machine a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) Steel used shall confirm to IS.
c) Major parts of the machine 16 gauge CR sheet.
d) Motors should be of ISI/BIS markings.
MODELS No Power Source Attachment / Features Minimum out put
of Ragi
1 2 HP Electric Motor Grader (vibrating Screen) with 0.5 HP Electric motor
5.0 q / hour
2 3 HP Electric Motor Both for Cleaning and Grading
6.0 q / hour
G(6). Pressed Rice Machine (Avalakki): a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) Steel used shall confirm to IS.
c) Motors should be of ISI/BIS markings.
MODELS
No. Type Power Source Capacity
1 Pressed Rice Machine 7.5 HP Electric motor 60 kg Paddy/hour
(7). Sugarcane Crusher Unit a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) Steel used should confirm to IS and graded cast iron.
c) Safety requirement shall confirm to IS 15561:2005.
d) Diesel Engines should have ISI/BIS markings as per IS 1170:1985
21
MODELS No. Sugar Cane Crusher type Roller Length Power Source Capacity
1 5 HP Crusher Unit with 3 Rollers IS Model
165 mm 8 HP Diesel Engine
0.8 ton/hr
2 7.5 HP Crusher Unit with 3 Rollers IS Model
216 mm 10 HP Diesel Engine
1.0 ton/hr
3 10.0 HP Sugar Cane Crusher with 3 Rollers IS Model
216 mm Without Engine
4 10.00 HP Crusher Unit with 3 Rollers (CI Make)
216 mm Without Engine
G(8). Flour Mill. a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) Flour mills with Burr stone (Emery) type.
c) Electric motors with ISI/BIS markings.
d) Main body should be made of Cast Iron MODELS
No. Type Source of Power Diameter Capacity (Min.out
put)
1 Flour Mill 2 HP Electric motor 12" 20 Kgs/hour
2 Masala Flour Mill 5 HP Electric motor 12.5" 20 Kgs/hour
3 Flour Mill 3.0 HP Electric motor 14" 30 Kgs/hour
4 Flour Mill 7.5 HP Electric motor 16" 125 Kgs/hour
5 Flour Mill 10 HP Electric motor 18" 125 Kgs/hour
G(9). Pulverisers a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) Minimum warranty period for any manufacturing defect for one year.
c) Minimum free service for two years.
d) Electric motors with ISI/BIS markings where motor is supplied separately.
MODELS No. Type
Accessories Arms Made out of Body made
out of out put
1 2 HP Pulveriser Mirch Masala
4 Sieves Stain less Steel
Stain less Steel
15kg/hr
2 3 HP Pulveriser, Blower Type
4 Sieves MS Steel,26 Nos case hardened beaker size with 4" hiller
Graded Casting
25kg/hr
3 7.5 HP 12" Pulveriser,
4 Sieves MS Steel, 4 case hardened
Graded Casting
30-40kg/hr
G(10). Rava / Cattle Feed Machine a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) Minimum warranty period for any manufacturing defect for one year.
22
c) Electric motors with ISI/BIS markings.
MODELS
No Source of Power Attachment Capacity
1 3HP Electric Motor 12'' with blower Output 50kg/hr
2 5HP Electric Motor With blower box type 200-300kg/hr
3 10HP Electric Motor Plate mill
Plate steel size 12"
For Feed Mfg.
G(11). Chilly Pounding Machine a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) Minimum warranty period for any manufacturing defect for one year.
c) Electric motors with ISI/BIS markings.
d) Bar should be made of EN-8 Steel.
e) Pounding Bars Diameter should be minimum of 50 mm Diameter. MODELS
No Source of Power Bar type Capacity
1 1 HP Electric Motor Double Bar Min of 5 Kgs/hour
2 2 HP Electric motor Double Bar Min of 12 Kgs/hour
3 3 HP Electric motor Double Bar Min of 15 Kgs/hour
4 2 HP Electric motor Triple Bar Min of 12 Kgs/hour
G(12). Shavige / Vermi Celli Machine. a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) Minimum warranty period for any manufacturing defect for one year.
c) Electric motors with ISI/BIS markings.
d) Stand should be of MS angle stand
e) Die should be made of Gun metal
f) Bowl should be made of Food Grade Steel. MODELS
No. Power Source Capacity
1 1 HP Electric Motor 8 Kgs / hour
2 2 HP Electric Motor 15-20 Kgs/hour
G(13). Sugarcane Juice Making Machine
a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes. b) Electric motors with ISI/BIS markings. c) Machine with unbreakable steel gears and aluminum tray.
