REQUEST FOR PROPOSAL

Transcription

REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services
and Networking
FEBRUARY 2014
DEPARTMENT OF AGRICULTURE
GOVERNMENT OF KARNATAKA
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services
and Networking
VOLUME II – DRAFT AGREEMENT
VOLUME I
INSTRUCTIONS TO BIDDERS
FEBRUARY 2014
DEPARTMENT OF AGRICULTURE
GOVERNMENT OF KARNATAKA
Page 2
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
DISCLAIMER
The information contained in this Request for Proposal document (the “RFP”) or subsequently provided to
Bidder(s), whether verbally or in documentary or any other form by or on behalf of DoA (the “Department
of Agriculture” or “DoA”) or any of its employees or advisors, is provided to Bidder(s) on the terms and
conditions set out in the RFP and such other terms and conditions subject to which such information is
provided.
This RFP is not an agreement and is neither an offer nor invitation by DoA to the prospective Bidders or
any other person. The purpose of the RFP is to provide interested parties with information that may be
useful to them in making their financial offers pursuant to the RFP (the "Price Proposal"). The RFP includes
statements, which reflect various assumptions and assessments arrived at by DoA in relation to the Project.
Such assumptions, assessments and statements do not purport to contain all the information that each
Bidder may require. The RFP may not be appropriate for all persons, and it is not possible for DoA, its
employees or advisors to consider the investment objectives, financial situation and particular needs of
each party who reads or uses the RFP. The assumptions, assessments, statements and information contained
in the Bidding Documents, may not be complete, accurate, adequate or correct. Each Bidder should,
therefore, conduct its own investigations and analysis and should check the accuracy, adequacy,
correctness, reliability and completeness of the assumptions, assessments, statements and information
contained in the RFP and obtain independent advice from appropriate sources.
Information provided in the RFP to the Bidder(s) is on a wide range of matters, some of which may depend
upon interpretation of law. The information given is not intended to be an exhaustive account of statutory
requirements and should not be regarded as a complete or authoritative statement of law. DoA accepts no
responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed herein.
DoA, its employees and advisors make no representation or warranty and shall have no liability to any
person, including any Bidder under any law, statute, rules or regulations or tort, principles of restitution or
unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred
or suffered on account of anything contained in the RFP or otherwise, including the accuracy, adequacy,
correctness, completeness or reliability of the RFP and any assessment, assumption, statement or
information contained therein or deemed to form part of the RFP or arising in any way for participation in
this Bidding Process.
DoA also accepts no liability of any nature whether resulting from negligence or otherwise howsoever
caused arising from reliance of any Bidder upon the statements contained in the RFP.
DoA may in its absolute discretion, but without being under any obligation to do so, update, amend or
supplement the information, assessment or assumptions contained in the RFP.
The issue of the RFP does not imply that DoA is bound to select a Bidder or to appoint the Selected Bidder
or Developer, as the case may be, for the Project and DoA reserves the right to reject all or any of the
Bidders or Proposals without assigning any reason whatsoever.
VOLUME II – DRAFT AGREEMENT
Page 3
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
The Bidder shall bear all its costs associated with or relating to the preparation and submission of its
Proposal including but not limited to preparation, copying, postage, delivery fees, expenses associated
with any demonstrations or presentations which may be required by DoA or any other costs incurred in
connection with or relating to its Bid. All such costs and expenses will remain with the Bidder and DoA shall
not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by
a Bidder in preparation or submission of the Proposal, regardless of the conduct or outcome of the Bidding
Process.
VOLUME II – DRAFT AGREEMENT
Page 4
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Acronyms and Abbreviations
AoA
AAO
ADA
AO
COD
DoA
DATC
G2C
GoI
GoK
ICT
INR
IT
ITB
JDA
KB
K-SWAN
LAN
MoA
MIS
MoU
NEFT
NIC
OTC
RFP
RSK
SG
WAN
Articles of Association
Assistant Agriculture Officer
Assistant Director of Agriculture
Agriculture Officer
Completion Date
Department of Agriculture
District Agriculture Training Centre
Government to Citizen centric
Government of India
Government of Karnataka
Information and Communication Technology
Indian National Rupees
Information Technology
Instructions to Bidders
Joint Director of Agriculture
Kilo Bytes
Karnataka State Wide Area Network
Local Area Network
Memorandum of Association
Management Information System
Memorandum of Understanding
National Electronic Funds Transfer
National Informatics Centre
Over The Counter
Request for Proposal
Raitha Samparka Kendras
State Government
Wide Area Network
The words and expressions beginning with capital letters and defined in the Instructions to Bidders unless
repugnant to the context, have the meaning ascribed thereto herein. The words and expressions beginning
with capital letters and not defined herein, but defined in the Draft Agreement, shall, unless repugnant to
the context, have the meaning ascribed thereto therein.
VOLUME II – DRAFT AGREEMENT
Page 5
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
TABLE OF CONTENTS
CONTENTS
PAGE NO.
SECTION 1.
INTRODUCTION .......................................................................................................................... 7
SECTION 2.
INSTRUCTIONS TO BIDDERS ..................................................................................................... 10
SECTION 3.
EVALUATION OF PROPOSALS ................................................................................................... 20
SECTION 4.
BIDDING SCHEDULE.................................................................................................................. 27
ANNEXURE..................................................................................................................................................... 28
TECHNICAL PROPOSAL EVALUATION PARAMETERS ....................................................................................... 28
APPENDIX A: FORMAT FOR LETTER OF PROPOSAL ......................................................................................... 31
APPENDIX B-1: FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF PROPOSAL ........................................ 32
APPENDIX C: DETAILS OF BIDDER ................................................................................................................... 34
APPENDIX D-1: FORMAT FOR ANTI COLLUSION CERTIFICATE ......................................................................... 35
APPENDIX D-2: FORMAT FOR UNDERTAKING ................................................................................................ 36
APPENDIX E: FORMAT FOR UNDERTAKING FOR IT COMPANY ....................................................................... 37
APPENDIX F-1: FORMAT FOR STATEMENT OF EXPERIENCE ............................................................................ 38
APPENDIX G: FORMAT FOR TECHNICAL PROPOSAL........................................................................................ 42
APPENDIX H: PERFORMANCE TEST REQUIREMENTS FOR PROJECT FACILITIES ............................................... 75
APPENDIX I: FORMAT FOR PRICE PROPOSAL ................................................................................................. 76
APPENDIX I-1 – BREAKUP OF CAPITAL COST .................................................................................................. 77
APPENDIX I-2 – BREAK UP OF O& M PAYMENT.............................................................................................. 79
APPENDIX I-3 – BREAKUP OF AMC COST (4TH YEAR) ....................................................................................... 80
APPENDIX I-3 – BREAKUP OF AMC COST (5TH YEAR) ....................................................................................... 82
APPENDIX I-4 – BREAK UP OF CONSUMABLE COST ........................................................................................ 84
APPENDIX I-4 – FORMAT FOR CALCULATION AND SUBMISSION OF CONTRACT PRICE ................................... 85
APPENDIX J: MANUFACTURER’S AUTHORIZATION FORM (MAF) ................................................................... 86
VOLUME II – DRAFT AGREEMENT
Page 6
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SECTION 1.
INTRODUCTION
1.1
Background
1.1.1
Agriculture, in contemporary times has become knowledge intensive, technology-led, marketoriented and demand-driven, covering the entire value chain from production to consumption. The
key to effective public delivery of services and information to farmers is developing the extension
system. The major focus of the present extension system is on the implementation of a number of
Central and State sector schemes, having input/subsidy delivery. In order to strengthen the State’s
agriculture extension system, enhance efficiency, provide easy access to information and services
to farmers and minimize the risk of crop failure; there is a need to revamp and modernize the
extension system and enable greater use of modern, state of the art Information and
Communication Technology (ICT).
1.1.2
The Department of Agriculture (DoA) under Raitha Mitra Yojane 2000-2001 established 747
Raitha Samparka Kendras (RSK), one in each Hobli, to provide services and information required
by the farmers, at a single point throughout the life cycle of crop production. DoA has taken steps
to strengthen RSKs through ICT applications which ensures provision of relevant, transparent, costeffective, timely, responsive and accurate information and services to the stakeholders.
1.1.3
DoA aims to enable efficient transfer of technology through computerisation and networking of
Hobli RSKs, Kasaba RSKs, establishing internet and intranet connectivity using VPN over
broadband at RSKs, Taluk ADA offices, District JDA offices, Laboratories, DATCs, the
Commissionerate office (Head office) and the Secretariat. It also aims to develop an efficient and
effective information dissemination, data management and administration system in the State by
strengthening of RSKs for efficient transfer of technology through computerization covering all the
offices of DoA. In pursuance of the above objectives, DoA invites proposals from interested parties
for supply, installation, commissioning, operations, maintenance, management of Project Facilities,
networking of Hobli RSKs, Kasaba RSKs, Taluk ADA offices, District JDA offices, Laboratories,
DATCs, the Commissionerate (Head Office) and the Secretariat (the “DoA Offices); with KSWAN
connectivity., impart training to officers/employees of DoA, devise reporting and complaint
redressal mechanism, discharge of other obligations by the Service Provider, in accordance with
the provisions of the Agreement (the “Project”). Interested parties (“Bidders”) are required to
submit detailed proposals (“Proposals”) as per provisions of this RFP.
1.1.4
Proposals submitted by the Bidders, would be evaluated on the basis of the evaluation criteria set
out in the RFP in order to identify the successful Bidder for the Project (“Successful Bidder”).
1.1.5
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. The Draft Agreement forms part of the
RFP (Refer: Volume II).
1.1.6
The Successful Bidder would be required to:
i.
supply, install and commission Project Facilities (refer to Schedule 1.B.2 of Volume II);
VOLUME II – DRAFT AGREEMENT
Page 7
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
ii. operate, maintain and manage the Project Facilities by providing required manpower as per
the Draft Agreement;
iii. set up a mechanism for reporting and complaint redressal;
iv. provide regular and preventive maintenance of the Project Facilities;
v. provide training to the personnel of DoA;
vi. perform services as per the Minimum Service Levels prescribed in the Agreement.
vii. Provide and maintain LAN connectivity to the computer and peripherals supplied under NeGPA by GoI.
1.1.7
The Bidder shall quote the payment (“Contract Price”)1 sought from DoA to undertake the Project
for a period of 5 (five) years from the date of signing of the Agreement (the “Agreement
Period”). Such Contract Price shall be inclusive of all costs, duties and taxes applicable from time
to time. The Contract Price shall be paid as per the terms and conditions set out in the Draft
Agreement. Brief description of Bidding Process is described below. However, impact of change in
service tax plus surcharge from the existing level shall be passed onto the client.
1.1.8
The bidder should also quote for the Cost of Consumables as per price format set out in Appendix
I-4 sought from DoA.
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:
i.
Documents relating to establishing the qualification of the Bidder in terms of the qualification
criteria set out in the RFP (“Qualification Submissions”),
ii. Documents relating to technical requirements of the Project (“Technical Proposal”), and
iii. Financial proposal (“Price Proposal”) for the Project The specimen of the Price Proposal is
provided at Appendix I-1, Appendix I-2, Appendix I-3, Appendix I-4 and Appendix I-5 of
the RFP.
1.2.3
1
The evaluation of the Proposals would be carried out in four stages. The stages of evaluation are
briefly provided below:
However, for identification of L1, the Contract price and the cost of consumables shall be considered
VOLUME II – DRAFT AGREEMENT
Page 8
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
a. The first stage would involve a test of responsiveness of the Proposals submitted by the
Bidders. Those Proposals found to be substantially responsive would be evaluated in the next
stage.
b. In the second stage, the Qualification Submissions of the Bidders relating to their experience,
financial capability and understanding of the project as per 2.14.2a would be evaluated.
Bidders meeting the experience and financial capability criteria as set out in the RFP shall be
short-listed (the “Qualified Bidders“) for further evaluation. During this stage, the bidders
may be invited to make a presentation on the Implementation plan of the Project to the
Evaluation Committee.
c.
In the third stage, the Technical Proposals from Qualified Bidders would be verified for
conformance with the minimum technical specifications of the Project Facilities. Only those
Qualified Bidders who score at least minimum cut off marks for each evaluation parameter
and also score a total of at least 70 marks out of 100 (the “Technically Qualified Bidders“)
shall be qualified for the next stage of evaluation.
d. In the fourth stage, the Price Proposals of the Technically Qualified Bidders would be opened
in the e-Procurement Website by DoA. The bidder who quotes L1 price shall be identified as
the Preferred Bidder.
1.2.4
The RFP shall be made available to the Bidders on the e- Procurement Website.
1.2.5
It may be noted that all subsequent notifications, changes and amendments on the Project/the RFP
would be posted on the e-Procurement Website.
VOLUME II – DRAFT AGREEMENT
Page 9
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SECTION 2.
INSTRUCTIONS TO BIDDERS
A.
General
2.1
Eligible Bidders
2.1.1
Only a single entity company will be considered for the bid process.
2.1.2
However, the operator shall be entitled to subcontract all work related to the following for the
purposes of providing Services to the DoA under this Agreement:
a. Site preparation including all Civil, Electrical and LAN work at the DoA site
b. Manpower requirements at all the locations. For meeting the Resource requirement, sub
contracting shall be done from a single source/agency with prior approval from the DoA.
c.
Maintenance of Electrical equipments and LAN network at all locations.
The term Bidder would hereinafter apply to the single entity company.
2.1.3
The IT Company shall be carrying out its business in India for a minimum period of 3 years 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 an IT Company2:
i.
A copy of Certificate of Incorporation;
ii. Memorandum of Association and Articles of Association;
iii. An undertaking issued by the Chief Financial Officer/ Company Secretary of the Bidder
confirming its status in terms of Clause 2.1.2 and this Clause 2.1.3.
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 D-2.
2.2
Number of Proposals
For the purpose of the RFP, an IT Company shall mean a Company registered under the Companies Act, 1956 or under the equivalent
law in case of a foreign Company:
2
a.
A company which has been in the business of
i.
ii.
sale, supply, installation of computer hardware; and
operation, management and maintenance of computer hardware.
VOLUME II – DRAFT AGREEMENT
Page 10
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Each Bidder shall submit only one (1) Proposal, in response to the RFP. Any Bidder who submits or
participates in more than one Proposal shall be disqualified and shall also cause disqualification
of all the Proposals in which such Bidder has participated.
2.3
Sub-contracting
Operator shall be entitled to subcontract all work related to the following for the purposes of
providing Services to the DoA under this Agreement:
1. Site preparation including all Civil, Electrical and LAN work at the DoA site.
2. Manpower requirements at all the locations. For meeting the Resource requirement, sub
contracting shall be done from a single source/agency with prior approval from the DoA.
3. Maintenance of Electrical equipments and LAN network at all locations.
4. It’s also the responsibility of the Service Provider to manage the Sub-contractor(s) to deliver
the goods and services to the DoA as envisaged in this RfP.
2.4
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.
2.5
Project Inspections and Visit to Sites
2.5.1
Bidders are encouraged to submit their Proposals after visiting DoA Offices and ascertaining for
themselves the location, surroundings, utilities and existing systems in such DoA Offices or any other
matter considered relevant by them.
2.5.2
It would be deemed that by submitting the Proposal in response to the RFP, the Bidder has:
a. made a complete and careful examination of the RFP;
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:
i.
the Project sites;
ii. existing facilities, infrastructure and structures, if any;
iii. the conditions of utilities in the vicinity of the Project sites;
iv. conditions affecting transportation, access, disposal, handling and storage of materials,
travel and access by personnel;
v. clearances obtained by DoA for the Project; and
vi. all other matters that might affect the Bidder's performance under the terms of the RFP.
2.5.3
DoA shall not be liable for any mistake or error on the part of the Bidder in respect of the above.
VOLUME II – DRAFT AGREEMENT
Page 11
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
2.6
Right to Accept or Reject any of the Proposals
2.6.1
Notwithstanding anything contained in the RFP, 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.
2.6.2
DoA reserves the right to invite revised Proposals from Bidders with or without amendment of RFP
at any stage, without liability or any obligation for such invitation and without assigning any
reason.
2.6.3
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.
2.6.4
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.
B.
Documents
2.7
Contents of RFP
RFP comprises of the contents as listed below, and would additionally include any Addendum
issued in accordance with Clause 2.8.
S. No.
Contents
1.
Notice Inviting Tenders
2.
Volume I - Instructions to Bidders
3.
Volume II - Draft Agreement
2.8
Amendment of RFP
2.8.1
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 RFP by the issuance of Addenda/
corrigendum.
VOLUME II – DRAFT AGREEMENT
Page 12
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
2.8.2
Any Addendum/ corrigendum thus issued will be uploaded in the e-Procurement Website and the
same shall be binding on the Bidders.
2.8.3
In order to provide the Bidders a reasonable time to examine the Addendum/ 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.
2.9
Pre-Proposal Meeting
2.9.1
To clarify and discuss issues with respect to the Project and RFP, DoA may hold pre-Proposal
meeting(s).
2.9.2
Prior to the pre-Proposal meeting(s), the Bidders may submit to DoA in writing or by fax and email in accordance with Clause 2.9.8 a list of queries and propose deviations, if any, on the
Project requirements and/or the Agreement. Bidders must formulate their queries and forward the
same to DoA as per the time schedule set out in Section 4 of this Volume of RFP (“Bidding
Schedule”). DoA shall endeavour to respond to the queries within the period specified therein, but
no later than 7 (seven) days prior to the Proposal Due Date. The responses to queries raised by
the Bidders during the pre-Proposal meeting will be uploaded on the e-Procurement Website
without identifying the sources. DoA may, in its sole discretion or based on inputs provided by
Bidders that it considers acceptable, amend the RFP.
2.9.3
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.
2.9.4
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 RFP. Verbal clarifications and information given by
DoA or its employees or representatives shall not in any way or manner be binding on DoA.
2.9.5
Bidders may note that DoA will not entertain any deviations to the RFP 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 RFP with all its contents including the Draft Agreement. Any conditional Proposal
shall be regarded as non-responsive and would be liable for rejection.
2.9.6
DoA will endeavour to hold the pre-Proposal meeting as per Bidding Schedule.
2.9.7
Attendance of the Bidders at the Pre-Proposal meeting is not mandatory.
2.9.8
All correspondence / enquiries should be submitted to the following in writing by fax/registered
post / courier:
ATTN. OF:
VOLUME II – DRAFT AGREEMENT
The Director,
Department of Agriculture,
Government of Karnataka,
Page 13
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
ADDRESS:
Sheshadri Road, Bangalore 560001
Ph: 080-22242746
Fax: 080-22294231
e-mail:[email protected]
2.9.9
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 DoA.
C.
Preparation and Submission of Proposal
2.10
Language and Currency
2.10.1 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 amounts
should be given in Indian Rupees (INR).
2.11
Bid Security
2.11.1 The Proposals would need to be accompanied by a Bid Security for an amount of Rs. 30/- lakhs
(Rupees Thirty Lakhs Only).
2.11.2 The Bid Security shall be paid through any one of the following e-payment options only.
1.
2.
3.
4.
5.
Credit Card
Direct Debit
National Electronic Funds Transfer (NEFT)
Real Time Gross Settlement (RTGS)
Over the Counter (OTC) – designated ICICI Bank branches located across the country
The Bid Security paid under any of the above options shall remain valid for a period of 9 (Nine)
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.
2.11.3 The Bid Security shall be returned to the unsuccessful Bidders within a period of eight (8) weeks
from the date of announcement of the Successful Bidder. The Bid Security submitted by the
Successful Bidder shall be released upon furnishing of the Performance Security in the form and
manner as stipulated in the Agreement.
2.11.4 The Bid Security shall be forfeited in the following cases:
VOLUME II – DRAFT AGREEMENT
Page 14
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
a. If the Bidder modifies or withdraws its Proposal except as provided in Clause 2.16;
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;
d. If any information or document furnished by the Bidder turns out to be misleading or untrue in
any material respect.
2.12
Validity of Proposal
The Proposal shall remain valid for a period not less than nine (9) months from the Proposal Due
Date ("Proposal Validity Period"). DoA reserves the right to reject any Proposal, which does not
meet this requirement.
2.13
Extension of Validity of Proposal
In exceptional circumstances, prior to expiry of the original Proposal Validity Period, DoA may
request Bidders to extend the Proposal Validity Period for a specified additional period.
2.14
Format and Signing of Proposal
2.14.1 The Bidder shall provide all the information sought under the RFP in electronic mode. DoA reserves
the right to evaluate only those Proposals that are received in the required format and is complete
in all respects.
2.14.2 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.
Qualification Submission, consisting of the following:
i.
Letter of Proposal as per Appendix A
ii.
Power of Attorney as per Appendix B-1, authorising the signatory of the Proposal to
commit the Bidder
iii.
Letter of Commitment as per Appendix B-3
iv.
Details of Bidder as per Appendix C
v.
Anti-Collusion Certificate as per Appendix D-1
vi.
Letter of Undertaking from Bidder as per Appendix D-2
vii.
Bid Security
viii.
Certificate of Incorporation, Memorandum of Association and Articles of Association of the
Company
ix.
Undertaking of being an IT Company as per Appendix E
VOLUME II – DRAFT AGREEMENT
Page 15
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
x.
ISO 9001-2008 Certification
xi.
Format for Experience as per Appendix F-1
xii.
Statement of Financial Capability as per Appendix F-2
xiii.
Annual reports of the three completed financial years preceding the Proposal Due Date
xiv.
Manufacturer’s Authorization Form as per Appendix J
xv.
Implementation plan and power point presentation – The bidder has to upload detailed
understanding and implementation plan and power point presentation of the project
separately covering the following criteria
A. Proposed team and Governance structure comprisingi. Governance structure and escalation mechanism.
ii. team and profiles for Infrastructure setup.
iii. team and profiles for Networking and related components.
iv. team and profiles for Domain experts.
v. team for Operations and maintenance.
B. Proposed Project Plan comprising
i. Comprehensiveness of the project plan.
ii. Activities, sequencing, dependencies among activities.
iii. Resource planning allocation and loading
iv. Proposed status reporting mechanism
v. Risk management and mitigation plan
C. Hardware/ software and tools to be deployed
i. Configuration performance and scalability of Hardware and software.
ii. Tools for monitoring compliance with SLA requirements on a real time basis and
interoperable with the overall solution proposed by the bidder.
iii. Helpdesk management tool capable of managing the entire facility management and
fulfilling SLA requirement.
Note – The bidders may be required to make a presentation on the parameters set out in xv at the
discretion of the DoA.
b. Technical Proposal
i.
Comprehensive Verification Report as per Appendix G
ii. Performance Test results as per Appendix H
iii. Supporting documents
VOLUME II – DRAFT AGREEMENT
Page 16
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
c.
Price Proposal as per the format set out in Appendix I along with following supporting
Appendixes
i.
Break up of Capital Investment as per the format set out in Appendix I-1
ii.
Break up of O&M Payment as per the format set out in Appendix I- 2
iii.
Break up of the cost of AMC for the 4th and 5th for the project facilities supplied set out in
Appendix I-3.
iv.
Break up of the cost of the consumables as per the format set out in Appendix I-4
v.
The Contract Price as per the format set out in Appendix I-5
vi.
Price Proposal as per the format set out in Appendix I
2.14.3 All the documents of the Proposal submitted in electronic mode under the RFP 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
additional documents upon opening of the Proposals.
2.15
Proposal Due Date
2.15.1 The Proposals, in electronic mode in the e-Procurement Website shall be submitted on or before
1730 hours IST on the Proposal Due Date as specified in the RFP.
2.15.2 DoA may, in its sole discretion, extend the Proposal Due Date by issuing an Corrigendum/
Addendum in accordance with Clause 2.8 uniformly for all the Bidders.
2.16
Modifications/ Substitution/ Withdrawal of Proposals
2.16.1 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.
2.16.2 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
2.17
Proposal Opening
2.17.1 DoA would open the Qualification Submissions at the time and date indicated in the Bidding
Schedule for the purpose of evaluation.
2.17.2 DoA would subsequently examine and evaluate Proposals in accordance with the criteria set out in
Section 3 of the RFP.
VOLUME II – DRAFT AGREEMENT
Page 17
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
2.18
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.
2.19
Clarifications
To facilitate evaluation of Proposals, 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.
2.20
Consultant(s) or Advisor(s)
To assist in the examination, evaluation, and comparison of Proposals, DoA may utilise the services
of consultant(s) or advisor(s).
2.21
Proposal Evaluation: Qualification Submissions
2.21.1 The Qualification Submissions of the Bidders would first be checked for responsiveness as set out in
Clause 3.1. All Proposals found to be substantially responsive shall be evaluated as per the
Qualification Criteria set out in Section 3.
2.21.2 Bidders who meet the qualification criteria shall be short-listed for further evaluation.
2.21.3 The Technical Proposal of the Bidders who do not meet the Qualification Criteria would not be
opened.
2.21.4 The power point presentation and implementation plan/ methodologies of the project would be
evaluated by the Technical Evaluation Committee.
2.22
Proposal Evaluation: Technical Proposal
2.22.1 The Technical Proposals of the Qualified Bidders would be evaluated by Technical Evaluation
Committee3 as per the Technical Evaluation Criteria set out in Section 3.
2.22.2 The bidders should score a minimum cut off marks for each of the technical evaluation parameter
set out in Annexure and total score of 70 out of 100 to be Technically Qualified bidders.
2.22.3 The Price Proposal of the Bidders who do not qualify in the evaluation of Technical Proposal would
not be opened.
2.23
3
Proposal Evaluation: Price Proposal
An expert committee constituted by the DoA.
VOLUME II – DRAFT AGREEMENT
Page 18
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Price Proposal of only the Technically Qualified Bidders would be opened in the e-Procurement
Website by DoA and evaluated as per process set out in Section 3 to identify a Preferred Bidder.
2.24
Declaration of Successful Bidder
2.24.1 DoA at its discretion, may either choose to accept the Price Proposal of the Preferred Bidder or
invite him for negotiations.
2.24.2 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”).
2.25
Letter of Award by DoA
After selection, a Letter of Award (the “LoA”) shall be issued, in duplicate, by DoA to the
Successful Bidder.
2.26
Acceptance of Letter of Award and Execution of Agreement
2.26.1 The Successful Bidder shall, within 7 (seven) days of the receipt of LoA, sign and return the
duplicate copy of LoA in acknowledgement thereof. In the event the duplicate copy of LoA duly
signed by the Successful Bidder is not received by the stipulated date, DoA may, unless it consents
to extension of time for submission thereof, appropriate the Bid Security of such Bidder as mutually
agreed genuine pre-estimated loss and damage suffered by DoA on account of failure of the
Successful Bidder to acknowledge LoA, and the next eligible Bidder may be considered.
2.26.2 After acknowledgement of LoA as aforesaid, by the Successful Bidder, it shall execute the
Agreement within the period of 30 days. The Successful Bidder shall not be entitled to seek any
deviation in the Draft Agreement (Vol-II). Except for insertions to the agreement conditions
pertaining to details of the Successful Bidder and Price Proposal, no other modifications would be
made by DoA at this stage. All changes that may be necessary due to DoA responses sent to preProposal queries would be made by DoA. No other changes to the Draft Agreement would be
made therein.
2.27
Performance Security
2.27.1 The Successful Bidder shall furnish Performance Security by way of an irrevocable Bank
Guarantee for an amount equal to 10% of the cost of the project (contract price) issued by a
scheduled bank in India in favour of the DoA, as required under the Agreement (refer Article 3 of
Draft Agreement).
2.27.2 Failure of the Successful Bidder to comply with the requirements of Clause 2.26 or 2.27.1shall
constitutes sufficient grounds for the annulment of the LoA, and forfeiture of the Bid Security. 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.
VOLUME II – DRAFT AGREEMENT
Page 19
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SECTION 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 RFP. 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 2.8.3;
b. is accompanied by the Bid Security as stipulated in Clause 2.11;
c.
is accompanied by the Power of Attorney, the format for which is specified in Appendix B-1;
d. contains all the information as requested in the RFP;
e. contains information in formats same as those specified in the RFP; and
f.
mentions the validity period as set out in Clause 2.12.
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 Qualification Submissions
3.2
Evaluation Parameters
3.2.1
The competence and capability of the Bidder is proposed to be established by the following
parameters:
i.
Experience in terms of:
i.
Sale, supply, installation, management and maintenance of computer systems;
ii. Manpower resources on their payrolls;
iii. Regional presence in Karnataka and authorized service centres.
ii. Financial capability in terms of:
i.
Net worth; and
ii. Annual turnover.
iii. Detailed implementation plan and power point presentation on –
i.
Proposed team and Governance structure.
ii. Proposed Project Plan
iii. Proposed hardware/ software tools
VOLUME II – DRAFT AGREEMENT
Page 20
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
3.2.2
On each of these parameters, the Bidder would be required to meet the evaluation criteria as
detailed in this Section 3.
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
Qualification Criteria for Experience
3.3.1
For the purpose of qualification, Bidders shall demonstrate experience as on the Proposal Due
Date for all the criteria (“Experience Criteria”) set out in table below:
S. No.
Experience Criteria
1.
Aggregate billings of at least Rs. 30,00,00,000/- (Rupees Thirty Crore only) from
projects relating to supply, installation and maintenance of computer hardware and/or
printers and/or servers and/or networking and /or other computer related components
over the past three financial years preceding the Proposal Due Date.
2.
Shall have at least 100 permanent technical employees on their pay roll as on the latest
completed financial year.
3.
The bidder should have a regional office in Karnataka and should have at least 15
authorized service centres covering 15 district head quarters excluding Bangalore (U)
district.
3.4
Details of Experience
3.4.1
The Bidder shall furnish evidence to support its claim as per Appendix F-1.
3.5
Financial Capability
3.5.1
The financial capability (the “Financial Capability”) of the Bidders would be evaluated on the
basis of the following:
i.
Net worth as at the end of the latest completed financial year (Ref. Appendix F-2); and
ii. Annual turnover for the last two completed financial years (Ref. Appendix F-2).
VOLUME II – DRAFT AGREEMENT
Page 21
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
3.5.2
The Bidder shall submit the evidence to support its Financial Capability as per format set out in
Appendix F-2.
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 shall be required to demonstrate the Financial
Capability as set out below.
S. No
Financial Capability Criteria
1
Net worth of at least Rs. 50,00,00,000/- (Rupees Fifty Crore only) in the latest
completed financial year.
2
Annual turnover of at least Rs. 150,00,00,000/- (Rupees One Hundred and fifty
Crore only) for each of the last 2 (two) completed financial years.
3.6.2
For the purposes of evaluation only figures from the latest two audited annual financial statements
would be considered.
3.7
Qualified Bidders
Bidders meeting the Experience Criteria, Financial Capability and who has clearly understood the
project shall be declared as qualified bidders (“Qualified Bidders”). The Technical Proposals of
only the Qualified Bidders shall be considered for further evaluation.
B.
Evaluation of Technical Proposal
3.8
Technical Proposal Evaluation Parameters
The Technical Proposals of the Bidders would be evaluated on the basis of the following:
a. Comprehensive Verification Report submitted by the Bidder which shall be evaluated on the
basis of the following parameters
i. Preliminary examination for completeness as against Schedule 1B of the Draft Agreement;
ii. Performance analysis;
iii. Deviation analysis; and
iv. Physical verification of components
AND
b. Evaluation parameters set out in Annexure of this RFP.
3.9
Components of Technical Proposal
VOLUME II – DRAFT AGREEMENT
Page 22
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
3.9.1
The Bidders shall submit the following as part of Technical Proposal:
i.
Comprehensive Verification Report as per Appendix G. The Bidders shall set out the
component-wise specifications including a description of the components, brand, serial numbers
/part codes.
ii. Supporting documents set out in Annexure to this RFP
iii. Supporting Documents:
a. The output of Performance Tests set out in Appendix H, in the form of hard copy and soft
copy.
b. ISO 9001-2008 certification.
3.10
Evaluation of Technical Proposal
3.10.1 Preliminary examination
i.
The Technical Proposal shall first be scrutinized to determine whether the Bidder has submitted
Comprehensive Verification Report, Supporting documents as per Annexure of this RFP and the
Supporting Documents.
ii. The Technical Evaluation Committee may in its discretion, based on the preliminary
examination, determine the substantial responsiveness of the Technical Proposals. Technical
Proposals without any material omissions, errors or incompleteness may be considered
responsive.
DoA reserves the right to reject any Proposal which is non-responsive.
3.10.2 Evaluation of Comprehensive Verification Report
a. Performance Output analysis
The Technical Evaluation Committee shall scrutinize the output of the performance tests to
ascertain conformance with the minimum technical specifications for Project Facilities as set out
in Appendix G.
b. Deviation analysis
The Technical Evaluation Committee shall also analyse the Comprehensive Verification Report
to assess acceptability of deviations (if any).
c.
Physical verification of components
Subsequent to the above analyses, the Technical Evaluation Committee shall carry out physical
verification of the various components, which shall include evaluation of specifications, tests for
reliability, functionality and other features as decided by the Technical Evaluation Committee.
The Qualified Bidders shall be intimated the venue, date and time of physical verification.
The Bidders shall, at the time of physical verification, make available one of each of the
components of Project Facilities (conforming to the specifications submitted in the Technical
VOLUME II – DRAFT AGREEMENT
Page 23
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Proposal or improved latest model of same make). The components shall include one from
each category of Project Facilities such as, server, desktop computer, laptop, printer,
WAN/LAN equipment, modular furniture, etc. The Bidder shall also make available its own
test and measuring equipments. The detail of tests to be carried out has been set out in
Appendix H.
3.10.3 The Qualified Bidders whose Technical Proposals are found to be in conformance with the minimum
technical specifications, shall be evaluated as per the parameters set out in Annexure of this RFP.
3.10.4 The Technical Evaluation Committee shall award marks to each Bidder considering the evaluation
parameters set out in the Annexure of this RFP.
3.11
Short listing of Technically Qualified Bidders
3.11.1 The Technical Proposals of the Qualified Bidders:
a. which are found to be in conformance with the minimum technical specifications provided in
Appendix G;
b. which has been awarded at least minimum cut off marks provided for each of the parameters
set out in Annexure of this RFP; and
c.
which has been awarded a total of at least 70 marks out of 100.
shall be shortlisted for opening of the Price Proposal (“Technically Qualified Bidders”).
C.
Evaluation of Price Proposal
3.12
Evaluation Parameters
A. Evaluation of Contract Price
3.12.1 The Bidders shall quote the Contract Price as part of the Price Proposal as per the specimen
format set out in Appendix I-1,Appendix I-2, Appendix I-3 and Appendix I-5.
3.12.2 The Upfront Payment paid to any Bidder shall be 80% of the total Capital cost and the remaining
20% of the capital expenditure shall be paid in 12 (twelve) equal QGRs.
3.12.3 The Upfront Payment shall be paid to the Successful Bidder upon issuance of Completion
Certificate by DoA in accordance with the terms of the Agreement.
3.12.4 The O&M Payment quoted for the respective year shall be paid in four equated quarterly
instalments (“Periodic Payment”) in accordance with the terms of the Agreement.
3.12.5 Bidders shall submit the Price Proposal in the format set out in Appendix I clearly indicating the
amount in INR in both figures and words.
3.12.6 The Contract Price shall be inclusive of all taxes applicable in the present. An indicative list of costs
to be included to arrive at the Contract Price is set out below:
VOLUME II – DRAFT AGREEMENT
Page 24
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
a. Cost of Project Facilities for 3 years warranty period.
b. Cost of operations and maintenance (inclusive of cost of the Annual Maintenance Contract
(AMC) of the project facilities supplied for 4th and 5th year) management and preventive
maintenance throughout the Agreement period.
Note: DoA reserves the right to consider the AMC cost specified by the bidder or call a new
tender for the same.
c. Cost of manpower deployment
d. Cost of travel, boarding, lodging and out of pocket expenses
e. Communication expenses (post/ telephone/ fax/ toll free line)
f. Submission of progress reports and other MIS reports
g. Complaint redressal mechanism
h. Other direct and indirect expenses relating to the Project.
B. Evaluation of the Cost of the Consumable
3.12.7 The Bidders shall also quote the Consumable cost as part of the Price Proposal as per the
specimen format set out in Appendix I-4.
3.12.8 The consumable cost quoted by the bidder shall be inclusive of all applicable taxes.
3.12.9 The Bidder shall have to supply the consumables to the DoA as per the actual requirement for a
period of one year.
3.12.10 The cost of the consumables shall not form part of the contract price of K-KISAN project.
3.12.11 However, the cost of the consumables quoted shall be evaluated for identifying the L1 bidder
3.12.12 Price Proposals determined to be substantially responsive will be checked for any arithmetic
errors. Errors will be corrected by DoA as follows;
(i) Where there is a discrepancy between figures and words the amount indicated in word shall
be taken into amount
(ii) where there is a discrepancy between the unit rate and the line item total resulting from
multiplying the unit rate by the quantity, the unit rate as quoted will govern.
(iii) Where there is a discrepancy or error in the calculation of the Contract Price, the Contract
Price calculated applying the formula set out in the RFP shall be considered for evaluation.
The amount stated in the Price Proposal will be adjusted by DoA in accordance with the above
procedure for the correction of errors, with the concurrence of the Bidder and shall be considered
as binding upon the Bidder. If the Bidder does not accept the corrected amount the Proposal will
be rejected, and the Bid Security may be forfeited.
3.12.13 DoA may in its sole discretion reject any Price Proposal if any of the following conditions outlined
below are true.
a. Incomplete Price Proposal is submitted by the Bidder.
VOLUME II – DRAFT AGREEMENT
Page 25
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
b. Price Proposal that do not conform to the Price Proposal format as set out in Appendix I,
Appendix I-1, Appendix I-2, Appendix I-3, Appendix I-4 and Appendix I-5.
c. Total price quoted by the Bidder does not include all statutory taxes and levies applicable at
present.
d. The Upfront Payment quoted by the Bidder is more than 80% of the Capital Expenditure
3.13
Evaluation of Price Proposal
3.13.1 For evaluation of the Price Proposal, the Contract Price indicated in the Price Proposal and the
consumable cost, shall be considered.
3.13.2 The contract price quoted in the commercial bid will be applicable for 5 years, inclusive of all
costs, duties and taxes applicable from time to time except the difference of the existing levels of
service taxes and the surcharge which would be paid on actuals. The DoA shall pay/deduct
difference in the service tax and surcharge as and when there is any change in statutory tax
structure.
3.13.3 The consumable cost quoted shall be valid for a period of one (1) year. However, DoA reserves
the right to procure consumables from the service provider throughout the agreement period or
part of it as per the prices quoted in Appendix I-3.
3.14
Preferred Bidder
3.14.1 The commercial bids of only the technically qualified bidders will be opened for evaluation. The
bidder will be decided based on L1 criteria. The bid with the lowest total contract price + the
cost of the consumables will be awarded the contract.
3.14.2 In the event that two or more Bidders obtain the same Financial Score, (the "Tie Bidders"), the
Authority shall select the Bidder who secured higher score in the Technical Bid.
VOLUME II – DRAFT AGREEMENT
Page 26
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SECTION 4.
BIDDING SCHEDULE
DoA would endeavour to adhere to the bidding schedule as set out in e-Procurement platform.
VOLUME II – DRAFT AGREEMENT
Page 27
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
ANNEXURE
Technical Proposal Evaluation Parameters
The Bidders shall prepare a power point presentation of the Technical Proposal on the basis of the
evaluation parameters set out in the table below:
Cut Off
S. No. Evaluation Parameter
Description
Max Marks
Marks
1 Previous Project Experience Supply of Clients (Desktops & Laptops),
20
12
Printers, Networking equipments and networking equipments
Project Size
Number of Computers and its > 1000 numbers =10
peripherals (Desktops, Laptops, 750-1000 = 8
Servers,
Printers,
Scanners)
500-749 = 6
supplied
> 750 = 5
20
12
Number of UPS supplied
500-750=4
250-499=3
Number
of
networking > 500 = 5
equipments (switches and routers) 400-500=4
supplied
300-399=3
2
Previous Project Experience in Installation and commissioning of the
project and managing services
Project Size
On time installation and commission
of the project = 6
1 month delay in Installation and
Installation and commissioning of
commissioning of the project =5
Hardware and software
more than 2 months delay in
installation and commissioning of
the project = 4
Technical Manpower services
Hardware maintenance services
Managing services (1 marks for
Training/ capacity building services
each services)
15
9
NMS based helpdesk management
Number of G2C projects 1 projects = 3
undertaken in last 3 years of 2-3 projects = 4
more than 1 crore
>3 projects = 5
VOLUME II – DRAFT AGREEMENT
Page 28
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
3
4
5
6
7
Geographical coverage of previous project undertaken by the Bidder relating to site
preparation, installation and commissioning of IT infrastructure.
≥ 50 Locations out of which 5
should be 5 in rural location =6
≥ 25 Locations (includes rural
Profile coverage
and/or any other areas) =5
≥ 15 Locations (includes rural
and/or any other areas) = 4
10
6
Project commenced in last 3 years
= 2,
Recent Projects
Project commenced in last 3 - 5
years = 1
Completed =2,
Project Completion
Non Completed/ ongoing =1
Previous project experience in ≥1 Year =6
Operations and Maintenance of >2 Year =8,
10
6
the project
>3 Year =10
Number of Facility Management
Projects along with category
type
(Mission
Critical, two mark for each Project
10
6
WAN/LAN, Security, Mailing,
Internet, 24×7 etc)
≥ 201=5
No of Technical Employees on
101-200=4
5
3
Company Payroll
100 = 3
>Rs.350 Crores =5
The Bidder having Rs 150 Crores
or more turnovers in last three Rs. 251 Crores-Rs. 350 Crores=4
5
3
years
Rs.150 Crores -Rs. 250 Crores=3
8
Number of authorized service
centres at district head quarters
9
Proposed manpower deployment
a
Qualification of the
Manager proposed
VOLUME II – DRAFT AGREEMENT
15 service centers =6 ; for every
additional service centre in
different districts 0.5 marks will
be awarded up to a Maximum
of 10 marks.
MCA or B.Tech / B.E Degree in
Project Computer Science or Information
Science with 6 years experience
=3
10
6
15
9
5
3
Page 29
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
b
c
Note:
·
·
·
·
MCA or B.Tech / B.E Degree in
Computer Science or Information
Science with MBA and 6 years
experience =4
MCA or B.Tech / B.E Degree in
Computer Science or Information
Science with MBA and more than 6
years experience =5
B.Sc. in Computer Science/
Information Technology or BCA with
atleast 65% marks and one year
Qualification of the Technical of valid experience with CCNA/
Microsoft certification=3
Consultant proposed
B.E./ B.Tech with more than 1 year
experience with CCNA/ Microsoft
certification = 5
MCA/B.Tech/BE First Class with
CCNA/ Microsoft certification with
2years teaching experience in
reputed institute -3
Master trainers
MCA/B.Tech/BE First Class with
CCNA/ Microsoft certification with
more than 2years teaching
experience in reputed institute - 5
Total
5
3
5
3
100
The Bidder shall be required to submit relevant certificates from Statutory Auditor/ Client as proof
of submissions made under S.No. 1 to S. No. 7 in the table above.
The Bidder shall be required to submit self declaration duly signed by the authority not less than
the rank of the CEO and duly notarized for Sl no 8-9.
The successful bidder should supply the project facilities including manpower during the contract
period proposed in the bid and approved by DoA.
The bidder has to obtain minimum cut off marks in each category and aggregate scoring of 70
marks out of 100 to be technically qualified.
VOLUME II – DRAFT AGREEMENT
Page 30
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Appendix A: Format for Letter of Proposal
(On the Letter head of the Bidder)4
Date:
To,
The Director for Agriculture,
Department of Agriculture, Government of Karnataka,
Sheshadri Road,
Bangalore 560 001
Sir,
Re:
K-KISAN: Karnataka Krishi Information Services and Networking
Being duly authorized to represent and act on behalf of___________________________ (hereinafter
referred to as “the Bidder”), 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 a period of nine (9) months from ________________ (Proposal
Due Date)
Yours faithfully,
___________________________
(Signature of the Authorised Signatory of Bidder)
___________________________
(Name and designation of the Authorised Signatory of Bidder)
VOLUME II – DRAFT AGREEMENT
Page 31
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
APPENDIX B-1: 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 K-KISAN: Karnataka Krishi Information Services and Networking,
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.
2.
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.
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.
VOLUME II – DRAFT AGREEMENT
Page 32
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Appendix B-3: Format for Letter of Commitment
(The Letter of Commitment is to be submitted by the Bidder)
Date:
To,
The Director for Agriculture,
Department of Agriculture, Government of Karnataka,
Sheshadri Road,
Bangalore 560 001
Sir,
Re:
K-KISAN: Karnataka Krishi Information Services and Networking
This has reference to the Proposal being submitted by ____________________________ (name of the
Bidder), 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 Request for Proposal issued by the Department of Agriculture (DoA);
2. All subsequent communications between DoA and
__________________________________(name of the Bidder);
the
Bidder,
represented
Dated this the _______ Day of _______20__
For ___________________________
(Name and designation of the person(s)
signing on behalf of the Bidder)
VOLUME II – DRAFT AGREEMENT
Page 33
by
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Appendix C: 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:
i.
Name
:
1. Designation
:
2. Company
:
3. Address
:
4. Telephone Number :
6.
5. Fax Number
:
6. Mobile Number
:
7. E-Mail Address
:
Details of individual (s) who will serve as the point of contact / communication for DoA within the
Company:
i.
Name
:
ii.
Designation
:
iii.
Company
:
iv.
Address
:
v.
Telephone Number
:
vi.
Fax Number
:
vii.
Mobile Number
:
viii.
E-Mail Address
:
VOLUME II – DRAFT AGREEMENT
Page 34
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Appendix D-1: 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 the K-KISAN:
Karnataka Krishi Information Services and Networking (Project), 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)
________________________
(Signature of the Authorised Person)
________________________
(Name and designation of the Authorised Person)
VOLUME II – DRAFT AGREEMENT
Page 35
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Appendix D-2: Format for Undertaking
(On the Letterhead of the Bidder)
Date:
The Director for Agriculture,
Department of Agriculture, Government of Karnataka,
Sheshadri Road,
Bangalore 560 001
Sir,
Re:
K-KISAN: Karnataka Krishi Information Services and Networking
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 as on the proposal due date
(BOT or otherwise) as on __________________________(Proposal Due Date).
Yours faithfully,
___________________________
(Signature of Authorised Signatory)
________________________
(Name and designation of the Authorised Person)
VOLUME II – DRAFT AGREEMENT
Page 36
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Appendix E: Format for Undertaking for IT Company
(On the Letterhead of the Bidder)
Date:
The Director for Agriculture,
Department of Agriculture, Government of Karnataka,
Sheshadri Road,
Bangalore 560 001
Sir,
Re:
K-KISAN: Karnataka Krishi Information Services and Networking
We confirm that we have been in the business of
1.
sale, supply, installation of computer hardware
2.
maintenance of computer hardware
and have earned income from the said businesses.
Yours faithfully,
___________________________
(Signature)
________________________
(Name and designation5 of signatory)
5
To be issued by the Chief Financial Officer/Company Secretary
VOLUME II – DRAFT AGREEMENT
Page 37
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Appendix F-1: Format for Statement of Experience
Experience claimed in Point no. 1 of Clause 3.3.1
Details of each project shall be submitted in the format given below
Name of project
Name, address and contact
details of Client
Scope of the project
Date of commencement of
project
Date of completion of
Bidder’s scope of work
Total billings from the project
over the past three financial
years preceding the Proposal
Due Date
The above statement shall be supported by a certificate issued by the Client or the Statutory Auditor
clearly stating the scope of the project, total billings from the project, date of commencement and
successful completion for each project.
(On the letterhead of the Statutory Auditor)
Date:
We have verified the relevant statutory and other records of M/s ______________ [Name of the Bidder],
and certify that M/s. _____________________ has an aggregate billing of Rs.
________________(Rupees ________________ only) from the following project:
1.
2.
3.
relating to ___________ (supply and installation/ management/ facility management) [strike whichever is
not applicable] of ________________________ during the latest three completed financial years
preceding the Proposal Due Date. The Year wise billings from the projects is given below
Name of project
Year 1
Year 2
Year 3
1.
2.
3.
Signature and Seal
and registration number of Statutory
Auditor
VOLUME II – DRAFT AGREEMENT
Page 38
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Format of certificate from Statutory Auditor for Experience claimed in Point no. 2 of Clause 3.3.1
(On the letterhead of the Statutory Auditor)
Date:
We have verified the relevant statutory and other records of M/s ______________ [Name of the Bidder],
and certify that M/s. _____________________ has _______________ number of permanent employees on
its pay rolls as on the latest completed financial year.