MODELS No Source Of Power 1 1 HP Electric Motor 2 2 HP Electric Motor
G(14). Wheat Polisher for removing husk/shell from wheat
a) Specifications should be as per Commercial Test Report from FMTTI or SAUs
or Central Institutes.
b) Electric motors with ISI/BIS markings.
23
MODELS No Source Of Power Capacity 1 10 HP Electric Motor 100-150 kgs/hour
H) List of Diesel / Petrol Start Kerosene Run Engine Pump sets Eligible for
Supply with Subsidy under Farm Mechanisation and Other Programmes
Annexure to Schedule H - Diesel engine and Pump shall have ISI/BIS markings
- IS11170:1985 for Diesel Engine and IS 6595:2002 Part I for Pump
IS 191150:1986 for Mono Blocs
- Petrol Start Kerosene Run Engine and Pump shall have ISI/BIS markings
- IS 7347 for Petrol Start Kerosene Run Engine and IS 6595:2002 Part I for Pump and
IS 191150:1986 for Mono Blocs
- Made of either Cast Iron or Aluminium
- Diesel engine with Air Cooled or Water Cooled.
MODELS
Sl.
No
Type of Pump sets Capacity RPM Body Make
1 Petrol Start Kerosene Run Engine with
2 X 2 pump
2.0 HP 3600 Aluminium
2 Petrol Start Kerosene Run Engine 3.0 HP 3000 Aluminium
3 Petrol Start Kerosene Run Engine 3.0 HP 3000 Cast Iron
4 Diesel Engine Air Cooled 3.5 HP 1500 Cast Iron
5 Diesel Engine Water Cooled 3.5 HP 1500 Cast Iron
6 Diesel Engine Water Cooled 3.5 HP 2050 Cast Iron
7 Diesel Engine Air Cooled 4.0 HP 1800 Cast Iron
8 Diesel Engine Air Cooled 4.0 HP 2600 Cast Iron
9 Diesel Engine Water Cooled (LD) 5.0 HP 1500 Cast Iron
10 Diesel Engine Water Cooled(HD) 5.0 HP 1500 Cast Iron
11 Diesel Engine Air Cooled 5.0 HP 1500 Cast Iron
12 Diesel Engine Water Cooled 5.0 HP 2200 Cast Iron
13 Diesel Engine Water Cooled 5.0 HP 2600 Cast Iron
14 Diesel Engine Air Cooled 5.0 HP 3000 Cast Iron
15 Diesel Engine Air Cooled 5.0 HP 3600 Aluminium
16 Diesel Engine Water cooled 6.5 HP 1800 Cast Iron
17 Diesel Engine Air cooled 7.0 HP 2200 Cast Iron
18 Diesel Engine Water cooled 8.0 HP 1500 Cast Iron
19 Diesel Engine Air cooled 8.0 HP 1500 Cast Iron
20 Diesel Engine Water Cooled 8.0 HP 1800 Cast Iron
21 Diesel Engine Water Cooled 8.0 HP 2200 Cast Iron
22 Diesel Engine Water Cooled 10.0 HP 1500 Cast Iron
23 Diesel Engine Air Cooled 10.0 HP 1500 Cast Iron
24
GOVERNMENT OF KARNATAKA (Department of Agriculture)
No: DDA/FT/FM/RC/7/2013-14. Commissionerate of Agriculture
Seshadri Road, Bangaore-01
Dated: 13 /01/2014.
TENDER DOCUMENT Sub: e- based Tender for fixing subsidy for supply of Farm Machineryand Agro
Processing Units to farmers under Departmental subsidy Programmes
for the year 2014-15.
*****
PREAMBLE:
The Karnataka State Department of Agriculture invites the Tenders through e-
Procurement from Manufacturers/ Importers/ Distributors for supply of Farm
Machineries, Agro Processing Units to the farmers on subsidy under various
Departmental Programmes, for the year 2014-15. The Director of Agriculture is the
Tender Inviting Authority, whereas, the Commissioner for Agriculture, Bangalore is the
Tender Accepting authority.