Signature and Seal
and registration number of Statutory
Auditor
Format of certificate from the bidder duly authorized by the notary for Experience claimed in Point
no.3 of Clause 3.3.1
Details of service centres in Karnataka (Attach additional sheet if required)
Service center’s
Location/ Full postal
Address
Districts
Serviced
VOLUME II – DRAFT AGREEMENT
Number of
engineers
Phone
Fax
Contact person
with mobile nos
Page 39
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Appendix F-2: Format for Statement of Financial Capability
Year 1
1
Annual Turnover
(Rs. Crore)
2
Net Worth
completed
financial year
(Rs. Crore)
Year 2
of last
Audited
Instructions:
For the purpose of qualification:
1. The financial year would be the same as the one normally followed by the Bidder for its Annual
Report.
2. Year 1 shall be the latest financial year preceding the bidding. Year 2 shall be the financial year
immediately preceding Year 1 and so on. In case, the Proposal Due Date falls within three months of
the close of the latest financial year, refer to Clause 3.2.3.
3. The Bidder shall provide the audited annual financial statements as required for the RFP. Failure to do
so would result in the Proposal being considered as non-responsive.
4. The Bidder shall provide an Auditor’s Certificate specifying the Net Worth and Turnover of the Bidder
and also specifying the methodology adopted for calculating such net worth/turnover in the format
given below.
(On the letterhead of the Statutory Auditor)
Date:
We have verified the relevant statutory and other records of M/s ______________ [Name
of the Bidder], and certify the following:
Annual Turnover
(Rs. Crore)
Year 1
Year 2
Net Worth of last completed
financial year preceding the
Proposal Due Date
(Rs. Crore)
Signature and Seal
and registration
Statutory Auditor
VOLUME II – DRAFT AGREEMENT
number
of
Page 40
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
5. For the purpose of the RFP, Net Worth shall mean :
Net Worth = (Subscribed and Paid-up Equity + Reserves) - (Revaluation reserves + Miscellaneous
expenditure not written off + Reserves not available for distribution to equity shareholders)
6. For the purpose of the RFP, Annual Turnover shall mean:
The total revenues as indicated in the audited annual balance sheet.
7. Experience (Financial Capability and Experience) of only the Bidder shall be considered. Experience
of associate company/parent company/ subsidiary company shall not be considered for qualification
purposes.
VOLUME II – DRAFT AGREEMENT
Page 41
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Appendix G: Format for Technical Proposal
A. Format for Comprehensive Verification Report
The Bidder shall submit a summary of the Comprehensive Verification Report for the Project Facilities in the
format given below:
Project
Facilities*
Model
Make
Serial
Number/
Code
Remarks
Desktop
Server
Printer
* Part B of Appendix G provides the name and minimum technical specifications of Project Facilities
The Bidder shall submit Comprehensive Verification Report for each of the Project Facilities setting out the
following:
1. Compliance with minimum technical specification prescribed for each of the Project Facility set out in
Part B of Appendix G
2. Deviation (if any) from the minimum technical specifications prescribed for each of the Project Facility.
A sample format of Comprehensive Verification Report for Desktop (one of the Project Facilities) is given
below. The Bidder shall submit Comprehensive Verification Report for all Project Facilities in similar
formats.
Name of the Project Facility : Desktop (PC2)
Compliance of
Datasheet with
Remarks
proposed
page no.
(deviation if
Project Facilities
any)
with Minimum
Minimum technical
technical
Particulars
specification
specification
Processor
Latest Generation x86 Yes/ No
Dual core processor with
3.20 GHz, 3MB cache or
higher
Chipset/Mother
OEM
mother
board Yes/ No
VOLUME II – DRAFT AGREEMENT
Page 42
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Minimum technical
Particulars
specification
board
supporting
above
mentioned processor
Memory
2*2 GB DDR3 (1333 MHz
or higher) & Non ECC
Expandable to 8 GB
Hard Disk Drive & 500 GB SATA 3.0-Gb/s
Controller
Hard Drive, 7200 RPM
with pre failure alerts.
Optical Drive
DVD Writer
Graphics
Intel® HD Graphics or AMD
or any equivalent graphics
integrated to Processor.
Ethernet
Integrated
Gigabit
Network
Connection
10/100/1000
Bays
4 Bays: 2x 5.25 external,
1 x 3.5 external, 1 x 3.5
internal.
Slots
Minimum 3 PCI Slots :
Ports
(6 USB (4 rear + 2 front)
+ 2 PS/2 ports) or 8 USB
ports (4 rear + 4 front), 1
RJ-45, 1 VGA, 1 Audio
in/out.
Form Factor
Micro ATX Tower
Power Supply
Minimum 250-watt power
supply
Monitor
18.5" LED monitor:
Keyboard
PS/2 or USB 104/107
keys mechanical keyboard
Mouse
PS/2 or USB 2 button
optical scroll mouse
Software
Remote diagnostics, Back
Up and Recovery software
Nudi
4.0
Kannada
Software to be preloaded
before delivery
Antivirus
Preloaded with 5 years.
Operating Systems Microsoft Windows
8
Professional
preloaded
with recovery media.
VOLUME II – DRAFT AGREEMENT
Compliance of
proposed
Project Facilities
with Minimum
technical
specification
Datasheet with
page no.
Remarks
(deviation if
any)
Yes/ No
Yes/ No
Yes/ No
Yes/ No
Yes/ No
Yes/ No
Yes/ No
Yes/ No
Yes/ No
Yes/ No
Yes/ No
Yes/ No
Yes/ No
Yes/ No
Yes/ No
Yes/ No
Page 43
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Particulars
Preloaded
Software
Security
Compliance
Certification
Warranty
Compliance of
proposed
Project Facilities
with Minimum
Minimum technical
technical
specification
specification
Norton or McAfee or eTrust Yes/ No
or e-Scan or Fore front or
Trend Micro or PC Tool or
Quick heal Antivirus (Latest
Version).
1. Removable media boot Yes/ No
control
2. Serial, Parallel & USB
Interface
Control
3. Power-On Password
4. Setup Password
& For OEM : ISO 9001 : Yes/ No
2008
For
PC
:
Windows8/7/Linux
certification , Energy Star
5.0
For Monitor : TCO 05
3 Years Comprehensive on Yes/ No
site
Datasheet with
page no.
Remarks
(deviation if
any)
B: Minimum Technical Specifications for Project Facilities
Table 1A: Desktop (PC2 – For locations except RSKs)
Feature
Processor
Specifications
Latest Generation x86 Dual core processor with 3.20 GHz, 3MB cache or higher
Chipset/Mother
OEM mother board supporting above mentioned processor
board
Memory
2*2 GB DDR3 (1333 MHz or higher) & Non ECC Expandable to 8 GB
Hard Disk Drive & 500 GB SATA 3.0-Gb/s Hard Drive, 7200 RPM with pre failure alerts.
Controller
Optical Drive
DVD Writer
Graphics
Intel® HD Graphics or AMD or any equivalent graphics integrated to Processor.
Ethernet
Integrated Gigabit Network Connection 10/100/1000
Bays
4 Bays: 2x 5.25 external, 1 x 3.5 external, 1 x 3.5 internal.
Slots
Minimum 3 PCI Slots :
Ports
(6 USB (4 rear + 2 front) + 2 PS/2 ports) or 8 USB ports (4 rear + 4 front), 1 RJVOLUME II – DRAFT AGREEMENT
Page 44
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Form Factor
Power Supply
Monitor
Keyboard
Mouse
Software
Antivirus
Operating Systems
45, 1 VGA, 1 Audio in/out.
Micro ATX Tower
Minimum 250-watt power supply
18.5" LED monitor:
PS/2 or USB 104/107 keys mechanical keyboard
PS/2 or USB 2 button optical scroll mouse
Remote diagnostics, Back Up and Recovery software
Nudi 4.0 Kannada Software to be preloaded before delivery
Preloaded with 5 years.
Microsoft Windows 8 Professional preloaded with recovery media.
Preloaded Software Norton or McAfee or eTrust or e-Scan or Fore front or Trend Micro or PC Tool or
Quick heal Antivirus (Latest Version).
Security
1. Removable media boot control
2. Serial, Parallel & USB Interface Control
3. Power-On Password
4. Setup Password
Compliance
& For OEM : ISO 9001 : 2008
Certification
For PC
: Windows8/7/Linux certification,
Energy
Star 5.0
For Monitor : TCO 05
Warranty
3 Years Comprehensive on site
Table 1B:Desktop (PC1- For RSKs)
Feature
Processor
Specifications
Latest Generation x86 Dual core processor with 3.20 GHz, 3MB cache or higher
Chipset/Mother
OEM mother board supporting above mentioned processor
board
Memory
2*2 GB DDR3 (1333 MHz or higher) & Non ECC Expandable to 8 GB
Hard Disk Drive & 1 TB SATA 3.0-Gb/s Hard Drive, 7200 RPM with pre failure alerts.
Controller
Optical Drive
DVD Writer
Graphics
Intel® HD Graphics or AMD or any equivalent graphics integrated to Processor.
Ethernet
Integrated Gigabit Network Connection 10/100/1000
Bays
4 Bays: 2x 5.25 external, 1 x 3.5 external, 1 x 3.5 internal.
Slots
Minimum 3 PCI Slots :
Ports
(6 USB (4 rear + 2 front) + 2 PS/2 ports) or 8 USB ports (4 rear + 4 front), 1 RJ45, 1 VGA, 1 Audio in/out.
Form Factor
Micro ATX Tower
Power Supply
Minimum 250-watt power supply
VOLUME II – DRAFT AGREEMENT
Page 45
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Monitor
Keyboard
Mouse
Software
Antivirus
Operating Systems
18.5" LED monitor:
PS/2 or USB 104/107 keys mechanical keyboard
PS/2 or USB 2 button optical scroll mouse
Remote diagnostics, Back Up and Recovery software
Nudi 4.0 Kannada Software to be preloaded before delivery
Preloaded with 5 years.
Microsoft Windows 8 Professional preloaded with recovery media.
Preloaded Software Norton or McAfee or eTrust or e-Scan or Fore front or Trend Micro or PC Tool or
Quick heal Antivirus (Latest Version).
Security
1. Removable media boot control
2. Serial, Parallel & USB Interface Control
3. Power-On Password
4. Setup Password
Compliance
& For OEM : ISO 9001 : 2008
Certification
For PC : Windows8/7/Linux certification ,
Energy Star 5.0
For Monitor : TCO 05
Warranty
3 Years Comprehensive on site
Table 2: Laptop
Items
Processor Family
Chipset
HDD
RAM
Operating System
Display
Optical Drive
Speakers
Network Card
Wireless
Bluetooth
I/O Ports
Graphics
VOLUME II – DRAFT AGREEMENT
Minimum technical specification
Latest generation X86 Dual Core Processor or higher, 2.5 GHz or higher,
3MB cache, 35W or lower, not more than 1 year Old
Compatible chipset
500 GB 7200 rpm SMART SATA II or Higher
4GB Memory DDR3 PC3 -10600 SDRAM 1333 MHz with expandability
upto 16GB Maximum
Windows 8.1 64 bit professional down gradaded to Windows 7
Professional with all necessary drivers in cd media
14.0-inch diagonal LED-backlit HD (1366 x 768) with 720p HD Webcam
with dual array microphone
DVD+/-RW SuperMulti drive
High definition audio, stereo speakers, stereo headphone/line out, stereo
microphone in, integrated digital microphone; integrated 720p webcam
Onboard 10/100/1000
802.11 /b/g/n
Bluetooth 4.0,
one VGA, One Display Port/HDMI, stereo headphone/line out, stereo
microphone in, RJ-45/Ethernet, 2 USB 2.0 and 2 USB 3.0 ports, power
connector,
Integrated HD Graphics
Page 46
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Items
Battery
Keyboard and Pointing
Device
Slots
Adapter
Security
Other Software Preloaded
Certifications
Antivirus
Wi-Fi/Wi-max
Warranty
Minimum technical specification
6 Cell Li ion Battery with 4Hrs battery back
Full-sized spill resistant keyboard, Touch Pad
Multi Media card Reader with 4 in one
65 Watts AC Adapter
Finger Print reader
OEM Preloaded Battery Power Management Software ,
EPEAT Gold Certification, Energy Star Compliant,
Latest version with License
Enabled
3 Years Comprehensive on site
Table 3: Rack Server at the Commissionerate (Head office)
Item
Processor
Minimum technical specification
Latest generation X86 processor with minimum 2X6* core, 2.20 Ghz,
12MB cache or higher.
Chipset
OEM mother board
Operating System support
Microsoft Windows Server, Red Hat Enterprise Linux (RHEL), SUSE
Linux Enterprise
Server (SLES),
Memory
Minimum 2 * 8 GB ECC DDR3-1333 RAM, Should have 32 DIMM
slots or higher for future scalability.
Hard Drive
2.5" SAS HDD 6*300 Gb 15 K RPM SAS drives, SAS controller
with min 512 MB RAID Cache capable of providing RAID 0,1, 10
and 5 Configurations.
Optical Device
DVD R/W drive
Graphics Card
Integrated Graphics with 64MB SDRAM or higher
Network
Multifunction Gigabit Network Adapter (min. 4 ports), including
support for TOE, failover and load balancing.
I/O Ports
1Serial, 1KBD, 1 Video1 Mouse, at least 2 USB ports, Min. 5 (Five)
PCI-e
Slots standard.
Farm Factor
2U Rack Mountable
Software
OEM to provide its own systems management software.
Manageability &
5 Years Warranty
Manageability Features
Should be able to provide management features including remote
power on/off, reset, log recording, and hardware monitoring
functions.
Redundant Fans
Should have Redundant and Hot Pluggable power supplies and fans
Compliance
ACPI 2.0 Compliant, PCIE 2.0 Compliant, Microsoft® Logo
certifications, USB 2.0 Support.
Warranty
3 Years Comprehensive on site
Any Complaints
Same Business Day- Monday to Saturday (10.00 am to 6.00 pm)
(which includes Onsite Support, Parts & Labour)
*Bidder proposing server with more than 6 cores/processor would be disqualified
VOLUME II – DRAFT AGREEMENT
Page 47
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Table 4: Rack Server at DATCs
Item
Processor
Operating System support
Minimum technical specification
Latest generation X86 processor with minimum 2X4* core, 3.50 Ghz,
15 MB cache or higher.
Microsoft Windows Server, Red Hat Enterprise Linux (RHEL), SUSE
Linux Enterprise
Server (SLES), Oracle Enterprise Linux (OEL), Vmware, Citrix
XenServer
SAS Controller
SAS Controller with min. 512 MB Flash Backed Cache capable of
providing RAID 0,1, 10 and 5 Configurations
Memory
2 * 8 GB DDR-3Memory scalable to 192 GB, Advanced ECC (multibit error protection), Mirroring mode, Lockstep mode
Hard Drive
Optical Device
2.5" In SAS HDD bays populated with at least 4* 300 Gb in SAS
HDDs
DVD drive
Network
Quad Port Multifunction Gigabit Server Adapters (Embedded or
Slot based) with support for TOE, failover and load balancing.
I/O Ports
USB 2.0 support With at least 4 total ports: (2) ports up front; (2)
ports in back, Two PCI-Express slots,
Form Factor
2URack Mountable
Chassis
Redundant Fans
Redundant Power Supplies
Fully Redundant Hot Plug Fans
ACPI 2.0 Compliant, PCI 2.2 Compliant, WOL Support, Microsoft®
Logo certifications, USB 2.0 Support
Compliance
Manageability features
5 years warranty. Should be able to provide management features
including remote power on/off, reset, log recording, and hardware
monitoring functions.
Warranty
3 Years Comprehensive on site
Same Business Day- Monday to Saturday (10.00 am to 6.00 pm)
Any Complaints
(which includes Onsite Support, Parts & Labour)
*Bidder proposing server with more than 4 cores/processor would be disqualified
Table 5: Thermal Receipt Printer
Memory flash
VOLUME II – DRAFT AGREEMENT
Thermal Printer
2 M Flash or higher
Page 48
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Firmware support which can support
Barcode
Connectivity
Print methods
Printing of barcodes, text and graphics.
Resolution
Print Width
Print speed
Media Sensors
Microsoft Windows Drivers
RS 232 Interface
USB Interface
Warranty
UPC-A, UPC-E, Code 39, Code 128, Jan8 and Jan13
(EAN), Codabar, PDF417
USB and Serial
Direct thermal
Barcode, Text, Ability to print logo :
203 dpi/8 dots per mm
80mm
230mm/ Sec or higher
Paper low sensor
Microsoft windows drivers i.e Win 7, Windows Vista 32
& 64, xp professional, WEPOS, Embeded POSReady
RS 232 connector/ Interface
USB Interface
3 Years Comprehensive on site
Table 6: 80 Column DMP Specifications
Item
Print Method
Print Direction
Print Head – Type
Print Width
Print Head Life
Print Speed
Character Pitch (cpi)
High Speed Draft (cps)
Draft (cps)
Letter Quality (cps)
Minimum technical specification
Serial Impact Dot Matrix
Bi-directional Logic Seeking
24 Wire
80 Column
200 Million Characters #
Dr a ft - ISCII (cps)
LQ - ISCII (cps)
>100
50
Standard
Ports
Warranty
Centronics EEE-P1284A Parallel and USB
RS 23C Serial/USB
3 Years Comprehensive on site
12
>300
>270
>90
Table 7:136 Column DMP Specifications
Item
Print Method
Print Direction
VOLUME II – DRAFT AGREEMENT
Minimum technical specification
Serial Impact Dot Matrix
Bi-directional logic seeking
Page 49
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Item
Print Head – Type
Minimum technical specification
24-Wire
Print Width
Print Head Life
Print Speed
Character Pitch (cpi)
136 – Column
200 Million Characters
High Speed Draft (cps)
>360
Draft (cps)
Letter Quality (cps)
>300
>100
Draft - ISCII (cps)
LQ - ISCII (cps)
Standard
250
41
IEEE-P1284A Parallel & USB (Auto interface switching)
Electrical Specifications
Operating Voltage
150-270 V AC
Mains Frequency
Power (Standby)
Environmental - Operating Conditions
Temperature
Relative Humidity
Warranty
12
47 - 63 Hz
12W
5 to 45 C
10% to 80%
3 Years Comprehensive on site
Table 8: Laser Jet-Black
Item
Print speed black (normal, A4)
Print quality black (best)
Print technology
Duty cycle (monthly, A4)
Standard memory
Processor speed
Standard printer languages
Standard paper trays
Maximum paper trays
Paper handling standard/ input
Paper handling standard/output
Duplex print options
Media sizes supported
Custom media sizes
VOLUME II – DRAFT AGREEMENT
Minimum technical specification
33 PPM +/- 3 PPM
Up to 1200 x 1200 dpi (1200 dpi effective output)
Laser
Up to 50000 pages
256 MB
800 MHz
Host-based printing
1
1
250-sheet input tray
150-sheet
Automatic
A4, A5, A6, B5, postcards, envelopes (C5, DL, B5)
Main tray: 147 x 211 to 216 x 356 mm
Page 50
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Item
Media types supported
Minimum technical specification
Paper (laser, plain, photo, rough, vellum), envelopes,
labels, cardstock, transparencies, postcards
Hi speed USB 2.0 port
Yes
Less than 8.5 seconds
3 Years Comprehensive on site
Standard connectivity
Energy Star
First page Out
Warranty
Table 9: Color LaserJet-A4
Item
Minimum technical specification
Print Speed Black
33 PPM +/- 3 PPM
Print Speed Color
33 PPM +/- 3 PPM
Print Technology
Laser
Processor Speed
800 MHZ
Paper Trays
2
Paper Handling-Input
100-sheet multipurpose tray, 500-sheet input tray
Paper Handling-Output
250-sheet top output bin
Media Sizes Supported
A4, A5, B5 (JIS), envelopes (B5, C5, DL)
Connectivity
Standard 1 embedded 10/100/1000 Base-TX Ethernet, USB 2.0
Duplex print options
Automatic (standard)
Standard memory
1 GB
First Page Out
As fast 11 seconds from ready mode
Print Language
Duty Cycle
PCL 6, PostScript 3, PDF, host based
50000 pages per month duty cycle.
Warranty
3 Years Comprehensive on site
Table 10: Ink Jet Printer
Features
Print Speed Black
Print Speed Color
No. of Print Cartridges
Paper Handling-Input
Paper Handling-Output
Media Sizes Supported
VOLUME II – DRAFT AGREEMENT
Minimum technical specification
33 PPM +/- 3 PPM
33 PPM +/- 3 PPM
4 Individual high capacity Inks
150-sheet input tray
100-sheet output tray
A3+ (305 x 457 mm), A3 (297 x 420 mm), A4 (210 x 297 mm),
A5 (148 x 210 mm), A6 (105 x 148 mm), B4 (250 x 353 mm),
B5 (176 x 250 mm), B6 (125 x 176 mm), C4 (229 x 324 mm),
Page 51
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Features
Minimum technical specification
C5 (162 x 229 mm), C6 (114 x 162 mm), DL (110 x 220 mm)
Manual
1 USB (compatible with USB 2.0 specifications) port; Ethernet
card
32MB
3 Years Comprehensive on site
Duplex print options
Connectivity
Standard memory
Warranty
Table 11: Color LaserJet Printer-A3
Features
Print Speed
Print Speed
Print Technology
Processor Speed
Paper Trays
Minimum technical specification
Black Up to 30 PPM
Color Up to 30 PPM
In-line colour laser, direct-to-page printing
800 MHz
3
Input 100-sheet multi-purpose input tray, 250-sheet input
tray,500 sheet input tray
Output 300-sheet top output bin
A3, A4, A5, B4-JIS, B5-JIS
1
high
speed
USB
2.0,1
Gigabit
Ethernet
10/100/1000,IPv6,BiDi
Manual
1 GB
As fast as 10 sec from Ready mode
3 Years Comprehensive on site
Paper HandlingPaper Handling
Media Sizes Supported
Connectivity
Duplex print options
Standard memory
First Page out
Warranty
Table 12: Web Camera with SDK
Item
Minimum technical specification
Resolution
24 bit Colour, Minimum 480 x 640 pixel
Interface to Host
USB/Com Port with 3 mt. Cable
Formats to be Supported
BMP, JPG, GIFF
Light Adjustments
Auto
Compatibility Standard
Twain
Frame Rate
30 fps@ QCIFC (176*144)
Software
S/w for Picture capture
Image Sensor
Image Sensor 1/4 " Progressive Scan
Supported
System
Operating Windows XP, Linux, Windows 7 (64 bit)
VOLUME II – DRAFT AGREEMENT
Page 52
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Item
Minimum technical specification
Warranty
3 Years Comprehensive on site
Table 13- Copier cum Printer cum Scanner
Item
GENERAL
ARDF Paper capacity
Input/Output paper capacity(max)
Memory
Display panel
Copying speed
Multiple copying
Resolution
Zoom
Copying size
Duplex copying
Copying Technology
Warm up time
First copy time
Reversible Automatic Document feeder with
duplex unit
PRINTER
Print speed
Printer interface
Printer Language
COPY
Resolution
Reduction/Enlargement
Multi copying (MAX.)
Multi copy ( 2in 1, 4in1)
Multi copy (sort)
Copy features
Configuration
35 sheets
250 sheets
128 MB
Touch screen
22 +/- 2 CPM (A4)
Up to 999 copies
600 x 600 Dpi
50-200% or better
A6 –A3
Standard
Laser
20 seconds or better
8 seconds or better
Auto duplex
20 +/- 2 PPM (A4)
Standard USB 2.0,SD Slot
Standard:PCL5e,PCL6 Host based
600 x 600DPI
50-200% or better
Upto 999
Yes
Yes
ID Card copy, Electronic sorting, Image rotation, Series copy,
Combine copy(4in1)
SCANNER
Scanning Resolution
Scanning Format
Scan size
Scan to
TWAIN Complaint
Scanning speed
OS Compatibility
600DPI
TIFF, JPEG, PDF
A3,A4,A5
Email/folder/ USB
Yes
>=50 SPM
Windows 7/8/ vista/Linux
Warranty
3 Years Comprehensive on site
VOLUME II – DRAFT AGREEMENT
Page 53
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Table 14A 1KVA online UPS with 2 Hours Backup
Sl
No
01
02
03
04
05
06
07
08
09
10
11
12
Items
Specifications
Type
Capacity
Backup time
Input Frequency
Input Voltage
Output Voltage
Output Frequency
Input Power Factor
Output Power Factor
Waveform
Alarm
Technology
13
Computer
interface
14
Battery make
15
Battery Type
Online
1 KVA
2hrs
50 Hz. +/- 5%
160 V – 270 V
230 V +/- 1% V
50 Hz +/- 0.2 Hz.
> 0.9
0.8 lag to unity PF
Pure Sine Wave
On Battery, Low Battery, UPS Over Load
IGBT based PWM technology with isolation
transformer
Software with communication interface for monitoring the
health of the UPS. Automatic shutdown under Windows
2000, Windows 98/XP (Prof) & Diagnostics.
Preferred:
Panasonic/Southern/YUSA/Exide/CSB/Amarraj/Relicell
SMF-VRLA
16
17
18
19
20
21
22
23
24
25
26
27
Battery AH
No.of Batteries
DC voltage (input)
VAH
Over Load Capacity
Inverter Efficiency
Overall Efficiency
Crest Factor
Regulation
Switching Frequency
Warranty
Protection
28
LCD display
29
30
Load Test
THD
VOLUME II – DRAFT AGREEMENT
> 3072 VAH
150% for 1 Minute, 125% for 10 Minutes
90%
85%
3:5:1
+/- 1%
Above 20 KHz
3 years on site comprehensive including batteries
Automatic discharge protection with self test
Features, Over Load, Surge protection, Input fault,
Cold start, Low Battery, Battery over charge
Output short circuit, Charging Current Circuit
Inverter over temperature
Output voltage, Output current, Output frequency,
Input Voltage, Battery Voltage
At 100 % load on Resistive load
< 3% for Linear, < 5% for Non Linear Load
Page 54
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
31 Certification
ISO 9001:2000 & ETDC /CPRI test report
Table 14 B -1KVA online UPS with 6 Hours Backup
Items
Type
Capacity
Backup time
Input Frequency
Input Voltage
Output Voltage
Output Frequency
Input Power Factor
Output Power Factor
Waveform
Alarm
Technology
Computer
interface
Battery make
Battery Type
Battery AH
No.of Batteries
DC voltage (input)
VAH
Over Load Capacity
Inverter Efficiency
Overall Efficiency
Crest Factor
Regulation
Switching Frequency
Warranty
Protection
LCD display
Load Test
THD
Certification
Specifications
Online
1 KVA
6 Hrs
50 Hz. +/- 5%
160 V – 270 V
230 V +/- 1% V
50 Hz +/- 0.2 Hz.
> 0.9
0.8 lag to unity PF
Pure Sine Wave
On Battery, Low Battery, UPS Over Load
IGBT based PWM technology with isolation transformer
Software with communication interface for monitoring the health of
the UPS. Automatic shutdown under Windows 2000, Windows
98/XP (Prof) & Diagnostics.
Preferred: Panasonic/Southern/YUSA/Exide/CSB/Amarraj/Relicell
SMF-VRLA
> 7968 VAH
150% for 1 Minute, 125% for 10 Minutes
90%
85%
3:5:1
+/- 1%
Above 20 KHz
3 years on site comprehensive including batteries
Automatic discharge protection with self test Features, Over
Load, Surge protection, Input fault,
Cold start, Low Battery, Battery over charge
Output short circuit, Charging Current Circuit
Inverter over temperature
Output voltage, Output current, Output frequency, Input
Voltage, Battery Voltage
At 100 % load on Resistive load
< 3% for Linear, < 5% for Non Linear Load
ISO 9001:2000 & ETDC /CPRI test report
VOLUME II – DRAFT AGREEMENT
Page 55
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Table 15: 2 KVA online UPS with 4 Hours backup
Items
Specifications
Type
Online
Capacity
2 KVA
Backup time
4 hrs
Input Frequency
50 Hz. +/- 5%
Input Voltage
160 V – 270 V
Output Voltage
230 V +/- 1% V
Output Frequency
50 Hz +/- 0.2 Hz.
Input Power Factor
> 0.9
Output Power Factor
0.8 lag to unity PF
Waveform
Pure Sine Wave
Alarm
On Battery, Low Battery, UPS Over Load
Technology
IGBT based PWM technology with isolation transformer
Computer
Software with communication interface for monitoring the health of
interface
the UPS. Automatic shutdown under Windows 2000, Windows
98/XP (Prof) & Diagnostics.
Battery make
Preferred: Panasonic/Southern/YUSA/Exide/CSB/Amarraj/Relicell
Battery Type
SMF-VRLA
Battery AH
No.of Batteries
DC voltage (input)
VAH
Over Load Capacity
Inverter Efficiency
Overall Efficiency
Crest Factor
Regulation
Switching Frequency
Warranty
Protection
LCD display
Load Test
THD
Certification
> 12800 VAH
150% for 1 Minute, 125% for 10 Minutes
90%
85%
3:5:1
+/- 1%
Above 20 KHz
3 years on site comprehensive including batteries
Automatic discharge protection with self test Features,
Over Load, Surge protection, Input fault,
Cold start, Low Battery, Battery over charge
Output short circuit, Charging Current Circuit
Inverter over temperature
Output voltage, Output current, Output frequency, Input
Voltage, Battery Voltage
At 100 % load on Resistive load
< 3% for Linear, < 5% for Non Linear Load
ISO 9001:2000 & ETDC /CPRI test report
VOLUME II – DRAFT AGREEMENT
Page 56
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Table 16: 3 KVA UPS with 4 Hours backup
Items
Type
Capacity
Backup time
Input Frequency
Input Voltage
Output Voltage
Output Frequency
Input Power Factor
Output Power Factor
Waveform
Alarm
Technology
Computer
interface
Battery make
Battery Type
Battery AH
No.of Batteries
DC voltage (input)
VAH
Over Load Capacity
Inverter Efficiency
Overall Efficiency
Crest Factor
Regulation
Switching Frequency
Warranty
Protection
LCD display
Load Test
THD
Certification
Specifications
Online
3 KVA
4 Hour
50 Hz. +/- 5%
160 V – 270 V
230 V +/- 1% V
50 Hz +/- 0.2 Hz.
> 0.9
0.8 lag to unity PF
Pure Sine Wave
On Battery, Low Battery, UPS Over Load
IGBT based PWM technology with isolation transformer
Software with communication interface for monitoring the health of
the UPS. Automatic shutdown under Windows 2000, Windows
98/XP (Prof) & Diagnostics.
Preferred: Panasonic/Southern/YUSA/Exide/CSB/Amarraj/Relicell
SMF-VRLA
> 19200 VAH
150% for 1 Minute, 125% for 10 Minutes
90%
85%
3:1
+/- 1%
Above 20 KHz
3 years on site comprehensive including batteries
Automatic discharge protection with self test Features,
Over Load, Surge protection, Input fault,
Cold start, Low Battery, Battery over charge
Output short circuit, Charging Current Circuit
Inverter over temperature
Output voltage, Output current, Output frequency, Input
Voltage, Battery Voltage
At 100 % load on Resistive load
< 3% for Linear, < 5% for Non Linear Load
ISO 9001:2000 & ETDC /CPRI test report
VOLUME II – DRAFT AGREEMENT
Page 57
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Table 17: 3 KVA UPS with 6 Hours backup
Items
Type
Capacity
Backup time
Input Frequency
Input Voltage
Output Voltage
Output Frequency
Input Power Factor
Output Power Factor
Waveform
Alarm
Technology
Computer
interface
Battery make
Battery Type
Battery AH
No.of Batteries
DC voltage (input)
VAH
Over Load Capacity
Inverter Efficiency
Overall Efficiency
Crest Factor
Regulation
Switching Frequency
Warranty
Protection
LCD display
Load Test
THD
Certification
Specifications
Online
3 KVA
4 Hour
50 Hz. +/- 5%
160 V – 270 V
230 V +/- 1% V
50 Hz +/- 0.2 Hz.
> 0.9
0.8 lag to unity PF
Pure Sine Wave
On Battery, Low Battery, UPS Over Load
IGBT based PWM technology with isolation transformer
Software with communication interface for monitoring the health
of the UPS. Automatic shutdown under Windows 2000, Windows
98/XP (Prof) & Diagnostics.
Preferred:
Panasonic/Southern/YUSA/Exide/CSB/Amarraj/Relicell
SMF-VRLA
> 22000 VAH
150% for 1 Minute, 125% for 10 Minutes
90%
85%
3:1
+/- 1%
Above 20 KHz
3 years on site comprehensive including batteries
Automatic discharge protection with self test Features,
Over Load, Surge protection, Input fault,
Cold start, Low Battery, Battery over charge
Output short circuit, Charging Current Circuit
Inverter over temperature
Output voltage, Output current, Output frequency, Input
Voltage, Battery Voltage
At 100 % load on Resistive load
< 3% for Linear, < 5% for Non Linear Load
ISO 9001:2000 & ETDC /CPRI test report
VOLUME II – DRAFT AGREEMENT
Page 58
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Table 18: 10 KVA UPS with 2 hours backup
Items
Type
Capacity
Backup time
Input Frequency
Input Voltage
Output Voltage
Output Frequency
Input Power Factor
Output Power Factor
Waveform
Alarm
Technology
Computer
interface
Battery make
Battery Type
Battery AH
No.of Batteries
DC voltage (input)
VAH
Over Load Capacity
Inverter Efficiency
Overall Efficiency
Crest Factor
Regulation
Switching Frequency
Warranty
Protection
LCD display
Load Test
THD
Certification
Specifications
Online
10 KVA
2 hrs
50 Hz. +/- 5%
415 V+/- 20%
230 V +/- 1% V
50 Hz +/- 0.2 Hz.
> 0.9
0.8 lag to unity PF
Pure Sine Wave
On Battery, Low Battery, UPS Over Load
IGBT based PWM technology with isolation
transformer
Software with communication interface for monitoring the health
of the UPS. Automatic shutdown under Windows 2000, Windows
98/XP (Prof)/Windows7 & Diagnostics.
Preferred brands: Southern/Exide/Prime/Racket
Tubular-C10 rating only.
> 32000VAH
150% for 1 Minute, 125% for 10 Minutes
90%
85%
3:5:1
+/- 1%
Above 20 KHz
3 years on site comprehensive including batteries
Automatic discharge protection with self test Features,
Over Load, Surge protection, Input fault,
Cold start, Low Battery, Battery over charge
Output short circuit, Charging Current Circuit
Inverter over temperature
Output voltage, Output current, Output frequency,
Input Voltage, Battery Voltage
At 100 % load on Resistive load
< 3% for Linear, < 5% for Non Linear Load
ISO 9001:2000 & ETDC /CPRI test report
VOLUME II – DRAFT AGREEMENT
Page 59
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Table 19: 42 U Rack
Minimum technical specification
· 42U 42 " Deep Server Rack Enclosure w/Sides Black
· 80"H x 24"W x 42 "D
· Front Door with toughened safety perforation, rear vented steel door
· Perforated Roof Top Features Four 5.5" x 2" cutouts for cable entry
· Lockable front & Rear doors and side panels
· Floor Type
· Redundant Power Distribution
· With cable manager , power supply, cooling fans and tray to accommodate all the
above servers
Table 20: KVM Switch ( For PMU)
Minimum technical specification
One number of 18 port IP based KVM switch for centralized monitoring of servers along with
8 cables, converter and connectors for server connectivity. 19” TFT-LCD collapsible flat panel
monitor console kit with keyboard and mouse including cables (1U).
1 Local, 2 Remote with necessary user licenses
10/100/1000 Mbps PS2/USB
Other Components/ Services – Minimum technical specifications
1. Router – As per the specifications
2. Connectivity from Taluk/District offices to Karnataka State Data centre
· The applications from DoA Offices to the Data centre should be over KSWAN on VPN over broad
band technology or on MPLS technology as the case maybe.
· In case required, the department may procure standby connectivity and the network equipment
should support auto switchover mode and load sharing mode working.
· At the Agriculture offices, users should not be required to connect a VPN. The (secure) VPN tunnel
should be setup between the router/firewall at the Data centre.
· The configuration of the router shall be done by the KSWAN Network Operator and the successful
should provide complete information about the product coordinate for integration of the router
with KSWAN NMS.
· The day-to-day maintenance of the router is the responsibility of the successful bidder throughout
the period of contract.
· The successful bidder should establish LAN connectivity in the offices and also maintain the same
during the entire period of the contract.
3.
Connectivity from RSK to Karnataka State Data Centre:
The RSKs will be connected to State data centre through VPN over broad band through KSWAN.
VOLUME II – DRAFT AGREEMENT
Page 60
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
The successful bidder should establish LAN connectivity and also maintain during the entire period
of contract.
4.
Active Directory Service
· Two domain Controller’s Primary & Secondary should be configured with integrated DNS
service for the project
· Additional Domain Controller can be recommended if in case required with proper justification
· All the end user Devices should get authenticated by Active Directory Server
· End User’s should use domain user login & should not have an access to Local Administrator
account
· Technical Executive & DOA IT authority should be aware of Local Bulletin Account
· Desktop Users should be using Domain users account for accessing any service within the DOA
network
Technical Specifications of the Networking Components
Table 21: Router
(For all Locations except RSKs)
Sl. No
Router Specifications
Interface Requirements:
1.1
2 * V.35 Serial and 2* G.703 (2 Mbps) Interfaces.
1.1.1
1.1.3
4 * Gigabit Interfaces /optic fibre 1000 Mbps(for LAN & Wireless – Inter-VLAN
routing for horizontal interfaces).Combo interface features.
1.2
1.2.1
Architecture:
Should have support for Data, Voice & Video services.
1.2.2
Should be chassis based & modular architecture for scalability and should be a
single box configuration for ease of management.
Rack based
1.2.4
1.2.5
1.2.6
1.2.7
1.2.8
1.3
Should have IPSEC VPN (3DES/AES) Encryption with Site to Site VPN functionality.
Should have complete Firewall.
Should have enough free slots to accommodate 100 % scalability thereby
accommodating future expansion and growth without replacing the router.
Should have 2Gb RAM & 512MB Flash memory and should be upgradeable.
The chassis should be 19” rack mountable type.
Should be supplied with necessary power cards, data cables, connectors,CD’s,
manuals, bracket accessories, wire managers and other appropriate accessories.
Performance:
VOLUME II – DRAFT AGREEMENT
Page 61
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
1.3.1
1.3.2
1.3.3
1.3.4
1.3.6
1.3.7
1.3.8
1.4
1.4.1
1.4.2
1.4.3
1.4.4
1.4.5
1.4.6
1.4.7
1.4.8
1.5
Shall support high performance traffic forwarding with con-current features like
Firewall and encryption. Forwarding Capacity shall be a minimum of 170 Kpps
(considering 64byte packet size) and should be scalable.
Shall support variety of interfaces like
V.35 Sync Serial (2 Mbps), G.703
Ethernet Interfaces – 1Gbps.
Shall support DSL connectivity using ADSL, G.SHDSL for Horizontal office
connectivity
Should have other IP Services like GRE tunneling, ACLs, IPSEC VPNs, Firewalling,
NAT services.
Shall support Voice traffic optimization with features like LFI, cRTP
High Availability
Shall support redundant connection to LAN
Shall support Redundant Power supply
Shall support fast reboot for minimum network downtime
Shall support Non-Stop forwarding for fast re-convergence of routing protocols
Shall support boot options like booting from TFTP server, Network node and Flash
Memory
Shall support multiple storage of multiple images and configurations
Shall support link aggregation using LACP as per IEEE 802.3ad
Shall support VRRP or equivalent
Protocol Support
1.5.1
Shall support Routing protocols like IS-IS, RIP ver1 & RIP Ver 2, OSPF ver2, OSPF
on demand, BGP4
1.5.2
Should have Multicast routing protocols IGMPv1, v2 & v3, PIM-SM (RFC2362) and
PIM-DM, Multicast VLAN Registration.
1.5.3
The vendor shall undertake their routers for migration from IPv4 to IPv6 as and
when govt. wants to migrate to new protocol. The vendor shall show that they have
definite plan for migrating their equipments to IPv6 in near future. As and when
IPv6 is introduced in the routers it shall have the following features:
1.5.4
DHCPv6, IPv6 QoS and IPv6 Multicast support, Bi-Directional PIM, Multicast VPN,
RIPng and OSPFv3 for IPv6, IPv6 PIMv2 Sparse Mode and IPv6 PIMv2 SourceSpecific Multicast.
1.5.6
1.5.7
1.5.8
1.5.9
1.5.10
MPLS VPN, MPLS mVPN (Multicast VPN), VRF-Aware Services (NAT, FW,
IPsec, Syslog), Carrier Supporting Carrier (CsC), Diffserv Tunnel Modes,
MPLS TE (Fast re-route), Diffserv-Aware TE, Inter-AS VPNs).
Support for Load balancing Protocol.
Support unequal cost link load sharing to better utilize the alternate paths
1.5.11
Support for TCP Acceleration mechanisms to enhance the TCP performance over
the WAN links. The TCP Acceleration mechanisms should be supported over end-to-
VOLUME II – DRAFT AGREEMENT
Page 62
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
end encrypted tunnels.
1.5.12
1.6
1.6.1
1.6.2
1.6.3
1.6.4
1.6.5
1.6.6
1.6.7
1.6.8
1.7
1.7.1
1.7.2
1.7.3
Configuration Roll Back to recover the mis-configured router to last good
configuration
QoS Features:
Shall support the following
Classification and Marking: Policy based routing, IP Precedence, DSCP, MPLS exp
bits
Congestion Management: WRED, Priority queuing.
Traffic Conditioning: Committed Access Rate/Rate limiting
Signalling: RSVP
Link efficiency mechanisms: cRTP, LFI, MLPPP. Support for class-based
cRTP and time based policing & queuing.
Per VLAN QoS. Time Based Shaping and Policing for QoS
Security Features:
Should have GRE Tunnelling & NAT Services
Any Office to Any other office, dynamic establishment of VPNs so that the
configuration & management of IPSEC VPNs becomes easier. IPSEC VPNs should
be able to carry data, voice, video
1.7.15
1.7.16
Firewall.
Support for large scale any-to-any IPSEC VPNs without any dependency on tunnel
limitation.
MD-5 route authentication for RIP, OSPF and BGP
Shall support multi-level of access
SNMPv3 authentication, SSHv2
AAA support using Radius.
CHAP authentication for P-to-P links
DoS prevention through TCP Intercept & DDoS protection
IP Access list to limit Telnet and SNMP access to router
Multiple privilege level authentications for console and telnet access through
Local database or through an external AAA Server.
Time based & Dynamic ACLs for controlled forwarding based on time of day for
offices
Should have features to limit the spread of viruses & worms on the desktops /
workstations.
IEEE 802.1x support for MAC address authentication
1.8
1.8.1
1.8.2
1.8.3
Multi-media support:
Shall support Voice capabilities with Voice pass-through
Shall support H.323, SIP
Voice based QoS
1.7.4
1.7.5
1.7.6
1.7.7
1.7.8
1.7.9
1.7.10
1.7.11
1.7.12
1.7.13
1.7.14
VOLUME II – DRAFT AGREEMENT
Page 63
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
1.9.2
1.9.3
1.9.4
1.9.5
1.9.6
Debug, alarms & Diagnostics:
Support for monitoring of Traffic flows for Network planning and Security purposes
Debugging for all Features.
Display of input and output error statistics on all interfaces
Display of Dynamic ARP table
Display of physical layer line status signals like DCD, DSR, DTR, RTS, CTS
on all serial interfaces
Trace-route, Ping and extended Ping
1.9.7
Should have extensive support for SLA monitoring for metrics like delay, latency,
jitter, packet loss, and MOS
1.1 0
1.10.1
1.10.2
1.10.3
Management
Shall have support for Web / GUI based management, CLI, Telnet and SNMPv3
Shall support Secure Shell for secure connectivity.
Embedded RMON support for four groups – history, statistics, alarms and events
1.10.4
Should have to support Out of band management through Console and an external
modem for remote management.
1.11
1.11.1
IPV6
The product should have IPV6 Gold certified.
1.9
1.9.1
Table – 22 port switch (for all locations except RSKs)
L2 Switch Specifications
General Features:
The switch should have minimum 24 x 10/100 Fast Ethernet Ports & 2 Gigabit ports for uplink
purpose
Performance
At least 8 Gbps switching fabric
Operating Temperature
00C to 450C
Layer-2 Features:
IEEE 802.1Q VLAN encapsulation. Upto 255 VLANs should be supported. Support for 4000
VLAN IDs.
Support for Automatic Negotiation of Trunking Protocol, to help minimize the configuration &
errors.
Centralized VLAN Management.
Spanning-tree Enhancements for fast convergence
IEEE 802.1d, 802.1s,802.1w.802.3ad
Spanning-tree root guard feature to prevent other edge switches becoming the root bridge.
Local Proxy Address Resolution protocol (ARP) to work in conjunction with Private VLAN Edge
to minimize broadcasts and maximize available bandwidth.
VOLUME II – DRAFT AGREEMENT
Page 64
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Network Security Features:
IEEE 802.1xto allow dynamic, port-based security, providing user authentication.
Port-based ACLs for Layer 2 interfaces to allow application of security policies on individual
switch ports.
SSHv2 and SNMPv3 to provide network security by encrypting administrator traffic during
Telnet and SNMP sessions.
RADIUS authentication to enable centralized control of the Switch and restrict unauthorized
users from altering the configuration.
MAC address notification to allow administrators to be notified of users added to or removed
from the network.
DHCP snooping to allow administrators to ensure consistent mapping of IP to MAC addresses.
This can be used to prevent attacks that attempt to poison the DHCP binding database, and
to rate-limit the amount of DHCP traffic that enters a switch port.
DHCP Interface Tracker (option 82) feature to augment a host IP address request with the
switch port ID.
Port security to secure the access to an access or trunk port based on MAC address.
Multilevel security on console access to prevent unauthorized users from altering the switch
configuration using local database or through an external AAA server.
Management:
Command line interface (CLI) support for configuration and troubleshooting purpose
Layer 2 trace route to ease troubleshooting by identifying the physical path that a packet
takes from source to destination.
Trivial File transfer protocol (TFTP) to reduce the cost of administering software upgrades by
downloading from a centralized location.
Network Timing Protocol (NTP) to provide an accurate and consistent timestamp to all intranet
switches.
SNMP v1, v2c and v3 and Telnet interface support delivers comprehensive in-band
management, and a CLI-based management console provides detailed out-of-band
management.
Other
The product should be IPv6 gold certified by the accredited lab of IPv6 forum
The product should be FANLESS design technology compliant to 802.3az
Table 23– 8 port switch (for RSKs)
L2 Switch Specifications
General Features:
The switch should have minimum 8 x 10/100 Fast Ethernet Ports & 1 Gigabit ports for uplink
purpose
Performance
At least 4 Gbps switching fabric
Operating Temperature
00C to 450C
Layer-2 Features:
IEEE 802.1Q VLAN encapsulation. Upto 255 VLANs should be supported. Support for 4000
VLAN IDs.
VOLUME II – DRAFT AGREEMENT
Page 65
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Support for Automatic Negotiation of Trunking Protocol, to help minimize the configuration &
errors.
Centralized VLAN Management.
Spanning-tree Enhancements for fast convergence
IEEE 802.1d, 802.1s,802.1w.802.3ad
Spanning-tree root guard feature to prevent other edge switches becoming the root bridge.
Local Proxy Address Resolution protocol (ARP) to work in conjunction with Private VLAN Edge
to minimize broadcasts and maximize available bandwidth.
Network Security Features:
IEEE 802.1xto allow dynamic, port-based security, providing user authentication.
Port-based ACLs for Layer 2 interfaces to allow application of security policies on individual
switch ports.
SSHv2 and SNMPv3 to provide network security by encrypting administrator traffic during
Telnet and SNMP sessions.
RADIUS authentication to enable centralized control of the Switch and restrict unauthorized
users from altering the configuration.
MAC address notification to allow administrators to be notified of users added to or removed
from the network.
DHCP snooping to allow administrators to ensure consistent mapping of IP to MAC addresses.
This can be used to prevent attacks that attempt to poison the DHCP binding database, and
to rate-limit the amount of DHCP traffic that enters a switch port.
DHCP Interface Tracker (option 82) feature to augment a host IP address request with the
switch port ID.
Port security to secure the access to an access or trunk port based on MAC address.
Multilevel security on console access to prevent unauthorized users from altering the switch
configuration using local database or through an external AAA server.
Management:
Command line interface (CLI) support for configuration and troubleshooting purpose
Layer 2 trace route to ease troubleshooting by identifying the physical path that a packet
takes from source to destination.
Trivial File transfer protocol (TFTP) to reduce the cost of administering software upgrades by
downloading from a centralized location.
Network Timing Protocol (NTP) to provide an accurate and consistent timestamp to all intranet
switches.
SNMP v1, v2c and v3 and Telnet interface support delivers comprehensive in-band
management, and a CLI-based management console provides detailed out-of-band
management.
Other
The product should be IPv6 gold certified by the accredited lab of IPv6 forum
The product should be FANLESS design technology compliant to 802.3az
Table 24: Provision to monitor network and troubleshooting network
Make & Model Offered - (To be filled by the bidder)
Basic Requirements
Enterprise Management System should provide for end to end performance, availability, fault
and event and impact management for all enterprise resources that encompasses the
heterogeneous networks, systems, applications and databases present in the system.
VOLUME II – DRAFT AGREEMENT
Page 66
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
The Service Management solution namely Service desk (incident and problem mgmt), Change,
Asset, Self Service and Service level management should be built on the same platform/code and
leverage the same common, shared configuration database with a unified architecture. The same
platforms should be used across all modules, requiring no complex integrations to leverage the
combined benefits offered by the integrated platform.
The service automation solution should be a unified solution supporting provisioning, configuration
management and compliance assurance across servers, networks and applications and should
support end to end full stack and dynamic server, network and application provisioning.
Solution should provide for future scalability of the whole system without major architectural
changes.
Solution should be open, distributed, and scalable and open to third party integration.
Performance Management
The solution should provide Agent-based or Agent less Monitoring in a single architecture – that
will allow an organization to choose the level of management required and deploys the rightsized solution to meet those requirements.
The agent and agent less monitor should be able to collect event/fault, performance and capacity
data and should not require separate collectors.
The solution should reduce manual customization efforts and should speed-up problem
identification and resolution of the IT performance anomalies with intelligent events.
The solution should accelerate problem isolation through accurate analysis of probable cause
through end-to-end correlation.
The solution should have the capability to identify probable root cause using a variety of filtering
and statistical correlation methods to shift through every metric to determine their relevance to the
issue being researched.
The solution should possess capabilities that deliver self-learning capabilities to virtually eliminate
the ongoing costs of manual threshold, rule, and script maintenance.
The solution should be able to generate dynamic performance baselines and continuously update
and refine these normal operational bands by automatically adapting the changes in enterprise
infrastructure.
The solution should have the capability to minimize manual threshold management, by performing
automated dynamic threshold management.
The solution should have predictive analytics and intelligence in-built into it so as to detect any
anomaly before it could potentially hit the threshold thereby giving enough lead time to users to
resolve the issues before the threshold is breached.
The solution should carry out automated probable cause analysis by picking up feeds from every
infrastructure component being monitored and automating the correlation of these alarms/events
to point out the probable cause of an infrastructure error.
Solution should carry out probable cause analysis and scoring to reduce the number of alerts
generated thereby helping operations to identify the root cause without having to write complex
rules for correlation.
Solution should carry out auto-diagnosis on occurrence of an type of event and should provide the
ability to extend this based on users knowledge.
The solution should possess capabilities that deliver self-learning capabilities to virtually eliminate
the ongoing costs of manual threshold, rule, and script maintenance.
The solution should be able to generate dynamic performance baselines and continuously update
and refine these normal operational bands by automatically adapting the changes in enterprise
infrastructure.
The solution should have the capability to minimize manual threshold management, by performing
automated dynamic threshold management.
Should be configurable to suppress events for key systems/devices that are down for routine
maintenance or planned outage.
VOLUME II – DRAFT AGREEMENT
Page 67
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Should be able to monitor on user-defined thresholds for warning/ critical states and escalate
events to event console of enterprise management system.
Solution should carry out auto-diagnosis on occurrence of a type of event and should provide the
ability to extend this based on users knowledge.
The solution should provide end users with the ability to search for known errors and
knowledgebase.
Solution should be able to score the events and display the highest impacting events in descending
order.
The Solution should offer the ability to monitor such custom/home-grown applications.
The solution should integrate network, server, application and database performance information
and alarms in a single console and provide a unified reporting interface for all network and
system components. The current performance state of the entire network and system infrastructure
shall be visible in an integrated console.
The solution should be extensible enough to support capacity planning and optimization with data
collected through the same performance management agent.
Network Management
The Network Management function must monitor performance across heterogeneous networks from
one end of the enterprise to the other.
It should proactively analyze problems to improve network performance.
The Network Management function should create a graphical display of all discovered resources.
The Network Management function should have extensive reporting facility, providing the ability
to format and present data in a graphical and tabular display
Discovery
Discovery solution should do a complete discovery of IT environment across distributed, virtual and
heterogeneous environment and provide a clear and visual mapping of IT infrastructure to
business services.
Should support discovery of Physical, virtual, network, application, storage and mainframe
resources.
Solution should support complete agent-less discovery requiring no software to be installed on
devices to be discovered.
Should Automatically map IT infrastructure to business services.
Should support continuous updates of configuration & dependency data to CMDB
The discovery data should be fully auditable as to where it came from and what was the method
to retrieve that.
Should support troubleshooting and diagnostics for any discovery scan failures.
Presentation
Business owners should be able to graphically view the health of their business services and its
related tickets.
Business owners should have a clear view of the extent of impact to their business and if need be
the reason behind the impact.
The IT organization should be able to view their tickets by business service and impact from the
same solution.
Solution should have the ability to display the events in a table, service, infrastructure, tree views.
It should provide each user the ability to select or view the events as per their convenience.
Should support advanced filtering to eliminate extraneous data / alarms in Web browser and
GUI.
Agents
Should monitor various operating system parameters such as processors, memory, files, processes,
file systems etc. where applicable using agents on the servers to be monitored.
VOLUME II – DRAFT AGREEMENT
Page 68
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
The agent should support execution of remote commands/scripts for troubleshooting and
diagnostics purposes.
Provide performance threshold configuration for all the agents to be done from a central GUI
based console that provide a common look and feel across various platforms in the enterprise.
These agents could then dynamically reconfigure them to use these threshold profiles they receive.
IT Service Management
The Solution displays the complete ITIL process flow for Incident, problem, Change and release
Management.
The solution should have Service Management Process Model in built based on ITIL v3 best
practices.
At each stage in the cycle of the incident, the system should prompt users on the status and the
missing information that is required to complete the flow.
In case any process step is missed, the system prompts users to complete that step before they
move to the next step.
Solution should support reporting on the process flow to allow management to understand how
organization is performing in terms of process adherence.
Solution should support multi-tenancy with complete data isolation as well as with ability for
analysts based on access rights to view data for one, two or more organizational units.
Solution should provide L1 engineer an ability to see the list of assets used by the end user. This
list should be displayed within the ticket (incident, change, problem etc).
Should provide relationship viewer to L1 from within the ticket. The relationship viewer should
display the dependencies and impact relationships to other assets and users.
Solution should automatically provide solutions from the knowledge base to L1
L1 should be able to view detailed configuration of a selected asset (Eg - amount of CPU, RAM,
Disk Space, IP address, software installed, software used etc). Should be possible to do this from
within the ticket.
The solution should be bundled with a tool that will allow administrators to customize the GUI using
a point-and-click interface to add and change forms, objects, and fields in forms.
Workflow must be able to perform notification via email, pager, SMS and the have provision to
interface with other communication modes. The solution should provision the administrator to create
new or modify existing workflow by using actions like set fields, push fields, SQL query etc.
Provide the ability to develop workflow for data level operations like record create, update,
modify and delete operation. Same workflow could be executed for both Window and Web
client.
Provide option for approval engine so that any customized applications developed could
incorporate the hierarchy, role based, level based ad-hoc approval structure. Include notification
and escalation capability if approval is not performed.
The solution should provide the functionality of executing searches to the entire database. It should
be possible to provide query criteria using AND, OR conditions. This allows the users to create and
view workflows/reports based on their needs rather than using only the set of workflows/reports
provided out of the box.
Incident/Problem Management
Flexibility of logging incidents via various means - web interface, client interface, phone, auto
integration with EMS tools.
Service Desk solution should allow detailed multiple levels/tiers of categorization on the type of
incident being logged.
Service Desk solution should provide classification to differentiate the criticality of the security
incident via the priority levels, severity levels and impact levels.
It should allow SLA to be associated with a ticket based on priority, severity, incident type,
requestor, asset, location or group individually as well as collectively.
VOLUME II – DRAFT AGREEMENT
Page 69
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Solution should support fast service restoration leveraging previous incident data.
It should be possible for L1 to view the 'Health of a selected asset' from within the ticket.
The health view should be consistent across platform (Windows & flavours of UNIX).
Should support automatic assignment of ticket to the right skilled resource based on business
priority Ex - Database crash issue need not be assigned to an L3 DBA unless the business service is
completely down.
Asset causing the business failure and business service that has failed should be automatically
related to the ticket.
It should be possible to architect a decentralized service operations (across OS, database and
application versions).
Should be able to implement a Follow the sun support.
Should be able to consolidated view/reports across locations while maintaining localized
views/reports.
For integrations with other EMS/NMS tools, various options for integration should be provided APIs, web services, SDKs.
It should have an updateable knowledge base for technical analysis and further help end-users to
search solutions for previously solved issues. Should support full text search capabilities.
Change Management
Should support Change Impact and change collision detection based on affected CIs from CMDB.
Solution should provide for Change Calendar with periodical views.
Should support self service change request and fulfillment with standard change requests via
service catalog.
Should support Incident & problem driven change-release-deployment activities. End to End
Release Management workflows should be supported with in-built rollback capabilities.
Should support unified change and release tools (planning, risk assessment, scheduling, and
execution tools) for complete enterprise across virtual & physical environments, applications, etc.
Asset Management
Should manage complete lifecycle starting with the initiation of the procurement through to retiring
and (if applicable) harvesting unused software.
Should be integrated with Service Desk for maintenance and support of assets.
Should be integrated with Change Management for deployment, changes.
Use the same data model and normalization, federation capabilities of CMDB to manage asset
data ensuring data standardization across enterprise.
Should support IT Business Management data and metrics to manage asset lifecycle TCO from
acquisition to support to retirement.
Should support Integration with supplier, contract, e-procurement data.
Configuration Management
The Configuration Management Database should support multiple datasets with federation and
reconciliation facilities so as to get data from various discovery tools and also through manual
import process.
The Configuration Management should support Definitive Software and Media Library with
content updates on a periodic basis.
Normalization of data should be possible along complete definitive media library – software,
hardware with standardization on attributes.
Reconciliation of data should be possible with multiple data providers based on common
attributes and ability to define precedence rules on attributes.
Federation of external data sources should be possible with ability to store common attributes
inside CMDB and getting other attributes from external data sources in real time.
Should provide best in class integration capabilities with CMDBf compliant APIs.
VOLUME II – DRAFT AGREEMENT
Page 70
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Should Provide a single shared view of services supporting Service Design, Transition and
Operations stages of the lifecycle.
Should Provide a Service catalog so as to establish a framework for Service definitions based on
IT and business alignment.
Should Provide Service blueprints to describe functional and deployment models for the Service
definitions.
Should automatically create Service models to describe how IT infrastructure supports business
services.
Manage services consistently across heterogeneous data center and cloud environments.
Service Level Management
Solution should support comprehensive SLA management platform that cuts across Infrastructure
Management and Service Management. For e.g. monitors and reports across different KPIs like
infrastructure (CPU utilization, disk space), response times , resolution times (eg. incident closed on
2 hours) performance and custom parameters of an enterprise.
Have a consolidated, automated graphical report for SLA compliance with ability to drill down to
reason for non-compliance".
Manage service levels for delivery and support of business services.
Fast, repeatable process for defining and capturing service level measurements.
Real-time visualization of service level targets, agreement compliance data, penalties and
rewards.
Deliver service level information and alerts directly to IT Operations and Service Support consoles.
Should support compliance and cost trending to assist in identifying areas for process and
operational improvements.
Service Request Management
Should support single service catalog for requestable services, spanning both IT and non-IT
domains.
Should provide for Service Requests Workflows and Fulfilment definitions for commonly used
IT/non-IT services.
Catalog based on User profile.
Various types of Customer profiles are supported, for ex: Gold, Platinum, Silver.
Integrates with any underlying service management for request fulfilment.
Ability to load dynamic information based on the field chosen.
Ability to position both Custom-made and Standard Requests
Should send notifications to Customers based on the status.
Should have the ability to extend and create new service request.
Should have predefined catalogues that cover specific use cases.
Should be completely web based and should be accessible from an unified portal.
The services should be integrated to SLAs and should be auto measured for adherence.
Reporting
Should provide for OOB Reports for Service Support and Service Delivery processes through a
unified portal
Should have ability to have a consolidated view of data collected from different types of
operations (Eg - SLA compliance for a selected business service, it's dependent SLAs, OLA and
UPCs, it's changes by priority, open incidents by priority and status, it's assets and individual asset
compliance, patches installed and compliance to patches etc) and displayed in a universal portal.
Provide users (based on role) to drill down to specific report/data on a need basis.
Provide detailed reports on a specific area as per the need of the user.
VOLUME II – DRAFT AGREEMENT
Page 71
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Provide ability to set thresholds on reports values and take automated actions (Eg - at any point
of time not more that 10 critical incidents should not be in open status for billing service, if it does
send an email report to billing service owner and SLA manager. If consolidated availability of
billing service is < 98% for more than 30mts, send an email to SLA manager."
Ability to create custom KPI metrics and scorecard/compliance reports that are updated
automatically.
Single dashboard provides the as-is scenario by consolidating the data across the organization.
Should automatically compute and apply the math as per the business service.
Should support and Correlate KPIs from multiple disciplines.
Should support top down dashboards with drill down capabilities into detailed information.
Should be extensible enough to leverage external data and metrics.
Should support multiple views with flexible pod-like structure along with role based access.
Server Automation
Should support all major OS and virtualization platforms.
Should Support comprehensive and configuration-level roll-back for changes.
Automated provisioning for physical, virtual, and cloud-based environments.
Policy-based, Cross-Platform patch support across Windows, Linux, and Unix.
Support compliance Policies for regulatory and security standards with integrated exception
documentation.
Support Granular and environment-aware configuration policies and deployment.
Automated packaging, promotion, and deployment of applications.
Should support cross-platform and reusable packaging with built-in rollback support.
Should maintain complete configuration for all managed servers at completely granular level
ensuring any minor change is also tracked and reported on.
Should support Configuration-level Control of Tasks, Objects, and Policies.
Should have ability to monitor the parameters in real time and confirm compliance to security
policies.
Closed loop change Management workflows that monitor and track these compliance changes.
Should have audit capabilities that compare the server status to policies defined in real time.
Network Automation
The solution should be able to support configuration management across the network
infrastructure, including routers, switches, firewalls, load balancers, wireless access points, and
other network devices.
The solution should be able to instantly provide the who, what, where, and when of planned,
unplanned, and unauthorized network changes.
The solution should be able to audit and enforce configuration standards, such as those around
security, performance, and routing which would help in proactively assessing the impact of change
and also quickly recover from problematic changes".
The solution should be able to dynamically create scripts to allow for changes to be pushed into
the device without having to reboot the device (i.e., non-disruptive rollback).
The solution should be able to provide the mechanism to push access control lists (ACLs) into a
device without exposing the device to potential security vulnerabilities".
Should support Standard Authentication Methods, Role Based Access Control (RBAC), Realms and
Groups, Sensitive Data Masking, Telnet SSH proxy.
The solution should support an extensible, automated import feature to collect device information
from third party discovery engines and other sources.
Workflow Automation
Tools should support workflows for leading 3rd party vendors including virtualization and storage
vendors.
The tool should be shipped with standard pre-built workflows, templates etc.
VOLUME II – DRAFT AGREEMENT
Page 72
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Tool should support process abstraction/ Workflow Reuse.
The tool should extensively support Data Abstraction.
Platform and process upgrades should not require extensive workflow updates.
Workflow execution should have both automatic and semi-automatic modes of execution.
Tool should provide a scalable architecture that enables efficient execution of large numbers of
concurrent processes.
The tool should support a flexible architecture that seamlessly incorporates high availability at a
work-flow level.
Batch Job and Workload Automation
Solution should allow for batch discovery to ensure the CMDB contains up to date Batch Service
data.
Should provide both Agent-based & Agent-less scheduling of batch jobs on all platforms.
Solution should have a single Entry point to schedule, monitor and manage batch jobs across
Distributed environments.
Solution should provide a centralized GUI to view colour oriented job status, check logs and view
output for last 5 or more days.
Solution should provide user ability to map the key business impacting jobs into a service and
enables the Service Monitoring to integrate into Service Desk and Service Impact Management for
any failure or delays.
Solution should have the ability to forecast the schedule for a future date and simulate the flow of
jobs in terms to the estimated start and end times of jobs and business services with option to add
what-if scenarios for better simulation.
Solution should have an ability to execute SAP R/3 Programs, BW Programs, Data Archiving
Programs & Business Objects reports and provides specific interface for it as well as ability to
integrate with Oracle, MS SQL & DB2 database to schedule and run the SQL scripts, open
queries, Stored procedures and SSIS packages and provides out-of-box interface for it and not
through wrapper scripts.
Solution should have ability to schedule; trigger and monitor file transfers across the enterprise
using sftp, ftp, compression, encryption, decompression and decryption, restart from point of
failure and provides out of box interface for it.
Should support workload management by defining policies for efficient job submission to servers
based upon the CPU, Memory usage and time periods.
Solution should also Self Service functionalities to Business users and presents a view of the
workload services relevant to them so that they can submit service request through a service
catalog.
Table 25: Specification for Computer Table :
Dimension : 2 x 4 x 2.5 (feet)
Wood : Prelaminated Particle Board with termite resistant polish (Sturdy and durable)
Features : Sufficient racks to keep the UPS, Keyboard, Mouse.
Drawer for keeping file and Documents , separate cabin for the CPU
Wire manager on the top surface of the table.
Table 26: Specification for Computer Revolving Chair
BASE : 640mm Nylon base glass filled Nylon castors with embedded Metal Rings and Ribs.
STEM : 125mm Stroke Gas Operated
TILTING MECHANISM : Push back mechanism with 2 point locking facility
ARMS : Plastic molded arms
VOLUME II – DRAFT AGREEMENT
Page 73
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SEAT : Made of 12mm layered multi waterfall curvature in the front with 65 density molded foam for
seat.BACK : Flexible double Layered multi curvature to ensure back is supported at maximum points with
lumber height adjustment for 70mm with 32 density cushion at back (medium back)
CHAIR HEIGHT MAX
:1050mm
CHAIR WIDTH
:540mm
SEAT HEIGHT MIN
:450mm
SEAT WIDTH
:450mm
SEAT DEPTH
:460mm
Table 27
Help Desk : The Service provider has to provide a Centralized help desk for technical and functional
support so as to respond to queries and solve issues of the users. The Helpdesk should be accessible
through communication channels viz, toll free telephone and email. It should be able to respond to the
queries/problems in the time limits.
Online Helpdesk system has to be deployed by the service provider at Head Office, Department of
Agriculture, Bangalore and should be used for management and support activity. For the management of
helpdesk the service provider has to deploy three man power(Operators) from 8am to 8pm to sort out the
issues raised by the users.
As part of the NMS system or separately, a comprehensive Helpdesk Management System shall be
provided by the Service Provider so as to enable the support staff to provide reliable infrastructure
support services to the various DoA offices. In all Helpdesk management comprises of Helpdesk tool,
policies, and Helpdesk personnel along with supporting people.
The key features of the Helpdesk systems shall be:
1. Recording of all service calls and Incidents
2. Service level management
3. Problem management
4. Change management
5. Configuration management with CMDB
The helpdesk software should be able to generate a ticket number for registering a problem and
designated authority from DOA would be given access to such software so as to monitor the SLAs etc.
The helpdesk software needs to provide enough scope to integrate it with the other helpdesk Software
used by the external operators for tracking of the issue and SLA monitoring.
Note:
·
·
·
All equipments supplied shall have a comprehensive onsite warranty for 3 years
All equipments supplied as per Annexure should not be end of life for next five years from the
date of supply of the equipments.
All the equipments supplied as per Annexure should not have been manufactured 6 months before
the date of supply.
VOLUME II – DRAFT AGREEMENT
Page 74
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Appendix H: Performance Test Requirements for Project Facilities
Hardware Configuration Evaluation Mechanism
1.
Configurations of the systems to be supplied have to go through the test and validation procedures
for computer hardware components. This should be performed by using diagnostic tools.
2.
The Bidders shall
i. run the diagnostic tool on the Project Facilities proposed by the Bidder in its Technical
Proposal.
ii. mention the tool and also enclose sample test results along with their Technical Proposal.
iii. provide the sample test results.
iv. give self-certified document for operating system support.
VOLUME II – DRAFT AGREEMENT
Page 75
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Appendix I: Format for Price Proposal
(SPECIMEN COPY ONLY – SUBMITTED ONLY THROUGH E-PROCUREMENT WEBSITE)
Date:
To
The Director for Agriculture,
Department of Agriculture, Government of Karnataka,
Sheshadri Road,
Bangalore 560 001
Sir,
Re:
K-KISAN: Karnataka Krishi Information Services and Networking
I/We have reviewed the RFP including Instructions to Bidders and the Draft Agreement 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)
{(Contract
Price
of
Rs._______
(Rupees
_________________________________ (in words) inclusive of all costs, duties and taxes, including local
taxes applicable + Consumable Price of Rs __________ (Rupees ___________________(in words)
inclusive of all applicable taxes)}, in accordance with the RFP.
Note 1: Scanned copy of Appendix I, Appendix I-1, Appendix 1-2, Appendix I-3, Appendix I-4 and
Appendix I-5 forming 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 Contract Price for the Project shall be calculated in the manner given below:
Contract Price = Upfront Payment + O& M payments (inclusive if AMC cost for 4th and 5th year of the
agreement period)
VOLUME II – DRAFT AGREEMENT
Page 76
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Appendix I-1 – Breakup of Capital Cost
SUBMITTED ONLY THROUGH E-PROCUREMENT WEBSITE
(On the letterhead of the Bidder)
P1
1
2
3
4
5
a
b
c
d
e
f
g
h
6
7
8
Service tax
Name
of Project
where ever
Facilities
(refer Quantity
applicable at Total
Schedule 1B of the (refer Schedule 1B of Unit Price (In the existing Price (In
Draft Agreement)
the Draft Agreement)
INR Rs)
rate
INR Rs)
Capital Costs (Rs.)
Procurement, delivery
and installation
Server
Laptop
Desktop (PC1)
Desktop (PC 2)
Printers
80 Column DMP
printer
136 Column DMP
printer
Thermal Printer
A3+ Size color Inkjet
printer
A3 Size color laser
printer
Colour
laser
jet
printer –A4
Laser jet printer –
black
Copier cum printer
cum scanner
UPS
1 KVA with 6 hours
backup
2 KVA with 6 hours
backup
3 KVA with 4 hours
backup
3 KVA with 6 hours
backup
10 KVA with 2 hours
backup
Router
Switch
VOLUME II – DRAFT AGREEMENT
Page 77
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
9
10
P2
10
11
P3
P4
Service tax
Name
of Project
where ever
Facilities
(refer Quantity
applicable at Total
Schedule 1B of the (refer Schedule 1B of Unit Price (In the existing Price (In
Draft Agreement)
the Draft Agreement)
INR Rs)
rate
INR Rs)
8 port switch
24 port switch
Web Camera
NMS tool
Licence
SQL Server 2008
standard edition R2/
higher (CPU based
license)
MS O/S 2008/ R2
standard edition (CPU
based license)
Modular Chairs
Modular Tables
Site preparation cost
(Civil
works,
Electricals, LAN etc.)
District JDA Office
DATC
Taluka ADA Office
RSKs
Labs
Others (Specify)
Total
(P1+P2+P3+P4)
VOLUME II – DRAFT AGREEMENT
Page 78
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Annexure 3
Appendix I-2 – Break up of O& M Payment
SUBMITTED ONLY THROUGH E-PROCUREMENT WEBSITE
(On the letterhead of the Bidder)
O&M Payment per year (Rs.)
Name
of
Project
Facilities
(refer Schedule 1B of the
Draft Agreement)
P5
Quantity
(refer Schedule 1B of
the Draft Agreement)
Unit cost/ head
Service Tax
wherever
applicable at the
existing rate
Total Price
Manpower deployment
1
PMU
Senior
Project
Manager/ Consultant
Technical Consultant
Network Consultant
Administrative Assistant
Helpdesk executive
Data entry Personnel
Office assistant
Sweeper cum cleaner
2
Districts
Technical Consultants
Master trainers
P6
P7
Training expenses
Communication
expenses
(Eg., post/ telephone/
fax/ toll free line)
P8
expenses for vehicle
Others (specify)
Total (P5+P6+P7+P8)
·
·
The O&M Payment per year shall include all costs, duties and taxes applicable from time
to time.
The bidder has to provide O&M cost separately for each year of the agreement period.
VOLUME II – DRAFT AGREEMENT
Page 79
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Appendix I-3 – Breakup of AMC Cost (4th year)
to be included under O&M cost for the 4th year
SUBMITTED ONLY THROUGH E-PROCUREMENT WEBSITE
(On the letterhead of the Bidder)
P1
1
2
3
4
5
a
b
c
d
e
f
g
h
6
7
8
Name
of
Project
Facilities (refer Schedule
1B
of
the
Draft
Agreement)
Procurement,
delivery
and installation
Server
Laptop
Desktop (PC1)
Desktop (PC 2)
Printers
80 Column DMP printer
136 Column DMP printer
Thermal Printer
A3+ Size color Inkjet
printer
A3 Size color laser
printer
Colour laser jet printer –
A4
Laser jet printer – black
Copier cum printer cum
scanner
UPS
1 KVA with 6 hours
backup
2 KVA with 6 hours
backup
3 KVA with 4 hours
backup
3 KVA with 6 hours
backup
10 KVA with 2 hours
backup
Router
Switch
8 port switch
24 port switch
VOLUME II – DRAFT AGREEMENT
Quantity
(refer Schedule 1B
of
the
Draft AMC cost for
Agreement)
the 4th year
Service tax
where ever
applicable at Total
the existing Price (In
rate
INR Rs)
Page 80
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Name
of
Project
Facilities (refer Schedule
1B
of
the
Draft
Agreement)
9 Web Camera
10 NMS tool
Total AMC cost for th 4th
year
VOLUME II – DRAFT AGREEMENT
Quantity
(refer Schedule 1B
of
the
Draft AMC cost for
Agreement)
the 4th year
Service tax
where ever
applicable at Total
the existing Price (In
rate
INR Rs)
Page 81
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Appendix I-3 – Breakup of AMC Cost (5th year)
to be included under O&M cost for the 5th year.
SUBMITTED ONLY THROUGH E-PROCUREMENT WEBSITE
(On the letterhead of the Bidder)
P1
1
2
3
4
5
a
b
c
d
e
f
g
h
6
7
8
Name
of
Project
Facilities (refer Schedule
1B
of
the
Draft
Agreement)
Procurement,
delivery
and installation
Server
Laptop
Desktop (PC1)
Desktop (PC 2)
Printers
80 Column DMP printer
136 Column DMP printer
Thermal Printer
A3+ Size color Inkjet
printer
A3 Size color laser
printer
Colour laser jet printer –
A4
Laser jet printer – black
Copier cum printer cum
scanner
UPS
1 KVA with 6 hours
backup
2 KVA with 6 hours
backup
3 KVA with 4 hours
backup
3 KVA with 6 hours
backup
10 KVA with 2 hours
backup
Router
Switch
8 port switch
24 port switch
VOLUME II – DRAFT AGREEMENT
Quantity
(refer Schedule 1B
of
the
Draft AMC cost for
Agreement)
the 5th year
Service tax
where ever
applicable at Total
the existing Price (In
rate
INR Rs)
Page 82
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Name
of
Project
Facilities (refer Schedule
1B
of
the
Draft
Agreement)
9 Web Camera
10 NMS tool
Total AMC cost for th 5th
year
VOLUME II – DRAFT AGREEMENT
Quantity
(refer Schedule 1B
of
the
Draft AMC cost for
Agreement)
the 5th year
Service tax
where ever
applicable at Total
the existing Price (In
rate
INR Rs)
Page 83
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Appendix I-4 – Break up of Consumable cost
SUBMITTED ONLY THROUGH E-PROCUREMENT WEBSITE
(On the letterhead of the Bidder)
Cost of consumable per year 1 (Rs.)
P9
1
2
3
4
5
6
7
8
9
10
11
12
Quantity
Name of Consumable
(refer Schedule
(refer Schedule 6 of the Draft 6 of the Draft
Agreement)
Agreement)
Consumables
136
Column
Printer
cartridges per quarter
136 Column Printer RefillPacks per month (15 meters
high density)
80 Column Printer cartridges
per quarter
80 Column Printer
RefillPacks per month (10 meters
high density)
Hp Laser jet (CE 278 A –
{78A}) Cartridges per quarter
Laser jet cartridges per
quarter
A3+ Size colour inkjet
cartridges per quarter
A3 size colour laser printer
cartridges per quarter
A4 Colour laser jet cartridges
per quarter
Toner/ cartridges for Copier
cum printer cum scanner
16 GB Pen drives per year
Others (Please specify)
Unit cost/
head (INR Rs)
Service tax
per unit at
the present
rate
Total Price
(INR Rs)
Total
*
·
·
The price to be quoted by the bidder for consumables will be paid on actual consumption basis in
accordance with the terms of the Agreement.
The bidder has to raise separate invoice for the actual consumables supplied by the DoA.
The contract price quoted by the Service Provider does not include the cost of consumables.
VOLUME II – DRAFT AGREEMENT
Page 84
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Appendix I-4 – Format for calculation and submission of Contract Price
SUBMITTED ONLY THROUGH E-PROCUREMENT WEBSITE
(On the letterhead of the Bidder)
The Contract Price for the Project would be arrived by the formula given below:
Contract Price = Upfront Payment + O&M Payments (inclusive of AMC cost of the project facilities for the 4th and 5th
year) for 5 years per annum
Contract Price
(Upfront
Payment +
O&M
Payments)
(Rs.)
Upfront
Payment
(Rs.)
Year 1
O&M
Payment
(Rs.)
Year 2
O&M
Payment
(Rs.)
Year 3
O&M
Payment
(Rs.)
Year 4
O&M
(inclusive
of AMC
cost)
Payment
(Rs.)
Year 5
O&M
(inclusive
of AMC
cost)
Payment
(Rs.)
The commercial bid of bidder shall be evaluated based on total price quoted by the bidders for Contract price as defined
above and cost of consumables.
Note:
1.
2.
The Upfront Payment quoted by any Bidder shall be 80% of the Capital Expenditure.
The Contract Price shall include all costs, duties and taxes applicable from time to time.
VOLUME II – DRAFT AGREEMENT
Page 85
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Appendix J: Manufacturer’s Authorization Form (MAF)
Date:
The Director for Agriculture,
Department of Agriculture, Government of Karnataka,
Sheshadri Road,
Bangalore 560 001
Dear Sir,
Re:
K-KISAN: Karnataka Krishi Information Services and Networking
We ____________________________________________who are established and reputed manufactures
of ___________________________ having factories at_______________ and _____________ do hereby
authorize M/s _________________________________ (Name and address of Agent/Dealer) to offer their
quotation, negotiate and conclude the contract with you against the above tender.
We hereby extend our full guarantee and warranty as per terms and conditions of the tender and the
contract for the equipment and services offered against this tender by the above firm.
Yours faithfully,
(Name)
for and on behalf of
M/s____________________________________________
Note: This letter of authority should be on the letterhead of the manufacturer(s) and should be
signed by a competent person representing the manufacturer.
VOLUME II – DRAFT AGREEMENT
Page 86
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services
and Networking
VOLUME II – DRAFT AGREEMENT
VOLUME II
DRAFT AGREEMENT
FEBRUARY 2014
DEPARTMENT OF AGRICULTURE
GOVERNMENT OF KARNATAKA
Page 87
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Acronyms and Abbreviations
AoA
AAO
ADA
AO
ATMA
CAO
DoA
DATC
DDA
FCL
GoI
GoK
HRD
ICT
INR
IT
IP
IPM
ISOPAM
ITB
JDA
KB
K-SWAN
LAN
LCD
MoA
MIS
MoU
NEFT
NIC
O&M
OTC
PMU
RFP
RSK
SICD
SG
SHC
SSS
STL
UPS
Articles of Association
Assistant Agriculture Officer
Assistant Director of Agriculture
Agriculture Officer
Agricultural Technology Management Agency
Chief Accounts Officer
Department of Agriculture
District Agriculture Training Centre
Deputy Director Agriculture
Fertilizer Control Laboratories
Government of India
Government of Karnataka
Human Resource Development
Information and Communication Technology
Indian National Rupees
Information Technology
Internet Protocol
Integrated Pest Management
Integrated Scheme of Oilseeds, Pulses, Oil palm and Maize
Instructions to Bidders
Joint Director of Agriculture
Kilo Bytes
Karnataka State Wide Area Network
Local Area Network
Liquid Crystal Display
Memorandum of Association
Management Information System
Memorandum of Understanding
National Electronic Funds Transfer
National Informatics Centre
Operation and Management
Over The Counter
Project Management Unit
Request for Proposal
Raitha Samparka Kendras
Scheduled Installation Completion Date
State Government
Soil Health Centres
State Sponsored Scheme
Seed Testing Laboratories
Un-interrupted Power Supply
VOLUME II – DRAFT AGREEMENT
Page 88
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
UID
WAN
Unique Identification
Wide Area Network
VOLUME II – DRAFT AGREEMENT
Page 89
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
TABLE OF CONTENTS
CONTENTS
PAGE NO.
ARTICLE 1: DEFINITIONS AND INTERPRETATIONS ................................................................................................ 94
ARTICLE 2: RIGHTS ............................................................................................................................................. 101
ARTICLE 3: OBLIGATIONS OF THE SERVICE PROVIDER ........................................................................................ 102
ARTICLE 4: OBLIGATIONS OF DOA ...................................................................................................................... 115
ARTICLE 5: CHANGE OF SCOPE ........................................................................................................................... 119
ARTICLE 6: PAYMENT ......................................................................................................................................... 120
ARTICLE 7: OWNERSHIP AND EXIT MANAGEMENT PLAN ................................................................................... 122
ARTICLE 8: INTELLECTUAL PROPERTY ................................................................................................................. 124
ARTICLE 9: INSURANCE ...................................................................................................................................... 125
ARTICLE 10: FORCE MAJEURE............................................................................................................................. 126
ARTICLE 11: EVENTS OF DEFAULT....................................................................................................................... 130
ARTICLE 12: DISPUTE RESOLUTION .................................................................................................................... 134
ARTICLE 13: REPRESENTATIONS AND WARRANTIES........................................................................................... 136
ARTICLE 14: MISCELLANEOUS ............................................................................................................................ 139
SCHEDULE 1: DOA OFFICES ................................................................................................................................ 143
SCHEDULE 1A: PROJECT IMPLEMENTATION SCHEDULE...................................................................................... 185
SCHEDULE 1B: PROJECT FACILITIES .................................................................................................................... 186
SCHEDULE 1C: PROJECT MONITORING UNIT ...................................................................................................... 218
SCHEDULE 3: DEVELOPMENT REQUIREMENTS ................................................................................................... 225
SCHEDULE 4: PERFORMANCE TESTS ................................................................................................................... 226
SCHEDULE 5: COMPLAINT REDRESSAL MECHANISM AND MAINTENANCE REQUIREMENTS ............................... 229
SCHEDULE 6: CONSUMABLES AND INVENTORY MANAGEMENT SYSTEM ........................................................... 232
SCHEDULE 8: TRAINING INFRASTRUCTURE AND CENTRES FOR EXCELLENCE ...................................................... 234
SCHEDULE 9: REPORTS AND DOCUMENTATION ................................................................................................. 235
SCHEDULE 10: POWERS AND DUTIES OF DEPARTMENT’S REPRESENTATIVE ...................................................... 236
SCHEDULE 11: PERFORMANCE SECURITY ........................................................................................................... 237
SCHEDULE 12: ROLES AND RESPONSIBILITIES OF MANPOWER .......................................................................... 239
SCHEDULE 13: PRICE PROPOSAL ........................................................................................................................ 245
VOLUME II – DRAFT AGREEMENT
Page 90
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SCHEDULE 14: CHANGE OF SCOPE...................................................................................................................... 246
SCHEDULE 15: MINIMUM SERVICE LEVELS AND DAMAGES FOR NON-PERFORMANCE ...................................... 247
SCHEDULE 16: EXISTING PROJECT FACILITIES ..................................................................................................... 253
VOLUME II – DRAFT AGREEMENT
Page 91
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
This Agreement entered into on this the _____ day of ___________ (Month), Two Thousand ______ at
Bangalore,
BETWEEN
Governor of Karnataka, acting through the Commissioner for Agriculture, the Department of Agriculture,
Government of Karnataka (“GoK”), having its office at Sheshadri Road, Bangalore-560 001, (hereinafter
referred to as “Department of Agriculture” or “DoA” which expression shall unless repugnant to the
context include the administrators and assigns), of the one part,
AND
_____________________6, a Company incorporated under the provisions of the Companies Act, 1956,
hereinafter referred to as “Service Provider” having its registered office at ___________________which
expression shall unless repugnant to the context include its successors and permitted assigns, of the other
part,
WHEREAS,
A. DoA aims to strengthen Raitha Samparka Kendras for efficient transfer of information and
technology through computerization and networking of all its offices.
6
Name of the Bidder or the Lead Member
VOLUME II – DRAFT AGREEMENT
Page 92
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
B. In pursuance of the above objective, DoA had invited Proposals vide Tender Notice
_______________ from interested parties to carry out following services:
a. supply, installation, commissioning, operations, maintenance, management of Project
Facilities,
b. integrate the Project Facilities with the existing systems,
c. networking of Hobli RSKs, Kasaba RSKs, Taluk ADA offices, District JDA offices,
Laboratories, DATCs, the Commissionerate (Head Office) and the Secretariat (the
“DoA Offices”),
d. provide Computerised Service Delivery at all DoA Offices,
e. devise reporting and complaint redressal mechanism,
f. supply of consumables as and when required and,
g. discharge of other obligations, in accordance with the provisions of this Agreement.
C. The list of DoA Offices and the Project Facilities to be provided by the Service Provider is set
out in Schedule 1 and Schedule 1B respectively of this Agreement.
D. DoA through an open, transparent and competitive bid process, invited Proposals from
interested parties for the Project and to carry out any other activities incidental thereto.
E. After evaluating the Proposals, DoA has accepted the Proposal submitted by (M/s.
__________(“Successful Bidder”) and issued a Letter of Award No. _____________dated
___________ to the Service Provider, duly acknowledged by the Service Provider letter vide
No.__________ dated_____________.
F. DoA acknowledges that as on this day, the Service Provider has submitted an irrevocable
bank guarantee for a value of Rs. ___________/- (Rupees ____________ Only) as
Performance Security.
G. The Parties hereto are required to enter into an Agreement, being these presents, to record
the terms, conditions and covenants set forth hereunder.
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
VOLUME II – DRAFT AGREEMENT
Page 93
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
ARTICLE 1: DEFINITIONS AND INTERPRETATIONS
1.1
Definitions
In this Agreement, the words and expressions defined below shall have the meanings assigned to
them respectively, except where the context requires otherwise:
"Agreement" means this Agreement, its recitals, the schedules hereto and any amendment hereto
in accordance with the provisions contained in this Agreement.
“Affected Party” shall have the meaning ascribed thereto in Article 10.
“Applicable Law” shall mean all laws in force and effect including the Information Technology
Act, 2000, as of the date hereof, and which may be promulgated or brought into force and effect
hereinafter in India including judgements, decrees, injunctions, writs or orders of any court of
record, as may be in force and effect during the subsistence of this Agreement and applicable to
the Project/the Service Provider.
“Applicable Permits” shall mean all clearances, permits, authorisations, consents and approvals
required to be obtained or maintained by the Service Provider under Applicable Law, in
connection with the Project during the subsistence of this Agreement.
“Appointed Date” shall mean the date of this Agreement.
“Arbitration Act” shall mean the Arbitration and Conciliation Act, 1996 and shall include any
amendment to or any re-enactment thereof as in force from time to time.
“Change of Scope” shall have the meaning ascribed thereto in Article 5.
“Change of Scope Proposal” shall have the meaning ascribed thereto in Article 5.
“Complaint” shall mean a notice from DoA/ Department’s Representative to the Service Provider
lodged through the online complaint rederssal mechanism software developed by the Service
Provider or any other mechanism, as may be mutually decided by the Parties, intimating about
abnormal functioning or non-functioning of the Project Facilities or part thereof.
"Completion Certificate" shall have the meaning ascribed thereto in Clause 3.4(g).
“Completion Date” shall mean the date on which Completion Certificate is issued by DoA.
“Computerised Service Delivery” shall mean delivery of computer based services by the Service
Provider to DoA and other beneficiaries of DoA; by way of deployment of manpower wherever
required to provide services including but not limited to data entry into the system, analyse the
VOLUME II – DRAFT AGREEMENT
Page 94
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
output, generating reports and performing other functions that lead to optimum level of service
delivery to DoA.
“Computer Systems” shall mean the computer hardware, peripherals, apparatus, LAN, WAN and
software supplied and installed by the Service Provider in accordance with Development
Requirements and Schedule 1 of this Agreement.
“Confidential Information” shall mean all that information which relates to providing Data Entry
Services by the Service Provider and the information which the Service Provider/ or the Technical
Consultant or the Data Entry Personnel could have direct or indirect access, including information
on technical, financial, customers, suppliers, products, developments, processes data, trade secrets,
design rights, knowhow and personnel of DoA and its affiliates which is disclosed to or otherwise
learned by the Service Provider in the course of or in connection with this Agreement and including
without limitation such information received during negotiations, location visits and meetings in
connection with the Project.
“Damages for Non-Performance” shall mean sum of money payable by the Service Provider to
the Department of Agriculture in accordance with Article 6.
“Data Entry Personnel” shall mean any individual appointed by the Service Provider in
accordance with terms of this Agreement who shall undertake digitisation of the data of DoA.
”Department of Agriculture Offices” or “DoA Offices” shall mean either individually or
collectively as the context may admit or require offices of the Department of Agriculture at various
levels including, Hobli RSKs, Kasaba RSKs, Taluk ADA offices, District JDA offices, Laboratories,
DATCs, the Commissionerate (Head office) and the Secretariat morefully described in Schedule I.
"Department's Representative" shall mean a person attached to each DoA Office, authorised by
DoA to discharge the duties specified under this Agreement.
“Development Requirements” shall mean the requirements pertaining to the supply and
installation of the Project Facilities as set out in Schedule 3.
“Encumbrance” shall mean any encumbrance such as mortgage, charge, pledge, lien,
hypothecation, security interest, assignment, privilege or priority of any kind having the effect of
security or other such obligations and shall include without limitation any designation of loss
payees or beneficiaries or any similar arrangement under any insurance policy pertaining to the
Project, physical encumbrances, claims for any amounts due on account of taxes, cesses, electricity,
water and other utility charges and encroachments on the Project Facility.
"Expiry" shall mean expiry of this Agreement by eflux of time.
VOLUME II – DRAFT AGREEMENT
Page 95
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
"Expiry Date" means the date on which Expiry occurs.
“Force Majeure” or “Force Majeure Event” shall have the meaning ascribed thereto in Article 10.
“Good Industry Practice” means the practices, methods, techniques, designs, standards, skills,
diligence, efficiency, reliability and prudence which are genreallu and reasonably expected from
a skilled and experienced service provider engaged in the same type of undertaking as
envisaged under this Agreement and which would be expected to result in the performance of its
obligations by the service provider in accordance with this Agreement, Applicable Laws,
Applicable Permits in reliable safe, economical and efficient manner.
“Good Operable Condition” shall mean the designs, standards and efficiency that are generally
and reasonably expected from the item/device/component and that it serves the purpose for
which it is installed.
“Implementation Plan” shall mean the plan relating to implementation of the Project Facilities
finalised, in accordance with Clause 3.2.2
“Installation Certificate” shall have the meaning ascribed thereto in Clause 3.4(e).
“Installation Period” shall mean the period commencing from Appointed Date and ending on
Completion Date.
“Installation Plan” shall mean the plan relating to installation of Project Facilities finalised in
accordance with Clause 3.2.1
“Intellectual Property Rights” shall mean all patents, trademarks, service marks, logos get-up,
trade names, internet domain names, rights in designs, blue prints, programmes and manuals,
drawings, copyright (including rights in computer software), database rights, semiconductor,
topography rights, utility models, rights in know-how and other intellectual property rights, in each
case whether registered or unregistered and including applications for registration, and all rights
or forms of protection having equivalent or similar effect anywhere in the world
“Inventory Management System” or “IMS” shall have the meaning ascribed thereto in Clause
3.10.
"Maintenance Requirements" shall mean the requirements relating to maintenance of Project
Facilities to meet the Minimum Service Levels and to comply with Preventive Maintenance Activities.
VOLUME II – DRAFT AGREEMENT
Page 96
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
“Manpower” shall mean the personnel deployed by the Service Provider for the purpose of
discharging its obligations including but not limited to Computerised Service Delivery under this
Agreement and morefully described in Schedule 12.
“Material Adverse Effect” shall mean a material adverse effect of any act or event on the ability
of the either party to perform any of its obligations under and in accordance with the provisions of
this Agreement and which act or event causes a material financial burden or loss to either party.
“Material Breach” shall mean a breach by either Party of any of its obligations under this
Agreement which has or is likely to have a Material Adverse Effect on the Project and which such
Party shall have failed to cure.
“Minimum Service Level” shall mean the minimum level of service to be met in the implementation
of the Project by the Service Provider and shall include those set out in Schedule 15.
“Network Engineer” shall mean any individual appointed by the Service Provider to carry out the
roles and responsibilities of Network Engineer as set out in Schedule 12.
“NIC” shall mean the National Informatics Centre.
“O&M Payment” shall mean an amount of Rs. _____(______) as quoted by the Service Provider
in its Price Proposal.
“Operations Period” shall mean the period commencing from the Completion Date and ending on
the Expiry Date or Termination Date, as the case may be.
“Operation Requirements” shall mean the requirements pertaining to the operations and
management of the Project Facilities.
“Parties” shall mean the parties to this Agreement and “Party” shall mean either of them, as the
context may admit or require.
”Performance Security” shall mean the financial guarantee for performance of its obligations, to
be furnished by the Service Provider in accordance with Clause 3.1.
“Performance Tests” shall mean the tests relating to installation of the Project Facilities as
specified in Schedule 4.
“Person” shall mean (unless otherwise specified or required by the context), any individual,
Service Provider, corporation, partnership, joint venture, trust, unincorporated organisation,
VOLUME II – DRAFT AGREEMENT
Page 97
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
government or government agency or any other legal entity.
“Preliminary Notice” shall mean the notice of intended Termination by the Party entitled to
terminate this Agreement to the other Party setting out, inter alia, the underlying Event of Default.
“Preventive Maintenance Activities” shall have the meaning ascribed thereto in Schedule 5.
“Price Proposal” shall mean the price proposal of the Service Provider as set out in Schedule 13.
“Project” shall mean supply, installation, commissioning, operations, maintenance and management
of Project Facilities, integrating the Project Facilities with the existing systems, networking of the
DoA Offices, providing Computerised Service Delivery at DoA Office; carry out Data Entry
Services, devise reporting and complaint redressal mechanism, periodic supply of consumables and
discharge of other obligations by the Service Provider, in accordance with the provisions of this
Agreement.
“Project Facilities” shall mean Computer Systems, Support Facilities and Project Monitoring
Infrastructure, online complaint redressal mechanism software, IMS, other facilities as set out in
Schedule 1B and such additional facilities as may be provided under Change of Scope.
“Project Implementation Schedule” shall mean the implementation schedule which is morefully
described in Schedule 1A.
“Project Monitoring Unit” or “PMU” shall mean a unit comprising of officers of DoA,
representatives from NIC and the Service Provider which shall monitor the progress of the Project
from time to time and perform other functions as set out in this Agreement. The composition, roles
and responsibilities of the PMU is morefully described in Schedule 1C.
“Project Software” shall mean the software developed by NIC for implementation of the Project
by the Service Provider under this Agreement.
“Quarter” shall mean a period of 90 (ninety) days.
“Resolution Time Frame” shall mean the maximum time, as set out in Schedule 15, permissible to
the Service Provider, for correcting any deviation from the Minimum Service Level without
attracting Damages for Non-Performance.
“Rupees” or “Rs.” or “INR” refers to the lawful currency of the Republic of India.
“Scheduled Installation Completion Date” or “SICD” shall mean the 120th (one hundred
twentieth) day from the Appointed Date.
VOLUME II – DRAFT AGREEMENT
Page 98
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
“Service Provider” shall mean M/s.________________ and includes its successors and permitted
assigns expressly approved by the Department of Agriculture.
"Site" shall mean such space/area, within the Department of Agriculture Offices or otherwise,
provided by the Department of Agriculture to the Service Provider for the Project.
“Support Facilities” shall mean the modular furniture, UPS/generator and other facilities,
supplied and installed by the Service Provider in accordance with Development Requirements.