This Tender is governed by the following Terms and Conditions, set out under
different Heads as under.
1. PROCEDURE FOR SUBMISSION:
The process of Tender shall involve submission of details in two parts namely;
a. Technical Bid:
The Technical Bid shall be uploaded and submitted as per Annexure- I of each
schedule. This contains details of organization / company / manufacturer / firm
profile, equipment/implement profile, etc and other relevant information’s.
b. Commercial Bid:
The Commercial Bid contains the details as indicated in Annexure-II of each
schedule.
The Manufacturer/Importer/Distributor shall quote the supply rates for farmers
against the specified item in Rupees per item, for the specified models in the
relevant schedule. In case of Agricultural Implements /Equipments/Grading &
Agro Processing Equipments, each Manufacturer/Importer /Distributor shall
quote rates strictly as per specifications in the Commercial Bid only.
2. The Tenderer shall upload all the Technical details along with relevant Documents
as per Annexure-I of each schedule and Commercial bids separately through e-
Procurement website https://….eproc.karnataka.gov.in. and submit the hard
copies of Technical Bid along with relevant documents uploaded in the e-
Procurement portal of each schedule separately, in an envelope duly super scribing
the name of the item and address of the Manufacturer/Importer /Distributor. The
envelope shall be addressed to the Director of Agriculture and be deposited in the
25
concerned box kept at the office of the Deputy Director of Agriculture (Field
Trials), Seshadri Road, Bangalore-560001- specifically for this purpose, on
Dt:19-02-2014 only. The hard copies of Techniacl bid along with relevent
documents and photocopy of Bank Guarantee are asked to submitted only for the
pupose of office reference for want of clarification. The Original Bank Guarantee
should be submitted separately at the office of the Deputy Director of
Agriculture (Field Trials), Seshadri Road, Bangalore-560001.
3. The Technical and Commercial Bids of various items will be opened as specified
in the Conference Hall of the Commissionerate of Agriculture.
4. Every correction in the documents shall be attested by the Manufacturer/Importer
/Distributors, failing which the concerned shall be rejected.
5. The Tender document must be signed only by the proprietor, if it is a proprietary
concern. If it is a partnership firm, a person duly on behalf of the partners shall sign
the Tender document. Attested copy of the Partnership Deed and authorization
letter for signing of Tender documents, with necessary seal and signature shall be
submitted through e-Procurement portal.
6. In addition it may be noted that incomplete Technical and or Commercial Bid in
any form will be out rightly rejected. Care must be taken to fill the form and details
must be provided as asked for.
7. EARNEST MONEY DEPOSIT:
a. A nominal amount of Rs. 1000/- as Earnest Money Deposit (EMD) shall be paid
in the form of e-Payment through e-Procurement portal which is refundable.
b. Apart from this nominal EMD, the regular EMD specified against each item in
Annexure-II of this document shall be submitted in the form of Bank Guarantee
(as per model format given in Annexure-V of this document- from any
Scheduled/Nationalized Bank), in favour of the Director of Agriculture,
Bangalore valid for a period of 24 months and the copy of the same shall be
uploaded in the e-Procurement portal.
c. The Original EMD in the form of Bank Guarantee shall submitted separately at the
office of the Deputy Director of Agriculture (Field Trials), Seshadri Road,
Bangalore-560001 on Dt: 19-02-2014. The EMD of the successful bidders will be
retained by the Department as security deposit and will be refunded after the
validity period of the Tender after obtaining Successful Supply Certificate from
all the District Joint Directors of Agriculture or shall be forfeited in the event of
violation of Tender terms and conditions.
d. The EMD of the unsuccessful bidders will be returned without any interest after
the completion of the Tender process or in the event of cancellation of Tender
process.
8. The tenderer shall provide one year warranty from the date of supply / installation
to the tendered Items.
26
9. The list of authorized distributors along with their jurisdiction shall be uploaded
(wherever applicable) and the authorized distributors, who participate in the Tender
shall submit a signed copy from the Manufacturer/ Importers with duly indicating
the authorization for the supply of specific brand of item and for the area of
operation.
10. The rates quoted in the Tender shall be for the item specified in Annexure-II and
inclusive of all taxes including VAT, duties, cess, insurance, loading and unloading
and installation charges during the contract period. The rate shall also include inter-
state taxes if any for the purpose of supply from outside Karnataka and shall
include CST against Form- C/D.
11. The Tenderer shall provide details such as place/s of manufacture, registration
certificate, production capacity, quality enforcement facilities in the Technical Bid.
12. The Tenderer shall provide details such as cost, profit margin, taxation etc in the
Commercial Bid, as per Annexure-III of this document (and also Annexure III of
the Tender Schedule).
13. The costing sheet (Annexure-IV) involving the cost of the specific/special feature
and the main components of the machinery along with wear & tear of different
components & its average lifespan of the implements should be uploaded
mandatorily by the Tenderers.
14. The Department will have an option to inspect the manufacturing premises of the
various manufacturing units of all empanelled firms, who participate in the Tender,
to ascertain the manufacturing and production capabilities, quality checking
facilities / R&D establishments.
15. If the Tenderer is a Manufacturer/ Importer/ Distributor, then the tenderer shall
have the option to nominate Dealers/Suppliers to selected district/s. The
jurisdictions of such Dealers shall not overlap. The appointment of new dealers
will not be entertained during the validity period of the Rate Contract (after the
issue of Rate Contract Order).
16. VAT certificate of the Dealers shall be enclosed.
17. Normally for each kind of Machinery /Equipments/Component system there shall
be maximum of only one dealer per Taluka for each Manufacturer/Importer
/Distributor. If the Manufacturer/Importer /Distributor desire to have only one
Dealer per district, he can do so. The dealers list shall be uploaded along with
Technical Bid in the following Pro forma only, typed in Times New Roman 12
font size. If the dealers list exceeds 10 dealers, then a soft copy in the form of CD
shall be enclosed along with the technical documents.
Sl Name and address of the Name of the Mobile and Area of
27
No dealer Contact person Phone No Operation
18. VALIDITY OF TENDER AND THE EMPANELLED RATES :
a. The quoted / tendered rates shall be valid up to 2 year from the date of issue
of the Rate Contract Order. The Tenderer shall not sell the tendered items in
the open market or under any other agreement, at lower rates accepted for this
Tender during the period of Validity. The period of Validity of Tender may be
extended by up to 6 months beyond the date of expiry of the Rate Contract
period at the discretion of the Tender Accepting Authority.
b. There shall not be any upward revision of the rates during the period of Validity of
Tender.
c. Levying of higher rates than the accepted rates shall be treated as violation of the
Terms of Tender. If any Tenderer is found in such situation/s, such Tenderer shall
be blacklisted and shall be disqualified to participate in any Tender for the next
three years. Further the EMD submitted by such Tenderer shall be forfeited for
any violation of Tender conditions.
d. The supplier should supply the items as per the specifications mentioned in the
tender document and the same should be entered in the bill.
OPENING AND SCRUTINY:
a. The opening of Technical Bids will be taken up in presence of the
Manufacturer/Importer /Distributors or their authorized representatives. The
preliminary scrutiny will be conducted by the Tender scrutinizing
committee/Technical Advisory Committee, in the Conference hall of the
Commissionerate of Agriculture, Seshadri Road, Bangalore-01.
b. Tenders not accompanied by the following items that are uploaded in the e-
Procurement portal will be rejected. i. EMD amount in the form of Bank Guarantee drawn in favour of Director of
Agriculture. Each schedule shall be accompanied with separate EMD/Bank Guarantee (or copies of the same, in the event of participation for multiple items, duly mentioning the Schedule Number and item with which the original BG is enclosed with).
ii. Details of firm registration (Copy of Registration/Partnership/Sole Proprietoryship)
iii. Certificate of Tax Payer Identification No. (TIN) under the new tax system of VAT (Value Added Tax).
iv. *Detailed Commercial Test Reports / BIS License for Hi-tech equipments/Agri Grading and Processing Units.
v. Prescribed BIS Licenses in case of Diesel/Petrol Start Kerosene Run/Electric Motors / Pump sets.
vi. The Tenderers should submit the list of Service Centres established in
Karnataka State. vii. If imported, customs duty paid documents shall be enclosed with import
License and there shall be an agreement for a) Warranty for a period of one year.