“Technical Consultant” shall mean any individual appointed by the Service Provider to provide
technical assistance to the Department’s Representative and to undertake, perform and carryout
the duties, responsibilities, services and activities more fully described in Schedule 12.
"Technical Employees" shall mean all the employees who are technically qualified to undertake IT
related jobs specified in the bid document.
“Termination” shall mean early termination of the Agreement by either Party, pursuant to
Termination Notice or otherwise in accordance with the provisions of this Agreement but shall not,
unless the context otherwise requires, include Expiry.
“Termination Date” shall mean the date specified in the Termination Notice as the date on which
Termination occurs.
”Termination Notice” shall mean the notice of Termination by either Party to the other Party, in
accordance with the applicable provisions of this Agreement.
“Termination Payment” shall mean the amounts payable by one Party to the other Party, in
accordance with the provisions of this Agreement, upon Termination of the Agreement.
“Upfront Payment” shall mean an amount of Rs._______(__________) quoted as the Upfront
Payment by the Service Provider in its Price Proposal.
“User Manual” shall mean information booklets, operation manual, installation certificate,
manufacturers’ warranties and guarantees, service contracts and any other document, certificate,
bills, invoices relating to procurement, installation and maintenance of Project Facilities.
1.2
Interpretation
In this Agreement, unless the context otherwise requires,
a. any reference to a statutory provision shall include such provision as is from time to time
modified or re-enacted or consolidated so far as such modification or re-enactment or
VOLUME II – DRAFT AGREEMENT
Page 99
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
consolidation applies to, or is capable of being applied to any transactions entered into
hereunder;
b. references to Applicable Law shall include the laws, Acts, ordinances, rules, regulations,
notifications, guidelines or bylaws which have the force of law;
c.
the words importing singular shall include plural and vice versa, and words denoting natural
persons shall include partnerships, firms, companies, corporations, joint ventures, trusts,
associations, organisations or other entities (whether or not having a separate legal entity);
d. the headings are for convenience of reference only and shall not be used in, and shall not
affect, the construction or interpretation of this Agreement;
e. the words "include" and "including" are to be construed without limitation;
f.
any reference to day shall mean a reference to a calendar day;
g. any reference to month shall mean calendar month for the purposes of this Agreement.
h. the Schedules to this Agreement form an integral part of this Agreement as though they were
expressly set out in the body of this Agreement. In case of any discrepancy between the
Schedule and the body of the Agreement, the latter shall prevail.
i.
any reference at any time to any agreement, deed, instrument, license or document of any
description shall be construed as reference to that agreement, deed, instrument, license or
other document as amended, varied, supplemented, modified or suspended at the time of such
reference;
j.
references to recitals, Articles, sub-articles, clauses, or Schedules in this Agreement shall,
except where the context otherwise requires, be deemed to be references to recitals, Articles,
sub-articles, clauses and Schedules of or to this Agreement;
k. any agreement, consent, approval, authorisation, notice, communication, information or report
required under or pursuant to this Agreement from or by any Party shall be valid and
effectual only if it is in writing under the hands of duly authorised representative of such Party
in this behalf and not otherwise;
l.
any reference to any period commencing “from” a specified day or date and “till” or “until” a
specified day or date shall include both such days or dates;
VOLUME II – DRAFT AGREEMENT
Page 100
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
ARTICLE 2: RIGHTS
2.1
Grant of Rights
Subject to and in accordance with the terms and covenants set forth in this Agreement, the
Department of Agriculture hereby grants and authorises the Service Provider the rights for supply,
installation, commissioning, operations, maintenance, management of Project Facilities, integrating
the Project Facilities with the existing systems, networking of the DoA Offices, provide
Computerised Service Delivery at all DoA Offices, carry out Data Entry Services, devise reporting
and complaint redressal mechanism, periodic supply of consumables, develop online Minimum
Service Level tracking system and discharge of other obligations as per the provisions of this
Agreement and to exercise and/or enjoy the rights, powers, benefits, privileges, authorisations
and entitlements as set forth in this Agreement (“Rights”).
2.2
Term of Agreement
The term of this Agreement shall be 5 (five) years from the Appointed Date (the “Agreement
Period”) till Expiry Date. Agreement Period may be extended by a further period of one year
from the Expiry Date by mutual consent of both the Parties.
In the event of early Termination, the Agreement Period shall mean the period commencing from
the Appointed Date and ending with the Termination Date.
2.3
Acceptance of Rights
In consideration of DoA granting the Rights as set out in Article 2.1, the Service Provider hereby
accepts, agrees and undertakes to perform/discharge all of its obligations in accordance with the
provisions hereof.
VOLUME II – DRAFT AGREEMENT
Page 101
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
ARTICLE 3: OBLIGATIONS OF THE SERVICE PROVIDER
3.1
Performance Security
a. The Service Provider has, for due and punctual performance of its obligations hereunder
relating to the Project, delivered to DoA, simultaneous with the signing of this Agreement, five
bank guarantees for the amount given in 3.1(b) and (c) in the form as set forth in Schedule 11,
("Performance Security”) each from a Scheduled Bank for due and punctual performance of its
obligations under this Agreement.
b. One of the bank guarantees referred to in Clause 3.1 (a) should be for 5% of the total value
of the contract price quoted by the Service Provider and shall be kept valid for a period of 2
(two) years from the Appointed Date.
c.
The other four bank guarantees referred to in Clause 3.1 (a) should be for 1.25% each of the
total value of the contract price quoted by the Service Provider shall be kept valid as below.
i.
ii.
iii.
iv.
1.25% valid for a period of three years from the Appointed Date;
1.25% valid for a period four years from the Appointed Date;
1.25% valid for the period of the Agreement; and
1.25% valid for the period 6 (six) months beyond Expiry Date of Agreement.
d. Subject to deduction of any amount due and recoverable by DoA from the Service Provider,
the bank guarantee referred to in Clause 3.1 (b) shall be returned after a period of 2 (two)
years from the Appointed Date.
e. The Performance Security referred to in Clause 3.1 (c) shall be released in the manner given
below:
v. 1.25% on expiry of three years from the Appointed Date;
vi. 1.25% on expiry of four years from the Appointed Date;
vii. 1.25% upon expiry of the Agreement; and
viii. 1.25% after a period of 6 (six) months from the Expiry Date.
If this Agreement is terminated due to any event other than a Service Provider’s Event of
Default, the Performance Security, shall subject to DoA’s right to receive amounts from the
Service Provider, if any, under this Agreement, be duly discharged and released to the
Service Provider without any interest.
3.2
Installation Plan and Implementation Plan
For preparation of the Installation Plan and the Implementation Plan, the Service Provider shall
adhere to the Project Implementation Schedule provided in Schedule 1A to the Agreement and
shall comply with the Minimum Service Levels in Schedule 15.
VOLUME II – DRAFT AGREEMENT
Page 102
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
3.2.1
Installation Plan
a. The Service Provider shall, in consultation with the PMU, prepare and finalise a plan for
installation (“Installation Plan”), setting out the following for each of DoA Offices:
i. Location for installation of Project Facilities;
ii. Detailed plan, including drawings, quantity and specifications, for installation of Project
Facilities; and
iii. Any other information as may be required by DoA.
b. Installation Plan for each of DoA Office shall be submitted to the Department’s Representative
of respective DoA Offices by the Service Provider within 10 days of Appointed Date.
c.
The Service Provider shall within 14 (fourteen) days of Appointed Date, obtain approval of
the Installation Plan for each of DoA Offices, from PMU.
d. Spares/ Standby Equipments:
i. The Service Provider shall maintain adequate stocks of standby equipment/ spares at the
Joint Director of Agriculture Office in each district.
ii. Service Provider may note that the stand by equipments shall be of the same make and
model as procured for the project.
iii. The Service Provider shall ensure that any standby equipment/ spares used as a replacement
at the DoA office to meet the SLAs shall be restored in the inventory within a maximum of 3
working days.
iv. The DoA or his designated personnel will check the working of the standby equipment before
it is taken into the inventory in the JDA office. The SP shall obtain a report certified by the
JDA on a quarterly basis, which shall contain the list of assets maintained in the JDA office.
v. No extra payments are made for the stock to be maintained as spares/ standby equipment.
It is done only to facilitate smooth functioning and adhereing to SLAs.
vi. The inventory maintained for spares shall be tracked using the assest management software.
vii. The servcie provider is also required to provide 5% of the each project facility at a district
level for faster replacement for repair purpose. In case the number of project facility is less
than 5% then the service provider has to ensure atleast 1 number of the project facility.
3.2.2
Implementation Plan
a. The Service Provider shall within 21 (twenty one) days from Appointed Date submit to PMU, 2
(two) copies of plans for implementation (“Implementation Plan”) setting out the following :
i.
ii.
Copy of the approved Installation Plans for all DoA Offices;
Proposed time schedules for installation of Project Facilities at the respective DoA
Offices;
VOLUME II – DRAFT AGREEMENT
Page 103
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
iii.
iv.
v.
Details of time lines and Manpower deployed;
Integrating the existing systems with Project Facilities;
Operation plans indicating working hours and working pattern of Manpower deployed
scope of work, roles and responsibility of man power deployed, etc.
vi. Copies of the technical specifications of the Project Facilities setting out exact components
and details including brand, version, model etc;
vii. Curriculum Vitae of the Technical Consultant, Network Engineer and Data Entry Personnel
deployed at the PMU.
viii. Details of Manpower deployment for each of DoA Office.
b. The Service Provider shall also make a power point presentation of the Implementation Plan to
PMU.
c.
The PMU shall review the Implementation Plan submitted by the Service Provider within 4
(four) days of the receipt thereof and shall either approve the Implementation Plan or convey
its comments/ observations to the Service Provider if any, to modify the same. If the
comments/ observations of PMU require the Implementation Plan to be modified, the Service
Provider shall suitably modify the Implementation Plan within 3 days from the date of receipt
of such comments/ observations from PMU and resubmit it to PMU for further review.
d. On submission of the modified Implementation Plan to PMU, it shall give its observations and
comments, if any, within 7 (seven) days of such receipt of modified Implementation Plan, which
shall be incorporated by the Service Provider into the final Implementation Plan.
e. If, within the period stipulated in the preceding clauses (c) and (d), PMU does not respond to
the Implementation Plan submitted to it by the Service Provider, such Implementation Plan shall
be deemed to be final and the Service Provider shall be entitled to proceed to undertake
activities based on such Implementation Plan.
Notwithstanding any such review or failure to review by PMU of the Implementation Plan, the
Service Provider shall be solely responsible for the adequacy of the Implementation Plan and the
Service Provider shall not be relieved or absolved in any manner whatsoever of any of its
obligations hereunder.
3.3
Installation of Project Facilities
a. The Service Provider shall procure Project Facilities in accordance with the Implementation
Plan.
b. The PMU shall cause the inspection of the Project Facilities procured by the Service Provider
through the Third Party Inspector or the team constituted by DoA and shall cause its conformity
with the technical specifications proposed in the Development Requirements.
VOLUME II – DRAFT AGREEMENT
Page 104
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
c.
After inspection by PMU, the Service Provider shall install Project Facilities at the respective
DoA Offices in accordance with the Implementation Plan and instructions, if any, of the PMU.
d. The Service Provider shall complete supply, installation and commissioning of Project Facilities,
integration of Project Facilities with the existing systems with LAN and configuration software
applications at all the DoA Offices within 85 (Eighty five) days of approval of
Implementation Plan.
e. The Service Provider shall set up the Training Infrastructure within46 (Forty Six) days from the
approval of Implementation Plan.
f.
3.4
LAN connectivity and its maintenance of the existing systems supplied under NeGP-A project
set out in schedule 16 has to be provided by the Service Provider.
Issuance of Installation Certificates and Completion Certificate
The Service Provider shall,
a. upon completion of installation of Project Facilities at DoA Offices, communicate to the
respective Department’s Representative, its readiness to undertake the Performance Tests in
relation to the same;
b. upon completion of installation of Training Infrastructure, communicate to the appropriate
Department’s Representative, its readiness to undertake Performance Test in relation to the
same;
c.
carry out aforesaid Performance Tests, at its cost, in the presence of the Department’s
Representative/the Third Party Inspector;
d. take appropriate measures to rectify errors, if any, identified by the Department’s
Representative /the Third Party Inspector during such Performance Tests;
e. obtain certificates from Department’s Representative for each of the Department of
Agriculture Offices, upon successful completion of Performance Tests prior SICD (“Installation
Certificates”).
f.
obtain Installation Certificate from the Department’s Representative for the Training
Infrastructure prior SICD;
VOLUME II – DRAFT AGREEMENT
Page 105
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
g. submit Installation Certificates obtained from all DoA Offices along with the original invoice
for purchase of the Project Facilities to PMU, for issuance of completion certificate
(“Completion Certificate”).
In case of,
i. failure of the Department’s Representative to be present during the Performance Tests
and inspection of Project Facilities within a day of receipt of request for the same from
the Service Provider, or
ii. failure of the Department’s Representative to issue Installation Certificate, upon
successful completion of Performance Tests, satisfactory installation of Project Facilities
and verification thereof by the Third Party Inspector, without assigning
reasons/comments for such failure, or
iii. any dispute between the Department’s Representative and the Service Provider in
relation to the installation, or
iv. failure to obtain Installation Certificate(s) for reasons not attributable to the Service
Provider
The Service Provider shall, collate the output of the Performance Tests and details of
installation of Project Facilities along with the reasons for non-procurement of Installation
Certificate for any DoA Office(s) (“Service Provider Installation Statement”) and submit the
same to the PMU.
Notwithstanding any such failure to issue Installation Certificate by the Department’s
Representative, the Service Provider shall be solely responsible for the adequacy of the
installation as per Development Requirements and Implementation Plan and the Service
Provider shall not be relieved or absolved in any manner whatsoever of any of its obligations
hereunder.
h. obtain Installation Certificates for such DoA Office(s) where Service Provider Installation
Statement has been submitted within such reasonable time as stipulated by DoA in its
Completion Certificate.
i.
3.5
obtain Completion Certificate from DoA within SICD.
Operation of Project Facilities
Upon receipt of the Installation Certificate from the Department’s Representative, the Service
Provider shall commence operations of the Project Facility at respective DoA Offices.
The Service Provider shall:
VOLUME II – DRAFT AGREEMENT
Page 106
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
3.6
a.
maintain and manage the Project Facilities.
b.
ensure connectivity through LAN/WAN as the case may be, at DoA Offices at all times
during the Agreement Period.
c.
ensure uninterrupted power supply to all the Project facilities supplied to the DoA Offices
at all time during the Agreement Period (Bidder may please note that DoA shall provide
raw ESCOM power supply). When the ESCOM supply is not available, the uninterrupted
power supply to the project facilities is lmited to the backup supply envisaged at each
location All necessary electric arrangements (including basic electric connections, viz.,
earthing, cabling and fittings) and civil works pertaining to the site preparations shall have
to be made by the Service Provider in relation to the Project Facilities being supplied and
installed by him, while considering the existing electric supply available at the Site.
d.
ensure that all cabling related to the internal electrification and earthing within DoA
Offices must be adequately concealed or piped so as to provide an aesthetic look.
e.
undertake regular and preventive maintenance and management of the Project Facilities.
f.
adhere to Minimum Service Levels at all times during the Agreement Period as set out in
Schedule 15 for each of DoA Office, attendance of Manpower deployed/ employed;
number of complaints received, conformance to Minimum Service Levels, among other
things shall be maintained on a daily basis.
g.
in case any claims or liability arises against DoA on account of any error or mistake in the
Data Entry Services or Computerised Service Delivery, the Service Provider shall indemnify
DoA and shall take necessary steps to remedy the claim or liability at its own cost. In case
the Service Provider fails to remedy the claim or liability, it shall be liable for Damages
for Non-Performance as per provisions of this Agreement.
Maintenance of the Project Facilities
The Service Provider shall,
a. maintain the Project Facilities in accordance with the Maintenance Requirements.
b. The Service Provider shall, during the Operations Period:
i.
designate and appoint suitable officers/ representatives as it may deem appropriate to
supervise the maintenance of the Project Facilities, coordinate with PMU/ DoA / the
Department’s Representative and be responsible for all necessary exchange of
information required pursuant to this Agreement;
VOLUME II – DRAFT AGREEMENT
Page 107
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
ii.
for the purposes of determining whether the Project Facilities are being maintained in
accordance with the Maintenance Requirements, the Service Provider shall, with due
diligence carry out all necessary and periodical tests from time to time. The Service
Provider shall maintain proper record of such tests and remedial measures taken to cure
the defects or deficiencies, if any, indicated by test results.
iii.
upon receipt of a Complaint, redress the same within the Resolution Time Frame, failing
which, without prejudice to any other rights/ remedies of DoA under this Agreement, the
Service Provider shall be liable for Damages for Non-Performance as set out in Schedule
15 of the Agreement.
Provided, where the Complaint relates to damage/ non-functioning of components of
Project Facilities, which is a direct result of negligence/mishandling on part of the
Department’s Representative or any employee of DoA or any other third party, the
Service Provider shall rectify/ replace such component within the Resolution Time Frame at
the cost of DoA.
c.
The Service Provider shall install/deploy new versions of Project Software on Computer
Systems of all DoA Offices as and when required by DoA / Department’s Representative.
d. The Service Provider shall at its own cost upgrade any component of the Project Facilities at
the specific request by DoA and the expenses incurred for the same shall be paid as per the
provisions of Article 5 of this Agreement.
e. The Service Provider should integrate the computers and peripherals supplied under NeGP-A
project (refer schedule 16) with the NMS tool. During the downtime of these systems, Service
Provider shall pass the ticket to the NeGP-A helpdesk.
3.7
Technical Consultant
The Service Provider shall provide technical assistance to the Department’s Representative and for
this purpose deploy Technical Consultants at DoA Offices.
The number of Technical Consultants, their eligibility criteria and role and responsibilities shall be
as set out in Schedule 12.
The Service Provider shall ensure availability of the Technical Consultant at the respective DoA
Offices at all times during the period of the Agreement. In the event, a Technical Consultant is
suspended or terminated or has resigned, the Service Provider shall take immediate necessary
steps to replace such Technical Consultant temporarily and within 7 days replace such Technical
Consultant and shall promptly intimate details of the replacement to PMU.
VOLUME II – DRAFT AGREEMENT
Page 108
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
The Service Provider shall endeavour that the individual appointed as Technical Consultant
continues to work for a period of at least 6 (six) months from the Appointed Date.
The Technical Consultant shall be treated as an exclusive representative/ employee of the Service
Provider and all the acts of the Technical Consultant shall be treated as acts of the Service
Provider.
The Service Provider shall ensure that the Technical Consultant at no stage shall have any claim for
employment in DoA/ DoA Offices during the period of this Agreement or thereafter.
3.8
Training
3.8.1
Training Plan / Capacity Building Plan
In consultation with PMU, the Service Provider shall, within 10 (ten) days of Appointed Date
propose, finalise and submit a plan for training setting out the following (“Training Plan/Capacity
Building Plan”) to DoA:
a.
b.
c.
d.
e.
f.
Schedule and details of initial training of 30 (thirty) Technical Consultant and 30 Master
Trainers as per provisions of Part 1 of Schedule 7;
Schedule and details of initial training of employees/ officers of DoA as per provisions of
Part 2 of Schedule 7;
Schedule and details of periodic technology updation/ skill enhancement training of
Technical Consultant and Master Trainers as per provisions of Part 3 of Schedule 7;
Schedule and details of training of employees/ officers of DoA as per provisions of Part
4 of Schedule 7;
Syllabus and manuals for training of officers/ employees of DoA; and
Any other items as mutually agreeable to Parties.
The Service Provider shall incorporate any suggestions/ revisions provided by PMU on the Training
Plan and get the same approved within 14 (fourteen) days from the Appointed Date. The Service
Provider on approval of the Training Plan from PMU, shall adhere to the same to impart training
to Manpower and the officers/employees of DoA.
3.8.2
Training Implementation
a. Technical Consultants and Master Trainers initial Training
The Service Provider shall ensure that Technical Consultants and Master Trainers are duly
trained on Project Software as per the Training Plan.
VOLUME II – DRAFT AGREEMENT
Page 109
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
b. Initial Training of Manpower and employees/ officers of DoA
The Service Provider shall provide training to manpower and employees/ officers of DoA on
operational and functional aspects of Computer Systems and Project Software as per Training
Plan.
c. Technical Consultants’ and Master Trainers Periodic Training
The Service Provider shall, ensure that Technical Consultant and Master Trainers based on the
requirement or atleast once in 6 months undergo training programme on Project Software
conducted by NIC.
d. Periodic Training of Manpower and employees/ officers of DoA
The Service Provider shall provide periodic training to the Manpower and employees/ officers
of DoA on technology updation/ skill enhancement as per the Training Plan.
e. Evaluation of Training
The Service Provide shall conduct periodic tests to the Manpower and employees/officers of
DoA on technology updation/skill enhancement as per the Training Plan and submit the test
results to DoA at the end of every month for training and tests conducted in that month.
3.8.3
Cost and Place of Training,
a. The training of the Technical Consultants and Master Trainers, as set out under Article 3.8.2 (a) and
Article 3.8.2 (c) shall be held at the Head Office, DoA, Bangalore or any of the District
Agricultural Training Centre for excellence and training cost for such training shall be borne by the
service provider.
b. The training of employees/officers of DoA, as set out under Article 3.8.2 (b) and Article 3.8.2 (d)
shall be held at the respective DATC / District Agricultural Training Centre for excellence.
c.
The Service Provider shall within the SICD set up advance training facilities (the “Centres for
Excellence”) at six of the DATCs viz. Dharwad, Gulbarga, Hassan, Bangalore (U), Davanagere
and Mandya which, is morefully described in Schedule 8.
VOLUME II – DRAFT AGREEMENT
Page 110
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
d. All the costs relating to training including cost of training material/ published material shall be
borne by the Service Provider. However, payments to NIC related to training, shall not be borne
by the Service Provider.
3.9
Inventory Management System
The Service Provider shall within 90 (ninety) days from the Appointed Date, develop a software
for online monitoring of inventory and requirement of consumables (“Inventory Management
System” or “IMS”) in consultation with the PMU and install the same at the PMU. IMS shall have
the features as set out in Schedule 6.
3.10
Confidentiality Obligations of the Service Provider
3.10.1 The contents of the Note to Issue, inputs for Data Entry Services and any other information
received by the Service Provider during the Agreement Period, shall be treated as confidential
(“Confidential Information”) by the Service Provider. The Confidential Information is to be used
by the Service Provider, their directors, officers, employees, advisors, accountants and such other
persons only for the purpose of the Project, and for no other purposes whatsoever.
3.10.2 The Confidential Information shall not be divulged or disclosed to any Person (which term shall be
interpreted broadly to include, without limitation, any Service Provider, partnership or individual),
other than such of the directors, officers, employees, advisors, accountants and such other persons,
of the Service Provider who directly have a need to know such Confidential Information in
accordance with the intent and purpose of this Agreement, provided always that each such Person
to whom Confidential Information is disclosed shall have been made aware of its confidential
nature and of the terms of this Agreement prior to such disclosure.
3.10.3 The restrictions set forth in Articles 3.11.1 and 3.11.2. herein shall not apply to any part of the
Confidential Information which:
i.
is at the time of disclosure to the Service Provider, or thereafter, becomes part of the
public domain, other than as a result of a disclosure by the Service Provider, their
directors, officers or employees; or
ii. was, at the time of disclosure to the Service Provider, already in the possession of the
Service Provider on a lawful basis; or
iii. is required to be disclosed by the Service Provider to judicial, administrative or stock
exchange process, any enquiry, investigation, action, suit, proceeding or claim or otherwise
by Applicable Law or by any Governmental Instrumentality, provided that the Service
Provider shall advise DoA of any disclosure hereunder so as to enable DoA to take
appropriate steps as it may so desire.
VOLUME II – DRAFT AGREEMENT
Page 111
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
3.11
Relocation
i.
At any time during the Agreement Period, if relocation of any of DoA Office is envisaged,
DoA shall intimate the same to the Service Provider.
ii. Upon receipt of the intimation, the Service Provider shall submit to DoA, plan of relocation
indicating time schedule and cost for the same.
iii. Upon confirmation of the above from DoA, the Service Provider shall relocate the Project
Facilities to the new location within the time frame agreed at the cost of DoA.
iv. DoA reserve the right to relocate all the project facilities or part of it on its own. In this
condition also the operator shall continue maintain the project facilities at the same terms and
condition of the RFP.
v. The Relocation charges of any project facility shall not be more than approved capital cost of
the same discoveerd through this RFP
3.12
Other Obligations
The Service Provider shall:
a. have an office in Bangalore as on the Appointed Date;
b. in accordance with Schedule 1C, nominate its officers to represent the Service Provider in the
PMU on the Appointed Date;
c.
ensure that components of Project Facilities supplied by the Service Provider have a minimum
warranty period of atleast 3 (three) years from the date of its purchase;
d. use only licensed software/products and all such licences relating to operating system
software/products shall be purchased in the name of DoA;
e. ensure that the custody of all such licences vests with DoA;
f.
intimate to PMU and the Department's Representative, the names of Persons authorised by the
Service Provider for implementing the Project and intimate any changes in the names of such
Persons from time to time;
g. supply at each of DoA Offices, a complete set of User Manual, approvals granted by DoA/
PMU in connection with the Project;
VOLUME II – DRAFT AGREEMENT
Page 112
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
h. set up a help desk at PMU which shall operate from 8am to 8pm on all working days;
i.
pay all taxes, duties and outgoings relating to the Project Facilities;
j.
make arrangements for operating the UPS for ensuring uninterrupted power supply for
operation of the Project Facilities;
k. make its own arrangements for all tools/ equipment/ software necessary to comply with the
Maintenance Requirements;
l.
make efforts to maintain harmony and good industrial relations among the personnel
employed in connection with the performance of its obligations under this Agreement and shall
be solely responsible for compliance with all laws and solely be liable for all possible claims
arising therefrom;
m. not disclose or use the Confidential Information to any such recipient and shall hereby
undertake to use such Confidential Information only for the purposes of this Agreement or as
otherwise expressly permitted or required by the Project;
n. not copy the Confidential Information or cause to allow it to be copied, directly or indirectly, in
whole or in part, except as otherwise expressly provided in this Agreement or approved with
the prior written consent of DoA/ PMU;
o. not disclose, transfer, publish or communicate the Confidential Information in any manner to
any person except that Confidential Information which is or becomes generally available to
the public or has been expressly approved with the prior written consent of DoA;
p. not unless specifically instructed by the Department’s Representative, connect components of
Project Facilities to Internet or any other online medium;
q. comply with Applicable Law governing the Project at all times during the Agreement Period;
3.13
Reports and Documentation
The Service Provider shall:
a. during the period of the Agreement furnish reports to Department’s Representative/ PMU and
maintain documents in accordance with Schedule 9 or any other reports as requested by
DoA/PMU.
VOLUME II – DRAFT AGREEMENT
Page 113
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
b. prepare and submit in both hard and softcopies; documents such as the technical user manual,
operations manual and maintenance manual, wiring and network diagrams for each DoA
Offices, software installation guide, structure of the database, trouble shooting manuals, other
policy documents, etc. and such other manuals as may be required by the Department of
Agriculture/ PMU for the operation of the Project Facilities.
c. document configuration in terms of model, make, capacity, serial number, code, etc. of Project
Facilities.
d. revise and update the documentation pertaining to Clause 3.14 (c) during the Agreement
Period.
e. prepare all the documentation in two languages viz. English and Kannada.
3.14
No Breach of Obligations
The Service Provider shall not be considered to be in breach of its obligations under this
Agreement nor shall it incur or suffer any liability if and to the extent performance of any of its
obligations under this Agreement is affected by or on account of any of the following:
a. Force Majeure Event, subject to Article 10;
b. Failure of DoA to perform any of its obligations specified under this Agreement;
c.
Compliance with the instructions of DoA other than instructions issued as a consequence of a
breach by the Service Provider of any of its obligations hereunder.
VOLUME II – DRAFT AGREEMENT
Page 114
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
ARTICLE 4: OBLIGATIONS OF DOA
4.1
Specific Obligations
In addition to and not in derogation or substitution of any of its other rights under this Agreement,
DoA shall have obligations set out in this Article:
a. Implementation Period
DoA shall,
i.
have constituted a PMU as on the Appointed Date, in conformity with Schedule 1C;
ii.
nominate Department’s Representative having such powers and such duties as are set out
in Schedule 10 and intimate the details of such persons to the Service Provider on the
Appointed Date;
iii.
appointed Third Party Inspector to undertake periodic audit of progress of the Project
and other obligations set out in this Agreement;
iv.
ensure that the Department’s Representatives shall on the Appointed Date provide to the
Service Provider access to the Department of Agriculture Offices, space for installation of
Project Facilities and the existing systems;
v.
ensure that the Department’s Representative co-ordinates with the Service Provider in
preparation, finalisation and approval of Installation Plan;
vi.
ensure that the Department’s Representatives permit Service Provider to install Project
Facilities in the Department of Agriculture Offices;
vii.
ensure that the Department’s Representative is present during the Performance Tests and
inspection of Project Facilities within a day of receipt of request for the same from the
Service Provider;
viii.
ensure that the Department’s Representative, upon successful completion of Performance
Tests, satisfactory installation of Project Facilities and verification thereof by the Third
Party Inspector, issues Installation Certificate;
ix.
based on the recommendation of PMU and the Third Party Inspector, issue Completion
Certificate to the Service Provider.
Provided that, in the event of failure of Service Provider to provide Installation
Certificates with respect to any DoA Office(s), for any of the reasons set out in Clause
VOLUME II – DRAFT AGREEMENT
Page 115
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
3.4.(g); DoA may in its discretion issue the Completion Certificate based on Service
Provider Installation Statement with respect to such DoA Office(s). Further, where DoA has
issued the Completion Certificate, it shall indicate a reasonable time period within which
the Service Provider shall obtain Installation Certificate for such DoA Office(s).
x.
direct the Service Provider for installation of Project Facilities for such DoA Offices where
Site was not initially handed over to Service Provider.
b. Operations and Maintenance
DoA shall,
i.
provide electric connection upto the premises of DoA Offices;
ii.
ensure that the Department’s Representative provides access to the Technical Consultants,
Master Trainers, Network Engineers and Data Entry Personnel to DoA Offices for carrying
out their obligations under this Agreement and ensure that such access is provided at all
times during normal working hours of such DoA Office;
iii.
in consultation with Service Provider, finalise and approve the online Minimum Service
Level tracking software provided as part of the technical specifications by the Service
Provider;
iv.
ensure that Department’s Representative follows the operating procedure of the online
Complaint redressal mechanism software as approved by DoA;
v.
provide necessary documents and sign affidavits and other related assistance to the
Service Provider for making insurance claims relating to the Project;
vi.
ensure that Department’s Representative provide reasonable space for installation and
operations of a UPS at DoA Offices;
vii.
ensure that adequate space is provided to the Manpower deployed/ employed at DoA
Offices.
c. Training
DoA shall,
i.
in consultation with Service Provider, finalise and approve a Training Plan;
ii.
co-ordinate with NIC for deploying trainers for providing training in accordance with
Training Plan;
VOLUME II – DRAFT AGREEMENT
Page 116
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
iii.
permit use of Training and Project Monitoring Infrastructure, free of cost, by the Service
Provider for the purpose of refresher training of Technical Consultants; and
iv.
incur all costs relating to travel, food and accommodation of the employees/ officers of
DoA availing the training.
d. Relocation
DoA shall,
i.
give at least 15 (fifteen) days notice to the Service Provider before relocation of any of
DoA Office
e. Third Party Inspection
DoA shall upon procurement of Project Facilities by the Service Provider, ensure that the Third
Party Inspector shall:
i.
conduct an audit to verify the conformance of the procured Project Facilities with the
specifications provided by the Service Provider in its Technical Proposal and submit a
report in this regard to PMU.
ii.
conduct an audit to verify the conformance of the installed Project Facilities with the
specifications provided by the Service Provider in its Technical Proposal and submit a
report in this regard to PMU.
iii.
conduct overall supervision and monitoring of the progress of Project implementation by
the Service Provider as set out in Schedule 1C.
iv.
monitor the Project at regular interval at its discretion and to issue any directions or
provide any recommendation to the Service Provider in the Project implementation.
v.
undertake such other activities as may be required to be in compliance with the terms and
conditions of this Agreement.
f. Other Obligations
DoA shall,
i.
4.2
at any time during the Agreement Period, may nominate an independent agency to
monitor the implementation of this Project.
General Obligations
DoA shall:
VOLUME II – DRAFT AGREEMENT
Page 117
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
a. issue Completion Certificate based on the recommendation of the PMU;
b. make Upfront Payment and Periodic Payments to the Service Provider in accordance with
Article 6;
c.
compute Damages for Non-Performance of the Service Provider in accordance with Schedule
15 of this Agreement;
d. provide necessary assistance to the Service Provider for securing Applicable Permits;
e. designate such officers as may be necessary for liaison with the Service Provider.
VOLUME II – DRAFT AGREEMENT
Page 118
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
ARTICLE 5: CHANGE OF SCOPE
5.1
During the period of the Agreement, DoA may, notwithstanding anything to the contrary contained
in this Agreement, require the Service Provider to procure, install, commission, operate, maintain
and manage additional Project Facilities (“Change of Scope”) which are not discovered in this RfP.
5.2
Procedure for Change of Scope
a. DoA shall whenever it desires provision of additional works and services referred to in Article
5.1 in new offices of the Department of Agriculture; issue to the Service Provider a notice of
Change of Scope (the “Change of Scope Notice”).
b. Upon receipt of such Change of Scope Notice, the Service Provider shall within 15 (fifteen)
days thereof, provide to DoA and the Department’s Representative its proposal (“Change of
Scope Proposal”) comprising the time frame and costs required for implementation of such
additional works and services.
c.
Upon receipt of information set forth in sub-clause (b) above, the Parties shall follow the
procedure set out in Schedule 14 and determine the time required to undertake such Change
of Scope.
5.3
A Change of Scope Notice will be effective and binding on Parties upon issuance of Change of
Scope Order.
5.4
The Parties will follow relevant procedures set out in Article 3 and Article 4 for implementation
and certification of works under Change of Scope Order.
VOLUME II – DRAFT AGREEMENT
Page 119
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
ARTICLE 6: PAYMENT
All the payments shall be made to the operator for the project facilities based on the purchase
order issued and actual quantitity supplied.
6.1
Upfront Payment
On issue of the Completion Certificate to the Service Provider by DoA on recommendation of the
PMU/ the Third Party Inspector, the Department of Agriculture shall make the Upfront
Payment(depending on the purchase order issued and quantity supplied) to the Service Provider
within 60 ( Sixty days from date of issue of Completion Certificate.
6.2
Periodic Payment
a. The balance Capex (after deducting upfront payment from the total captal cost) shall be paid
in equal periodic payments over 12 quarters.
b. The O&M Payment (inclusive of AMC cost for 4th and 5th year of the agreement period) for a
year shall be payable by the DoA to the Service Provider shall be paid on quarterly basis.
c. The Consumable cost based on the actual consumption shall be paid to the Service Provide on
quarterly basis.
d. The service provider shall raise seperate invoice for the contract price and the consumable
cost.
e. Subject to the provisions of this Agreement and in consideration of the Service Provider
accepting to perform and discharge its obligations in accordance with the terms, conditions
and covenants set forth in this Agreement, DoA undertakes to pay to the Service Provider, on
each Periodic Payment Date, provided in the Payment Schedule 2 the sum of Rs.
____________/f.
Notwithstanding any inconsistent contained anywhere in this Agreement, DoA’s obligation to
pay Periodic Payment, shall arise subject to and only upon occurrence of Completion Date.
g. The Periodic Payment for every Quarter shall be determined by DoA, after deducting from
such Periodic Payment, an amount equal to the Damages for Non- Performance, if any for that
Quarter.
h. The Service Provider shall within 7 (seven) days from each Periodic Payment Date, raise the
invoice for the Periodic Payment of the previous Quarter. The Periodic Payment shall be
released in favour of the Service Provider payable at Bangalore within 60 ( Sixty) days from
the date of such invoice.
VOLUME II – DRAFT AGREEMENT
Page 120
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
i.
6.2
The 20th (twentieth) Periodic Payment shall be made to the Service Provider after 6 (six)
months from the Expiry Date of this Agreement.
Damages for Non-Performance
Without prejudice to any other rights and remedies available to DoA under this Agreement, the
Service Provider shall be liable to pay Damages for Non-Performance in case it does not meet the
Minimum Service Levels as set out in Schedule 15.
6.3
Procedure for Deduction of Damages for Non-Performance
DoA shall:
a. at the end of each month during the Agreement Period send a notice to the Service
Provider claiming Damages for Non-Performance in accordance with Schedule 15 of
the Agreement. The notice shall be sent to the address of the Service Provider as
indicated in Article 14.8.
b. make appropriate deductions equal to Damages for Non- Performance from the
Upfront Payment and Periodic Payment(s), as the case may be, payable to the Service
Provider.
VOLUME II – DRAFT AGREEMENT
Page 121
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
ARTICLE 7: OWNERSHIP AND EXIT MANAGEMENT PLAN
7.1 The vendor shall provide to DoAwith a recommended exit management plan ("Exit Management
Plan") which shall deal with at least the following aspects of exit management in relation
to the contract as a whole and in relation to the Supply and Installation, the Operation
and Management, SLA and Scope of work:
·
This Exit Management plan shall be furnished in writing to DoA within 30 days from date of
signing of the contract.
·
Exit Management Plan shall be presented by the Service Provider to and approved by DoA
·
In the event of termination or expiry of the contract shall comply with the Exit Management
Plan.
·
During the exit management period, the Service Provider shall use its best efforts to
deliver the services.
·
Payments during the Exit Management period shall be made in accordance with the Terms
of Payment Clause.
·
During the exit management period the Service Provider will allow DoA access to
information reasonably required defining the current mode of operation associated with
the provision of the services to enable DoA to assess the existing services being delivered.
·
The Service Provider shall provide all such information as may reasonably be necessary to
affect as seamless a handover as practicable in the circumstances to DoA / replacement
Service Provider and which the Service Provider has in its possession or control at any time
during the exit management period
·
All information (including but not limited to documents, records and agreements) in digital
and/or paper form relating to the services reasonably necessary to enable DoA and its
nominated replacement agencies to carry out due diligence in order to transition the
provision of the Services to DoA or its nominated replacement agencies, (as the case may
be) must be maintained by the vendor from commencement of the project services.
7.2
Ownership
Without prejudice and subject to this Agreement, the ownership of all the Project Facilities,
including all upgradations/ improvements made therein by the Service Provider, shall at all times
vest with the Department of Agriculture. Further, all the User Manuals and warranties with respect
to the Project Facilities shall also be in the name of DoA.
VOLUME II – DRAFT AGREEMENT
Page 122
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
7.3
Exit Management Plan upon completion of agreement period:
7.3.1. Notwithstanding anything contained in Clause 7.3.3, the Service Provider shall ensure that the
Project Facilities are in Good Operable Condition and in compliance with the Development
Requirements at the time of Expiry.
7.3.2. The Parties shall at least 6 (six) months prior to the Expiry Date (“Exit Management Period”),
commence the exit management process as provided below.
a. At least 4 (four) months before the actual Expiry Date a joint inspection of the Project Facilities
shall be carried out by the Department’s Representative/ DoA /Third Party Inspector and the
Service Provider. DoA shall, within 15 (fifteen) days of such inspection prepare and furnish to
the Service Provider a list of works/ jobs, if any, to be carried out to conform to the
Development Requirements. The Service Provider shall promptly undertake and complete such
works/ jobs at least 2 (two) months prior to Expiry Date and also ensure that the Project
Facilities continue to meet the Development Requirements until Expiry Date.
b. On Expiry, the Service Provider shall handover to DoA all existing and valid warranties,
insurances and guarantees taken by the Service Provider for the Project Facilities.
c.
Six months from the Expiry Date, DoA shall duly discharge and release to the Service Provider
the subsisting Performance Security. In the event DoA has incurred any expenses towards
repair or restoration of the Project Facilities, such expenses shall be deducted from the
susbsisting Performance Security and the twentieth Periodic Payment.
d. DoA shall not have any obligations regarding continuation or regularisation of employment,
compensation for loss of employment with respect to any person in the employment of the
Service Provider as a consequence of Expiry/ Termination of this Agreement.
7.3.3.
It is agreed between the Parites that on Expiry, DoA shall not may require the Service
Provider to dismantle/dispose or take away, the whole or a portion of the Project Facilities. In
such case, the costs thereof shall be borne by the Service Provider.
VOLUME II – DRAFT AGREEMENT
Page 123
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
ARTICLE 8: INTELLECTUAL PROPERTY
8.1
DoA shall have the exclusive Intellectual Property Rights with respect to any material, inform
design or process used by the Service Provider in discharge of its obligation under this Agreement
and nothing herein shall or will be construed or deemed to grant to the Service Provider any right,
title, licence, sub-licence, proprietary right or other claim against or interest in, to or under
(whether by estoppel, by implication or otherwise) to the aforesaid rights.
8.2
The Service Provider shall indemnify, defend and hold harmless DoA, from and against any and
all losses arising from claims by third parties that any equipment, software, information, methods
of operation or other intellectual property (or the access, use or other rights thereto) provided by
the Service Provider pursuant to this Agreement, infringes a copyright enforceable in India,
infringes a patent issued in India or constitute misappropriation or unlawful disclosure or use of
another Party’s trade secret under the laws of India.
8.3
DoA shall have no liability or obligation to the Service Provider or any other Person for claims, if
any, for any use of the equipment, software, information, methods of operation or other
intellectual property (or the access, use or other rights thereto) for the benefit of any Person
including any use by the Service Provider or its nominees outside the scope of this Agreement.
8.4
All rights, title and interest in and to, and ownership in, proprietary information of the Project
which is provided to the Service Provider, and all modifications, enhancements and other
derivative works of such proprietary information, as a result of services rendered by the Service
Provider hereunder shall remain solely with DoA. The Service Provider shall be entitled to use such
proprietary information only during the period of this Agreement and only for the purposes of
providing the services or to the extent necessary for the Service Provider’s normal operational,
repair and maintenance purposes related to the service. DoA shall retain ownership of all
Intellectual Property Rights related to the Project.
VOLUME II – DRAFT AGREEMENT
Page 124
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
ARTICLE 9: INSURANCE
9.1
Insurance
The Service Provider shall, throughout the Agreement Period, at its cost and expense, purchase
and maintain by due re-instatement or otherwise all the necessary insurances required for the
Project Facilities including but not limited to the following in the name of DoA;
a. Transit Insurance;
b. Comprehensive Office Protection Shield to cover events such as theft, robbery, dacoity,
pilferage, fire, lightning, explosion, implosion, bursting of water tanks, apparatus or pipes,
riot, strike, malicious damage, and terrorist damage, earthquake and/or shock subsidence and
landslides, flood, inundation, storm, tempest, hurricane, cyclone, typhoon and tornado, impact
damage by rail road vehicle or animal; and
c.
9.2
any other insurance that may be necessary to protect the Service Provider, its employees and
its assets against loss, damage, destruction, business interruption or loss of profit including
insurance against all Force Majeure Events that are insurable.
Evidence of Insurance
The Service Provider shall, from time to time, provide to DoA copies of all insurance policies (or
appropriate endorsements, certifications or other satisfactory evidence of insurance) obtained by
the Service Provider in accordance with this Agreement.
9.3
Validity of Insurance
The Service Provider shall promptly pay insurance premium, keep the insurance policies in force
and valid throughout the term of this Agreement and furnish copies thereof to DoA.
9.4
Un-insurable Risks
If during the period of the Agreement, any risk, which has been previously insured, becomes uninsurable due to the fact that the insurers have ceased to insure such a risk and therefore insurance
cannot be maintained/re-instated in respect of such risk, the Service Provider shall not be deemed
to be in breach of its obligations regarding insurance under this Agreement.
VOLUME II – DRAFT AGREEMENT
Page 125
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
ARTICLE 10: FORCE MAJEURE
10.1
Force Majeure Event
Any of the following events which is beyond the control of the Party claiming to be affected
thereby (“Affected Party”) and which the Affected Party has been unable to overcome or prevent
despite exercise of due care and diligence, and prevents the Affected Party from performing or
discharging its obligations under this Agreement, shall constitute Force Majeure Event:
a. earthquake, flood, inundation and landslide;
b. storm, tempest, hurricane, cyclone, lightning, thunder or other extreme atmospheric
disturbances;
c. fire caused by reasons not attributable to the Service Provider or any of the employees or
agents appointed by the Service Provider for purposes of the Project;
d. acts of terrorism;
e. strikes, labour disruptions or any other industrial disturbances not arising on account of the acts
or omissions of the Service Provider;
f. action of a government agency having Material Adverse Effect including but not limited to:
i. any judgement or order of a court of competent jurisdiction or statutory authority in India
made against the Service Provider in any proceedings which is non-collusive and duly
prosecuted by the Service Provider, and
ii. any unlawful, unauthorised or without jurisdiction refusal to issue or to renew or the
revocation of any Applicable Permits, in each case, for reasons other than Service
Provider’s breach or failure in complying with the provisions of this Agreement, Applicable
Laws, Applicable Permits, any judgement or order of a governmental agency or of any
Agreement by which the Service Provider is bound.
g. early determination of this Agreement by DoA for reasons of national emergency, national
security or the national interest; and
h. war, hostilities (whether declared or not), invasion, act of foreign enemy, rebellion, riots,
weapon conflict or military actions, civil war, ionising radiation, contamination by radioactivity
from nuclear fuel, any nuclear waste, radioactive toxic explosion, volcanic eruptions.
10.2
Obligations of the Parties
a. As soon as practicable and in any case within 7 (seven) days of the date of occurrence of a
Force Majeure Event or the date of knowledge thereof, the Affected Party shall notify the
other Party of the same setting out, inter alia, the following in reasonable detail:
i. the nature and extent of the Force Majeure Event;
ii. the estimated Force Majeure Period;
iii. the nature of and the extent to which, performance of any of its obligations under this
Agreement is affected by the Force Majeure Event;
VOLUME II – DRAFT AGREEMENT
Page 126
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
iv. the measures which the Affected Party has taken or proposes to take to alleviate/mitigate
the impact of the Force Majeure Event and to resume performance of such of its
obligations affected thereby; and
v. any other relevant information concerning the Force Majeure Event, and /or the rights and
obligations of the Parties under this Agreement.
b. As soon as practicable and in any case within 7 (seven) days of notification by the Affected
Party in accordance with the preceding clause (a), the Parties, shall meet and hold discussions
in good faith and where necessary conduct physical inspection/survey of the Site/ Computer
Systems in order to:
i. assess the impact of the underlying Force Majeure Event,
ii. to determine the likely duration of Force Majeure Period and,
iii. to formulate damage mitigation measures and steps to be undertaken by the Parties for
resumption of obligations, the performance of which shall have been affected by the
underlying Force Majeure Event.
c.
10.3
The Affected Party shall during the Force Majeure Period provide to the other Party with
regular (not less than fortnightly) reports concerning the matters set out in the preceding clause
(b) as also any information, details or document, which the Parties may reasonably require.
Performance of Obligations
If the Affected Party is rendered wholly or partially unable to perform any of its obligations
under this Agreement because of a Force Majeure Event, it shall be excused from performance of
such obligations to the extent it is unable to perform the same on account of such Force Majeure
Event provided that:
a. due notice of the Force Majeure Event has been given as required by the preceding Clause
10.2;
b. the excuse from performance shall be of no greater scope and of no longer duration than is
necessitated by the Force Majeure Event;
c. the Affected Party has taken all reasonable efforts to avoid, prevent, mitigate and limit
damage, if any, caused or is likely to be caused to the Project Facility as a result of the Force
Majeure Event and to restore the Project Facility, in accordance with the Good Industry
Practice and its relative obligations under this Agreement;
d. when the Affected Party is able to resume performance of its obligations under this
Agreement, it shall give to the other Party written notice to that effect and shall promptly
resume performance of its obligations hereunder, the non issue of such notice being no excuse
for any delay for resuming such performance;
e. the Affected Party shall continue to perform such of its obligations which are not affected by
the Force Majeure Event and which are capable of being performed in accordance with this
Agreement;
f. any insurance proceeds received shall be entirely applied to repair, replace or re-instate the
assets damaged on account of the Force Majeure Event, or in accordance with Good Industry
Practice.
VOLUME II – DRAFT AGREEMENT
Page 127
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
10.4
Termination due to Force Majeure Event
10.4.1 Termination
a. If a Force Majeure Event is an event described under Clauses 10.1(a) to 10.1(e) and 10.1 (h),
and continues or is in the reasonable judgement of the Parties likely to continue beyond a
period of 3 (three) months, the Parties may mutually decide to terminate this Agreement or
continue this Agreement on mutually agreed revised terms. If the Parties are unable to reach
an agreement in this regard, the Affected Party shall after the expiry of the said period of 3
(three) months, be entitled to terminate this Agreement.
b. If the Force Majeure Event is an event described in Clauses 10.1 (f) or 10.1 (g) and the
Service Provider having exhausted the remedies available to him under the Applicable Laws,
has been unable to secure the remedy, the Service Provider shall be entitled to terminate this
Agreement.