28
b) Spares shall be made available for a minimum period of three years.
c) Shall produce ready spare certificate.
d) Certificate from the manufacturers stating MRP of the equipment in
India inclusive of taxes, transportation, handling & service charges.
c. The Commercial Bids of technically qualified bidders will be opened by the
scrutinizing committee/Technical Advisory Committee in presence of tenderers.
d. Tender Scrutinizing committee/Technical Advisory Committee will recommend for
acceptance or rejection of the Tender to the Tender accepting authority viz.,
Commissioner for Agriculture.
e. The Tenders shall be rejected, if the Manufacturer/Importer /Distributor is a defaulter
already in the previous transactions or Governmental supplies.
f. The Tenderer shall upload model wise photo of each implement for which he/she
participate
*Note: The sheets displaying the photo, specifications of the implement and the
certificate issued from the concerned institute shall only be uploaded in the e-
Procurement portal. However, the attested copy of the detailed Commercial
Test Report shall be submitted along with Technical bid to this Office.
19. AWARD OF TENDER:
a. After the scrutiny and finalization of Commercial Bids, the Department of
Agriculture, if convinced of the quoted rates, supply of quality items as per the
specifications, will issue orders duly approving the qualified bidders.
b. The items supplied to the farmers by the tenderer shall strictly be in conformation
of the specifications as given in the respective schedules.
c. The suppliers receiving the farmers share/ Govt. subsidy shall bear the Bank
charges.
d. The supplier shall not be entitled to claim any sort of concessions, what so ever on
account of rises in the prices of the item in the market due to whatever reason
during the period of contract. The rates quoted shall be inclusive of all taxes and
cess.
20. Any Products Distributed through dealer, the bills issued by such
dealer/Tenderer shall be considered.
21. The approved firms should submit the bills in triplicates, if the subsidy is to be
sanctioned under single Head. However, if the subsidy is sanctioned under two
different heads, the firms should submit the bills in 6 copies (3 copies for GoI share
indicating it as 'A' and remaining 3 copies for GoK share indicating it as 'B').
22. SUPPLY PROCEDURES:
For Power Tillers, Diesel pump sets, Plant protection equipments,
Improved Agricultural equipments/Implements and Agro-Processing units
a. The beneficiary shall be free to select any implement /equipments of their
choice from the approved suppliers, and then the supplier shall supply the
29
required item to the concerned beneficiary by collecting the beneficary share
share from the bank. After the supply of the equipment and due verification by
the Department Officials the subsidy amount will be adjusted to the farmers
account in the bank and then payment will be made from the bank directly to
the concerned supplier.
b. Suitable instructions / training should be given to the farmers regarding use of
Hi-tech Agricultural Equipments and its maintenance at the suppliers cost.
c. The Manufacturer/Importer /Distributor shall record Chassis/Engine Numbers
in the Delivery Challan, with due proof of transportation (Way Bill or
Lorry/Rail Receipt) (Copy to be enclosed).
d. The supplier shall emboss the following points on the material supplied
The unique code given (to be finalised with Department) to the equipment
for each empanelled firm.
Supplied through Department of Agriculture during 2014-15
Manufacturers name / Brand name.
e. The supplier shall not take any amount exceeding farmers share from the
beneficiary (including any advance to be returned after receipt of subsidy
amount).
f. The Implement /equipment shall have label plate indicating the Specification
and Weight of the equipment.
g. The Tenderer shall have to supply a kit consisting of adequate number of tools
namely screw drivers, spanners and cutting player to attend regular maintenance
of the item.
h. It is mandatory for the Supplier to provide users' manual in the local language
along with the Warranty card to the concerned beneficiary.
i. It is mandatory for the Supplier to provide a copy of relevant Commercial Test
Report /Test report to the Officer concerned before the delivery of the item to
the beneficiary.
j. The indented materials shall be supplied at the sites specified by the indenting
officer.
k. The Supplier shall compulsorily submit the monthly Beneficiary wise supply
details in the Format given below to the concerned District Joint Director of
Agriculture and a copy of the same to the Head Office on or before 5th of
succeding month , other wise payment will be held up.
Sl.no District Taluk Village Name of the
Beneficiary
Name of the
Implement
Model as in
RC book
No's
Supplied
1 2 3 4 5 6 7 8
Total Cost
(in Rs.)
Payment Made Balance
Govt .Share Farmer Share Govt .Share Farmer Share
30
(in Rs.) (in Rs.) (in Rs.) (in Rs.)