Provided that if the event described in Clauses 10.1 (f) or 10.1 (g) subsists or is likely to
subsist for a period exceeding 6 (six) months, then either Party shall be entitled to terminate
this Agreement or the Parties may by mutual agreement, decide to continue this Agreement on
revised terms.
Provided further, DoA may at its sole discretion have the option to terminate this Agreement
any time after the occurrence of any event described under Clauses 10.1(f) or 10.1(g).
10.4.2 Termination Notice
If either Party, having become entitled to do so, decides to terminate this Agreement pursuant to
Clause 10.4.1, it shall issue Termination Notice setting out;
a. in sufficient detail the underlying Force Majeure Event;
b. indicative Termination Date which shall be a date occurring not earlier than 60 (sixty) days
from the date of Termination Notice;
c. the estimated Termination Payment including the details of computation thereof and;
d. any other relevant information.
10.4.3 Obligation of Parties
Following issue of Termination Notice by either Party, the Parties shall promptly take all such steps
as may be necessary or required to ensure that;
a. the Termination Payment, if any, payable by DoA in accordance with the following clause
10.4.4 is paid to the Service Provider on the Termination Date; and
b. the Project Facilities are handed to DoA by the Service Provider in good operable condition
on the Termination Date free from all Encumbrances.
VOLUME II – DRAFT AGREEMENT
Page 128
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
10.4.4 Termination Payment
Upon Termination of this Agreement due to a Force Majeure Event, Termination Payment shall be
made to the Service Provider by DoA in accordance with the following:
i.
If Termination is due to a Force Majeure Event, described under Clauses 10.1(a) to 10.1(e)
and 10.1(h) after the Completion Date:
(a) no Termination Payment shall be made by DoA to the Service Provider;
(b) DoA shall be entitled to receive and appropriate the proceeds of any amounts
under insurance policies;
(c) DoA shall make all payments that are due to Service Provider under this
Agreement for the services rendered as on the Termination Date; and
(d) release Performance Security after deducting amount due and recoverable (if
any) by DoA.
Provided where the Termination occurs due to a Force Majeure Event, described under Clauses
10.1(a) to 10.1(e) and 10.1(h) prior to Completion Date, the Service Provider shall be entitled
to receive and appropriate the proceeds of any amounts under insurance policies.
ii.
10.5
If Termination is due to the occurrence of any event described under Clauses 10.1(f) or
10.1(g), DoA shall pay to the Service Provider, the Termination Payment as specified in
Clause 11.3.7.
Liability for other losses, damages etc.
Save and except as expressly provided in this Article, neither Party hereto shall be liable in any
manner whatsoever to the other Party in respect of any loss, damage, cost, expense, claims,
demands and proceedings relating to or arising out of occurrence or existence of any Force
Majeure Event.
VOLUME II – DRAFT AGREEMENT
Page 129
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
ARTICLE 11: EVENTS OF DEFAULT
Event of Default shall mean either a Service Provider’s Event of Default or DoA Event of Default or both as
the context may admit or require.
11.1
Service Provider’s Event of Default
Any of the following events shall constitute an event of default by the Service Provider (“Service
Provider’s Event of Default”) unless such event has occurred as a result of one or more reasons set
out in Article 3.15:
a. The Service Provider has failed to obtain Completion Certificate within 30 days from SICD;
b. More than 20% delay in installation and commissioning of the project facilities after SICD.
c. More than 20% of any three consecutive Periodic Payments made to the Service Provider is
deducted towards Damages for Non-Performance.
d. In the event that the aggregate Damages for Non-Performance deducted from any Periodic
Payment exceeds 50% of the payments due for that Quarter.
e. The Service Provider has repudiated this Agreement or has otherwise expressed an intention
not to be bound by this Agreement;
f. The Service Provider has assigned its obligations under this Agreement to a third party without
written consent of DoA;
g. Any representation made or warranties given by the Service Provider under this Agreement is
found to be false or misleading;
h. A resolution has been passed by the shareholders of the Service Provider for the voluntary
winding up of the Service Provider;
i. The Service Provider has otherwise been in Material Breach of any of its obligations under this
Agreement and has failed to cure such breaches within 60 (sixty) days of the receipt of the
notice thereof issued by DoA.
11.2
DoA Event of Default
Any of the following events shall constitute an event of default by DoA (“DoA Event of Default”),
the DoA
a. has failed to make Upfront Payment to the Service Provide as per Article 6 within 90 (ninety)
days from the date of issuance of Completion Certificate;
b. has failed to make Periodic Payment within 90 (ninety) days from the Due Date;
c. is in breach of any of its obligations under this Agreement and has failed to cure such breach
within 90 (ninety) days of receipt of notice thereof issued by the Service Provider;
d. has repudiated this Agreement or otherwise expressed its intention not to be bound by this
Agreement;
e. has made a false or misleading representation or warranties under this Agreement.
VOLUME II – DRAFT AGREEMENT
Page 130
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
11.3
Termination due to Events of Default
11.3.1 Termination due to Service Provider’s Event of Default
a. Without prejudice to any other right or remedy which DoA may have in respect thereof under
this Agreement, upon the occurrence of a Service Provider’s Event of Default, DoA shall be
entitled to terminate this Agreement as hereinafter provided.
b. If DoA decides to terminate this Agreement pursuant to preceding sub-clause (a), it shall in the
first instance issue Preliminary Notice to the Service Provider. Within 30 (thirty) days of receipt
of the Preliminary Notice, the Service Provider shall submit to DoA in sufficient detail, the
manner in which it proposes to cure the underlying Event of Default (the “Service Provider’s
Proposal to Rectify”). In case of non-submission of the Service Provider’s Proposal to Rectify
within the said period of 30 (thirty) days, DoA shall be entitled to terminate this Agreement by
issuing Termination Notice and to appropriate the Performance Security.
c. If the Service Provider’s Proposal to Rectify is submitted within the period stipulated therefore,
the Service Provider shall have further period of 30 (thirty) days to remedy / cure the
underlying Event of Default. If, however the Service Provider fails to remedy/cure the
underlying Event of Default within such further period allowed, DoA shall be entitled to
terminate this Agreement by issue of Termination Notice and to appropriate the Performance
Security.
11.3.2 Termination for the DoA Event of Default
a. Without prejudice to any other right or remedy which the Service Provider may have in
respect thereof under this Agreement, upon the occurrence of the DoA Event of Default, the
Service Provider shall be entitled to terminate this Agreement as hereinafter provided.
b. If the Service Provider decides to terminate this Agreement pursuant to preceding sub-clause
(a) it shall in the first instance issue Preliminary Notice to DoA. Within 30 (thirty) days of
receipt of Preliminary Notice, the DoA shall forward to the Service Provider its proposal to
remedy/cure the underlying Event of Default the “DoA Proposal to Rectify”. In case of non
submission of DoA Proposal to Rectify within the period stipulated therefor, the Service
Provider shall be entitled to terminate this Agreement by issuing Termination Notice.
c.
If DoA Proposal to Rectify is forwarded to the Service Provider within the period stipulated
period, the DoA shall have further period of 30 (thirty) days to remedy/cure the underlying
Event of Default. If, however DoA fails to remedy/cure the underlying Event of Default within
such further period allowed, the Service Provider shall be entitled to terminate this Agreement
by issuing Termination Notice.
11.3.3 Termination Notice
If a Party having become entitled to do so decides to terminate this Agreement pursuant to the
Clauses 11.3.1 or 11.3.2, it shall issue Termination Notice setting out:
VOLUME II – DRAFT AGREEMENT
Page 131
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
a. in sufficient detail the underlying Event of Default;
b. the Termination Date which shall be a date occurring not earlier than 30 (thirty) days from the date of
Termination Notice;
c. the estimated Termination Payment including the details of computation thereof; and
d. any other relevant information.
11.3.4 Obligation of Parties
Following issue of Termination Notice by a Party entitled to do so, the Parties shall promptly take
all such steps as may be necessary or required to ensure that;
a. Until Termination the Parties shall, to the fullest extent possible, discharge their respective
obligations;
b. The Termination Payment, payable by DoA in accordance with the following Clause 11.3.6 is
paid to the Service Provider on the Termination Date; and
c. The Service Provider shall on Expiry assign/transfer to DoA all existing and valid warranties
and guarantees taken by the Service Provider for these Project Facilities.
11.3.5 Withdrawal of Termination Notice
Notwithstanding anything inconsistent contained in this Agreement, if the Party who has been
served with the Termination Notice cures the underlying Event of Default to the satisfaction of the
other Party at any time before the Termination occurs, the Termination Notice shall be withdrawn
by the Party which had issued the same.
Provided that the Party in breach shall compensate the other Party for any direct
costs/consequences occasioned by the Event of Default which caused the issue of Termination
Notice.
11.3.6. Termination Payment on Service Provider’s Event of Default:
a. In the event of Termination of this Agreement due to a Service Provider’s Event of Default
prior to the Completion Date, DoA shall
(i) appropriate the Performance Security; and
(ii) upon verification of the invoices submitted by Service Provider, make payment with
regard to such DoA Offices for which Installation Certificates are issued. For avoidance of
doubt, the Termination Payment payable to the Service Provider under this sub-clause
shall not exceed the Upfront Payment.
b. In the event of Termination of this Agreement due to a Service Provider’s Event of Default
after the Completion Date, DoA shall forefiet the Performance Security.
11.3.7. Termination Payment on DoA Event of Default:
VOLUME II – DRAFT AGREEMENT
Page 132
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
a. In the event of Termination of this Agreement pior to the Completion Date, due to DoA Event
of Default, DoA shall:
(i) release the subsisting Performance Security; and
(ii) upon verification of the invoices submitted by Service Provider, make payment with
regard to such DoA Offices for which Installation Certificates are procured. For avoidance
of doubt, the Termination Payment payable to the Service Provider under this sub-clause
shall not exceed the Upfront Payment.
b. In the event of Termination of this Agreement after Completion Date due to Event of Default of
DoA, DoA shall:
(i) release the subsisting Performance Security; and
(ii) release Periodic Payments that is due for payment to the Service Provider as on the
Termination Date.
VOLUME II – DRAFT AGREEMENT
Page 133
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
ARTICLE 12: DISPUTE RESOLUTION
12.1
Amicable Resolution
a. Save where expressly stated to the contrary in this Agreement, any dispute, difference or
controversy of whatever nature between the Parties, howsoever arising under, out of or in
relation to this Agreement and so notified in writing by any Party to the other parties (the
“Dispute”) shall in the first instance be attempted to be resolved amicably in accordance with
the procedure set forth in clause (b) below.
b. Either Party may require such Dispute to be referred to the Commissioner, the Department of
Agriculture and the Chief Executive Officer of the Service Provider for the time being, for
amicable settlement. Upon such reference, the two shall meet at the earliest mutual
convenience and in any event within 15 (fifteen) days of such reference to discuss and attempt
to amicably resolve the Dispute. If the Dispute is not amicably settled within 15 (fifteen) days
of such meeting between the two, the Dispute may be referred for arbitration in accordance
with the provisions of Clause 12.2 below.
12.2
Arbitration
Any dispute arising out of or in connection with this Agreement or the RFP shall in the first instance
be dealt with in accordance with the escalation procedure set forth herein.
12.2.1 Scope of Dispute Resolution
Except where otherwise provided in the agreement, all questions and disputes relating to the
meaning of the specifications, design, drawings and instructions here-in before mentioned and as
to the quality of workmanship or materials used on the work or as to any other question, claim,
right, matter or thing whatsoever in any way arising out of or relating to the agreement, designs,
drawings, specifications, estimates, instructions, orders or these conditions or otherwise concerning
the services and deliverables or the execution or failure to execute the same whether arising
during the progress of the Project or after the cancellation, termination, completion or
abandonment thereof shall be dealt with as mentioned hereinafter:
If any dispute arises between DoA and the Service provider in connection with, or arising out of,
the agreement or RFP or the execution of the Project, whether during the execution of the Project
or after its completion and whether before or after the repudiation or other termination of the
agreement, including any disagreement by either party with any action, inaction,
opinion, instruction, determination, certificate or valuation, the matter in dispute shall, in the first
place, be referred to the Principal Secretary (Agriculture). Either party may refer a dispute
to the Principal Secretary (Agriculture), who shall give a decision in writing within 30 days of
reference of dispute. Either party may refer a written decision of the Principal Secretary
(Agriculture) to arbitration. If neither party refers the disputes to arbitration within 30 days of the
date of such decision, Principal Secretary (Agriculture)‘s decision will be final and binding.
VOLUME II – DRAFT AGREEMENT
Page 134
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
In case either party is not satisfied with the decision of the Principal Secretary (Agriculture), they
can institute arbitration proceedings as per Indian Arbitration and reconciliation Act, 1996, after a
30 day notice period.
Any dispute or difference or claim arising out of, or in connection with, or relating to the present
contract or the breach, termination or invalidity thereof, shall be referred and settled under the
Arbitration Center, Karnataka (domestic and international) rules 2012, by one or more Arbitrators
appointed in accordance with it’s rules.
Arbitration proceedings shall be held in Bangalore and the language of the arbitration
proceedings and that of all documents and communications between the parties shall be English.
12.2.2 Enforcement of Award
The Parties agree that the decision or award resulting from arbitration shall be final and binding
upon the Parties and shall be enforceable in accordance with the provision of the Arbitration Act.
12.2.3 Performance during Arbitration
Pending the submission of and/or decision on a Dispute and until the arbitral award is published;
the Parties shall continue to perform their respective obligations under this Agreement without
prejudice to a final adjustment in accordance with such award.
VOLUME II – DRAFT AGREEMENT
Page 135
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
ARTICLE 13: REPRESENTATIONS AND WARRANTIES
13.1
Representations and Warranties of the Service Provider
The Service Provider represents and warrants to DoA that:
a. it is duly organised, validly existing and in good standing under the laws of India;
b. it has full power and authority to execute, deliver and perform its obligations under this
Agreement and to carry out the transactions contemplated hereby;
c.
it has taken all necessary corporate and other actions under Applicable Laws and its charter
documents to authorise the execution, delivery and performance of this Agreement;
d. it has the financial standing and capacity to undertake the Project;
e. this Agreement constitutes its legal, valid and binding obligation enforceable against it in
accordance with the terms hereof;
f.
it is subject to civil and commercial laws of India with respect to this Agreement and it hereby
expressly and irrevocably waives any immunity in any jurisdiction in respect thereof;
g. the execution, delivery and performance of this Agreement will not conflict with, result in the
breach of, constitute a default under or accelerate performance required by any of the terms
of the Service Provider’s Memorandum and Articles of Association or any Applicable Laws or
any covenant, agreement, understanding, decree or order to which it is a party or by which it
or any of its properties or assets are bound or affected;
h. there are no actions, suits, proceedings or investigations pending or to the Service Provider’s
knowledge threatened against it at law or in equity before any court or before any other
judicial, quasi judicial or other authority, the outcome of which may constitute Service
Provider’s Event of Default or which individually or in the aggregate may result in Material
Adverse Effect;
i.
it has no knowledge of any violation or default with respect to any order, writ, injunction or
any decree of any court or any legally binding order of any government body which may
result in Material Adverse Effect;
j.
it has complied with all Applicable Laws and has not been subject to any fines, penalties,
injunctive relief or any other civil or criminal liabilities which in the aggregate have or may
have Material Adverse Effect;
VOLUME II – DRAFT AGREEMENT
Page 136
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
k. subject to receipt by the Service Provider from DoA, of the Termination Payment and any
other amount due under any of the provisions of this Agreement, in the manner and to the
extent provided for under the applicable provisions of this Agreement, all rights and interests
of the Service Provider under this Agreement and shall cease and be inoperative to the intent
and purpose that the Project Facilities shall consequent thereto be free and clear of all
Encumbrances without any further act or deed on the part of the Service Provider or DoA;
l.
no representation or warranty by the Service Provider contained herein or in any other
document furnished by it to DoA in relation to Applicable Permits contains or will contain any
untrue statement of material fact or omits or will omit to state a material fact necessary to
make such representation or warranty not misleading;
m. no bribe or illegal gratification has been paid or will be paid in cash or kind by or on behalf
of the Service Provider to any Person to procure this Agreement;
n. without prejudice to any express provision contained in this Agreement, the Service Provider
acknowledges that prior to the execution of this Agreement, the Service Provider has after a
complete and careful examination made an independent evaluation of the Project, and the
information provided by to it as part of the bid documents or otherwise, and has determined
to its satisfaction the nature and extent of risks and hazards as are likely to arise or may be
faced by the Service Provider in the course of performance of its obligations hereunder; and
o. the Service Provider also acknowledges and hereby accepts the risk of inadequacy, mistake
or error in or relating to any of the matters set forth above and hereby confirms that DoA
shall not be liable for the same in any manner whatsoever to the Service Provider.
13.2
Representations and Warranties of DoA
DoA represents and warrants to the Service Provider that:
a. DoA has full power and authority to enter into this Agreement and perform / disclose their
obligations contained herein ;
b. DoA has taken all necessary action to authorise the execution, delivery and performance of
this Agreement;
c.
This Agreement constitutes legal, valid and binding obligation enforceable against it in
accordance with the terms hereof;
d. There are no suits or other legal proceedings pending or threatened against DoA in respect of
the Project or the Site; and
e. DoA hereby waives its sovereign immunity and this Agreement has been entered into by DoA
in its commercial capacity.
VOLUME II – DRAFT AGREEMENT
Page 137
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
13.3
Obligation to notify change
In the event that any of the representations or warranties made/given by a Party ceases to be
true or stands changed, the Party who had made such representation or given such warranty shall
promptly notify the other of the same.
VOLUME II – DRAFT AGREEMENT
Page 138
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
ARTICLE 14: MISCELLANEOUS
14.1
Assignment and Charges
a. Subject to clause (b) herein below, no Party shall assign this Agreement or the rights, benefits
and obligations hereunder, save and except with prior consent of the other Party.
b. The Service Provider shall not create nor permit to subsist any Encumbrance over or otherwise
transfer or dispose of all or any of its rights and benefits under this Agreement except with
prior consent in writing of DoA, which consent DoA shall be entitled to decline without assigning
any reason whatsoever.
14.2
Interest and Right of Set Off
Any sum which becomes payable under any of the provisions of this Agreement by any Party shall,
if the same be not paid to the Party entitled to receive the same, within the time allowed for
payment thereof, shall be deemed to be a debt owed by the Party responsible for payment
thereof to the Party entitled to receive the same. Such sum shall until payment thereof carry
interest at 15% from the due date for payment thereof until the same is paid to or otherwise
realised by the Party entitled to the same. Without prejudice to any other right or remedy that
may be available under this Agreement or otherwise under law, the Party entitled to receive such
amount shall also have the right of set off.
Provided the stipulation regarding interest for delayed payments contained in this Clause 14.2
shall neither be deemed nor construed to authorise any delay in payment of any amount due by a
Party nor be deemed or construed to be a waiver of the underlying breach of payment
obligations.
14.3
General Liability and Indemnity
a. The Service Provider shall indemnify, defend and hold DoA harmless against any and all
proceedings, actions and third party claims arising out of a breach by the Service Provider of
any of its obligations under this Agreement, except to the extent that any such claim has arisen
due to breach by DoA of any of its obligations under this Agreement or a Force Majeure Event
which is a Political Event.
b. DoA shall, indemnify, defend and hold harmless the Service Provider against any and all
proceedings, actions, third party claims for loss, damage and expense of whatever kind and
nature arising out of breach by DoA, its officers, servants and agents of any obligations of
DoA under this Agreement except to the extent that any such claim has arisen due to breach
by the Service Provider of any of its obligations under this Agreement.
VOLUME II – DRAFT AGREEMENT
Page 139
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
14.4
Governing Law and Jurisdiction
This Agreement shall be governed by the laws of India. The Courts at Bangalore, India shall have
jurisdiction over all matters arising out of or relating to this Agreement.
14.5
Waiver
a. Waiver by either Party of any default by the other Party in the observance and performance
of any provision of or obligations under this Agreement:
i.
shall not operate or be construed as a waiver of any other or subsequent default hereof
or of other provisions or obligations under this Agreement;
ii. shall not be effective unless it is in writing and executed by a duly authorised
representative of such Party; and
iii. shall not affect the validity or enforceability of this Agreement in any manner.
b. Neither the failure by a Party to insist on any occasion upon the performance of the terms,
conditions and provisions of this Agreement or any obligation hereunder nor time or other
indulgence granted by a Party to any other Party shall be treated or deemed as
waiver/breach of any terms, conditions or provisions of this Agreement.
14.6
Survival
Termination of this Agreement (a) shall not relieve the Service Provider or DoA of any obligations
already incurred hereunder which expressly or by implication survives Termination hereof, and (b)
except as otherwise provided in any provision of this Agreement expressly limiting the liability of
either Party, shall not relieve either Party of any obligations or liabilities for loss or damage to the
other Party arising out of or caused by acts or omissions of such Party prior to the effectiveness of
such Termination or arising out of such Termination.
14.7
Amendments
This Agreement and the Schedules together constitute a complete and exclusive understanding of
the terms of the Agreement between the Parties on the subject hereof and no amendment or
modification hereto shall be valid and effective unless agreed to by all the Parties hereto and
evidenced in writing.
14.8
Notices
Unless otherwise stated, notices to be given under this Agreement including but not limited to a
notice of waiver of any term, breach of any term of this Agreement and termination of this
Agreement, shall be in writing and shall be given by hand delivery, recognised international
courier, mail, telex or facsimile transmission and delivered or transmitted to the Parties at their
respective addresses set forth below:
VOLUME II – DRAFT AGREEMENT
Page 140
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
If to the DoA
_________________
_________________
_________________
_________________
If to the Service Provider
_________________
_________________
_________________
Or such address, telex number, or facsimile number as may be duly notified by the respective
Parties from time to time, and shall be deemed to have been made or delivered (i) in the case of
any communication made by letter, when delivered by hand, by recognised international courier
or by mail (registered, return receipt requested) at that address and (ii) in the case of any
communication made by telex or facsimile, when transmitted properly addressed to such telex
number or facsimile number.
14.9
Severability
If for any reason whatsoever any provision of this Agreement is or becomes invalid, illegal or
unenforceable or is declared by any court of competent jurisdiction or any other instrumentality to
be invalid, illegal or unenforceable, the validity, legality or enforceability of the remaining
provisions shall not be affected in any manner, and the Parties shall negotiate in good faith with a
view to agreeing upon one or more provisions which may be substituted for such invalid,
unenforceable or illegal provisions, as nearly as is practicable. Provided failure to agree upon
any such provisions shall not be subject to dispute resolution under this Agreement or otherwise.
14.10 No Partnership
Nothing contained in this Agreement shall be construed or interpreted as constituting a partnership
between the Parties. Neither Party shall have any authority to bind the other in any manner
whatsoever.
14.11 Language
All notices required to be given under this Agreement and all communications, documentation and
proceedings which are in any way relevant to this Agreement shall be in writing and in English
language.
VOLUME II – DRAFT AGREEMENT
Page 141
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
14.12 Exclusion of Implied Warranties etc.
This Agreement expressly excludes any warranty, condition or other undertaking implied at law or
by custom or otherwise arising out of any other agreement between the Parties or any
representation by any Party not contained in a binding legal agreement executed by the Parties.
14.13 Counterparts
This Agreement may be executed in two counterparts, each of which when executed and delivered
shall constitute an original of this Agreement but shall together constitute one and only the
Agreement.
IN WITNESS WHEREOF THE, PARTIES HAVE EXECUTED AND DELIVERED THIS AGREEMENT AS OF THE
DATE FIRST ABOVE WRITTEN.
SIGNED SEALED AND DELIVERED
For and on behalf of DoA by
(Signature) ….........................................................
(Name)…................................................................
(Designation)…......................................................
SIGNED SEALED AND DELIVERED
For and on behalf of Service Provider by
(Signature) ….........................................................
(Name)…................................................................
VOLUME II – DRAFT AGREEMENT
Page 142
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SCHEDULE 1: DOA OFFICES
DoA Offices are as follows;
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
Hobli RSKs
Kasaba RSKs
Taluk ADA office
District JDA office
Laboratories
DATCs
The Commissionerate (Head office)
The Secretariat
Except for the locations of the DoA Offices are set out below.
1.1.
Hobli RSKs
There are in all 571 Hobli RSKs in the State and the contact person for Hobli RSK would be the
Agriculture Officer or the Assistant Agriculture Officer, DoA.
No
District
1
Bangalore(U)
Taluka
Anekal
080-26711186
080-7829280
080-26714134
Bangalore
(N)
080-23412307
Hobli
Chandapura
7259004302
Jigani
Haragadde
7259004302
Sarjapura
7259004308
Yashavanthapura
Sarjapura
Raitha Seva Sahakari Bank
Building,
Madanayakanahalli
RRSB
Building,Hesaraghatta
Hunasamaranhalli
Milk
Pro.Co.Society, Chikka Jala
Behind Police Station,
Yelahanka
Shop No.16,Raitha Bhavan,
APMC
Yard,
Yashavanthapura
Begur
Begur
7259004325
Kengeri
Kengeri
7259004326
Tavarekere
Uttarahalli
Tavarekere
RRSB
Kaggalipura
Bidarahalli
Bidarahalli
7259004330
Varthur
Varthur
7259004333
Channarayapatna
Channarayapatna
7259004242
Dasanapura
Jala
Yelahanka
080-26712793
Bangalore(E)
080-25617587
2
Bangalore(R)
Devanahalli
VOLUME II – DRAFT AGREEMENT
Phone Number
Attibele
Hesaraghatta
Bangalore (S)
Location of RSK
7259004310
7259004314
7259004316
7259004319
7259004322
7259004329
Building,
725900430
Page 143
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
No
District
Taluka
080-26711594
080-7682383
26715718
Doddaballapura
080-7622158
Hoskote
080-7931235
Nelamangala
080-7722168
3
Ramnagar
Magadi
080-7745376
Kanakapura
080-7522293
Channapatna
080-7251467
Ramangaram
080-7271293
4
Chickkaballapur
Bagepalli
08156-263135
08150-282157
Chikkaballapur
08156-272307
Chintamani
08154-251579
VOLUME II – DRAFT AGREEMENT
Hobli
Location of RSK
Phone Number
Kundana
Kundana
7259004245
Vijayapura
Vijayapura
7259004233
Doddabelavangala
Doddabelavangala
7259004250
Madhure
Kanasawadi
7259004236
Sasalu
Sasalu
7259004255
Thoobugere
Thoobugere
7259004258
Anugondanahalli
Anugondanahalli
7259004259
Jadagenahalli
Jadagenahalli
7259004264
Nandagudi
Nandagudi
7259004266
Sulibele
Sulibele
7259004269
Sompura
Sompura,Dobspet
7259004274
Thyamagondlu
Thyamagondlu
7259004277
Kudur
Kudur
7259005936
Madabala
Madabala
7259005937
Solur
Solur
7259005942
Thippasandra
Thippasandra
7259005945
Doddamaralavadi
Doddamaralavadi
7259005959
Harohalli
Harohalli
7259005962
Uyyamballi
Dodda Aladahalli
7259005964
Kodihalli
Kodihalli
7259005965
Sathanur
Sathanur
7259005967
Malur
Malur
7259005956
Virupakshapura
Kodamballi
7259005954
Bidadi
Bidadi
7259005946
Kailancha
Kailancha
7259005947
Kootagal
Kootagal
7259005949
Chelur
Chelur
7259004837
Goolur
Goolur
7259004832
Mittemari
Mittemari
7259004839
Pathapalaya
Pathapalaya
7259004841
Mandikal
Mandikal
7259004852
Nandi
Nandi
7259004850
Ambajidurga
Ambajidurga
7259004842
Chilakanerpu
Kencharlahalli
7259004844
Kaivara
Kaivara
7259004845
Munaganahalli
Munaganahalli
7259004833
Murugamalla
Murugamalla
7259004846
Page 144
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
No
District
Taluka
Sidlaghatta
7259004863
Jangamanakote
Jangamanakote
7259004865
Sadali
Sadali
7259004866
D.Palya
Darinayakana Palya
7259004855
Hosur
Hosur
7259004857
Manchenahalli
Manchenahalli
7259004859
Nagaragere
Nagaragere
7259004860
Thondebavi
Thondebavi
7259004861
Gudibanda,
08156-261331
Somenahalli
Somenahalli
7259004847
Kolar
Holooru
Holooru
7259005583
Huttooru
Huttooru
7259005584
Narasapura
Narasapura
7259005586
Sugatoor
Sugatoor
7259005587
Vakkaleri
Vakkaleri
7259005570
Vemagal
Vemagal
7259005588
Lakkur
Lakkur
7259005590
Masti
Masti
7259005593
Tekal
Tekal
7259005595
Avani
Avani
7259005596
Byrakoor
Byrakoor
7259005597
Duggasandra
Duggasandra
7259005598
Thayaloor
Thayaloor
7259005601
Bethamangala
Bethamangala
7259005578
Boodikote
Boodikote
7259005581
Kamasamudra
Kamasamudra
7259005580
Kyasamballi
Kyasamballi
7259005580
Robertsonpet
Robertsonpet
7259005582
Nelavanki
Nelavanki
7259005603
Ronur
Ronur
7259005604
Royalpadu
Royalpadu
7259005574
Yeldur
Yeldur
7259005606
Handanakere
Handanakere
9591987422
Huliyaru
Huliyaru
9591987425
Kandikere
Kandikere
9591987430
Shattikere
Shattikere
9591987432
Chandrashekharapura
Chandrashekharapura
9591987436
08155-284863
08152-222048
Malur
08151-232246
Mulbagal
08159-242026
Bangarpet
08153-255956
Srinivasapur
08157-246194
6
Tumkur
Phone Number
Bashettyhalli
Gowribidanur
Kolar
08152-222246,
222432, 231326
Location of RSK
Bashettyhalli
08158-256798
5
Hobli
C.N.Halli
0816-2276453
08133-267140
2278474
Gubbi
VOLUME II – DRAFT AGREEMENT
Page 145
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
No
District
Taluka
08131-222244
Koratagere
08138-232133
Kunigal
08138-220404
Madhugiri
08137-282370
Pavagada
08136-244379
Sira
08135-275525
Tiptur
08134-252969
Tumkur
0816-2273159
Turuvekere
08139-287467
7
Shimoga
Bhadravathi
08182-272635
VOLUME II – DRAFT AGREEMENT
08282-266904
Hobli
Location of RSK
Phone Number
Chelur
Chelur
9591987437
Hagalavadi
Hagalavadi
9591987441
Kadaba
Kadaba
9591987444
Nittur
Nittur
9591987446
Channarayanadurga
Tovinakere
9591987449
Holavanahalli
Holavanahalli
9591987451
Kolala
Kolala
9591987452
Amruthur
Amruthur
9591987413
Huliyurdurga
Huliyurdurga
9591987457
Huttaridurga
Huttaridurga
9591987458
Kothagere
Kothagere
9591987460
Yadiyur
Yadiyur
9591987463
Dodderi
Badavanahalli
9591987465
I.D.Halli
I.D.Halli
9591987466
Kodigenahalli
Kodigenahalli
9591987468
Midigeshi
Midigeshi
9591987471
Puravara
Puravara
9591987473
Nagalamadike
Nagalamadike
9591987475
Nidagal
Mangalavada
9591987476
Y.N.Hosakote
Y.N.Hosakote
9591987479
Bukkapatna
Bukkapatna
9591987481
Gowdagere
Tavarekere
9591987482
Hulikunte
Baragoor
9591987484
Kallambela
Kallambela
9591987485
Honnavalli
Honnavalli
9591987490
Kibbanahalli
Biligere
9591987492
Nonavinakere
Bellave
Nonavinakere
Bellave
9591987494
9591987497
Gooloor
Gooloor
9591987501
Hebbur
Hebbur
9591987503
Kora
Kora
9591987507
Urdigere
Urdigere
9591987513
Dabbeghatta
Dabbeghatta
9591987517
Dandinashivara
Dandinashivara
9591987519
Mayasandra
Mayasandra
9591987521
Bhadravathi-II
Hiriyur
9591987321
Holehonnoor-I
Holehonnoor
9591987308
Page 146
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
No
District
Taluka
222956
Hosanagar
08185-221509
Sagar
08183-226198
Shikaripur
08187-223083
Shimoga
08182-223536
Sorab
08184-272357
Thirthahalli
08181-209225
8
Chitradurga
Challakere
08194-222406
08195-250205
228584
Chitradurga
08194-222602
Hiriyur
VOLUME II – DRAFT AGREEMENT
Hobli
Location of RSK
Phone Number
Holehonnoor-II
Anveri
9591987323
Holehonnoor-III
Kallihal
9591987325
Kudligere
Kudligere
9591987327
Humcha
Humcha
9591987331
Kerehalli (Rippon Pet)
Rippon Pet
9591987333
Nagara
Nagara
9591987335
Anandapuram
Anandapuram
9591987337
Barangi
Aralgodu
9591987340
Avinahalli
Avinahalli
9591987341
Karoor
Tumari
9591987343
Talaguppa
Talaguppa
9591987347
Anjanapura
Hitla
9591987349
Hosur
Hosur
9591987351
Udagani
Shirlakoppa
9591987354
Talagund
Sunnadkoppa
9591987359
Haranahalli
Haranahalli
9591987360
Holalur-I
Holalur
9591987362
Holalur-II
B Beeranahalli
9591987365
Kumshi
Kumshi
9591987368
Nidige-I
Nidige
9591987371
Nidige-II
O.T.Road, Shimoga
9591987373
Anavatti
Anavatti
9591987383
Chandragutti
Chandragutti
9591987384
Jade
Jade
9591987386
Kuppagadde
Kuppagadde
9591987388
Ulavi
Ulavi
9591987390
Agrahara
Konandoor
9591987392
Agumbe
Megaravalli
9591987394
Mandagadde
Tudur
9591987395
Mathuru
Devangi
9591987318
Nayakanahatti
Nayakanahatti
7259004950
Parashurampura
Parashurampura
7259004952
Thalaku
Thalaku
7259004954
Baramasagara
Baramasagara
7259004957
Hireguntanur
Hireguntanur
7259004961
Thuruvanur
Thuruvanuru
7259004963
Aimangala
Aimangala
7259004964
Page 147
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
No
District
Taluka
08193-227294
Holalkere
08191-275341
Hosadurga
08199-230446
9
Davanagere
Phone Number
Dharmapura
Dharmapura
7259004968
J.G.Halli
Java Gondana Halli
7259004975
B.Durga
Chikkajajur
7259004979
Ramagiri
Ramagiri
7259004984
Thalya
Thalya
7259004986
Madadakere
Madadakere
7259004990
Matthodu
Matthodu
7259004992
Shreerampura
Shreerampura
7259004994
Devasamudra
Rampura
7259004996
Channagiri
Basavapatna-I
Basavapatna
7259005063
Basavapatna-II
Thyavanagi
7259005065
Santhebannur-I
Santhebannur
7259005069
Santhebennur-II
Devarahalli
7259005071
Ubrani
Pandomatti
7259005072
Anagodu
Anagodu
7259005074
Mayakonda
Mayakonda
7259005081
Malebennur
Malebennur
7259005091
Arasikere
Arasikere
7259005096
Chigateri
Chigateri
7259005099
Telagi
Telagi
7259005105
Belagutthi
Nyamathi
7259005115
Govinakovi-I
Govinakovi
7259005111
Govinakovi-II
Cheelur
7259005113
Saswehalli-I Circle
Saswehalli
7259005118
Saswehalli-II Circle
Kundur
7259005120
Bilichodu
Bilichodu
7259005123
Sokke
Hosakere
7259005127
Antharasanthe
Antharasanthe
7259005776
Hampapura
Hampapura
7259005779
Kandalike
Kandalike
7259005781
Saragur
Saragur
7259005783
Bilikere
Bilikere
7259005785
Gowdagere
Gowdagere
7259005788
Hanagodu
Hanagodu
7259005790
08189-228260
Davanagere,
08192-250084
Harihar,
242170
08192-
Harapanahalli
08398-280435
Honnali
08188-251387
Jagalur
08196-227152
10
Location of RSK
Molakalmuru,
08198-229141
08192-230311
Mysore,
2442239,
2523700
Hobli
0821H.D. Kote, 08228255379
Hunsur
08222-252284
VOLUME II – DRAFT AGREEMENT
Page 148
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
No
District
Taluka
K.R.Nagara
7259005796
Hebbal
Hebbal
7259005771
Hosa Agrahara
Hosa Agrahara
7259005797
Mirle
Mirle
7259005799
Saligrama
Saligrama
7259005771
Ilawala
Ilawala
7259005801
Jayapura
Jayapura
7259005805
Varuna
Varuna
7259005815
Biligere
Biligere
7259005816
Chikkaianachatra
Chikkaianachatra
7259005820
Hullahalli
Hullahalli
7259005823
Kowlande
Kowlande
7259005826
Bettadapura
Bettadapura
7259005832
Haranahalli
Haranahalli
7259005833
Ravandoor
Ravandoor
7259005835
Bannur
Bannur
7259005837
Mugur
Mugur
7259005841
Sosale
Sosale
7259005844
Talkad
Talkad
7259005849
Chandakavadi
Chandakavadi
7259004805
Haradanahalli
Haradanahalli
7259004806
Harave
Harave
7259004808
Santhemarahalli
Santhemarahalli
7259004809
Begur
Begur
7259004810
Hangala
Hangala
7259004813
Terakanambi
Terakanambi
7259004815
Hanur
Hanur
7259004817
Lokkanahally
Lokkanahally
7259004821
Palya
Palya
7259004822
Ramapura
Ramapura
7259004824
Yalandur, 08226240013
Agara
Agara
7259004825
Krishnarajpet
Akkihebbal
Akkihebbal
7259005702
Bookinakere
Bookinakere
7259005703
Kikkeri
Kikkeri
7259005696
Santhebachahalli
Santhebachahalli
7259005707
Silanere
Tendekere
7259005709
0821-2520115
Nanjangud
08221-226684
Periyapatna
08223-274205
T.Narasipur
08227-261435
08226-222432
Chamarajnagar
08226-2222271
225980
Gundlupet
08229-222270
Kollegal
08224-253130
12
Mandya
Phone Number
Chunchanakatte
Mysore
Chamarajnagar
Location of RSK
Chunchanakatte
08223-262249
11
Hobli
08232-228808
223033
VOLUME II – DRAFT AGREEMENT
08230-262375
Page 149
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
No
District
Taluka
Maddur
08232-232356
Malavalli
08231-242048
Mandya
08232-224127
Nagamangala
08234-286141
Pandavapura
08236-255171
Srirangapatna
08236-252186
13
Kodagu
Madikeri
08272-225732
08272-228672
224194
Somwarpet
08276-282207
Virajpet
08274-257759
14
Hassan
Alur
08172-267158
08170-218255
263507
Arkalgud
08175-220214
VOLUME II – DRAFT AGREEMENT
Hobli
Location of RSK
Phone Number
Athagur
Kestur
7259005711
Chikkarasanakere
Bharathinagar
7259005714
Koppa
Koppa
7259005716
B.G.Pura
Poorigali
7259005724
Halagur
Halagur
7259005725
Kirugavalu
Kirugavalu
7259005727
Basaralu
Basaralu
7259005730
Dudda
Dudda
7259005732
Keragodu
Keragodu
7259005733
Kottatti
Kottatti
7259005735
Bellur
Bellur
7259005742
Bindiganavile
Bindiganavile
7259005744
Devalapura
Devalapura
7259005745
Honakere
Cheenya
7259005746
Chinakurali
Chinakurali
7259005749
Melukote
Jakkanahalli
7259005751
Arakere
Arakere
7259005753
Belagola
Belagola
7259005754
K.Settihalli
K.Settihalli
7259005756
Bhagamandala
Bhagamandala
7259005546
Napoklu
Napoklu
7259005548
Sampaje
Sampaje
7259005550
Kodlipet
Kodlipet
7259005543
Kushalanagar
Kushalanagar
7259005551
Shanivarsanthe
Shanivarsanthe
7259005553
Shanthalli
Shanthalli
7259005555
Shunthikoppa
Shunthikoppa
7259005544
Ammatthi
Ammatthi
7259005558
Balale
Balale
7259005559
Hudikeri
Hudikeri
7259005560
Ponnampet
Aravathokkalu
7259005561
Srimangala
Srimangala
7259005563
K. Hosakote
K. Hosakote
7259005425
K.Channapura
K.Channapura
7259005426
Palya
Palya
7259005427
Doddamagge
Doddamagge
7259005430
Konanur
Konanur
7259005431
Page 150
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
No
District
Taluka
Arasikere
08174-232782
Belur
08177-222318
Channarayapatna
08176-252263
Hassan
08172-269288
Holenarasipur
08175-273231
Sakleshpur
08173-244117
15
Chikmagalur
Chikmagalur
08262-220494
08262-220138
221436
Kadur
08267-221423
VOLUME II – DRAFT AGREEMENT
Hobli
Location of RSK
Phone Number
Mallipatna
Mallipatna
7259005432
Ramanathapura
Ramanathapura
7259005433
Banavara
Banavara
7259005436
Gandasi
Gandasi
7259005438
Javagal
Javagal
7259005439
Kanakatte
Dodda Meti Kurke
7259005441
Arehally
Arehally
7259005442
Biccodu
Biccodu
7259005446
Halebeedu
Halebeedu
7259005420
Madihally
Hagare
7259005446
Bagur
Bagur
7259005421
Dandiganahalli
Udayapura
7259005451
Hirisave
Hirisave
7259005452
Nuggehalli
Nuggehalli
7259005421
Shravanabelagola
Shravanabelagola
7259005453
Dudda
Dudda
7259005454
Kattaya
Kattaya
7259005456
Salagame
Salagame
7259005458
Shanthigrama
Shanthigrama
7259005461
Halekote
Halekote
7259005462
Hallimysore
Hallimysore
7259005464
Belagodu
Belagodu
7259005423
Hanabalu
Hanabalu
7259005467
Hetthur
Hetthur
7259005468
Yesalur
Yesalur
7259005470
Ambale
Ambale
7259004887
Aldur
Aldur
7259004894
Avuthi
Avuthi
7259004875
Jagara
Jagara
7259004895
Kandya
Sangameshwarpet
7259004896
Lakya
Lakya
7259004897
Vastare
Vastare
7259004900
Hire Nallur
Choulahiriyur
Hire Nallur
Choulahiriyur
7259004902
Panchenahalli
Panchenahalli
7259004911
Beerur
Beerur
7259004905
Sakre Patna
Sakre Patna
7259004906
7259004910
Page 151
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
No
District
Taluka
7259004907
Yagati
Yagati
7259004909
Hariharapura
Hariharapura
7259004912
Megunda
Jayapura
7259004915
Balur
Jaavali
7259004880
Banakal
Banakal
7259004916
Gonibeedu
Gonibeedu
7259004917
Kalasa
Kalasa
7259004918
Balehonnur
Balehonnur
7259004920
Kigga
Kigga
7259004923
Ajjampura
Ajjampura
7259004924
Amruthapura
Amruthapura
7259004925
Lakkavalli
Lakkavalli
7259004927
Lingadhahalli
Lingadhahalli
7259004928
Sivani
Sivani
7259004929
Kokkada
Kokkada
7259005012
Venoor
Venoor
7259005013
Panemangalore
Panemangalore
7259005018
Vitla
Vitla
7259005021
Mangalore-B
Hampanakatta,Mangalore
7259005024
Gurupura
Gurupura
7259005026
Moolki
Moolki
7259005028
Surathkal
Surathkal
7259005029
Moodabidri
Moodabidri
7259005030
Puttur
Kadaba
Kadaba
7259005031
08251-230238
Sullia,
08257230501
Uppinangadi
Uppinangadi
7259005037
Panja
Panja
7259005039
Ajekar
Ajekar
7259005975
Byndoor
Byndoor
7259005977
Wandse
Wandse
7259005984
Brahmavar
Brahmavar
7259005988
Kapu
Kapu
7259005991
Mudigere
08263-220791
N.R.Pura, 08266220269
Sringeri, 08265250101
Tarikere
08261-222442
Belthangadi
0824-
08256-232092
Bantwal
08255-233137
Mangalore
0824-2423601
17
Udupi,
2528374,
2536240
Phone Number
Singhatagere
08265-221217
Dakshina
Kannada,
2523700,
2424003,
2440282
Location of RSK
Singhatagere
Koppa
16
Hobli
0820Karkala,
230260
08258-
Kundapura
08254-230271
Udupi
0820-2523056
VOLUME II – DRAFT AGREEMENT
Page 152
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
No
18
District
Dharwad
Taluka
7259005993
Alnavar
Alnavar
7259005151
Amminabhavi
Amminabhavi
7259005156
Garag
7259005169
Chabbi
Garag
Chabbi
pp
Shiraguppi
Shiraguppi
7259005187
Kalghatgi
Dhummawad
Dhummawad
7259005190
08370-284510
Kundgol, 08304290370
Navalgund,
08380-229103
Gadag, 08372238773
Mundargi, 08371262038
Naragund,
08377-265181
Ron,
08381267441
T.Honnihalli
T.Honnihalli
7259005195
Saunshi
Saunshi
7259005201
Annigeri
Annigeri
7259005203
Betageri
Betageri
7259005241
Dambal
Dambal
7259005264
Konnur
Konnur
7259005268
Holealur
Holealur
7259005274
Naregal
Naregal
7259005279
Lakshmeshwar
Lakshmeshwar
7259005291
Kaginelli
Kaginelli
7259005489
Guttal
Guttal
7259005492
Karajigi
Karajigi
7259005499
Akkialur
Akkialur
7259005501
Bammanahalli
Bommanahalli
7259005502
Hamsabhavi
Hamsabhavi
7259005506
Rattihalli
Rattihalli
7259005509
Ranebennur
Kuppelur
Kuppelur
7259005514
08373-267557
Savanur, 08378241752
Medleri
Medleri
7259005518
Hattimattur
Hattimattur
7259005527
Shiggaon
Bankapur
Bankapur
7259005535
Dhundasi
Dhundasi
7259005536
Balale
Balale
9591987548
Belikeri
Belikeri
9591987550
Basgod
Basgod
9591987553
Dharwad
0836-2447344
0836-2323051
20
08372-
Haveri,
08375249021, 249020
Shirahatti, 08487262289
Byadgi, 08375228278
Haveri
08375-232593
Hanagal
08379-262534
Hirekerur
08376-282343
08378-255631
21
Uttara
Phone Number
Kota
Hubli
Gadag,
253443
Location of RSK
Kota
0836-2447517
19
Hobli
Ankola
Kannada
08382-226367,
VOLUME II – DRAFT AGREEMENT
08388-230336
7259005175
Page 153
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
No
District
227377
Taluka
Bhatkal,
223529
08284-220271
Honnavar
08387-220643
Karwar
08382-225939
Kumta
08386-222121
Phone Number
Mavalli
Mavalli
9591987527
Dandeli
Dandeli
9591987555
Murakwad
Murakwad
9591987560
Sambrani
Sambrani
9591987564
Manki
Manki
9591987568
Mavinakurve
Haladipura
9591987567
Ghadsai
Ghadsai
9591987570
Kinnar
Kinnar
9591987572
Savantwada
Chittakula
9591987573
Gokarna
Gokarna
9591987574
Kujalli
Kujalli
9591987577
Mirjan
Mirjan
9591987582
Mundgod, 08301222186
Pala
Pala
9591987590
Siddapur
Kondli
Kondli
9591987593
Umbalamane
Heroor
9591987592
Banavasi
Banavasi
9591987597
Hulekal
Hulekal
9591987600
Sampakhand
Janmane
9591987602
Joida
Castle Rock
Ramanagar
9591987608
08383-282732
Yellapur, 08419261174
Kumbarwada
Kumbarwada
9591987609
Manchikeri
Manchikeri
9591987613
Athani
Anantpur
Anantpur
7259004371
Kagwad
Kagwad
7259004377
Telsang
Telsang
7259004385
Kittur
Kittur
7259004395
Nesargi
Nesargi
7259004402
Hirebagewadi
Hirebagewadi
7259004415
Kakati
Kakati
7259004425
Uchagaon
Uchagaon
7259004432
Nagaramunoli
Nagaramunoli
7259004447
Nippani
Nippani
7259004451
Sadalaga
Sadalaga
7259004455
Arabhavi
Arabhavi
7259004463
Koujalagi
Koujalagi
7259004483
08389-230105
Sirsi
08384-226292
Belgaum
Location of RSK
08385-
Haliyal
22
Hobli
0831-2407232
08289-251374
Bailhongal
08288-236685
Belgaum
0831-2466645
Chikkodi
08338-272182
Gokak
08332-225184
VOLUME II – DRAFT AGREEMENT
Page 154
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
No
District
Taluka
Hukkeri
08333-265333
Khanapur
08336-222251
Sankeshwar
7259004497
Yamakanamardi
Yamakanamardi
7259004503
Beedi
Beedi
7259004508
Gunji
Gunji
7259004511
7259004514
Kudachi
Kudachi
7259004523
Ramdurga
K.Chandargi
K.Chandargi
7259004532
Katkol
Katkol
7259004535
Mudakavi
Mudakavi
7259004540
Manoli
Manoli
7259004549
Murgod
Murgod
7259004555
Yaragatti
Yaragatti
7259004569
Hoovina Hippargi
7259004760
Kolhar
Hoovina Hippargi
Kolhar
pp283106
Babaleshwar
Babaleshwar
7259004766
Mamadapur
Mamadapur
7259004768
Nagathan
Nagathan
7259004770
Tikota
Tikota
7259004772
Ballolli
Ballolli
7259004774
Chadachan
Chadachan
7259004776
Dhavalgi
Dhavalgi
7259004780
Nalatwad
Nalatwad
7259004781
Talikoti
7259004782
Almel
Talikoti
Almel
pp
Devarahippargi
Devarahippargi
7259004786
Guledagudda
Guledagudda
7259004145
Kerur
Kerur
7259004149
Kulageri
Kulageri Cross
7259004153
Bagalkote
Kaladagi
Kaladagi
7259004161
08354-234624
Bilgi,
08425275330
Sitamani
Rampur
7259004166
Anagawadi
Anagawadi
7259004170
Hungund
Aminagad
Aminagad
7259004181
Ilakal
Ilakal
7259004187
Karadi
Karadi
7259004190
Savalagi
Savalagi
7259004193
B.Bagewadi
08352-250194
08358-244023
Bijapur
08352-250447
Indi
08359-225195
Muddebihal
08356-220079
Sindgi
08488-221122
Bagalkote
Sankeshwar
Jamboti
08330-223419
24
Phone Number
Jamboti
Saundatti
Bijapur
Location of RSK
Raibagh, 08331225301
08335-242881
23
Hobli
Badami
08354-236378
08357-220307
08351-260362
Jamkhandi
VOLUME II – DRAFT AGREEMENT
7259004762
7259004784
Page 155
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
No
25
District
Raichur
Taluka
Phone Number
Teradal
Teradal
7259004199
Lokapur
Lokapur
7259004212
Deodurg
Arkera
Arkera
7259005865
Gabbur
Gabbur
7259005868
Jalahalli
Jalahalli
7259005870
Guragunta
Guragunta
7259005872
Maski
Maski
7259005878
Mudagal
Mudagal
7259005881
Pamankallur
Pamankallur
7259005883
Halapur
Halapur
7259005884
Hire-Kotnakal
Hire-Kotnakal
7259005885
Kallur
Kallur
7259005887
Kavital
Kavital
7259005889
Kurdi
Kurdi
7259005890
Mallet
Mallet
7259005892
Sirwar
Sirwar
7259005895
Chandrabanda
Chandrabanda
7259005897
Deosugar
Deosugar
7259005900
Gillesugar
Gillesugar
7259005901
Kalmala
7259005902
Yeragera
Kalmala
Yeragera
pp
Badarli
Badarli
7259005910
Balaganur
Balaganur
7259005911
Gorebal
Hanchlinal camp
7259005912
Gudadur
Gudadur
7259005913
Gunjalli
Gunjalli
7259005914
Hedaginhal
Hedaginhal
7259005915
Huda
Huda
7259005916
Jalihal
Jalihal
7259005917
Jawalagera
Jawalagera
7259005918
Kunnatgi
Kunnatgi
7259005919
Salgunda
Salgunda
7259005920
Turvihal
7259005922
Walkamdinni
Turvihal
Walkamdinni
pp
Hulihyder
Hulihyder
7259005622
08531-260072
226021
Lingasugur
08537-257290
Manvi
08538-220393
Raichur
08532-231068
Sindhanur
08535-220069
Koppal
Location of RSK
08353-220054
Mudhol, 08350280452
08532-226013
26
Hobli
Gangavathi
VOLUME II – DRAFT AGREEMENT
7259005908
7259005924
Page 156
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
No
District
Taluka
08539-220226
08533-230374
221633
Koppal
08539-222535
Kushtagi
08536-267016
Yelburga
08534-220468
27
Bellary
Bellary
08392-276224
08392-270050
276053
Hadagali
08399-240368
H.B.Halli
08397-238207
Hospet
08394-231509
Kudligi
08391-220233
Sandur
08395-261052
Siriguppa
08396-220704
28
Gulbarga
Afzalpur
08472-220990
VOLUME II – DRAFT AGREEMENT
08470-283029
Hobli
Location of RSK
Phone Number
Kanakagiri
Kanakagiri
7259005628
Karatagi
Karatagi
7259005628
Marali
Marali
7259005630
Nowli
Nowli
7259005632
Siddapur
Siddapur
7259005634
Venkatagiri
Venkatagiri
7259005637
Alawandi
Alawandi
7259005638
Hitnal
Hulagi
7259005644
Irkalgada
Irkalgada
7259005647
Hanamanal
Hanamanal
7259005655
Hanamasagar
Hanamasagar
7259005658
Tavaragera
Tavaragera
7259005669
Hirewankalkunta
Hirewankalkunta
7259005673
Kukanur
Kukanur
7259005674
Mangalore
Mangalore
7259005678
Kolur
Kolur
7259004598
Kurugod
Kurugod
7259004600
Moka
Moka
7259004603
Rupanagudi
Rupanagudi
7259004606
Hirehadagali
Hirehadagali
7259004607
Itagi
Itagi
7259004608
Hampasagar
Hampasagar
7259004614
Kogali
Kogali
7259004615
Thambrahalli
Thambrahalli
7259004616
Kamalapur
Kamalapur
7259004620
Kampli
Kampli
7259004622
Mariyammanahalli
Mariyammanahalli
7259004625
Gudekote
Gudekote
7259004627
Hosahalli
Hosahalli
7259004630
Kottur
Kottur
7259004631
Chornur
Chornur
7259004634
Toranagallu
Toranagallu
7259004638
Hatcholli
Hatcholli
7259004640
Karur
Karur
7259004642
Tekkalakote
Tekkalakote
7259004645
Atnoor
Atnoor
7259005325
Karajagi
Karajagi
7259005329
Page 157
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
No
District
Taluka
Aland
08477-202518
Chincholi
08475-273022
Chitapur
08474-236253
Gulbarga
08472-221216
Jewargi
08442-236053
Sedam
08441-276279
29
Yadgir
Shahapur
08479-243436
Shorapur
08443-256973
Yadgir
08473-252417
30
Bidar
Aurad
VOLUME II – DRAFT AGREEMENT
Hobli
Location of RSK
Phone Number
Khajuri
Khajuri
7259005332
Madan Hipparga
Madan Hipparga
7259005336
Narona
Narona
7259005340
Nimbarga
Nimbarga
7259005341
Ainapur
Chimmanchod
7259005344
Kodli
Kodli
7259005351
Sulepeth
Sulepeth
7259005354
Gundagurthi
Madabal
7259005357
Kalgi
Kalgi
7259005359
Nalwar
Nalwar
7259005362
Shahabad
Shahabad
7259005364
Awarad
Awarad
7259005369
Farahatabad
Farahatabad
7259005373
Kamalapur
Kamalapur
7259005376
Mahagaon
Mahagaon
7259005379
Pattan
Pattan
7259005382
Andola
Andola
7259005385
Ijeri
Ijeri
7259005387
Nelogi
Nelogi
7259005394
Yadrami
Yadrami
7259005398
Adaki
Adaki
7259005400
Kodla
Kodla
7259005319
Mudhol
Mudhol
7259005401
Doranahalli
Doranahalli
9591987626
Gogi
Gogi
9591987629
Hayyal (B)
Hayyal (B)
9591987631
Wadagera
Wadagera
9591987636
Hunasagi
Hunasagi
9591987637
Kakkera
Kakkera
9591987640
Kembhavi
Kembhavi
9591987642
Kodekal
Kodekal
9591987644
Balichakra
Balichakra
9591987650
Gurumitkal
Gurumitkal
9591987652
Hattikuni
Hattikuni
9591987653
Konkal
Konkal
9591987656
Saidapur
Saidapur
9591987659
Chintaki
Chintaki
7259004657
Page 158
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
No
District
Taluka
08482-233138
08485-280075
Basavakalyan
08481-250526
Bhalki
08484-262447
Bidar
08482-227680
Humnabad
08483-270555
1.2.
Hobli
Location of RSK
Phone Number
Dabka (C)
Dabka (C)
7259004659
Kamalnagar
Kamalnagar
7259004661
Santhpur
Santhpur
7259004664
T.Kushnoor
T.Kushnoor
7259004666
Hulsoor
Hulsoor
7259004670
Kohinoor
Kohinoor
7259004674
Manthala
Manthala
7259004675
Mudbi
Mudbi
7259004680
Rajeshwar
Rajeshwar
7259004682
Halbarga
Halbarga
7259004691
K.Chincholi
K.Chincholi
7259004696
Lakhangaon
Lakhangaon
7259004698
Nittur
Nittur
7259004700
Saigaon
Saigaon
7259004703
Bagdal
Bagdal
7259004704
Bidar-N
Bidar
7259004708
Janwada
Janwada
7259004715
Kamthana
Kamthana
7259004718
Manhalli
Manhalli
7259004722
Bemalkhed
Bemalkhed
7259004726
Chitaguppa
Chitaguppa
7259004729
Dubalgundi
Dubalgundi
7259004730
Hallikhed (B)
Hallikhed (B)
7259004733
Nirna
Nirna
7259004655
Kasaba RSKs
There are in all 176 Kasaba RSKs which are located in every taluk. The contact person for Kasaba
RSK would be the Agriculture Office or the Assistant Agriculture Officer, DoA.
Sl.
No
1
District
Kasaba RSK
Address
Phone
Mobile No.
RSK
Bagalkote
Raitha Samparka Kendra, Krishika
Samaja Building, Near APMC Yard,
Muskandi Road, Navnagar,
Bagalkote District.
7259004157
RSK
Badami
Raitha Samparka Kendra, Near
TAPCMS Premises, Badami, Bagalkote
7259004141
Bagalkote
VOLUME II – DRAFT AGREEMENT
No./
Page 159
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl.
No
District
Kasaba RSK
Phone
Mobile No.
Address
No./
District.
RSK
Bilgi
RSK
Mudhol
RSK
Hungund
RSK
Jamkhandi
2
Bangalore(R)
RSK.
Devanahalli
RSK.
Doddaballapu
ra
RSK.
Hosakote
RSK.
Nelamangala
3
Bangalore(U)
RSK
Bangalore
North
RSK
Anekal
RSK
Bangalore East
4
Belgaum
VOLUME II – DRAFT AGREEMENT
Raitha Samparka Kendra, near Taluka
Adalitha Bhavana, Behind ADA office,
Bilgi, Bagalkote District.
Raitha Samparka Kendra, ADA office
premises, Mudhol, Bagalkote District.
Raitha Samparka Kendra, Opp to
court, Bagalkote Road, Hungund,
Bagalkote District.
Raitha Samparka Kendra, ADA office
premises,
Jamkhandi,
Bagalkote
District.
Raitha Samparka Kendra, ADA Office
Building, NH -7, adjacent to Taluka
Panchayath, Opposite to Thasildhar
Office, Devanahalli.
Raitha Samparka Kendra, ADA Office
Compound,
"D"
Cross,
Doddaballapura.
Raitha Samparka Kendra, ADA Office
Premises, Hoskote.
Raitha Samparka Kendra, TAPCMS
Building, Behind Private Bustand,
Nelamangala.
Raita Samparka Kendra, Bangalore
North Taluk , Yashodha Nagara,
(Opp Jakkur Aerodrum), Near GKVK
Hebbal , Bangalore-560064.
Raitha Samparka Kendra, ADA Office
Premises, Maruthi Badavane, Anekal
Taluk,
Raitha Samparka Kendra, ADA Office
Building,Bangalore East Taluk, Bbmp
Building, Krishnarajapuram, Santhe
Mydhana Bangalore-560 036.
7259004176
7259004217
7259004184
7259004193
7259004244
7259004247
7259004262
7259004271
7259004309
7259004115
7259004331
RSK
Kaglipura
Raitha Samparka Kendra,Kanakapura
Main Road, Kaglipura.South Taluk
7259004325
RSK
Belgaum
Raita samparka kendra,
Office Galli, Belgaum
7259004409
RSK
Athani
Raitha Samparka Kendra, Satti Road,
Adjacent to ADA Office, Athani.
Shapur
7259004365
Page 160
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl.
No
District
Kasaba RSK
Address
Phone
Mobile No.
RSK
Bylahongal
Raitha Samparka Kendra, Adjacent to
ADA Office, Bhlahongala
7259004390
RSK
Chikkodi
Raitha Samparka
Market Chikkodi.
7259004440
RSK
Gokak
Raitha Samparka Kendra, ADA Office
Building, Gokak
7259004475
RSK
Hukkeri
Raitha Samparka Kendra, ADA Office
Building, Hukkeri.
7259004490
RSK
Khanapur
Raitha Samparka Kendra, ADA Office
Building Janbodi Cross, Khanapur
7259004518
RSK
Ramdurga
Raitha Samparka Kendra, Sureban at
post, Ramdurga.
7259004545
RSK
Raibagh
Raitha Samparka Kendra,
Office Building, Raibagh
7259004528
RSK
Soundatti
5
6
Bellary
Bidar
VOLUME II – DRAFT AGREEMENT
RSK
Bellary
RSK
Hagaribomma
nahalli
RSK
Hospet
RSK
Hadagali
RSK
Kudligi
RSK
Sandur
RSK
Sirguppa
RSK
Bidar
Kendra,
Near
ADA
Raitha
Samparka
Kendra,
Bylahongala Road, Seed Farm
Premises, Soundatti
Raitha Samparka Kendra, Kasaba,
Taluka Office compound, Bellary
District.
Raita Samparka Kendra, ADA office
Building, Hagaribommanahalli
Raita Samparka Kendra, ADA office
Building, APMC Compound,Hospet
Raita Samparka Kendra, ADA office
Building, Hadagali
Raita Samparka Kendra, ADA office
Building, Kudligi
Raita Samparka Kendra, ADA office
Building, Sandur
Raita Samparka Kendra, Taluka
Office Compound , Siriguppa
Raita Samparka Kendra,
Bidar
(North), Bidar
No./
7259004562
7259004595
7259004611
7259004617
7259004607
7259004633
7259004636
7259004643
7259004708
RSK
Bidar
Raita Samparka Kendra,
Bidar (South), Bidar
7259004712
RSK
Basavakalyan
Raita Samparka Kendra, ADA office
Building, Basavkalyan
7259004670
RSK
Bhalki
Raita Samparka Kendra, ADA office
Building, Bhalki
7259004684
Page 161
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl.
No
7
8
District
Bijapur
Chamrajanagar
Kasaba RSK
Address
Phone
Mobile No.
RSK
Humnabad
Raita Samparka Kendra, ADA office
Building, humnabad
7259004738
RSK
Aurad
Raita Samparka Kendra, ADA office
Building, Aurad
7259004657
RSK
Bijapur
Raitha Samparka kendra, Near
Gagan Mahal, Soil Conservation
Training Centre, Near DC Office,
Bijapur District
7259004764
RSK
Basavana
Bagewadi
Raita Samparka Kendra, ADA office
Building,B. Bagewadi
RSK
Indi
Raita Samparka Kendra, ADA office
Building, Indi
7259004777
RSK
Muddebihal
Raita Samparka Kendra, ADA office
Building, Muddebihal
7259004780
RSK
Sindhagi
Raita Samparka Kendra, ADA office
Building, Sindhagi
7259004788
RSK
Chamrajnagar
RSK
Gundlupet
RSK
Kollegal
RSK
Yelandur
9
Chickballapur
RSK
Chikballapur
RSK
Bagepalli
RSK
Chintamani
RSK
Gudibande
RSK
Gowribidanur
RSK
Shidlaghatta
VOLUME II – DRAFT AGREEMENT
Raitha Samparka kendra, B. Rachaiah
Jodi Road, Behind ADA Office,
Chamrajnagar
Raitha Samparka Kendra, Adjacent to
ADA Office, Next to Taluk Office
Gundlupet, Chamrajnagar.
Raitha Samparka Kendra, Adjacent to
ADA Office, Opposite to Taluk Office,
Kollegal, Chamrajnagar District.
Raitha Samparka Kendra, Balepet,
Next to KEB Office Yelandur,
Chamrajnagar District.
Raitha Samparka Kendra, ADA
OFFICE Premises, Behind AC office,
Chikballapur
Raitha Samparka Kendra, ADA office
premises, Bagepalli
Raitha Samparka Kendra, ADA office
premises, Chintamani
Raitha Samparka Kendra, ADA office
premises, Gudibande
Raitha Samparka Kendra, ADA office
premises, Gowribidnur
Raitha Samparka Kendra, ADA office
premises, Shidlaghatta
No./
7259004759
7259004803
7259004812
7259004818
7259004827
7259004848
7259004837
7259004842
7259004847
7259004855
7259004867
Page 162
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl.
No
10
11
District
Kasaba RSK
Chickmagalur
RSK
Chikmagalur
Chitradurga
Dakshina
Kannada
RSK
Koppa
RSK
Kadur
RSK
Mudigere
Raitha Samparka Kendra, near Taluka
Office, Mudigere, Chikmagalur District
7259004919
RSK
Narasimharaja
pura
Raitha Samparka Kendra, ADA office
Building,
Narasimharajpura,
Chikmagalur District
7259004922
RSK
Shringeri
Raitha Samparka Kendra, ADA office
Building,
Shringeri, Chikmagalur
District
7259004923
RSK
Tarikere
Raitha Samparka Kendra, near Taluka
Office, Tarikere, Chikmagalur District
7259004930
RSK
Chitradurga
Raitha samparka kendra, RNC yard ,
Near APMC, Chitrdurga
7259004959
RSK
Challakere
Raitha Samparka Kendra, ADA Office
Compound, Challakere, Chitradurga
District
7259004948
RSK
Hiriyur
Raitha Samparka Kendra, ADA Office
Compound, Challakere Road, Hiriyur
7259004971
RSK
Hosdurga
Raitha Samparka Kendra, ADA Office
Compound, Hosadurga, Chitradurga
District.
7259004988
RSK
Holalkere
Raitha Samparka Kendra, ADA Office
Compound, Holalkere, Chitradurga.
7259004982
RSK
Mangalore
RSK
Bantwal
RSK
Belthangadi
VOLUME II – DRAFT AGREEMENT
Phone
Mobile No.
Raitha Samparka Kendra, TAPCMS
Building,
Hanumanthappa
Circle,
Chickmagalur-577101
Raitha Samparka Kendra, ADA office
Building, Balagudi, Koppa
Raitha Samparka Kendra, ADA office
Building, Kadur
RSK
Molakalmuru
12
Address
Raitha Samparka Kendra, B.C. Layout,
Molakalmuru, ADA Office Compound,
Chitradurga District.
Raitha Samparka Kendra, Behind
Taluk Panchayat Office, Mangalore
D.K. District.
Raitha Samparka Kendra, ADA Office
Building, Mangalore D.K. District.
Raitha Samparka Kendra, ADA Office
Building, Opposite, Mangalore D.K.
District.
No./
7259004891
7259004913
7259004904
7259004998
7259005023
7259005015
7259005010
Page 163
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl.
No
District
Kasaba RSK
RSK
Puttur
RSK
Sulya
13
14
Davanagere
Dharwad
Gadag
7259005041
7259005077
RSK
Jagalur
Raitha samparka kendra, ADA Office
Building, Jagalur, Davanagere
7259005125
RSK
Harihara
Raitha samparka kendra, ADA Office
Building, Harihara, Davanagere
7259005084
RSK
Chennagiri
Raitha samparka kendra, ADA Office
Building, Channagiri, Davanagere
7259005068
RSK
Honnali
Raitha samparka kendra, ADA Office
Building, Honnali, Davanagere
7259005115
RSK
Harapanahalli
RSK
Dharwad
Raitha samparka kendra, ADA Office
Building, Harapanahalli, Davanagere
Raitha Samparka Kendra, P.B.
Road,Belgaum Road, Dharwad
Raitha Samparka Kendra, APMC
Premises, Amargola, navnagara, hubli,
Dharwad District
7259005102
7259005162
7259005179
RSK
Kalghatgi
Raitha
Samparka
Kendra,
Kalaghatagi, Dharwad District.
7259005193
RSK
Kundagol
Raitha Samparka Kendra, Kundagol
Taluk, Dharwad District.
7259005197
RSK
Navalgund
Raitha Samparka Kendra, Morab
Taluk Navalgund, Dharwad District.
7259005203
RSK
Gadag
Raitha Samparka Kendra, AO Office,
Betageri, APMC Yard, Near SBI Bank,
Gadag District
7259005253
RSK
Mundargi
Raitha Samparka Kendra, Near
APMC, Mundargi, Gadag District
7259005266
RSK
Ron
Raitha Samparka Kendra, ADA Office
Compound, Nargund Taluk, Gadag
District
Raitha
Samparka
Kendra,
Veerabhadreshwara
Temple
Compound, Rona, Gadag District
No./
7259005034
Raitha samparka kendra, APMC Yard,
RMC Road, Davanagere
RSK
Nargund
VOLUME II – DRAFT AGREEMENT
Raitha Samparka Kendra, Kumbara
Co-operative Society Building, Near
A.C. Office, Mangalore D.K. District.
Raitha Samparka Kendra, Kasaba,
Sulya Taluk, Dakshina Kannada
District.
Phone
Mobile No.
RSK
Davangere
RSK
Hubli
15
Address
7259005271
7259005285
Page 164
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl.
No
16
District
Gulbarga
Kasaba RSK
Address
Phone
Mobile No.
RSK
Shirahatti
Raitha Samparka Kendra, ADA Office
Compound, Shirahatti, Gadag District
7259005296
RSK
Gulbarga
Raitha Samparka Kendra, Behind Old
S.B. Office Gulbarga.
7259005374
RSK
Afzalpur
RSK
Aland
RSK
Chincholi
RSK
Chittapur
RSK
Jevargi
Hassan
RSK
Belur
RSK
Chennarayapa
tna
Raitha Samparka Kendra, Jwala Mala
Cable Opposite, Agrahara Street,
Channarayapatna, Hassan District.
RSK
Hassan
RSK
Alur
RSK
Arakalgud
RSK
Arasikere
RSK
Holenarasipur
RSK
Sakaleshpur
VOLUME II – DRAFT AGREEMENT
Raitha Samparka Kendra, ADA Office
Building, Bangalore Road, Jeevargi
Raitha Samparka Kendra, ADA Office
Building,near Taluk Panchayat Offic e,
Main Road, SEDAM
Raitha Samparka Kendra, Santepet,
opp to municipal office, Hassan
District.
Raitha Samparka Kendra, TAPCMS
Ground floor B.G. Road, Alur, Hassan
District.
Raitha Samparka Kendra, DATC Hall,
Fort Road, Arakalgud, Hassan District.
Raitha Samparka Kendra, Railway
Station Road, Arasikere, Hassan
District.
Raitha Samparka Kendra, Temple
Road, Belur, Hassan District.
RSK
Sedanm
17
Raitha Samparka Kendra, ADA Office
compound,near BEO office,
Main
road, Afzalpur
Raitha Samparka Kendra, ADA Office
Building,Darga Road, Aland
Raitha Samparka Kendra, ADA Office
Building, near Seed Farm, Chandapur,
Chncholi
Raitha Samparka Kendra, ADA Office
Building,near Taluk Panchayat Office
Chittapur
Raitha Samparka Kendra, ADA Office
Building Mysore Road, Holenarasipur,
Hassan District.
Raitha Samparka Kendra, ADA Office
Building, B.M. Road, Sakaleshpur,
Hassan District.
No./
7259005321
7259005332
7259005347
7259005356
7259005391
7259005402
7259005455
7259005424
7259005428
7259005435
7259005444
7259005449
7259005465
7259005469
Page 165
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl.
No
18
District
Kasaba RSK
Haveri
RSK
Haveri
RSK
Ranebennur
20
Kolar
RSK
Savanur
Raitha Samparka Kendra, Karadagi
Road, Savanur Taluk, Haveri District.
7259005533
RSK
Madikeri
Raitha Samparka Kendra, New
Extension Road, Race Course Road ,
Madikeri
7259005547
RSK
Somavarpet
Raita Samparka Kendra, ADA Office
Building, Somavarpet, Kodagu District.
7259005557
RSK
Virajpet
Raita Samparka Kendra, ADA Office
Building, Virajpet, Kodagu District
7259005558
RSK
Kolar
Raitha Samparka Kendra, D.C. Office
Hall, Kolar District
Raitha Samparka Kendra, Kasaba,
Vivekanandanagara,
Bangarpet,
Kolar District.
Raitha Samparka Kendra, ADA Office
Building, Behind Taluk Office, Malur,
Kolar District.
Raitha Samparka Kendra, ADA Office
Building, Tyagaraja Colony, Mulbagal,
Kolar District.
Raitha Samparka Kendra, ADA Office
Building, Srinivaspur, Kolar District.
Raitha Samparka Kendra, District
Administrative Building, ADA Office
Compound, Hospet Road, Koppal
District.
RSK
Mulbagal
RSK
Srinivaspur
Koppal
VOLUME II – DRAFT AGREEMENT
7259005504
Raitha Samparka Kendra,
APMC, Byadgi, Haveri District.
RSK
Malur
RSK
Koppal
Near
7259005537
RSK
Byadgi
RSK
Bangarpet
21
7259005523
7259005508
Raitha Samparka Kendra, Near
Shiggoan Bus Stand, Shiggoan, Haveri
District.
Raitha Samparka Kendra, Near Taluk
Panchayat, Hangal Taluk, Haveri
District.
No./
7259005494
Raitha Samparka Kendra, Hirekerur
Taluk, Haveri District.
RSK
Hangal
Kodagu
Raitha Samparka Kendra, Near
Maghavi Petrol Bunk, Behind ADA
Office Haveri District.
Raitha Samparka Kendra, Bambu
Bajar, P.B. Road, Ranebennur Taluk,
Haveri District.
RSK
Hirekerur
RSK
Shiggaon
19
Phone
Mobile No.
Address
7259005486
7259005585
7259005575
7259005591
7259005600
7259005651
Page 166
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl.
No
District
Kasaba RSK
RSK
Mandya
Raith Samparka Kendra, ADA Office
Compound Gangavathi Taluk, Koppal
District.
Raitha Samparka Kendra, ADA Office
Compound, Yelburga, Koppal District.
Raitha Samparka Kendra, ADA Office
Compound, Kushtagi Taluk, Koppal
District.
Raitha Samparka Kendra, Kasaba,
RAPCMS Building, Mandya District.
RSK
K R Pet
Raitha Samparka Kendra, Kasaba,
K.R. Pet, Mandya District.
RSK
Maddur
RSK
Malavalli
RSK
Nagamangala
RSK
Pandavapura
RSK
Srirangapatna
Raitha Samparka Kendra, Kasaba,
Maddur Taluk, Mandya District.
Raitha Samparka Kendra, Kasaba,
Malavalli Taluk, Mandya District.
Raitha Samparka Kendra, Kasaba,
Nagamangala, Mandya District.
Raitha Samparka Kendra, Kasaba,
Pandavapura, Mandya District.
Raitha Samparka Kendra, Kasaba,
Srirangapatna Taluk, Mandya District.
Raitha Samparka Kendra, Palace
Building/Public Office building, Next
to ADA Office Mysore District
RSK
Gangavathi
RSK
Yelburga
RSK
Kushtagi
22
23
Mandya
Mysore
RSK
Mysore
RSK
Heggada
Devana Kote
RSK
Hunsur
RSK
K.R. Nagar
RSK
Nanjangud
RSK
Periyapatna
RSK
T. Narasipura
24
Raichur
VOLUME II – DRAFT AGREEMENT
Address
RSK
Raichur
Raitha Samparka Kendra, ADA Office
Compound, H.D.Kote, Mysore
Raitha Samparka Kendra, ADA Office
Compound, Hunsur, Mysore District
Raitha Samparka Kendra, ADA Office
Compound, K.R. Nagar, Mysore
District.
Raitha Samparka Kendra, ADA Office
Compound, Nanjangud Taluk, Mysore
District.
Raitha Samparka Kendra, ADA Office
Compound, Periyapatna,
Mysore
District.
Raitha Samparka Kendra, ADA Office
Compound, T.Narasipura, Mysore
District.
Raitha Samparka Kendra, Kasaba
Hobli, Near Court Complex, JDA
Office Building, Raichur District.
Phone
Mobile No.
No./
7259005620
7259005680
7259005664
7259005738
7259005705
7259005720
7259005728
7259005748
7259005752
7259005757
7259005810
7259005777
7259005793
7259005798
7259005828
7259005834
7259005846
7259005904
Page 167
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl.
No
District
Kasaba RSK
RSK
Devdurg
RSK
Lingasugur
RSK
Manvi
RSK
Sindanur
25
Ramanagar
RSK
Ramnagra
RSK
Channapatna
RSK
Kanakapura
RSK
Magadi
26
Shimoga
RSK
Shimoga-I
RSK
Shimoga –II
RSK
Bhadravathi
RSK
Hosanagara
RSK
Sagar
RSK
Shikaripur
RSK
Soraba
RSK
Tirthahalli
VOLUME II – DRAFT AGREEMENT
Address
Raitha Samparka Kendra, Near
Gowram Pet I.B, Devadurga, Raichur
District
Raitha Samparka Kendra, Near
Lingasagur Clock block, Lingasaguru,
Raichur District.
Raitha Samparka Kendra, Near APMC
Yard, Manvi, Raichur District
Raitha Samparka Kendra, Opposite
Housing Board Colony, Near Seeds
Corporation,
Sindhanur,
Raichur
District.
Raitha Samparka Kendra, Behind Mini
Vidhana Soudha, Aijuru, Ramanagar
District.
Raitha Samparka Kendra, ADA Office
Building, Near Tahasheeldar Office,
Channapatna Taluk, Ramnagar District.
Raitha Samparka Kendra, ADA Office
Compound, Near Kanaka nagar,
Kanakapura Taluk, Ramnagar District.
Raitha Samparka Kendra, ADA Office
Compound,
Magadi
Taluk,
Ramanagara District.
Raitha Samparka Kendra, O.T.Road,
JDA Compound, Shimoga District
Raitha Samparka Kendra, O.T.Road,
JDA Compound, Shimoga District
Raitha Samparka Kendra, ADA Office
Compound,
Bhadravathi
Taluk,
Shimoga District.
Raitha Samparka Kendra, ADA Office
Compound,
Hosanagara
Taluk,
Shimoga District.
Raitha Samparka Kendra, ADA Office
Compound, Sagar Taluk, Shimoga
District.
Raitha Samparka Kendra, ADA Office
Compound, Shikaripur Taluk, Shimoga
District.
Raitha Samparka Kendra, ADA Office
Compound, Soraba Taluk, Shimoga
District.
Raitha Samparka Kendra, ADA Office
Compound, Tirthahalli Taluk, Shimoga
District.
Phone
Mobile No.
No./
7259005866
7259005875
7259005894
7259005921
7259005952
7259005954
7259005959
7259005939
9591987376
9591987380
9591987320
9591987328
9591987344
9591987357
9591987389
9591987396
Page 168
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl.
No
27
District
Kasaba RSK
Address
Phone
Mobile No.
Tumkur
RSK
Tumkur
Raitha Samparka Kendra, Near Court
Compound, Kasaba Hobli, Tumkur
District.
9591987510
Raitha Samparka Kendra, Kasaba,
Chickanayakanahalli, Tumkur District.
9591987420
RSK
Chikkanayaka
nahalli
RSK
Gubbi
RSK
Koratagere
RSK
Kunigal
RSK
Madhugiri
RSK
Pavagada
28
Udupi
RSK
Sira
RSK
Tiptur
RSK
Turuvekere
RSK
Udupi
RSK
Karkala
RSK
Kundapura
29
Uttarakannada
RSK
Karwar
RSK
Ankola
RSK
Bhatkal
RSK
Siddapur
RSK
Haliyal
RSK
Honnavar
VOLUME II – DRAFT AGREEMENT
Raitha Samparka Kendra, Kasaba,
Gubbi, Tumkur District.
Raitha Samparka Kendra, Kasaba,
Koratagere, Tumkur District.
Raitha Samparka Kendra, Kasaba,
Kunigal, Tumkur District.
Raitha Samparka Kendra, Kasaba,
Madhugiri, Tumkur District.
C/o ADA office, Raitha Samparka
Kendra, Kasaba, Pavagada, Tumkur
District.
Raitha Samparka Kendra, Kasaba,
Sira, Tumkur District.
Raitha Samparka Kendra, Kasaba,
Tiptur, Tumkur District.
Raitha Samparka Kendra, Kasaba,
Turuvekere, Tumkur District.
Raitha Samparka Kendra, Malpe
Beach Road, Udupi District.
Raitha Samparka Kendra, Opposite
Taluk Office, Near ADA Office,
Karkala, Udupi District.
Raitha Samparka Kendra, Opposite
Pravasi Mandira Kundapur Taluk,
Udupi District
Raita Samparka Kendra, Bada, Behind
JDA Office, Karwara, Uttarakannada
District.
Raita Samparka Kendra, ADA Office
Building,
Ankola,
Uttarakannada
District.
Raita Samparka Kendra, Susagadi,
Bhatkal Taluk, Uttara Kannada District.
Raita
Samparka
Kendra,Kondli,
Siddapura, Uttarakannada District.
Raita Samparka Kendra, ADA Office
Building, Haliyal. Uttarakannada
District.
Raita Samparka Kendra, ADA Office
Building, Honnavar, Uttarakannada
No./
9591987438
9591987455
9591987461
9591987469
9591987477
9591987488
9591987496
9591987523
7259005998
7259005975
7259005981
9591987572
9591987545
9591987592
9591987557
9591987567
Page 169
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl.
No
District
Kasaba RSK
Phone
Mobile No.
Address
No./
District.
RSK
Joida
RSK
Kumta
RSK
Mundgod
RSK
Sirsi
RSK
Yellapur
30
1.3.
Yadgir
RSK
Yadgir
RSK
Shahpur
RSK
Surpur
Raita Samparka Kendra, ADA Office
Building,
Joida,
Uttarakannada
District.
Raita Samparka Kendra, ADA Office
Building,
Kumta,
Uttarakannada
District.
Raita Samparka Kendra, ADA Office
Building, Mundagod, Uttarakannada
District.
Raita Samparka Kendra, ADA Office
Building, Sirsi, Uttarakannada District.
Raita Samparka Kendra, ADA Office
Building, Yellapur, Uttarakannada
District.
Raitha Samparka Kendra, ADA
Premises, Yadgir
Raitha Samparka Kendra, ADA
Premises, yadgir Road, Shahpur
Raitha Samparka Kendra, Police
stationr Road, Surpur
9591987611
9591987579
9591987586
9591987605
9591987615
9591987660
9591987633
9591987648
Taluk ADA offices
There are in all 176 Taluk ADA offices and the contact person for Taluk ADA office would be the
Assistant Director, DoA.
Sl. No
Taluk ADA office
Phone No./
Mobile No.
Address
ADA
Bagalkote
ADA
Badami
ADA
Bilgi
ADA
Mudhol
Assistant Director of Agriculture, roop land,
vidyagiri, near vijaya karnataka press, Bagalkote
Assistant Director of Agriculture,Near TAPCMS
Premises, Badami, Bagalkote District
Assistant Director of Agriculture, near Taluka
Adalitha Bhavana, Bilgi, Bagalkote District.
Assistant Director of Agriculture,Mudhol, Bagalkot
District
08354-233724,
7259004130
08357-220307,
7259004132
08425-275330,
7259004133
08350-280452,
7259004135
5.
ADA
Hungund
Assistant Director
Bagalkot District
Hungund,
08351-260362,
7259004137
6.
ADA
Jamkhandi
Assistant Director of Agriculture, Jamkhandi,
Bagalkot District
7.
ADA
Devanahalli
Office of the Assistant Director of Agriculture, NH
-7, adjacent to Taluka Panchayath, Opposite to
08353-220054,
7259004139
7682383/
1.
2.
3.
4.
VOLUME II – DRAFT AGREEMENT
of
Agriculture,
7259004233
Page 170
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl. No
Taluk ADA office
8.
ADA
Doddaballapura
9.
ADA
Hosakote
10.
ADA
Nelamangala
Phone No./
Mobile No.
Address
Thasildhar Office, Devanahalli.
Office of the Assistant Director of Agriculture,
Near DYSP Police Department, "D" Cross,
Doddaballapura.
Office of the Assistant Director of Agriculture,
Sulibele Main Road, Near Channabyregowda
stadium, Hosakote.
Office of the Assistant Director of Agriculture,
Lohith nagar, Nelamangala.
Office of Assistant
Director of Agriculture
Bangalore North Taluk , Yashodha Nagara,
(Opp Jakkur Aerodrum), Near Gkvk Hebbal,
Bangalore-560064.
Office of
Assistant Director Of Agriculture
Saraswati Vidya Mandir School, Maruthi
Badavane, Anekal Taluk,
Office of Assistant Director Of Agriculture
Bangalore
East
Taluk,
Bbmp
Building,
Krishnarajapuram, Santhe Mydhana Bangalore560 036.
Office of Assistant
Director Of Agriculture
Bangalore South Taluk,
S.Kariyappa Road,
Kanakapura Main Road,
Krishi Sankeerna,
Banashankari, Bangalore-70.
7622158/
7259004236
7931235/
7259004238
7722168/
7259004239
080-28461675
11.
ADA
Bangalore North
12.
ADA
Anekal
13.
ADA
Bangalore East
14.
ADA
Bangalore South
15.
ADA
Belgavi
Assistant
Director
of
Kacheri Galli,Shahapur, Belgavi.
Agriculture,
0831-2466645
16.
ADA
Athani
Assistant
Director
Satti Road, Athani
Agriculture,
7259004344
08289-251374
17.
ADA
Bylahongal
Assistant
Director
of
Agriculture,
Main Road, Near BEO office, Bailhongal.
18.
ADA
Chikkodi
Assistant
Director
Indira nagar, Chikkodi.
19.
ADA
Gokak
Assistant
Director
of
Agriculture,
Ashraya Extn, Back side of KPTCL office, Gokak.
20.
ADA
Hukkeri
Assistant
Director
Belgavi Road, Hukkeri.
21.
ADA
Khanapur
Assistant Director
cross,Khanapur.
22.
ADA
Ramdurg
Assistant Director of Agriculture, Bembalagi
Collage Campas, near Court, Ramdurg.
23.
ADA, Raibagh
Assistant
Director
Station Road, Raibag.
VOLUME II – DRAFT AGREEMENT
of
of
of
of
Agriculture,
Agriculture,
Agriculture,
of
Jamboti
Agriculture,
7259004300
080-7859280
7259004302
080-25617587
7259004303
080-26712793
7259004304
7259004346
08288-236685
7259004348
08338-272182
7259004350
08332-225184
7259004352
08333-265333
7259004355
08336-222251
7259004357
08335-242881
7259004359
08331-225301
7259004361
Page 171
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl. No
Taluk ADA office
Address
24.
ADA, Soundatti
Assistant
Director
Darwar Road,Soundatti
25.
ADA. Bellary
Assistant Director of Agriculture, Bellary Taluk,
Bellary District
26.
ADA,
Hagaribommanahalli
Assistant Director of Agriculture, H B halli Taluk,
Bellary District
27.
ADA
Hospet
Assistant Director of Agriculture, Hospet Taluk,
Bellary District
28.
ADA
Hadagali
Assistant Director of Agriculture, Hadagali Taluk,
Bellary District
29.
ADA
Kudligi
Assistant Director of Agriculture, Kudligi Taluk,
Bellary District
30.
ADA
Sandur
Assistant Director of Agriculture, Sandur Taluk,
Bellary District.
31.
ADA
Sirguppa
Assistant Director of Agriculture, Sirguppa Taluk,
Bellary District
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
ADA
Bidar
ADA
Basavakalyan
ADA
Bhalki
ADA
Humnabad
ADA
Aurad
ADA
Bijapur
ADA
Basavana Bagewadi
ADA
Indi
ADA
Muddebihal
ADA
Sindhagi
ADA
Chamarajanagara
ADA
Gundlupet
of
Agriculture,
Assistant Director of Agriculture, Bidar
Assistant Director of Agriculture, B.kalyan District
Bidar
Assistant Director of Agriculture, Bhalki District
Bidar
Assistant Director of Agriculture, Humnabad
District Bidar
Assistant Director of Agriculture, Aurad District
Bidar
Assistant Directorof Agriculture, DC Office
Building, Bijapur
Assistant Directorof Agriculture, Basavana
Bagewadi, Bijapur District.
Assistant Directorof Agriculture, Indi, Bijapur
District.
Assistant Directorof Agriculture,Muncipalti Building
Opposite, Muddebihal, Bijapur District.
Assistant Directorof Agriculture, Almel Road,
Sindhagi, Bijapur District.
Assistant Dircector Agriculture , Chamarajanagar
Assistant Dircector Agriculture, Gundlupet
44.
ADA, Kollegal
Assistant Dircector Agriculture, Kollegal
45.
ADA, Yelandur
Assistant Dircector Agriculture, Yelandur
VOLUME II – DRAFT AGREEMENT
Phone No./
Mobile No.
08330-223419
7259004363
08392-270050,
7259004587
08397-238207,
7259004588
08394-231509,
7259004589
08399-240368,
7259004591
08391-220233,
7259004592
0839-261052,
7259004593
08396-220704,
7259004594
08482-227680
7259004652
08481-250523
7259004653
08484-262447
7259004654
08483-270555
7259004655
08485-280075
7259004656
08352-250194
7259004750
7259004752
7259004754
08356-220079,
7259004756
08488-21122
7259004757
08226-222271
7259004796
08229-222270
7259004798
08224-253130
7259004800
08226-240013
Page 172
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl. No
46.
47.
48.
49.
Taluk ADA office
ADA
Chikkaballapur
ADA
Bagepalli
ADA
Chintamani
ADA
Gudibande
50.
ADA
Gowribidanur
51.
ADA
Shidlaghatta
52.
53.
54.
55.
56.
57.
58.
59.
60.
61.
62.
63.
64.
ADA
Chikmagalur
ADA
Koppa
ADA
Kadur
ADA
Mudigere
ADA
Narasimharajapura
ADA
Shringeri
ADA
Tarikere
ADA
Chitradurga
Address
O/o Assistant Director of Agriculture, Behind
A.C.Office, Chikkaballapura -562101
O/o Assistant Director of Agriculture, Goolur
Road, Bagepalli-561207
O/o Assistant Director of Agriculture,Anjani
Extension, Tankbund Road, Chintamani-563125
O/o Assistant Director of Agriculture, Near I.B.,
Gudibande-561209
O/o Assistant Director of Agriculture,Taluk
Panchayet Office,Compound , Gowribidnur561208
O/o Assistant Director of Agriculture c/o
Anwarsab Building, behind Town Police station,
Sidlaghatta-562105
Assistant Dircector Agriculture, Chikmagalur
Assistant Dircector Agriculture, Koppa
Assistant Dircector Agriculture, Kadur
Assistant Dircector Agriculture, Mudigere
Assistant Dircector Agriculture, Narasimharajapura
Assistant Dircector Agriculture, Shringeri
Assistant Dircector Agriculture, Tarikere
Assistant Director of Agriculture Office,
APMC Yard, Chitrdurga
ADA
Challakere
Assistant Diretor
Chitradurga
ADA
Hiriyur
ADA
Hosdurga
ADA
Holalkere
ADA
Molakalmuru
Assistant Director of Agriculture,
Hiriyur
Chitradurga.
Assistant Director of Agriculture, Hosadurga,
Chitradurga District.
Assistant Director of Agriculture, Holalkere,
Chitradurga District.
Assistant Director of Agriculture, Molakalmuru,
Chitradurga District.
P.W.D.Building,
IInd
Floor,
Opp.Nehru
Maidan,
Mangalore-575001
D.K.District.
B.C.Road,
Bantwal
Taluk,
65.
ADA
Mangalore
66.
ADA
VOLUME II – DRAFT AGREEMENT
of
Agriculture, Challakere,
Phone No./
Mobile No.
7259004802
08156-272307
7259004831
08150-282157
7259004832
08154-251579
7259004833
08156-261331
7259004834
08155-284863
7259004835
08158-256798
7259004836
08262 - 220138
7259004875
08265 - 221217
7259004877
08267 - 221423
7259004878
08263 - 220791
7259004880
08266 - 220269
7259004882
08265 - 250101
7259004884
08261 - 222442
7259004886
958194-222602,
7259004938
9585195250205,
7259004940
08193-227294,
7259004942
958199-230446,
7259004944
958191-275341,
7259004945
958198-229141,
7259004946
0824-2423601
7259005005
08255-233137
Page 173
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl. No
67.
68.
69.
70.
71.
72.
73.
74.
75.
76.
77.
78.
79.
80.
81.
82.
83.
84.
85.
86.
87.
88.
Taluk ADA office
Bantwal
ADA
Belthangadi
ADA
Puttur
ADA
Sulya
ADA
Davanagere
ADA
Jagalur
ADA
Harihara
ADA
Chennagiri
ADA
Honnali
ADA
Harapanahalli
Ada
Dharwad
ADA
Hubli
ADA
Kalghatgi
ADA
Kundgol
ADA
Navalgund
ADA
Gadag
ADA
Mundargi
ADA
Nargund
ADA
Ron
ADA
Shirahatti
ADA
Gulbarga
ADA
Afzalpur
ADA
Aland
VOLUME II – DRAFT AGREEMENT
Address
D.K.District.
Belthangady Taluk, D.K.District.
Darbe, Puttur Taluk, D.K.District.
Raitha Samparka Kendra, Sullia Taluk,
D.K.District.
Assistant Director of Agriculture Office, APMC
yard , Davanagere
Assistant Director of Agriculture Office,Jagaluru,
Davanagere (Dt)
Assistant Director of Agriculture Office,Harihara,
Davanagere (Dt)
Assistant
Director
of
Agriculture
Office,Channnagiri, Davanagere (Dt)
Assistant Director of Agriculture Office,Honnali,
Davanagere (Dt)
Assistant
Director
of
Agriculture
Office,Harapanahalli, Davanagere (Dt)
Assistant Director of Agriculture Belgaum Road,
Gtc Compound, Dharwad.
Assistant Director of Agriculture, Navnagar, Hubli.
Assistant Director of Agriculture, Kalghatagi,
Dharwad District.
Assistant Director of Agriculture, APMR Compound,
Near Railway Station, Kundagol
Assistant
Director
of
Agriculture,
Near
Tahasheeldar Office, Navalgund, Dharwad
District.
Assistant Director of Agriculture, Gadag
Assistant Director of Agriculture, Mundargi
Assistant Director of Agriculture, Nargund
Assistant Director of Agriculture, Ron
Assistant Director of Agriculture, Shirahatti
Assistant Director of Agriculture, Gulbarga
Assistant Director of Agriculture, Afzalpur
Assistant Director of Agriculture, Aland
Phone No./
Mobile No.
7259005006
08256-232092
7259005007
08251-230238
7259005008
08257-230501
7259005009
08192-250084,
7259005051
08196-227152,
7259005053
08192-242170,
7259005055
08189-228260,
7259005057
08188-251387,
7259005059
08398-280435,
7259005061
0836-2447344,
7259005142
0836-2323051,
7259005144
08370-284510,
7259005146
7259005148
08304- 290370
7259005149,
08380-229103
95372-238773
7259005231
95371-282038
7259005233
95377-265181
7259005235
958381-267441
7259005237
958487-242289
7259005239
08472-278650/
7259005306
08470-283029/
7259005309
08477-202518/
7259005311
Page 174
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl. No
89.
90.
Taluk ADA office
ADA
Chincholi
ADA
Chittapur
91.
ADA
Jevargi
92.
ADA
Sedam
93.
ADA
Hassan
94.
95.
96.
97.
98.
99.
100.
101.
102.
103.
104.
105.
106.
107.
108.
109.
110.