9 10 11 12 13
23. PENALTIES FOR NON-COMPLIANCES, VIOLATIONS AND
NON PERFORMANCE:
a. In the event of failure of the Tenderer to execute the order within the specified
period, the order shall be treated as cancelled and such Manufacturer/Importer
/Distributor shall be blacklisted, with due liberty to the indenting officer (District
Joint Director of Agriculture / Taluka Assistant Director of Agriculture) to make
alternate arrangement for supply of the item as per the demand of the farmer/s.
The difference of cost of item and any other cost incurred to ensure timely supply
to the farmer/s by the Indenting Officer shall be recovered from the defaulting
supplier.
b. The Department reserves the rights to reject delayed supplies.
c. If any information provided by the Tenderer is found to be factually false or
misleading such Tenders will summarily be rejected, any time during the validity
period of the Tender and liable for penalties as applicable.
d. If any supplier upon placement of supply orders fails to execute the orders will be
attracting penal action in the form of forfeiture of EMD. Apart from this, 2 % of
the total value quoted for the item will be charged as additional penalty besides
black listing.
e. The Successful Tenderer shall ensure supply of materials as per the bill, duly in
conformity with the Rate Contract Orders. Levying of higher rates, than the quoted
rates in the Commercial Bid/ agreed rates, shall attract penal actions.
f. The Payment ( both Government and Farmer share) will not be made for the
implements/ equipments supplied without work order issued by the department
and in addition a penalty of 5% on the total value of other equipments supplied as
per the work order issued by the Department will be levied.
24. LEGAL TERMS AND COMPLIANCES:
a. The successful Tenderer after issuance of rate contract order by the Department of
Agriculture shall execute an agreement covering all the terms and conditions on a
Judicial stamp paper (purchased in the name of the Tenderer) of Rs.200/- or as per
the existing procedure at his cost within 7 days from the date of issue of order. No
successful bidders shall supply the items without execution of the agreement.
b. In respect of any dispute arising out of implementation of this Tender, the decision
of the Tender Accepting Authority (Commissioner for Agriculture) shall be final.
c. For any legal remedies, the courts at Bangalore shall only have the jurisdiction.
25. RIGHTS RESERVED:
a. The decision of the Tender Accepting Authority (Commissioner for Agriculture)
shall be final in considering or rejecting of any machinery or equipment.
b. The Department of Agriculture reserves the right to accept or reject the Tender
even after opening of Technical Bid or Commercial Bid without assigning any
31
reasons whatsoever and does not bind itself to accept the lowest Tenderer to
accept any specific model or brand.
26. GENERAL CONDITIONS: a. Manufacturer/Importer /Distributors shall furnish the details invariably in the
Technical Bids viz., Head Office, Registered and Local Office Address, Telephone
No.s with STD Code, Cell Phone No.s and E- mail address of the concerned
person or firm and upload all the relevant documents in the e-Procurement portal.
b. The Hard copies of Technical Bids of each Schedule along with photocopy of
EMD and other relevant documents uploaded in the e-Procurement portal shall be
submitted or put into respective boxes only next day after the last date of
uploading the bids on e-Procurement portal. The Original EMD in the form of
Bank Guarantee shall submitted separately at the office of the Deputy Director of
Agriculture (Field Trials), Seshadri Road, Bangalore-560001 c. The Department will have option of inspecting the manufacturing premises to
ensure the Tenderers have ability to maintain quality and production capacity.
d. In an effort to maintain the quality of the farm Machinerysupplied, the Department
will undertake third party evaluation of the implements distributed under subsidy.
The Department is at liberty to impose any quality check measures of the farm
Machineryeven after being delivered to the beneficiaries in the interest of Farming
Community.
e. The Department will have option to draw samples for testing at recognized
institutes. The cost of testing will be borne by the supplier.
f. The Successful Tenderer /approved dealers should co-operate to train the
Department officers and farmers in order to create awareness on Farm
Mechanization.
g. The tender for the implement is quoted by both the manufacturer and distributor,
then tender quoted by manufacturer will be considered. If the manufacturer don’t
participate and his authorized distributors (more than one) participate in the tender,
then the L1 quoted will be considered.
h. The supplier shall compulsorily establish and run atleast one Custom Hire Centre.
DIRECTOR OF AGRICULTURE &
TENDER INVITING AUTHORITY.