ADA
Alur
ADA
Arakalgud
ADA
Arasikere
ADA
Belur
ADA
Chennarayapatna
ADA
Holenarasipur
ADA
Sakaleshpur
ADA
Haveri
ADA
Ranebennur
ADA
Hirekerur
ADA
Savanur
ADA
Shiggaon
ADA
Hangal
ADA
Byadgi
ADA
Madikeri
ADA
Somvarpet
ADA
Virajpet
VOLUME II – DRAFT AGREEMENT
Address
Assistant Director of Agriculture, near Mini
Vidhana Soudha, Chandapur, Chincholi
Assistant Director of Agriculture, near Taluk
Panchayat Office Chittapur
Samad
Patel,
ADA
Assistant Director of Agriculture
Bangalore Road, Jewargi
Assistant Director of Agriculture, near Taluk
Panchayat Offic e, Main Road, Sedam
Assistant
Director
of
Agriculture
Santepet, opp to municipal office, Hassan573201
Assistant Director of Agriculture
Alur-573213
Assistant Director of Agriculture
Arkalgudu- 573102
Assistant Director of Agriculture, Railway Station
Road, Arsikere-573103
Assistant Director of Agriculture
Belur- 573115
Assistant
Director
of
Agriculture
Chennarayapatna, Hassan District-573116
Assistant Director of Agriculture
Holenarasipura- 573211
Assistant Director of Agriculture
Sakaleshpur- 573134
Assistant Director of Agriculture, Haveri
Assistant Director of Agriculture, Ranebennur
Assistant Director of Agriculture, Hirekerur
Assistant Director of Agriculture, Savanur
Assistant Director of Agriculture, Shiggoan
Assistant Director of Agriculture, Hangal
Assistant Director of Agriculture, Byadgi
Assistant Director of Agriculture, New Extension
Road, Race Course Road , Madikeri
Assistant Director of Agriculture, Somwarpet ,
Kodagu District.
Assistant Director of Agriculture, Virajpet, Kodagu
District.
Phone No./
Mobile No.
08475-273022/
7259005313
7259005315/
08474-236253
08442-236053/
7259005317
08441-276279/
7259005319
08172-269288
7259005414
08170-218255
7259005416
08175-220214
7259005417
08174-232782
7259005418
08177-222318
7259005420
08176-252263
7259005421
08175-273231
7259005422
08173-244117
7259005423
7259005478
08375-232593
08373-267557
7259005479
7259005481
08376-282343
08378-241752
7259005482
7259005483
08378-255631
7259005484
08379-262534
7259005485
08375-228278
08272-228672 ,
7259005543
08276-282207 /
7259005544
08247-257759 /
7259005545
Page 175
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl. No
111.
112.
113.
114.
115.
116.
117.
118.
119.
120.
121.
122.
123.
124.
125.
126.
127.
128.
129.
130.
131.
132.
133.
Taluk ADA office
ADA
Kolar
ADA
Bangarpet
ADA
Malur
ADA
Mulbagal
ADA
Srinivaspur
ADA
Koppal
ADA
Gangavathi
ADA
Yelburga
ADA
Kushtagi
ADA
Mandya
ADA
KR Pet
ADA
Maddur
ADA
Malavalli
ADA
Nagamangala
ADA
Pandavapura
ADA
Srirangapatna
ADA
Mysore
ADA
Heggadadevanakote
ADA
Hunsur
ADA
K.R. Nagar
ADA
Nanjangud
ADA
Periyapatna
ADA
T. Narasipura
VOLUME II – DRAFT AGREEMENT
Address
Assistant Director of Agriculture, D.C. Office
Premises, Kolar District
Assistant Director of Agriculture, Veeranna
Complex, Bajar Street, Bangarpet, Kolar District.
Assistant Director of Agriculture, Behind Taluk
Office, Malur Taluk, Kolar District.
Assistant Director of Agriculture, Tyagaraja
Colony, Mulbagal, Kolar District
Assistant Director of Agriculture, Srinivasapur
Taluk, Kolar District.
Assistant
Director
of
Agriculture
Koppal District, Koppal.
Assistant
Director
of
Agriculture
Gangavathi Taluk, Koppal District,
Assistant Director of Agriculture, Yelburga, Koppal
District.
Assistant Director of Agriculture,
Kuhtagi Koppal District.
Assistant
Director
of
Agriculture
Near P.E.S. Law College, Mandya.
Assistant Director of Agriculture K.R.Pete.
Assistant Director of Agriculture BangaloreMysore Main Road, Maddur.
Assistant Director of Agriculture
Malavalli.
Assistant
Director
of
Agriculture
Narasegowda Building, Nagamagala.
Assistant
Director
of
Agriculture
Panadavapura.
Assistant
Director
of
Agriculture
Srirangapatna.
O/o the Assistant Director of Agriculture, Public
Office building, Mysore
O/o the Assistant Director of Agriculture, H.D.Kote
O/o the Assistant Director of Agriculture, Hunsur
O/o the Assistant
K.R.Nagar
O/o the Assistant
Nanjangud
O/o the Assistant
Periyapatna
O/o the Assistant
T.Narasipura
Director
of
Agriculture,
Director
of
Agriculture,
Director
of
Agriculture,
Director
of
Agriculture,
Phone No./
Mobile No.
08152-222048,
7259005570
7259005571
7259005572
7259005573
7259005574
08539-222535
7259005614
08533-230374
7259005616
08534-220468
7259005617
08536-267016
7259005619
08232-224127,
7259005694
08230-262375,
7259005696
08232-232356,
7259005697
08231-242048,
7259005698
08234-286141,
7259005699
08236-255171,
7259005700
08236-252186,
7259005701
0821-2520115
7259005766
08228- 255379
7259005768
08222-252284
7259005770
08223-262249
7259005771
08221-226684
7259005772
08223- 274205
7259005774
08227-261435
7259005775
Page 176
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl. No
134.
135.
136.
137.
138.
139.
140.
141.
142.
143.
144.
145.
146.
147.
148.
149.
150.
151.
152.
153.
154.
155.
156.
Taluk ADA office
ADA
Raichur
ADA
Devdurg
ADA
Lingasugur
ADA
Manvi
ADA
Sindanur
ADA
Ramanagara
ADA
Channapatna
ADA
Kanakapura
ADA
Magadi
ADA
Shimoga
ADA
Bhadravathi
ADA
Hosanagara
ADA
Sagar
ADA
Shikaripur
ADA
Soraba
ADA
Tirthahalli
ADA
Tumkur
ADA
Chikkanayakanahalli
ADA
Gubbi
ADA
Koratagere
ADA
Kunigal
ADA
Madhugiri
ADA
VOLUME II – DRAFT AGREEMENT
Address
Assistant Director of Agriculture, Hyderabad
Road, Raichur
Assistant Director of Agriculture, Devdurga,
Raichur District
Assistant Director of Agriculture, Lingsugur
Assistant Director of Agriculture, Manvi, Raichur
District-584123
Assistant Director of Agriculture, Sindanur, Raichur
District-584128
Office of ADA, Ramanagara Taluk, Ramanagara
Dist.
Office
of
ADA,
Channapattana
Taluk,
Ramanagara Dist.
Office of ADA, Kanakapura Taluk, Ramanagara
Dist.
Office of ADA, Magadi Taluk, Ramanagara Dist.
O/o.Assistant Director of Agriculture, Joint
Director of Agriculture Office Compound,
O.T.Road,Shimoga.-577201
O/o.Assistant Director of Agriculture, Tarikere
Road, Bhadravathi
O/o.Assistant
Director
of
Agriculture,
Marigudda,Hosanagar-577418
O/o.Assistant Director of Agriculture, Gandhi
Nagar, Sagar-577401
O/o.Assistant Director of Agriculture, Shikaripur
O/o.Assistant Director of Agriculture, Soraba577429
O/o.Assistant
Director
of
Agriculture,
Soppugudde, Thirthahalli
Assistant Director of Agriculture, Tumkur
Assistant
Director
Chikkanayakanahalli
of
Agriculture,
Assistant Director of Agriculture, Gubbi
Assistant Director of Agriculture, Koratagere
Assistant Director of Agriculture, Kunigal
Assistant Director of Agriculture, Madhugiri
Assistant Director of Agriculture, Opp to APMC
Phone No./
Mobile No.
08532-231289,
7259005858
08531-260072,
7259005859
08537-257290,
7259005861
08538-220393.
7259005863
08535-220069,
9448454918
7259005930
080-7271293
7259005931
080-7251467
7259005932
080-7522293
7259005934
080-7745376
08182-223536
9591987308
08282-266904
9591987310
08185-221509
9591987312
08123-226198
9591987313
08187-223083
9591987315
08184-272357
9591987317
08181-229225
9591987319
0816-2273159
9591987407
08133-267140
9591987408
08131-222244
9591987410
08138-232133
9591987412
08132-220404
9591987413
08137-282370
9591987414
08136-244379
Page 177
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl. No
157.
158.
159.
160.
161.
162.
163.
164.
165.
166.
167.
168.
169.
170.
171.
172.
173.
174.
175.
176.
1.4.
Taluk ADA office
Pavagada
ADA
Sira
ADA
Tiptur
ADA
Turuvekere
ADA
Udupi
ADA
Karkala
ADA
Kundapura
ADA
Karwar
ADA
Ankola
ADA
Bhatkal
ADA
Siddapur
ADA
Haliyal
ADA
Honnavar
ADA
Joida
ADA
Kumta
ADA
Mundgod
ADA
Sirsi
ADA
Yellapur
ADA
Yadgir
ADA
Shahapur
ADA
Surapur
Address
Yard, Bellary Road, Pavagada
Assistant Director of Agriculture, Sira
Assistant Director of Agriculture, Tiptur
Assistant Director of Agriculture, Turuvekere
O/o Joint Director of Agriculture, Adi Udupi,
Malpe Beach Road, Udupi-576104
O/o Assistant Director of Agriculture, Karkala
O/o Assistant Director of Agriculture, Kundapura
Assistant Director of Agriculture, Second floor,
M G Road, Karwar
Assistant Director of Agriculture, Ankola, NH-17,
Ankola-581314
Assistant Director of Agriculture, Bhatkal,Sagar
Road,Susgadi Bhatkal-581320
Assistant Director of Agriculture, Siddapur,Main
Road, Siddapur-581355
Assistant
Director
of
Agriculture,
Haliyal,Guttigeri,Haliyal-581329
Assistant Director of Agriculture, Honnavar Main
Road, Honnavar-581 334
Assistant Director of Agriculture, Joida ,Opp
KSRTC Bus stand Joida-581186
Assistant Director of Agriculture, Kumta, Hegde
Road, Kumta-581343
Assistant Director of Agriculture, Mundagod,
Bankapur Road, Mundagod-581349
Assistant Director of Agriculture, Sirsi, Near
Raghavendra Math, Sirsi- 581 401
Assistant
Director of Agriculture, Yellapur,
R.B.Main Road, Yellapur-581 359
Assistant Director of Agriculture, Adjacent to
Executive Officer of Taluk Panchayat, Yadgir
Assistant Director of Agriculture, Yadgir Road,
SHAHPUR
Assistant Director of Agriculture, Thasil Road,
SURPUR
Phone No./
Mobile No.
9591987415
08135-275525
9591987416
08134-252969
9591987417
08139-287467
9591987419
0820-2523056,
7259005972
08258-230260,
7259005973
08254-230271,
7259005974
08382 - 225939
9591987529
08388-230336
9591987531
08385-223529
9686114554
08385-230105
9591987533
08284-220271
9591987534
08387-220643
9591987535
08383-282732
9591987537
08386-222121
9591987538
08301-222186
9591987540
08384-226292
9591987542
08419-261174
9591987543
9591987621
9591987623,
08479-243436
9591987625
District JDA offices
VOLUME II – DRAFT AGREEMENT
Page 178
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
There are in all 30 District JDA offices and the contct person for every JDA office is the Joint
Director, DoA.
Sl. No
District JDA office
Contact Person and Address
1.
JDA
Bagalkote
2.
JDA
Bangalore(R)
3.
JDA
Bangalore(U)
Joint Director Agriculture, 3rd floor, Krishi Sankeerna,
Kanakapura Rd, Banashankari, Bangalore
JDA
Belgaum
JDA
Bellary
JDA
Bidar
Joint Director of Agriculture, Office Shivajinagar,
Belgavi.
JDA
Bijapur
Joint Directorof Agriculture, DC Office Building,
Bijapur
4.
5.
6.
7.
8.
9.
10.
JDA
Chamrajanagara
JDA
Chickballapur
JDA
Chickmagalur
JDA
Chitradurga
Joint Director of Agriculture(JDA),
Navanagar,
APMC Cross,Bagalkot Dist. Bagalkot;
Office of the Joint Director of Agriculture, Bangalore
Rural District, Agriculture Complex, Kanakapura
Road, Banashankar, Bangalore 70.
Joint Director of Agriculture, Bellary District
Joint Director of Agriculture, Behind D.C.'s office
Bidar
Joint Director of Agriculture, Chamarajanagar
Joint Director of Agriculture, Chickballapur District
Joint Director of Agriculture Office,: Chikmagalur
12.
JDA
Dakshina Kannada
13.
JDA
Davanagere
Joint Director of Agriculture Office, APMC yard ,
Chitrdurga
P.W.D.Building,
Ist
Floor,
Opp.Nehru
Maidan,
Mangalore-575001
D.K.District.
Joint Director of Agriculture Office, Agriculture Dept
Compound, APMC yard , Davanagere
14.
JDA
Dharwad
Joint Director of Agriculture, DATC/GTC Compound,
Belgaum Road, Dharwad District
11.
15.
16.
17.
18.
19.
20.
JDA
Gadag
JDA
Gulbarga
JDA
Hassan
JDA
Haveri
JDA
Kodagu
JDA
VOLUME II – DRAFT AGREEMENT
Joint Director of Agriculture, Gadag
Joint Director of Agriculture, near Old Hospital , Near
Jagath Circle, Sedam Road, Gulburga
Joint Director of Agriculture, Santepet,opp to
municipal office Hassan
Joint Director of Agiculture, Haveri
Joint Director of Agriculture, Fort Premises, Madikeri
Joint Director of Agriculture, D.C. Office Compound,
Phone No./ Mobile
No.
08354 236378
7259004123
26711594/
26715718
7259004225
080 -26711186,
080 26714134
7259004291
0831-2407232
7259004337
276053-276224,
7259004580
08482-233138
7259004650
08352-250194,
08352-251825,
7259004743
08226-225980
7259004791
08156-263135
7259004828
08262 - 220494
7259004869
08194-222406,
7259004933
0824-2423602
0824-2423604
7259005000
08192-230311,
7259005045
0836-2436518/
2447517,
7259005134
958372-235443
7259005226
08472-278630
7259005301
08172-267158,
7259005409
08375-249021
7259005473
08272-225732,
7259005540
08152-222246
Page 179
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl. No
Contact Person and Address
Kolar
JDA
Koppal
JDA
Mandya
JDA
Mysore
Kolar District.
Joint
Director
of
Agriculture
Koppal District, Koppal.
Joint
Director
of
Agriculture
D.C. Office Building, Mandya.
O/o the Joint Director of Agriculture, Public Office
building, Mysore
JDA
Raichur
Joint Director of Agriculture, Court Road, Near
Basaveshwara Circle, Raichur District-584101
JDA
Ramanagar
JDA
Shimoga
JDA
Tumkur
Office of JDA, Ananda Complex, Near KSRTC Bus
stop. Ramanagara.
28.
JDA
Udupi
O/o Joint Director of Agriculture, Adi Udupi, Malpe
Beach Road, Udupi-576103
29.
JDA
Uttarakannada
Joint Director of Agriculture, First floor, M G Road,
Karwar
30.
JDA
Yadgir
Joint Director of Agriculture , APMC Yard, Staff
Quarters, Basaveshwar gunj, Yadgir
21.
22.
23.
24.
25.
26.
27.
1.5.
District JDA office
Joint Director of Agriculture, O.T.Road, Shimoga
Joint Director of Agriculture Office, Near Chruch
Circle, Tumkur
Phone No./ Mobile
No.
7259005565
08539-220226
7259005610
08232-228808,
7259005688
2442239
7259005761
08532226013/226021,
7259005855
080-7276780
7259005927
08182-222956/
9591987301
0816-2278474
9591987400
0820-2528374,
0820-2536240,
7259005970
08382227377/226367
9591987526
9591987618
08473-252417
Laboratories
DoA has different types of Laboratories located across the State and they serve various specific
purposes such as soil health centers, fertilizer control laboratories, State pesticide testing
laboratories, seed testing laboratories, bio-control laboratories and the rhizobium laboratories.
There are in all 48 Laboratories and the locations of those are given below.
1.6.1
Soil Health Laboratories
There are in all 22 soil health laboratories of DoA and the location details of the same are set out
below.
Sl
No
1
2
3
4
Address
DDA, Soil Health Centre, Sheshadri Rd, Bangalore-560 001.
Agriculture Officer, Soil Health Centre, Sheshadri Rd,Bangalore-560
001.
Agriculture Officer, Soil Health Centre, Near D.C office, Kolar
Agriculture Officer, Soil Health Centre, Near District Court, Tumkur-
VOLUME II – DRAFT AGREEMENT
Contact Numbers
7259004014
7259004088
7259005608
9591987525
Page 180
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl
No
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
Address
Agriculture Officer, Soil Health Centre, Near D.C office, Mandya
Agriculture Officer, Soil Health Centre, Koodige, Kodagu District.
Agriculture Officer, Soil Health Centre, Nanjanagude, Mysore .
Agriculture Officer, Soil Health Centre, Sante pet, Hassana.
Agriculture Officer, Soil Health Center, Old Thirthahalli Rd, Shimoga
Agriculture Officer, Soil Health Centre, Gokak, Belgaum
Agriculture Officer, Soil Health Centre, Kotnur, Gulbarga
Agriculture Officer, Soil Health Centre, Bhalkhi, Bidar district
Agriculture Officer, Soil Health Centre, Joint Director of Agriculture
compound, Chikkamagalore
Agriculture Officer, Soil Health Centre, Jilla Panchayath compound,
Dakshina Kannada District.
Agriculture Officer, Soil Health Centre, Sirsi, Uttara Kannada
Agriculture Officer, Soil Health Centre, RMC Yard, Davangere
Agriculture Officer, Soil Health Centre, APMC Yard, Gadag
Agriculture Officer, Soil Health Centre, Krishi sankirna, Raichur
Agriculture Officer, Soil Health Centre, APMC Yard, Bellary-583 101.
Agriculture Officer, Soil Health Centre, Jamkhandi, Bagalkot district
Agriculture Officer, Soil Health Centre, Near District Agriculture
training centre, Dharwad
Agriculture Officer, Soil Health Centre, Vaddarhatti Camp Road,
Gangavathi, Koppal
Contact Numbers
7259005759
9945642347
7259005854
7259005472
9591987399
7259004578
7259005408
7259004742
7259004932
7259005044
9480076060
7259005133
7259005300
7259005926
7259004649
9611382321
7259005222
7259005685
1.6.2. Fertilizer Control Laboratories
There are in all 7 fertilizer control laboratories of DoA and the location details of the same are set
out below.
Sl. No
Address
1
The Commissionerate of Agriculture
Bangalore - 560 001
Sheshadri Road,
2
DATC Compound, Belgaum Road, Dharwad.
3
4
5
Vaddrahatti, Gangavathi, Koppal District.
Belthangadi, Dakshina Kannada Dist.
Fertilizer Control Laboratory, Belgaum
6
Fertilizer Control Laboratory, Mandya
7
Fertilizer Control Laboratory, Kadajji (Davanagere)
Contact Numbers
080-22274095/ 22211369,
Extn.128, 7259004020
7259005221,
08362446238
08533-270242, 7259005684
08256-232164, 9448631456
0831-2472345, 7259004577
9916220871, 08232 221170,
9880138923,
9611768496, 7259005132
1.6.3. State Pesticide Testing Laboratory
There are in all 6 State pesticide testing laboratories of DoA and the location details of the same
are set out below.
VOLUME II – DRAFT AGREEMENT
Page 181
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl.
No
1
2
3
4
5
6
Address
State Pesticide Testing Laboratory, Commisionerate of
Agriculture Sheshadri road,
Bangalore-560 001
State Pesticide Testing Laboratory, Agri complex, ii nd floor,
Taluk office compound,
Bellary -583101.
State Pesticide Testing Laboratory, Pb road,datc compound,
Dharwad -580 008
State Pesticide Testing Laboratory, Kotnur (d), Gulbarga585102
State Pesticide Testing Laboratory, JDA office building, ot
road Shivmogga -577202
State Pesticide Testing Laboratory, Near Soil Testing
Laboratory Dc office building, Mandya -571 401
Contact Numbers
080-22210094
ext.-140, 7259004025
08392 273662, 9741258220
0836 2448861, 7259005220
08472 270510, 7259005407
08182 271861, 9480540878
08232 220975, 7259005758
1.6.4. Seed testing Laboratories
There are in all 4 seed testing laboratories of DoA and the location details of the same are set out
below.
Sl.
No
1
2
3
4
Address
Seed Testing Laboratory, Bellary road, Hebbal, Bangalore560 024
Seed Testing Laboratory, Pune - Bangalore Road/Belgaum
road, Dharwad
Seed Testing Laboratory, RMC Yard, Davangere
Seed Testing Laboratory, Vaddarahatti camp cross, opp VRL
Office, Gangavathi Taluk, Koppal District
Contact Numbers
080 23410944, 7259004281
0836-2440313, 7259005216
08192-233004, 7259005130
08533-272315, 7259005686
1.6.5. Bio-control Laboratories
There are in all 6 bio-control laboratories in DoA and the location details of the same are set out
below.
Sl.
No
1
2
3
Address
Parasiticide Laboratory, Bailahongala, Belgaum
District-591102
BCL, Rammandir Circle, jeevargi road, near
DATC Office, Kotnur (D), Gulbarga
District - 585102
Parasite Laboratory, next to DC Office, near Sub
Registrar Office, Mandya, Mandya District
VOLUME II – DRAFT AGREEMENT
Contact Numbers
08288-233479/ 7259004576
08472-254333/ 7259005405
08232-238602/ 7259005758
Page 182
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl.
No
4
5
6
Address
571401
Parasite Laboratory, Vaddarahatti Campus,
DATC Building, Gangavathi, Koppal District
583235
Bio Control Laboratory, Kadajji, Davangere
District - 577002
BCL, ADA office Building, Opp to Pepsi factory,
near Agriculture University, Pune - Bangalore
Road, DATC Premises, Dharwad District - 580008
Contact Numbers
08533-271291/ 7259005687
7259005131
0836-2444318/ 7259005219
1.6.6. Rhizobium Laboratories
There are 3 rhizobium laboratories of DoA and the location details of the same are set out below.
Sl.
No
1
2
3
1.6.
Address
Rhizobium Laboratory, Hebbal Agriculture Farm,
Bellary road, Behind KSSCA, Hebbal, Bangalore-560
024
Rhizobium Laboratory, GTC Compound, Belgaum
road, Behind Seed Testing Laboratory, Dharwad580008
Rhizobium Laboratory, Kotnur-D, Gulbarga - 585312
Contact Numbers
7259004285
7259005217
7259005403
DATC
The District Agriculture Training Centres (DATCs) are the offices of the Department of Agriculture
meant for imparting the training to the employees/ officers of the Department of Agriculture.
There are in all 23 DATCs of Department of Agriculture spread across the State. The location
details of the same is set out in the below.
Sl.
No.
1
2
3
4
5
Address
DATC, R.K.Shala,Anekal Taluk, Bangalore Urban
District
DDA,
DATC,
Kagathi,
Chinthamani
Taluk,
Chikkaballapura District
DATC. Chikkanahalli, Sira Taluk, Tumkur District
DATC, V.C.Farm, Mandya District
DATC, Horticulture Farm. Rangasamudra, Bannur
Hobli, T.Narasipura Taluk, Mysore District
VOLUME II – DRAFT AGREEMENT
Contact Number
Ph.78-31910,
M# 7259004335
Ph: 08154-254403,
M# 7259004868
9448449306, Ph.08135-235305
9538110674, Ph.08232-277122
M# 7259005853, Ph.08227270650
Page 183
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl.
No.
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
1.7.
Contact Number
Address
DATC, Kudige. Kodagu District
DATC, Arakalagudu, Hassan District
DATC, Lingadahalli. Chikkamagalore District
DATC, Belthangadi, Dakshina Kannada District
DATC, Babbur, Chithradurga District
DATC, Kadajji, Davanagere District
DATC, Hallikere, Shimoga District
DATC, Kumata, Uttara Kannada District
DATC, Dharwad District
DATC. Devihosur, Haveri District
DATC, Kampli, Hosapet Taluk, Bellary District
DATC, Dhadesugur, Raichur District
DATC, Gangavathi, Koppal District
DATC, Agricultural Research Station Campus,
Hitnahalli Farm, Bijapur District
DATC, Bagalakote District
DATC, Arabhavi, Gokak Taluk, Belgaum District
DATC, Kotnur, Gulbarga District
DATC, Aurad, Bidar District
M# 7259005564, Ph.08276-278246
M# 7259005471, Ph.08175-221345
M# 7259004931, Ph.08261-254822
M# 7259005042, Ph.08256-234057
M# 7259004999, Ph. 958193-269069
M# 7259005129, Ph.08192-292322
M# 9591987398, Ph.08282-240021
M# 9591987617, Ph.08386-222308
M# 7259005215, Ph.0836-24483
M# 7259005538, Ph.08375-293044
M# 7259004647, Ph.08394-204373,
M# 7259005925, Ph.08535-284028
M# 7259005683, Ph.08533-270242
M# 7259004790, Ph.08352-208408
M# 7259004224, Ph.08354-200204
M# 7259004575, Ph.08332-284700
M# 7259005403, Ph.08472-224976
M# 7259004741, Ph.08482-233138
The Commissionerate (Head office)
The Commissionerate, DoA is located in Bangalore which also houses the head office of DoA,
Government of Karnataka. The contact persons at the Commissionerate (Head office) are set out
below.
Contact details
Phone No./
Mobile No.
E-mail ID
Address
Commissionerate
of
Agriculture
Department of Agriculture,
Sheshadri Road, Bangalore-560 001
Contact Persons in Computer Section
Dr. H.K.Shivakumar, Deputy Director
Agriculture
(Training)
Vasundara Devi
N V, AO (RSK)
Hemavathi M.R,A AO (Computer Section)
1.8.
7259004023
7259004079
7259005579
08022219229
[email protected]
[email protected]
The Secretariat
The Secretariat of DoA is located at the M. S. Building, Ambedkar Veedhi Marg, Bangalore.
VOLUME II – DRAFT AGREEMENT
Page 184
SCHEDULE 1A: PROJECT IMPLEMENTATION SCHEDULE
Particular
Task
Responsibility
Time period
Authority and Service
On
Appointed
Provider
Date (AD)
Service Provider
Agreement Signing (after bidding process)
Furnish Performance Security
Constitution of Project Monitoring Unit
(PMU)
Authority
OPERATION AND MAINTENANCE
INSTALLATION
Appointment of Dept. Representative
Project Monitoring Unit
Site Handover to Service Provider for
Installation
Project Monitoring Unit
Submission of Installation Plan, Training
Plan
Service Provider
Approval of Installation Plan and Training
Plan
Project Monitoring Unit
Submission of Implementation Plan
Service Provider
Approval of Implementation Plan
Project Monitoring Unit
Audit on delivery of Project Facilities by
third party or team constituted by DoA
Project Monitoring Unit
Installation of Training Infrastructure by
Service Provider
Service Provider
Installation of project facilities by Service
Provider
Service Provider
Audit on installation of Project Facilities by
third party
Project Monitoring Unit
Obtain Training Infrastructure Installation
Certificate
Service Provider
Obtain Installation Certificate and
Completion Certificate
Service Provider
Scheduled Installation Completion Date (SICD) – 120 Days
Training and Capacity Building to
employees and manpower
Service Provider
Assistance
to
Department’s
Representative
Service Provider
Supply Consumables
Service Provider
Preventive Maintenance
Service Provider
Complaints Redressal
Service Provider
Repairs / Annual Maintenance
Service Provider
Downtime / Penalties
Service Provider
Furnish Reports
Service Provider
Continuous monitoring and aupervision
Project Monitoring Unit
Calculation of Damages for NonPerformance
Project Monitoring Unit
Periodic Payments to be made to
Service Provider
Authority
Day 1 from AD
Day 1 from AD
Day 10 from AD
Day 14 of AD
Day 21from AD
Day 35 from AD
Within day 60
from AD
Within day 81
from AD
Within 120 days
from AD
Within day 150
from AD
Within day 90
days from AD
Within day 150
from AD
Throughout the
Agreement
Period
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SCHEDULE 1B: PROJECT FACILITIES
The Schedule 1B consists of details of the technical specifications of the Project Facilities, the quantity of
Project Facilities.
1B.1.
Technical specifications of Project Facilities
Table 1A: Desktop (PC2 – For locations except RSKs)
Feature
Processor
Specifications
Latest Generation x86 Dual core processor with 3.20 GHz, 3MB cache or higher
Chipset/Mother
OEM mother board supporting above mentioned processor
board
Memory
2*2 GB DDR3 (1333 MHz or higher) & Non ECC Expandable to 8 GB
Hard Disk Drive & 500 GB SATA 3.0-Gb/s Hard Drive, 7200 RPM with pre failure alerts.
Controller
Optical Drive
DVD Writer
Graphics
Intel® HD Graphics or AMD or any equivalent graphics integrated to Processor.
Ethernet
Integrated Gigabit Network Connection 10/100/1000
Bays
4 Bays: 2x 5.25 external, 1 x 3.5 external, 1 x 3.5 internal.
Slots
Minimum 3 PCI Slots :
Ports
(6 USB (4 rear + 2 front) + 2 PS/2 ports) or 8 USB ports (4 rear + 4 front), 1 RJ45, 1 VGA, 1 Audio in/out.
Form Factor
Micro ATX Tower
Power Supply
Minimum 250-watt power supply
Monitor
18.5" LED monitor:
Keyboard
PS/2 or USB 104/107 keys mechanical keyboard
Mouse
PS/2 or USB 2 button optical scroll mouse
Software
Remote diagnostics, Back Up and Recovery software
Nudi 4.0 Kannada Software to be preloaded before delivery
Antivirus
Preloaded with 5 years.
Operating Systems Microsoft Windows 8 Professional preloaded with recovery media.
Preloaded Software Norton or McAfee or eTrust or e-Scan or Fore front or Trend Micro or PC Tool or
Quick heal Antivirus (Latest Version).
Security
1.
Removable
media
boot
control
2.
Serial,
Parallel
&
USB
Interface
Control
3.
Power-On
Password
4. Setup Password
Compliance
& For OEM : ISO 9001 : 2008
Certification
For PC
: Windows8/7/Linux certification,
Energy Star 5.0
For Monitor : TCO 05
Warranty
3 Years Comprehensive on site
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 186
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Table 1B:Desktop (PC1- For RSKs)
Feature
Processor
Specifications
Latest Generation x86 Dual core processor with 3.20 GHz, 3MB cache or higher
Chipset/Mother
OEM mother board supporting above mentioned processor
board
Memory
2*2 GB DDR3 (1333 MHz or higher) & Non ECC Expandable to 8 GB
Hard Disk Drive & 1 TB SATA 3.0-Gb/s Hard Drive, 7200 RPM with pre failure alerts.
Controller
Optical Drive
DVD Writer
Graphics
Intel® HD Graphics or AMD or any equivalent graphics integrated to Processor.
Ethernet
Integrated Gigabit Network Connection 10/100/1000
Bays
Slots
Ports
Form Factor
Power Supply
Monitor
Keyboard
Mouse
Software
Antivirus
Operating Systems
4 Bays: 2x 5.25 external, 1 x 3.5 external, 1 x 3.5 internal.
Minimum 3 PCI Slots :
(6 USB (4 rear + 2 front) + 2 PS/2 ports) or 8 USB ports (4 rear + 4 front), 1 RJ45, 1 VGA, 1 Audio in/out.
Micro ATX Tower
Minimum 250-watt power supply
18.5" LED monitor:
PS/2 or USB 104/107 keys mechanical keyboard
PS/2 or USB 2 button optical scroll mouse
Remote diagnostics, Back Up and Recovery software
Nudi 4.0 Kannada Software to be preloaded before delivery
Preloaded with 5 years.
Microsoft Windows 8 Professional preloaded with recovery media.
Preloaded Software Norton or McAfee or eTrust or e-Scan or Fore front or Trend Micro or PC Tool or
Quick heal Antivirus (Latest Version).
Security
1.
Removable
media
boot
control
2.
Serial,
Parallel
&
USB
Interface
Control
3.
Power-On
Password
4. Setup Password
Compliance
& For OEM : ISO 9001 : 2008
Certification
For PC : Windows8/7/Linux certification ,
Energy Star 5.0
For Monitor : TCO 05
Warranty
3 Years Comprehensive on site
Table 2: Laptop
Items
Processor Family
Minimum technical specification
Latest generation X86 Dual Core Processor or higher, 2.5 GHz or
higher, 3MB cache, 35W or lower, not more than 1 year Old
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 187
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Items
Chipset
HDD
RAM
Operating System
Display
Optical Drive
Speakers
Network Card
Wireless
Bluetooth
I/O Ports
Graphics
Battery
Keyboard and Pointing
Device
Slots
Adapter
Security
Other Software Preloaded
Certifications
Antivirus
Wi-Fi/Wi-max
Warranty
Minimum technical specification
Compatible chipset
500 GB 7200 rpm SMART SATA II or Higher
4GB Memory DDR3 PC3 -10600 SDRAM 1333 MHz with expandability
upto 16GB Maximum
Windows 8.1 64 bit professional down gradaded to Windows 7
Professional with all necessary drivers in cd media
14.0-inch diagonal LED-backlit HD (1366 x 768) with 720p HD
Webcam with dual array microphone
DVD+/-RW SuperMulti drive
High definition audio, stereo speakers, stereo headphone/line out,
stereo microphone in, integrated digital microphone; integrated 720p
webcam
Onboard 10/100/1000
802.11 /b/g/n
Bluetooth 4.0,
one VGA, One Display Port/HDMI, stereo headphone/line out, stereo
microphone in, RJ-45/Ethernet, 2 USB 2.0 and 2 USB 3.0 ports, power
connector,
Integrated HD Graphics
6 Cell Li ion Battery with 4Hrs battery back
Full-sized spill resistant keyboard, Touch Pad
Multi Media card Reader with 4 in one
65 Watts AC Adapter
Finger Print reader
OEM Preloaded Battery Power Management Software ,
EPEAT Gold Certification, Energy Star Compliant,
Latest version with License
Enabled
3 Years Comprehensive on site
Table 3: Rack Server at the Commissionerate (Head office)
Item
Processor
Chipset
Operating System support
Memory
Hard Drive
Optical Device
VOLUME I – INSTRUCTIONS TO BIDDERS
Minimum technical specification
Latest generation X86 processor with minimum 2X6* core, 2.20
Ghz, 12MB cache or higher.
OEM mother board
Microsoft Windows Server, Red Hat Enterprise Linux (RHEL), SUSE
Linux Enterprise
Server (SLES),
Minimum 2 * 8 GB ECC DDR3-1333 RAM, Should have 32 DIMM
slots or higher for future scalability.
2.5" SAS HDD 6*300 Gb 15 K RPM SAS drives, SAS controller
with min 512 MB RAID Cache capable of providing RAID 0,1, 10
and 5 Configurations.
DVD R/W drive
Page 188
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Item
Graphics Card
Network
Minimum technical specification
Integrated Graphics with 64MB SDRAM or higher
Multifunction Gigabit Network Adapter (min. 4 ports), including
support for TOE, failover and load balancing.
I/O Ports
1Serial, 1KBD, 1 Video1 Mouse, at least 2 USB ports, Min. 5
(Five) PCI-e
Slots standard.
Farm Factor
2U Rack Mountable
Software
OEM to provide its own systems management software.
Manageability &
5 Years Warranty
Manageability Features
Should be able to provide management features including remote
power on/off, reset, log recording, and hardware monitoring
functions.
Redundant Fans
Should have Redundant and Hot Pluggable power supplies and
fans
Compliance
ACPI 2.0 Compliant, PCIE 2.0 Compliant, Microsoft® Logo
certifications, USB 2.0 Support.
Warranty
3 Years Comprehensive on site
Any Complaints
Same Business Day- Monday to Saturday (10.00 am to 6.00 pm)
(which includes Onsite Support, Parts & Labour)
*Bidder proposing server with more than 6 cores/processor would be disqualified
Table 4: Rack Server at DATCs
Item
Processor
Operating System support
SAS Controller
Memory
Hard Drive
Optical Device
Minimum technical specification
Latest generation X86 processor with minimum 2X4* core, 3.50
Ghz, 15 MB cache or higher.
Microsoft Windows Server, Red Hat Enterprise Linux (RHEL), SUSE
Linux Enterprise
Server (SLES), Oracle Enterprise Linux (OEL), Vmware, Citrix
XenServer
SAS Controller with min. 512 MB Flash Backed Cache capable of
providing RAID 0,1, 10 and 5 Configurations
2 * 8 GB DDR-3Memory scalable to 192 GB, Advanced ECC
(multi-bit error protection), Mirroring mode, Lockstep mode
2.5" In SAS HDD bays populated with at least 4* 300 Gb in SAS
HDDs
DVD drive
Network
Quad Port Multifunction Gigabit Server Adapters (Embedded or
Slot based) with support for TOE, failover and load balancing.
I/O Ports
USB 2.0 support With at least 4 total ports: (2) ports up front; (2)
ports in back, Two PCI-Express slots,
Form Factor
2URack Mountable
Chassis
Redundant Fans
Redundant Power Supplies
Fully Redundant Hot Plug Fans
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 189
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Compliance
ACPI 2.0 Compliant, PCI 2.2 Compliant, WOL Support,
Microsoft® Logo certifications, USB 2.0 Support
Manageability features
5 years warranty. Should be able to provide management
features including remote power on/off, reset, log recording, and
hardware monitoring functions.
Warranty
3 Years Comprehensive on site
Same Business Day- Monday to Saturday (10.00 am to 6.00 pm)
(which includes Onsite Support, Parts & Labour)
*Bidder proposing server with more than 4 cores/processor would be disqualified
Any Complaints
Table 5: Thermal Receipt Printer
Thermal Printer
Memory flash
2 M Flash or higher
Firmware support which can support UPC-A, UPC-E, Code 39, Code 128, Jan8 and Jan13
Barcode
(EAN), Codabar, PDF417
Connectivity
USB and Serial
Print methods
Direct thermal
Printing of barcodes, text and graphics.
Barcode, Text, Ability to print logo :
Resolution
203 dpi/8 dots per mm
Print Width
80mm
Print speed
230mm/ Sec or higher
Media Sensors
Paper low sensor
Microsoft windows drivers i.e Win 7, Windows Vista 32
Microsoft Windows Drivers
& 64, xp professional, WEPOS, Embeded POSReady
RS 232 Interface
RS 232 connector/ Interface
USB Interface
USB Interface
Warranty
3 Years Comprehensive on site
Table 6: 80 Column DMP Specifications
Item
Print Method
Print Direction
Print Head – Type
Print Width
Print Head Life
Print Speed
Character Pitch (cpi)
High Speed Draft (cps)
Draft (cps)
Letter Quality (cps)
VOLUME I – INSTRUCTIONS TO BIDDERS
Minimum technical specification
Serial Impact Dot Matrix
Bi-directional Logic Seeking
24 Wire
80 Column
200 Million Characters #
12
>300
>270
>90
Page 190
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Item
Dr a ft - ISCII (cps)
LQ - ISCII (cps)
Minimum technical specification
>100
50
Standard
Ports
Warranty
Centronics EEE-P1284A Parallel and USB
RS 23C Serial/USB
3 Years Comprehensive on site
Table 7:136 Column DMP Specifications
Item
Print Method
Print Direction
Print Head – Type
Minimum technical specification
Serial Impact Dot Matrix
Bi-directional logic seeking
24-Wire
Print Width
Print Head Life
Print Speed
Character Pitch (cpi)
136 – Column
200 Million Characters
High Speed Draft (cps)
>360
Draft (cps)
Letter Quality (cps)
>300
>100
Draft - ISCII (cps)
LQ - ISCII (cps)
Standard
250
41
IEEE-P1284A Parallel & USB (Auto interface switching)
Electrical Specifications
Operating Voltage
150-270 V AC
Mains Frequency
Power (Standby)
Environmental - Operating Conditions
Temperature
Relative Humidity
Warranty
12
47 - 63 Hz
12W
5 to 45 C
10% to 80%
3 Years Comprehensive on site
Table 8: Laser Jet-Black
Item
Print speed black (normal, A4)
Print quality black (best)
Print technology
Duty cycle (monthly, A4)
Standard memory
VOLUME I – INSTRUCTIONS TO BIDDERS
Minimum technical specification
33 PPM +/- 3 PPM
Up to 1200 x 1200 dpi (1200 dpi effective output)
Laser
Up to 50000 pages
256 MB
Page 191
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Item
Processor speed
Standard printer languages
Standard paper trays
Maximum paper trays
Paper handling standard/ input
Paper handling standard/output
Duplex print options
Media sizes supported
Custom media sizes
Media types supported
Minimum technical specification
800 MHz
Host-based printing
1
1
250-sheet input tray
150-sheet
Automatic
A4, A5, A6, B5, postcards, envelopes (C5, DL, B5)
Main tray: 147 x 211 to 216 x 356 mm
Paper (laser, plain, photo, rough, vellum), envelopes,
labels, cardstock, transparencies, postcards
Hi speed USB 2.0 port
Yes
Less than 8.5 seconds
3 Years Comprehensive on site
Standard connectivity
Energy Star
First page Out
Warranty
Table 9: Color LaserJet-A4
Item
Minimum technical specification
Print Speed Black
33 PPM +/- 3 PPM
Print Speed Color
33 PPM +/- 3 PPM
Print Technology
Laser
Processor Speed
800 MHZ
Paper Trays
2
Paper Handling-Input
100-sheet multipurpose tray, 500-sheet input tray
Paper Handling-Output
250-sheet top output bin
Media Sizes Supported
A4, A5, B5 (JIS), envelopes (B5, C5, DL)
Connectivity
Standard 1 embedded 10/100/1000 Base-TX Ethernet, USB 2.0
Duplex print options
Automatic (standard)
Standard memory
1 GB
First Page Out
As fast 11 seconds from ready mode
Print Language
PCL 6, PostScript 3, PDF, host based
Duty Cycle
50000 pages per month duty cycle.
Warranty
3 Years Comprehensive on site
Table 10: Ink Jet Printer
Features
VOLUME I – INSTRUCTIONS TO BIDDERS
Minimum technical specification
Page 192
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Features
Print Speed Black
Print Speed Color
No. of Print Cartridges
Paper Handling-Input
Paper Handling-Output
Minimum technical specification
33 PPM +/- 3 PPM
33 PPM +/- 3 PPM
4 Individual high capacity Inks
150-sheet input tray
100-sheet output tray
A3+ (305 x 457 mm), A3 (297 x 420 mm), A4 (210 x 297
mm), A5 (148 x 210 mm), A6 (105 x 148 mm), B4 (250 x 353
mm), B5 (176 x 250 mm), B6 (125 x 176 mm), C4 (229 x 324
mm), C5 (162 x 229 mm), C6 (114 x 162 mm), DL (110 x 220
mm)
Manual
1 USB (compatible with USB 2.0 specifications) port; Ethernet
card
32MB
3 Years Comprehensive on site
Media Sizes Supported
Duplex print options
Connectivity
Standard memory
Warranty
Table 11: Color LaserJet Printer-A3
Features
Print Speed
Print Speed
Print Technology
Processor Speed
Paper Trays
Minimum technical specification
Black Up to 30 PPM
Color Up to 30 PPM
In-line colour laser, direct-to-page printing
800 MHz
3
Input 100-sheet multi-purpose input tray, 250-sheet input
tray,500 sheet input tray
Output 300-sheet top output bin
A3, A4, A5, B4-JIS, B5-JIS
1
high
speed
USB
2.0,1
Gigabit
Ethernet
10/100/1000,IPv6,BiDi
Manual
1 GB
As fast as 10 sec from Ready mode
3 Years Comprehensive on site
Paper HandlingPaper Handling
Media Sizes Supported
Connectivity
Duplex print options
Standard memory
First Page out
Warranty
Table 12: Web Camera with SDK
Item
Minimum technical specification
Resolution
24 bit Colour, Minimum 480 x 640 pixel
Interface to Host
USB/Com Port with 3 mt. Cable
Formats
to
Supported
Light Adjustments
be
BMP, JPG, GIFF
Auto
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 193
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Item
Minimum technical specification
Compatibility Standard
Twain
Frame Rate
30 fps@ QCIFC (176*144)
Software
S/w for Picture capture
Image Sensor
Image Sensor 1/4 " Progressive Scan
Supported
System
Warranty
Operating
Windows XP, Linux, Windows 7 (64 bit)
3 Years Comprehensive on site
Table 13- Copier cum Printer cum Scanner
Item
GENERAL
ARDF Paper capacity
Input/Output paper capacity(max)
Memory
Display panel
Copying speed
Multiple copying
Resolution
Zoom
Copying size
Duplex copying
Copying Technology
Warm up time
First copy time
Reversible Automatic Document feeder with
duplex unit
PRINTER
Print speed
Printer interface
Printer Language
COPY
Resolution
Reduction/Enlargement
Multi copying (MAX.)
Multi copy ( 2in 1, 4in1)
Multi copy (sort)
Copy features
SCANNER
Scanning Resolution
Scanning Format
Scan size
Scan to
TWAIN Complaint
Scanning speed
VOLUME I – INSTRUCTIONS TO BIDDERS
Configuration
35 sheets
250 sheets
128 MB
Touch screen
22 +/- 2 CPM (A4)
Up to 999 copies
600 x 600 Dpi
50-200% or better
A6 –A3
Standard
Laser
20 seconds or better
8 seconds or better
Auto duplex
20 +/- 2 PPM (A4)
Standard USB 2.0,SD Slot
Standard:PCL5e,PCL6 Host based
600 x 600DPI
50-200% or better
Upto 999
Yes
Yes
ID Card copy, Electronic sorting, Image rotation, Series copy,
Combine copy(4in1)
600DPI
TIFF, JPEG, PDF
A3,A4,A5
Email/folder/ USB
Yes
>=50 SPM
Page 194
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
OS Compatibility
Windows 7/8/ vista/Linux
Warranty
3 Years Comprehensive on site
Table 14A 1KVA online UPS with 2 Hours Backup
Sl
No
01
02
03
04
05
06
07
08
09
10
11
12
Items
Specifications
Type
Capacity
Backup time
Input Frequency
Input Voltage
Output Voltage
Output Frequency
Input Power Factor
Output Power Factor
Waveform
Alarm
Technology
13
Computer
interface
14
Battery make
15
Battery Type
Online
1 KVA
2hrs
50 Hz. +/- 5%
160 V – 270 V
230 V +/- 1% V
50 Hz +/- 0.2 Hz.
> 0.9
0.8 lag to unity PF
Pure Sine Wave
On Battery, Low Battery, UPS Over Load
IGBT based PWM technology with isolation
transformer
Software with communication interface for monitoring the
health of the UPS. Automatic shutdown under Windows
2000, Windows 98/XP (Prof) & Diagnostics.
Preferred:
Panasonic/Southern/YUSA/Exide/CSB/Amarraj/Relicell
SMF-VRLA
16
17
18
19
20
21
22
23
24
25
26
27
Battery AH
No.of Batteries
DC voltage (input)
VAH
Over Load Capacity
Inverter Efficiency
Overall Efficiency
Crest Factor
Regulation
Switching Frequency
Warranty
Protection
28
LCD display
29
30
Load Test
THD
VOLUME I – INSTRUCTIONS TO BIDDERS
> 3072 VAH
150% for 1 Minute, 125% for 10 Minutes
90%
85%
3:5:1
+/- 1%
Above 20 KHz
3 years on site comprehensive including batteries
Automatic discharge protection with self test
Features, Over Load, Surge protection, Input fault,
Cold start, Low Battery, Battery over charge
Output short circuit, Charging Current Circuit
Inverter over temperature
Output voltage, Output current, Output frequency,
Input Voltage, Battery Voltage
At 100 % load on Resistive load
< 3% for Linear, < 5% for Non Linear Load
Page 195
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
31
Certification
ISO 9001:2000 & ETDC /CPRI test report
Table 14 B -1KVA online UPS with 6 Hours Backup
Items
Type
Capacity
Backup time
Input Frequency
Input Voltage
Output Voltage
Output Frequency
Input Power Factor
Output Power Factor
Waveform
Alarm
Technology
Computer
interface
Battery make
Battery Type
Battery AH
No.of Batteries
DC voltage (input)
VAH
Over Load Capacity
Inverter Efficiency
Overall Efficiency
Crest Factor
Regulation
Switching Frequency
Warranty
Protection
LCD display
Load Test
THD
Certification
Specifications
Online
1 KVA
6 Hrs
50 Hz. +/- 5%
160 V – 270 V
230 V +/- 1% V
50 Hz +/- 0.2 Hz.
> 0.9
0.8 lag to unity PF
Pure Sine Wave
On Battery, Low Battery, UPS Over Load
IGBT based PWM technology with isolation transformer
Software with communication interface for monitoring the health of
the UPS. Automatic shutdown under Windows 2000, Windows
98/XP (Prof) & Diagnostics.
Preferred: Panasonic/Southern/YUSA/Exide/CSB/Amarraj/Relicell
SMF-VRLA
> 7968 VAH
150% for 1 Minute, 125% for 10 Minutes
90%
85%
3:5:1
+/- 1%
Above 20 KHz
3 years on site comprehensive including batteries
Automatic discharge protection with self test Features, Over
Load, Surge protection, Input fault,
Cold start, Low Battery, Battery over charge
Output short circuit, Charging Current Circuit
Inverter over temperature
Output voltage, Output current, Output frequency, Input
Voltage, Battery Voltage
At 100 % load on Resistive load
< 3% for Linear, < 5% for Non Linear Load
ISO 9001:2000 & ETDC /CPRI test report
Table 15: 2 KVA online UPS with 4 Hours backup
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 196
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Items
Type
Capacity
Backup time
Input Frequency
Input Voltage
Output Voltage
Output Frequency
Input Power Factor
Output Power Factor
Waveform
Alarm
Technology
Computer
interface
Battery make
Battery Type
Battery AH
No.of Batteries
DC voltage (input)
VAH
Over Load Capacity
Inverter Efficiency
Overall Efficiency
Crest Factor
Regulation
Switching Frequency
Warranty
Protection
LCD display
Load Test
THD
Certification
Specifications
Online
2 KVA
4 hrs
50 Hz. +/- 5%
160 V – 270 V
230 V +/- 1% V
50 Hz +/- 0.2 Hz.
> 0.9
0.8 lag to unity PF
Pure Sine Wave
On Battery, Low Battery, UPS Over Load
IGBT based PWM technology with isolation transformer
Software with communication interface for monitoring the health of
the UPS. Automatic shutdown under Windows 2000, Windows
98/XP (Prof) & Diagnostics.
Preferred: Panasonic/Southern/YUSA/Exide/CSB/Amarraj/Relicell
SMF-VRLA
> 12800 VAH
150% for 1 Minute, 125% for 10 Minutes
90%
85%
3:5:1
+/- 1%
Above 20 KHz
3 years on site comprehensive including batteries
Automatic discharge protection with self test Features,
Over Load, Surge protection, Input fault,
Cold start, Low Battery, Battery over charge
Output short circuit, Charging Current Circuit
Inverter over temperature
Output voltage, Output current, Output frequency, Input
Voltage, Battery Voltage
At 100 % load on Resistive load
< 3% for Linear, < 5% for Non Linear Load
ISO 9001:2000 & ETDC /CPRI test report
Table 16: 3 KVA UPS with 4 Hours backup
Items
Type
Capacity
Backup time
Specifications
Online
3 KVA
4 Hour
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 197
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Input Frequency
Input Voltage
Output Voltage
Output Frequency
Input Power Factor
Output Power Factor
Waveform
Alarm
Technology
Computer
interface
Battery make
Battery Type
Battery AH
No.of Batteries
DC voltage (input)
VAH
Over Load Capacity
Inverter Efficiency
Overall Efficiency
Crest Factor
Regulation
Switching Frequency
Warranty
Protection
LCD display
Load Test
THD
Certification
50 Hz. +/- 5%
160 V – 270 V
230 V +/- 1% V
50 Hz +/- 0.2 Hz.
> 0.9
0.8 lag to unity PF
Pure Sine Wave
On Battery, Low Battery, UPS Over Load
IGBT based PWM technology with isolation transformer
Software with communication interface for monitoring the health of
the UPS. Automatic shutdown under Windows 2000, Windows
98/XP (Prof) & Diagnostics.
Preferred: Panasonic/Southern/YUSA/Exide/CSB/Amarraj/Relicell
SMF-VRLA
> 19200 VAH
150% for 1 Minute, 125% for 10 Minutes
90%
85%
3:1
+/- 1%
Above 20 KHz
3 years on site comprehensive including batteries
Automatic discharge protection with self test Features,
Over Load, Surge protection, Input fault,
Cold start, Low Battery, Battery over charge
Output short circuit, Charging Current Circuit
Inverter over temperature
Output voltage, Output current, Output frequency, Input
Voltage, Battery Voltage
At 100 % load on Resistive load
< 3% for Linear, < 5% for Non Linear Load
ISO 9001:2000 & ETDC /CPRI test report
Table 17: 3 KVA UPS with 6 Hours backup
Items
Type
Capacity
Backup time
Input Frequency
Input Voltage
Output Voltage
Output Frequency
Specifications
Online
3 KVA
4 Hour
50 Hz. +/- 5%
160 V – 270 V
230 V +/- 1% V
50 Hz +/- 0.2 Hz.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 198
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Input Power Factor
Output Power Factor
Waveform
Alarm
Technology
Computer
interface
Battery make
Battery Type
Battery AH
No.of Batteries
DC voltage (input)
VAH
Over Load Capacity
Inverter Efficiency
Overall Efficiency
Crest Factor
Regulation
Switching Frequency
Warranty
Protection
LCD display
Load Test
THD
Certification
> 0.9
0.8 lag to unity PF
Pure Sine Wave
On Battery, Low Battery, UPS Over Load
IGBT based PWM technology with isolation transformer
Software with communication interface for monitoring the health
of the UPS. Automatic shutdown under Windows 2000, Windows
98/XP (Prof) & Diagnostics.
Preferred:
Panasonic/Southern/YUSA/Exide/CSB/Amarraj/Relicell
SMF-VRLA
> 22000 VAH
150% for 1 Minute, 125% for 10 Minutes
90%
85%
3:1
+/- 1%
Above 20 KHz
3 years on site comprehensive including batteries
Automatic discharge protection with self test Features,
Over Load, Surge protection, Input fault,
Cold start, Low Battery, Battery over charge
Output short circuit, Charging Current Circuit
Inverter over temperature
Output voltage, Output current, Output frequency, Input
Voltage, Battery Voltage
At 100 % load on Resistive load
< 3% for Linear, < 5% for Non Linear Load
ISO 9001:2000 & ETDC /CPRI test report
Table 18: 10 KVA UPS with 2 hours backup
Items
Type
Capacity
Backup time
Input Frequency
Input Voltage
Output Voltage
Output Frequency
Input Power Factor
Output Power Factor
Waveform
Specifications
Online
10 KVA
2 hrs
50 Hz. +/- 5%
415 V+/- 20%
230 V +/- 1% V
50 Hz +/- 0.2 Hz.
> 0.9
0.8 lag to unity PF
Pure Sine Wave
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 199
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Alarm
Technology
Computer
interface
Battery make
Battery Type
Battery AH
No.of Batteries
DC voltage (input)
VAH
Over Load Capacity
Inverter Efficiency
Overall Efficiency
Crest Factor
Regulation
Switching Frequency
Warranty
Protection
LCD display
Load Test
THD
Certification
On Battery, Low Battery, UPS Over Load
IGBT based PWM technology with isolation
transformer
Software with communication interface for monitoring the health
of the UPS. Automatic shutdown under Windows 2000, Windows
98/XP (Prof)/Windows7 & Diagnostics.
Preferred brands: Southern/Exide/Prime/Racket
Tubular-C10 rating only.
> 32000VAH
150% for 1 Minute, 125% for 10 Minutes
90%
85%
3:5:1
+/- 1%
Above 20 KHz
3 years on site comprehensive including batteries
Automatic discharge protection with self test Features,
Over Load, Surge protection, Input fault,
Cold start, Low Battery, Battery over charge
Output short circuit, Charging Current Circuit
Inverter over temperature
Output voltage, Output current, Output frequency,
Input Voltage, Battery Voltage
At 100 % load on Resistive load
< 3% for Linear, < 5% for Non Linear Load
ISO 9001:2000 & ETDC /CPRI test report
Table 19: 42 U Rack
Minimum technical specification
· 42U 42 " Deep Server Rack Enclosure w/Sides Black
· 80"H x 24"W x 42 "D
· Front Door with toughened safety perforation, rear vented steel door
· Perforated Roof Top Features Four 5.5" x 2" cutouts for cable entry
· Lockable front & Rear doors and side panels
· Floor Type
· Redundant Power Distribution
· With cable manager , power supply, cooling fans and tray to accommodate all the
above servers
Table 20: KVM Switch ( For PMU)
Minimum technical specification
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 200
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
One number of 18 port IP based KVM switch for centralized monitoring of servers along with
8 cables, converter and connectors for server connectivity. 19” TFT-LCD collapsible flat panel
monitor console kit with keyboard and mouse including cables (1U).
1 Local, 2 Remote with necessary user licenses
10/100/1000 Mbps PS2/USB
Other Components/ Services – Minimum technical specifications
1. Router – As per the specifications
2. Connectivity from Taluk/District offices to Karnataka State Data centre
· The applications from DoA Offices to the Data centre should be over KSWAN on VPN over
broad band technology or on MPLS technology as the case maybe.
· In case required, the department may procure standby connectivity and the network
equipment should support auto switchover mode and load sharing mode working.
· At the Agriculture offices, users should not be required to connect a VPN. The (secure) VPN
tunnel should be setup between the router/firewall at the Data centre.
· The configuration of the router shall be done by the KSWAN Network Operator and the
successful should provide complete information about the product coordinate for integration of
the router with KSWAN NMS.
· The day-to-day maintenance of the router is the responsibility of the successful bidder
throughout the period of contract.
· The successful bidder should establish LAN connectivity in the offices and also maintain the
same during the entire period of the contract.
4.
Connectivity from RSK to Karnataka State Data Centre:
The RSKs will be connected to State data centre through VPN over broad band through
KSWAN.
The successful bidder should establish LAN connectivity and also maintain during the entire
period of contract.
4.
Active Directory Service
· Two domain Controller’s Primary & Secondary should be configured with integrated DNS
service for the project
· Additional Domain Controller can be recommended if in case required with proper
justification
· All the end user Devices should get authenticated by Active Directory Server
· End User’s should use domain user login & should not have an access to Local Administrator
account
· Technical Executive & DOA IT authority should be aware of Local Bulletin Account
· Desktop Users should be using Domain users account for accessing any service within the
DOA network
Technical Specifications of the Networking Components
Table 21: Router
(For all Locations except RSKs)
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 201
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Sl. No
1.1
1.1.1
1.1.3
1.2
1.2.1
1.2.2
1.2.4
1.2.5
1.2.6
1.2.7
1.2.8
1.3
1.3.1
1.3.2
1.3.3
1.3.4
1.3.6
1.3.7
1.3.8
1.4
1.4.1
1.4.2
1.4.3
1.4.4
1.4.5
1.4.6
1.4.7
1.4.8
1.5
Router Specifications
Interface Requirements:
2 * V.35 Serial and 2* G.703 (2 Mbps) Interfaces.
4 * Gigabit Interfaces /optic fibre 1000 Mbps(for LAN & Wireless – Inter-VLAN
routing for horizontal interfaces).Combo interface features.
Architecture:
Should have support for Data, Voice & Video services.
Should be chassis based & modular architecture for scalability and should be a
single box configuration for ease of management.
Rack based
Should have IPSEC VPN (3DES/AES) Encryption with Site to Site VPN functionality.
Should have complete Firewall.
Should have enough free slots to accommodate 100 % scalability thereby
accommodating future expansion and growth without replacing the router.
Should have 2Gb RAM & 512MB Flash memory and should be upgradeable.
The chassis should be 19” rack mountable type.
Should be supplied with necessary power cards, data cables, connectors,CD’s,
manuals, bracket accessories, wire managers and other appropriate accessories.
Performance:
Shall support high performance traffic forwarding with con-current features like
Firewall and encryption. Forwarding Capacity shall be a minimum of 170 Kpps
(considering 64byte packet size) and should be scalable.
Shall support variety of interfaces like
V.35 Sync Serial (2 Mbps), G.703
Ethernet Interfaces – 1Gbps.
Shall support DSL connectivity using ADSL, G.SHDSL for Horizontal office
connectivity
Should have other IP Services like GRE tunneling, ACLs, IPSEC VPNs, Firewalling,
NAT services.
Shall support Voice traffic optimization with features like LFI, cRTP
High Availability
Shall support redundant connection to LAN
Shall support Redundant Power supply
Shall support fast reboot for minimum network downtime
Shall support Non-Stop forwarding for fast re-convergence of routing protocols
Shall support boot options like booting from TFTP server, Network node and Flash
Memory
Shall support multiple storage of multiple images and configurations
Shall support link aggregation using LACP as per IEEE 802.3ad
Shall support VRRP or equivalent
Protocol Support
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 202
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
1.5.1
Shall support Routing protocols like IS-IS, RIP ver1 & RIP Ver 2, OSPF ver2, OSPF
on demand, BGP4
1.5.2
Should have Multicast routing protocols IGMPv1, v2 & v3, PIM-SM (RFC2362) and
PIM-DM, Multicast VLAN Registration.
1.5.3
The vendor shall undertake their routers for migration from IPv4 to IPv6 as and
when govt. wants to migrate to new protocol. The vendor shall show that they have
definite plan for migrating their equipments to IPv6 in near future. As and when
IPv6 is introduced in the routers it shall have the following features:
1.5.4
DHCPv6, IPv6 QoS and IPv6 Multicast support, Bi-Directional PIM, Multicast VPN,
RIPng and OSPFv3 for IPv6, IPv6 PIMv2 Sparse Mode and IPv6 PIMv2 SourceSpecific Multicast.
1.5.6
1.5.7
1.5.8
1.5.9
1.5.10
1.5.11
1.5.12
1.6
1.6.1
1.6.2
1.6.3
1.6.4
1.6.5
1.6.6
1.6.7
1.6.8
1.7
1.7.1
1.7.2
1.7.3
1.7.4
1.7.5
1.7.6
1.7.7
MPLS VPN, MPLS mVPN (Multicast VPN), VRF-Aware Services (NAT, FW,
IPsec, Syslog), Carrier Supporting Carrier (CsC), Diffserv Tunnel Modes,
MPLS TE (Fast re-route), Diffserv-Aware TE, Inter-AS VPNs).
Support for Load balancing Protocol.
Support unequal cost link load sharing to better utilize the alternate paths
Support for TCP Acceleration mechanisms to enhance the TCP performance over
the WAN links. The TCP Acceleration mechanisms should be supported over end-toend encrypted tunnels.
Configuration Roll Back to recover the mis-configured router to last good
configuration
QoS Features:
Shall support the following
Classification and Marking: Policy based routing, IP Precedence, DSCP, MPLS exp
bits
Congestion Management: WRED, Priority queuing.
Traffic Conditioning: Committed Access Rate/Rate limiting
Signalling: RSVP
Link efficiency mechanisms: cRTP, LFI, MLPPP. Support for class-based
cRTP and time based policing & queuing.
Per VLAN QoS. Time Based Shaping and Policing for QoS
Security Features:
Should have GRE Tunnelling & NAT Services
Any Office to Any other office, dynamic establishment of VPNs so that the
configuration & management of IPSEC VPNs becomes easier. IPSEC VPNs should
be able to carry data, voice, video
Firewall.
Support for large scale any-to-any IPSEC VPNs without any dependency on tunnel
limitation.
MD-5 route authentication for RIP, OSPF and BGP
Shall support multi-level of access
SNMPv3 authentication, SSHv2
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 203
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
1.7.15
1.7.16
AAA support using Radius.
CHAP authentication for P-to-P links
DoS prevention through TCP Intercept & DDoS protection
IP Access list to limit Telnet and SNMP access to router
Multiple privilege level authentications for console and telnet access through
Local database or through an external AAA Server.
Time based & Dynamic ACLs for controlled forwarding based on time of day for
offices
Should have features to limit the spread of viruses & worms on the desktops /
workstations.
IEEE 802.1x support for MAC address authentication
1.8
1.8.1
1.8.2
1.8.3
Multi-media support:
Shall support Voice capabilities with Voice pass-through
Shall support H.323, SIP
Voice based QoS
1.9
1.9.1
Debug, alarms & Diagnostics:
Support for monitoring of Traffic flows for Network planning and Security purposes
Debugging for all Features.
Display of input and output error statistics on all interfaces
Display of Dynamic ARP table
Display of physical layer line status signals like DCD, DSR, DTR, RTS, CTS
on all serial interfaces
Trace-route, Ping and extended Ping
Should have extensive support for SLA monitoring for metrics like delay, latency,
jitter, packet loss, and MOS
1.7.8
1.7.9
1.7.10
1.7.11
1.7.12
1.7.13
1.7.14
1.9.2
1.9.3
1.9.4
1.9.5
1.9.6
1.9.7
1.10.4
Management
Shall have support for Web / GUI based management, CLI, Telnet and SNMPv3
Shall support Secure Shell for secure connectivity.
Embedded RMON support for four groups – history, statistics, alarms and events
Should have to support Out of band management through Console and an external
modem for remote management.
1.11
1.11.1
IPV6
The product should have IPV6 Gold certified.
1.1 0
1.10.1
1.10.2
1.10.3
Table – 22 port switch (for all locations except RSKs)
L2 Switch Specifications
General Features:
The switch should have minimum 24 x 10/100 Fast Ethernet Ports & 2 Gigabit ports for uplink
purpose
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 204
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Performance
At least 8 Gbps switching fabric
Operating Temperature
00C to 450C
Layer-2 Features:
IEEE 802.1Q VLAN encapsulation. Upto 255 VLANs should be supported. Support for 4000
VLAN IDs.
Support for Automatic Negotiation of Trunking Protocol, to help minimize the configuration &
errors.
Centralized VLAN Management.
Spanning-tree Enhancements for fast convergence
IEEE 802.1d, 802.1s,802.1w.802.3ad
Spanning-tree root guard feature to prevent other edge switches becoming the root bridge.
Local Proxy Address Resolution protocol (ARP) to work in conjunction with Private VLAN Edge
to minimize broadcasts and maximize available bandwidth.
Network Security Features:
IEEE 802.1xto allow dynamic, port-based security, providing user authentication.
Port-based ACLs for Layer 2 interfaces to allow application of security policies on individual
switch ports.
SSHv2 and SNMPv3 to provide network security by encrypting administrator traffic during
Telnet and SNMP sessions.
RADIUS authentication to enable centralized control of the Switch and restrict unauthorized
users from altering the configuration.
MAC address notification to allow administrators to be notified of users added to or removed
from the network.
DHCP snooping to allow administrators to ensure consistent mapping of IP to MAC addresses.
This can be used to prevent attacks that attempt to poison the DHCP binding database, and
to rate-limit the amount of DHCP traffic that enters a switch port.
DHCP Interface Tracker (option 82) feature to augment a host IP address request with the
switch port ID.
Port security to secure the access to an access or trunk port based on MAC address.
Multilevel security on console access to prevent unauthorized users from altering the switch
configuration using local database or through an external AAA server.
Management:
Command line interface (CLI) support for configuration and troubleshooting purpose
Layer 2 trace route to ease troubleshooting by identifying the physical path that a packet
takes from source to destination.
Trivial File transfer protocol (TFTP) to reduce the cost of administering software upgrades by
downloading from a centralized location.
Network Timing Protocol (NTP) to provide an accurate and consistent timestamp to all intranet
switches.
SNMP v1, v2c and v3 and Telnet interface support delivers comprehensive in-band
management, and a CLI-based management console provides detailed out-of-band
management.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 205
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Other
The product should be IPv6 gold certified by the accredited lab of IPv6 forum
The product should be FANLESS design technology compliant to 802.3az
Table 23– 8 port switch (for RSKs)
L2 Switch Specifications
General Features:
The switch should have minimum 8 x 10/100 Fast Ethernet Ports & 1 Gigabit ports for uplink
purpose
Performance
At least 4 Gbps switching fabric
Operating Temperature
00C to 450C
Layer-2 Features:
IEEE 802.1Q VLAN encapsulation. Upto 255 VLANs should be supported. Support for 4000
VLAN IDs.
Support for Automatic Negotiation of Trunking Protocol, to help minimize the configuration &
errors.
Centralized VLAN Management.
Spanning-tree Enhancements for fast convergence
IEEE 802.1d, 802.1s,802.1w.802.3ad
Spanning-tree root guard feature to prevent other edge switches becoming the root bridge.
Local Proxy Address Resolution protocol (ARP) to work in conjunction with Private VLAN Edge
to minimize broadcasts and maximize available bandwidth.
Network Security Features:
IEEE 802.1xto allow dynamic, port-based security, providing user authentication.
Port-based ACLs for Layer 2 interfaces to allow application of security policies on individual
switch ports.
SSHv2 and SNMPv3 to provide network security by encrypting administrator traffic during
Telnet and SNMP sessions.
RADIUS authentication to enable centralized control of the Switch and restrict unauthorized
users from altering the configuration.
MAC address notification to allow administrators to be notified of users added to or removed
from the network.
DHCP snooping to allow administrators to ensure consistent mapping of IP to MAC addresses.
This can be used to prevent attacks that attempt to poison the DHCP binding database, and
to rate-limit the amount of DHCP traffic that enters a switch port.
DHCP Interface Tracker (option 82) feature to augment a host IP address request with the
switch port ID.
Port security to secure the access to an access or trunk port based on MAC address.
Multilevel security on console access to prevent unauthorized users from altering the switch
configuration using local database or through an external AAA server.
Management:
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 206
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Command line interface (CLI) support for configuration and troubleshooting purpose
Layer 2 trace route to ease troubleshooting by identifying the physical path that a packet
takes from source to destination.
Trivial File transfer protocol (TFTP) to reduce the cost of administering software upgrades by
downloading from a centralized location.
Network Timing Protocol (NTP) to provide an accurate and consistent timestamp to all intranet
switches.
SNMP v1, v2c and v3 and Telnet interface support delivers comprehensive in-band
management, and a CLI-based management console provides detailed out-of-band
management.
Other
The product should be IPv6 gold certified by the accredited lab of IPv6 forum
The product should be FANLESS design technology compliant to 802.3az
Table 24: Provision to monitor network and troubleshooting network
Make & Model Offered - (To be filled by the bidder)
Basic Requirements
Enterprise Management System should provide for end to end performance, availability, fault
and event and impact management for all enterprise resources that encompasses the
heterogeneous networks, systems, applications and databases present in the system.
The Service Management solution namely Service desk (incident and problem mgmt), Change,
Asset, Self Service and Service level management should be built on the same platform/code and
leverage the same common, shared configuration database with a unified architecture. The same
platforms should be used across all modules, requiring no complex integrations to leverage the
combined benefits offered by the integrated platform.
The service automation solution should be a unified solution supporting provisioning, configuration
management and compliance assurance across servers, networks and applications and should
support end to end full stack and dynamic server, network and application provisioning.
Solution should provide for future scalability of the whole system without major architectural
changes.
Solution should be open, distributed, and scalable and open to third party integration.
Performance Management
The solution should provide Agent-based or Agent less Monitoring in a single architecture – that
will allow an organization to choose the level of management required and deploys the rightsized solution to meet those requirements.
The agent and agent less monitor should be able to collect event/fault, performance and capacity
data and should not require separate collectors.
The solution should reduce manual customization efforts and should speed-up problem
identification and resolution of the IT performance anomalies with intelligent events.
The solution should accelerate problem isolation through accurate analysis of probable cause
through end-to-end correlation.
The solution should have the capability to identify probable root cause using a variety of filtering
and statistical correlation methods to shift through every metric to determine their relevance to the
issue being researched.
The solution should possess capabilities that deliver self-learning capabilities to virtually eliminate
the ongoing costs of manual threshold, rule, and script maintenance.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 207
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
The solution should be able to generate dynamic performance baselines and continuously update
and refine these normal operational bands by automatically adapting the changes in enterprise
infrastructure.
The solution should have the capability to minimize manual threshold management, by performing
automated dynamic threshold management.
The solution should have predictive analytics and intelligence in-built into it so as to detect any
anomaly before it could potentially hit the threshold thereby giving enough lead time to users to
resolve the issues before the threshold is breached.
The solution should carry out automated probable cause analysis by picking up feeds from every
infrastructure component being monitored and automating the correlation of these alarms/events
to point out the probable cause of an infrastructure error.
Solution should carry out probable cause analysis and scoring to reduce the number of alerts
generated thereby helping operations to identify the root cause without having to write complex
rules for correlation.
Solution should carry out auto-diagnosis on occurrence of an type of event and should provide the
ability to extend this based on users knowledge.
The solution should possess capabilities that deliver self-learning capabilities to virtually eliminate
the ongoing costs of manual threshold, rule, and script maintenance.
The solution should be able to generate dynamic performance baselines and continuously update
and refine these normal operational bands by automatically adapting the changes in enterprise
infrastructure.
The solution should have the capability to minimize manual threshold management, by performing
automated dynamic threshold management.
Should be configurable to suppress events for key systems/devices that are down for routine
maintenance or planned outage.
Should be able to monitor on user-defined thresholds for warning/ critical states and escalate
events to event console of enterprise management system.
Solution should carry out auto-diagnosis on occurrence of a type of event and should provide the
ability to extend this based on users knowledge.
The solution should provide end users with the ability to search for known errors and
knowledgebase.
Solution should be able to score the events and display the highest impacting events in descending
order.
The Solution should offer the ability to monitor such custom/home-grown applications.
The solution should integrate network, server, application and database performance information
and alarms in a single console and provide a unified reporting interface for all network and
system components. The current performance state of the entire network and system infrastructure
shall be visible in an integrated console.
The solution should be extensible enough to support capacity planning and optimization with data
collected through the same performance management agent.
Network Management
The Network Management function must monitor performance across heterogeneous networks from
one end of the enterprise to the other.
It should proactively analyze problems to improve network performance.
The Network Management function should create a graphical display of all discovered resources.
The Network Management function should have extensive reporting facility, providing the ability
to format and present data in a graphical and tabular display
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 208
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Discovery
Discovery solution should do a complete discovery of IT environment across distributed, virtual and
heterogeneous environment and provide a clear and visual mapping of IT infrastructure to
business services.
Should support discovery of Physical, virtual, network, application, storage and mainframe
resources.
Solution should support complete agent-less discovery requiring no software to be installed on
devices to be discovered.
Should Automatically map IT infrastructure to business services.
Should support continuous updates of configuration & dependency data to CMDB
The discovery data should be fully auditable as to where it came from and what was the method
to retrieve that.
Should support troubleshooting and diagnostics for any discovery scan failures.
Presentation
Business owners should be able to graphically view the health of their business services and its
related tickets.
Business owners should have a clear view of the extent of impact to their business and if need be
the reason behind the impact.
The IT organization should be able to view their tickets by business service and impact from the
same solution.
Solution should have the ability to display the events in a table, service, infrastructure, tree views.
It should provide each user the ability to select or view the events as per their convenience.
Should support advanced filtering to eliminate extraneous data / alarms in Web browser and
GUI.
Agents
Should monitor various operating system parameters such as processors, memory, files, processes,
file systems etc. where applicable using agents on the servers to be monitored.
The agent should support execution of remote commands/scripts for troubleshooting and
diagnostics purposes.
Provide performance threshold configuration for all the agents to be done from a central GUI
based console that provide a common look and feel across various platforms in the enterprise.
These agents could then dynamically reconfigure them to use these threshold profiles they receive.
IT Service Management
The Solution displays the complete ITIL process flow for Incident, problem, Change and release
Management.
The solution should have Service Management Process Model in built based on ITIL v3 best
practices.
At each stage in the cycle of the incident, the system should prompt users on the status and the
missing information that is required to complete the flow.
In case any process step is missed, the system prompts users to complete that step before they
move to the next step.
Solution should support reporting on the process flow to allow management to understand how
organization is performing in terms of process adherence.
Solution should support multi-tenancy with complete data isolation as well as with ability for
analysts based on access rights to view data for one, two or more organizational units.
Solution should provide L1 engineer an ability to see the list of assets used by the end user. This
list should be displayed within the ticket (incident, change, problem etc).
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 209
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Should provide relationship viewer to L1 from within the ticket. The relationship viewer should
display the dependencies and impact relationships to other assets and users.
Solution should automatically provide solutions from the knowledge base to L1
L1 should be able to view detailed configuration of a selected asset (Eg - amount of CPU, RAM,
Disk Space, IP address, software installed, software used etc). Should be possible to do this from
within the ticket.
The solution should be bundled with a tool that will allow administrators to customize the GUI using
a point-and-click interface to add and change forms, objects, and fields in forms.
Workflow must be able to perform notification via email, pager, SMS and the have provision to
interface with other communication modes. The solution should provision the administrator to create
new or modify existing workflow by using actions like set fields, push fields, SQL query etc.
Provide the ability to develop workflow for data level operations like record create, update,
modify and delete operation. Same workflow could be executed for both Window and Web
client.
Provide option for approval engine so that any customized applications developed could
incorporate the hierarchy, role based, level based ad-hoc approval structure. Include notification
and escalation capability if approval is not performed.
The solution should provide the functionality of executing searches to the entire database. It should
be possible to provide query criteria using AND, OR conditions. This allows the users to create and
view workflows/reports based on their needs rather than using only the set of workflows/reports
provided out of the box.
Incident/Problem Management
Flexibility of logging incidents via various means - web interface, client interface, phone, auto
integration with EMS tools.
Service Desk solution should allow detailed multiple levels/tiers of categorization on the type of
incident being logged.
Service Desk solution should provide classification to differentiate the criticality of the security
incident via the priority levels, severity levels and impact levels.
It should allow SLA to be associated with a ticket based on priority, severity, incident type,
requestor, asset, location or group individually as well as collectively.
Solution should support fast service restoration leveraging previous incident data.
It should be possible for L1 to view the 'Health of a selected asset' from within the ticket.
The health view should be consistent across platform (Windows & flavours of UNIX).
Should support automatic assignment of ticket to the right skilled resource based on business
priority Ex - Database crash issue need not be assigned to an L3 DBA unless the business service is
completely down.
Asset causing the business failure and business service that has failed should be automatically
related to the ticket.
It should be possible to architect a decentralized service operations (across OS, database and
application versions).
Should be able to implement a Follow the sun support.
Should be able to consolidated view/reports across locations while maintaining localized
views/reports.
For integrations with other EMS/NMS tools, various options for integration should be provided APIs, web services, SDKs.
It should have an updateable knowledge base for technical analysis and further help end-users to
search solutions for previously solved issues. Should support full text search capabilities.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 210
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Change Management
Should support Change Impact and change collision detection based on affected CIs from CMDB.
Solution should provide for Change Calendar with periodical views.
Should support self service change request and fulfillment with standard change requests via
service catalog.
Should support Incident & problem driven change-release-deployment activities. End to End
Release Management workflows should be supported with in-built rollback capabilities.
Should support unified change and release tools (planning, risk assessment, scheduling, and
execution tools) for complete enterprise across virtual & physical environments, applications, etc.
Asset Management
Should manage complete lifecycle starting with the initiation of the procurement through to retiring
and (if applicable) harvesting unused software.
Should be integrated with Service Desk for maintenance and support of assets.
Should be integrated with Change Management for deployment, changes.
Use the same data model and normalization, federation capabilities of CMDB to manage asset
data ensuring data standardization across enterprise.
Should support IT Business Management data and metrics to manage asset lifecycle TCO from
acquisition to support to retirement.
Should support Integration with supplier, contract, e-procurement data.
Configuration Management
The Configuration Management Database should support multiple datasets with federation and
reconciliation facilities so as to get data from various discovery tools and also through manual
import process.
The Configuration Management should support Definitive Software and Media Library with
content updates on a periodic basis.
Normalization of data should be possible along complete definitive media library – software,
hardware with standardization on attributes.
Reconciliation of data should be possible with multiple data providers based on common
attributes and ability to define precedence rules on attributes.
Federation of external data sources should be possible with ability to store common attributes
inside CMDB and getting other attributes from external data sources in real time.
Should provide best in class integration capabilities with CMDBf compliant APIs.
Should Provide a single shared view of services supporting Service Design, Transition and
Operations stages of the lifecycle.
Should Provide a Service catalog so as to establish a framework for Service definitions based on
IT and business alignment.
Should Provide Service blueprints to describe functional and deployment models for the Service
definitions.
Should automatically create Service models to describe how IT infrastructure supports business
services.
Manage services consistently across heterogeneous data center and cloud environments.
Service Level Management
Solution should support comprehensive SLA management platform that cuts across Infrastructure
Management and Service Management. For e.g. monitors and reports across different KPIs like
infrastructure (CPU utilization, disk space), response times , resolution times (eg. incident closed on
2 hours) performance and custom parameters of an enterprise.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 211
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Have a consolidated, automated graphical report for SLA compliance with ability to drill down to
reason for non-compliance".
Manage service levels for delivery and support of business services.
Fast, repeatable process for defining and capturing service level measurements.
Real-time visualization of service level targets, agreement compliance data, penalties and
rewards.
Deliver service level information and alerts directly to IT Operations and Service Support consoles.
Should support compliance and cost trending to assist in identifying areas for process and
operational improvements.
Service Request Management
Should support single service catalog for requestable services, spanning both IT and non-IT
domains.
Should provide for Service Requests Workflows and Fulfilment definitions for commonly used
IT/non-IT services.
Catalog based on User profile.
Various types of Customer profiles are supported, for ex: Gold, Platinum, Silver.
Integrates with any underlying service management for request fulfilment.
Ability to load dynamic information based on the field chosen.
Ability to position both Custom-made and Standard Requests
Should send notifications to Customers based on the status.
Should have the ability to extend and create new service request.
Should have predefined catalogues that cover specific use cases.
Should be completely web based and should be accessible from an unified portal.
The services should be integrated to SLAs and should be auto measured for adherence.
Reporting
Should provide for OOB Reports for Service Support and Service Delivery processes through a
unified portal
Should have ability to have a consolidated view of data collected from different types of
operations (Eg - SLA compliance for a selected business service, it's dependent SLAs, OLA and
UPCs, it's changes by priority, open incidents by priority and status, it's assets and individual asset
compliance, patches installed and compliance to patches etc) and displayed in a universal portal.
Provide users (based on role) to drill down to specific report/data on a need basis.
Provide detailed reports on a specific area as per the need of the user.
Provide ability to set thresholds on reports values and take automated actions (Eg - at any point
of time not more that 10 critical incidents should not be in open status for billing service, if it does
send an email report to billing service owner and SLA manager. If consolidated availability of
billing service is < 98% for more than 30mts, send an email to SLA manager."
Ability to create custom KPI metrics and scorecard/compliance reports that are updated
automatically.
Single dashboard provides the as-is scenario by consolidating the data across the organization.
Should automatically compute and apply the math as per the business service.
Should support and Correlate KPIs from multiple disciplines.
Should support top down dashboards with drill down capabilities into detailed information.
Should be extensible enough to leverage external data and metrics.
Should support multiple views with flexible pod-like structure along with role based access.
Server Automation
Should support all major OS and virtualization platforms.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 212
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Should Support comprehensive and configuration-level roll-back for changes.
Automated provisioning for physical, virtual, and cloud-based environments.
Policy-based, Cross-Platform patch support across Windows, Linux, and Unix.
Support compliance Policies for regulatory and security standards with integrated exception
documentation.
Support Granular and environment-aware configuration policies and deployment.
Automated packaging, promotion, and deployment of applications.
Should support cross-platform and reusable packaging with built-in rollback support.
Should maintain complete configuration for all managed servers at completely granular level
ensuring any minor change is also tracked and reported on.
Should support Configuration-level Control of Tasks, Objects, and Policies.
Should have ability to monitor the parameters in real time and confirm compliance to security
policies.
Closed loop change Management workflows that monitor and track these compliance changes.
Should have audit capabilities that compare the server status to policies defined in real time.
Network Automation
The solution should be able to support configuration management across the network
infrastructure, including routers, switches, firewalls, load balancers, wireless access points, and
other network devices.
The solution should be able to instantly provide the who, what, where, and when of planned,
unplanned, and unauthorized network changes.
The solution should be able to audit and enforce configuration standards, such as those around
security, performance, and routing which would help in proactively assessing the impact of change
and also quickly recover from problematic changes".
The solution should be able to dynamically create scripts to allow for changes to be pushed into
the device without having to reboot the device (i.e., non-disruptive rollback).
The solution should be able to provide the mechanism to push access control lists (ACLs) into a
device without exposing the device to potential security vulnerabilities".
Should support Standard Authentication Methods, Role Based Access Control (RBAC), Realms and
Groups, Sensitive Data Masking, Telnet SSH proxy.
The solution should support an extensible, automated import feature to collect device information
from third party discovery engines and other sources.
Workflow Automation
Tools should support workflows for leading 3rd party vendors including virtualization and storage
vendors.
The tool should be shipped with standard pre-built workflows, templates etc.
Tool should support process abstraction/ Workflow Reuse.
The tool should extensively support Data Abstraction.
Platform and process upgrades should not require extensive workflow updates.
Workflow execution should have both automatic and semi-automatic modes of execution.
Tool should provide a scalable architecture that enables efficient execution of large numbers of
concurrent processes.
The tool should support a flexible architecture that seamlessly incorporates high availability at a
work-flow level.
Batch Job and Workload Automation
Solution should allow for batch discovery to ensure the CMDB contains up to date Batch Service
data.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 213
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Should provide both Agent-based & Agent-less scheduling of batch jobs on all platforms.
Solution should have a single Entry point to schedule, monitor and manage batch jobs across
Distributed environments.
Solution should provide a centralized GUI to view colour oriented job status, check logs and view
output for last 5 or more days.
Solution should provide user ability to map the key business impacting jobs into a service and
enables the Service Monitoring to integrate into Service Desk and Service Impact Management for
any failure or delays.
Solution should have the ability to forecast the schedule for a future date and simulate the flow of
jobs in terms to the estimated start and end times of jobs and business services with option to add
what-if scenarios for better simulation.
Solution should have an ability to execute SAP R/3 Programs, BW Programs, Data Archiving
Programs & Business Objects reports and provides specific interface for it as well as ability to
integrate with Oracle, MS SQL & DB2 database to schedule and run the SQL scripts, open
queries, Stored procedures and SSIS packages and provides out-of-box interface for it and not
through wrapper scripts.
Solution should have ability to schedule; trigger and monitor file transfers across the enterprise
using sftp, ftp, compression, encryption, decompression and decryption, restart from point of
failure and provides out of box interface for it.
Should support workload management by defining policies for efficient job submission to servers
based upon the CPU, Memory usage and time periods.
Solution should also Self Service functionalities to Business users and presents a view of the
workload services relevant to them so that they can submit service request through a service
catalog.
Table 25: Specification for Computer Table :
Dimension : 2 x 4 x 2.5 (feet)
Wood : Prelaminated Particle Board with termite resistant polish (Sturdy and durable)
Features : Sufficient racks to keep the UPS, Keyboard, Mouse.
Drawer for keeping file and Documents , separate cabin for the CPU
Wire manager on the top surface of the table.
Table 26: Specification for Computer Revolving Chair
BASE : 640mm Nylon base glass filled Nylon castors with embedded Metal Rings and Ribs.
STEM : 125mm Stroke Gas Operated
TILTING MECHANISM : Push back mechanism with 2 point locking facility
ARMS : Plastic molded arms
SEAT : Made of 12mm layered multi waterfall curvature in the front with 65 density molded foam for
seat.BACK : Flexible double Layered multi curvature to ensure back is supported at maximum points
with lumber height adjustment for 70mm with 32 density cushion at back (medium back)
CHAIR HEIGHT MAX
:1050mm
CHAIR WIDTH
:540mm
SEAT HEIGHT MIN
:450mm
SEAT WIDTH
:450mm
SEAT DEPTH
:460mm
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 214
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Table 27
Help Desk : The Service provider has to provide a Centralized help desk for technical and functional
support so as to respond to queries and solve issues of the users. The Helpdesk should be accessible
through communication channels viz, toll free telephone and email. It should be able to respond to the
queries/problems in the time limits.
Online Helpdesk system has to be deployed by the service provider at Head Office, Department of
Agriculture, Bangalore and should be used for management and support activity. For the management
of helpdesk the service provider has to deploy three man power(Operators) from 8am to 8pm to sort
out the issues raised by the users.
As part of the NMS system or separately, a comprehensive Helpdesk Management System shall be
provided by the Service Provider so as to enable the support staff to provide reliable infrastructure
support services to the various DoA offices. In all Helpdesk management comprises of Helpdesk tool,
policies, and Helpdesk personnel along with supporting people.
The key features of the Helpdesk systems shall be:
1. Recording of all service calls and Incidents
2. Service level management
3. Problem management
4. Change management
5. Configuration management with CMDB
The helpdesk software should be able to generate a ticket number for registering a problem and
designated authority from DOA would be given access to such software so as to monitor the SLAs etc.
The helpdesk software needs to provide enough scope to integrate it with the other helpdesk Software
used by the external operators for tracking of the issue and SLA monitoring.
Note:
·
·
·
1B.2.
All equipments supplied shall have a comprehensive onsite warranty for 3 years
All equipments supplied as per Annexure should not be end of life for next five years from the
date of supply of the equipments.
All the equipments supplied as per Annexure should not have been manufactured 6 months
before the date of supply.
Quantity of Project Facilities per Department of Agriculture Office
The tentative quantities of Project Facilities referred to in the table below are per office numbers and
are indicative in nature.
Name of Department
of Agriculture Offices
No. of Offices
Server
PC1
PC2
Laptop
RSKs
571
Taluk
ADA
offices
176
District
JDA
office
30
3
1
5
1
Labs
DATC
48
23
1*
2
5
1
The
Commissioner
ate
1
PMU
1
5
The
Secretaria
t
1
1.5
VOLUME I – INSTRUCTIONS TO BIDDERS
50
12
5
Page 215
5
1
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Name of Department
of Agriculture Offices
80 Col
136 Col
Thermal printer
1 KVA UPS
with 1 hour
backup
2 KVA with 6
hours backup
3 KVA with 4
hours backup
3 KVA with 6
UPS hours backup
10 KVA with
2 hours
DMP
1KVA online
UPS with 6
hours backup
A3+Size color Inkjet
Printer
A3 Size color laser
Printer
Color laser jet
Laser jet black
Copier cum printer
cum scanner
Web Camera
LAN
KSWAN
Modu
Tables
lar
Furnit
Chairs
ure
RSKs
Taluk
ADA
offices
District
JDA
office
Labs
DATC
1
2
1
1
1
The
Commissioner
ate
1
PMU
The
Secretaria
t
1
1
1
5
1
1
1
1
5
2
1
1
1
1
12
10
1
1*
1.5
Y
Y
2
1
Y
Y
3
1
Y
Y
5
1
Y
Y
2
1
Y
Y
5
2
3
5
2
5
System Operators
1
3
Y
Y
Master Trainers**
1
1
1
3
1*
2
2
1
1
1
VOLUME I – INSTRUCTIONS TO BIDDERS
1
1
1
1
1
7
1
2
1
1*
2
N
Y
5
5
2
Technical Consultant
Network Engineer
8 Port
Switch
24 port
Router
NMS tool
SQL server 2008
Standard edition R2/
higher (CPU based
license)
3
Y
Y
3
Page 216
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Name of Department
of Agriculture Offices
RSKs
Taluk
ADA
offices
District
JDA
office
Labs
MS O/S 2008/R2
standard edition (CPU
based license)
Capacity Building to
Officers
4.
The
Commissioner
ate
1*
2
5
Corporate
antivirus***
Note:
1.
2.
3.
DATC
10
4
5
PMU
The
Secretaria
t
5
120
4
1
The existing systems at DoA Offices shall be integrated with the Project Facilities.
* denotes Center for Excellence.
** Service Provider has to provide Master trainers @ 1 per district for a period of 1 year
during the agreement period and @ 1 per centre of excellence for the remaining agreement
period.
*** Corporate antivirus should be renewed annually during the agreement period.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 217
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SCHEDULE 1C: PROJECT MONITORING UNIT
For the purposes of monitoring the implementation of the Project, the Department of Agriculture shall
constitute two entities namely;
5.1.
Implementation Review Committee
This shall oversee and review the implementation of the Project at a higher level. The
Committee shall be headed by the Commissioner for Agriculture. Periodic review meetings
shall be held under the Chairmanship of the Commissioner, to monitor the progress of the
project and ensure implementation in a timely manner. Any issues regarding implementation
would be resolved by this Committee. The tentative composition of this Committee would be as
follows:
Agriculture Commissioner
Chairman
Director, DoA
Member
Additional Director of Agriculture (HRD)
Member-Secretary
Joint Director of Agriculture (Training & Extension)
Member
State Informatics Officer, NIC
Member
Deputy Director of Agriculture (Computer Section)
Co-ordinator
Representative from Service Provider
Member
5.2.
Project Monitoring Unit
PMU shall operate at the head office of DoA Offices and shall closely monitor and supervise
the performance of the Service Provider. It is envisaged that PMU would indicatively constitute
of the following members.
No.
1.
2.
3.
4.
5.
6.
7.
Officers
Head of PMU
Senior Project Manager/ Consultant
Project Manager (Technical)
One Representative
Training Coordinator
Domain Expert
Representative from Third Party Agency
Department
DoA
Service Provider
NIC
e-Governance
DoA
DoA
Consultant
identified by DoA
Assisted Staff to PMU
No.
1.
2.
3.
4.
5.
6.
7.
Officers
Technical Consultants
Network Consultants
Administrative Assistant
Helpdesk executive
Clerk/Case Worker
Data Entry Personnel
Office Assistant
VOLUME I – INSTRUCTIONS TO BIDDERS
Department
Service Provider
Service Provider
Service Provider
Service Provider
DoA
Service Provider
Service Provider
Page 218
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
8.
Sweeper cum cleaner
Service Provider
Additional Facilities to PMU for Project Monitoring:
No.
1.
5.3
Staff/ Facilities
Department
7 seater vehicle of model innova/ mahindra xylo/ XUV 500 Service Provider
etc., with AC and run by an experienced Driver
Should run to all the offices of the DoA
Should be available 24*7 if required.
Roles and Responsibilities of PMU
·
PMU will assist the Department in the following activities.
·
Monitoring and reviewing at all levels ensuring the successful implementation of the project
across the state.
·
Maintain effective co-ordination with the implementing agencies and stake holders with in
the project.
·
Assistance in vendor management, SLA monitoring, coordination with all the stakeholders
etc. during the rollout of the project.
·
Monitor the installation & commissioning of the hardware, system software and
applications at various locations.
·
Ensure that project covenants are adhered to.
·
Pursue with the Project Authorities for completion of accounts and data of project facilities
and certifying bills on quarterly; resolving issues arising at field level through the
complaint monitoring system.
·
Up-to-date Repository of status Reports, Change request processing, Co-ordination for
internal approval.
·
Liaison with State Data Centre/NIC DC for day to day activities.
·
PMU would be required to coordinate with all the stakeholders and support the
department while interacting with various agencies (internal and external) during the
course of the project. PMU shall build mechanisms to ensure coordination and consultation
between all key stakeholders.
·
Review / Preparation of the monitoring templates for project progress monitoring.
·
Measuring the performance of the overall system in terms of availability and efficiency
against the service levels already defined.
(a) Interact with the State IT department /NIC (and its vendors) regarding:
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 219
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
·
Using the State /NIC Data Centre for location of the Servers
·
Using SWAN as a primary connectivity
·
Integration /Alignment of project with NeGP State MMPs
(b) Head PMU
·
Overall responsibility for the project
·
Review of the project deliverables
·
Attending important meetings and record keeping
·
Alignment of the project as per Mission Mode projects under National e-Governance
Plan
(c) Senior Project Manager (SPM) / Consultant
·
SPM will be the incharge of the overall delivery of the Project as per the requirements
of the RFP. He / She will directly report to Head of the PMU or an Officer
authorised by DoA.
·
SPM shall ensure ITIL processes are followed in the project.
·
SPM shall will ensure that all the deliverables are in accordance with the specifications
stated in the contract Agreement and completed on schedule
·
SPM will be responsible for the quality of work delivered by the team personnel
deployed on this project
·
SPM will be required to participate in all reviews as an when advised by DoA and
coordinate activities assigned to service provider.
·
SPM shall submit quarterly SLA reports and the corresponding penalty for the quarter.
(d) Technical Consultants
i.
Assist the SPM in all activities related to Project Manager.
ii.
Installation and operation of Project Software upon training by NIC
iii.
Train employees/ officers of DoA on the Project Software
iv.
Provide assistance to other Manpower in undertaking
a. Daily backup of data, information, systems logs, database logs etc
b. Reload support on desktop operating systems provided by Service Provider
c. Reload support on desktop server operating systems provided by Service Provider
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 220
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
d. Addressing systems software problems due to crashing or malfunctioning of the
operating system, front end etc
e. Guarding the systems against virus infection using latest anti-virus tools
f. Creation of IP addresses.
g. Monitoring server room activities- entry/exit, network points
h. Basic network operations like Identification of network problems, connecting patch
card to clients, etc.
v.
Develop an IT Policy and installing mechanism to oversee monitoring of such policy
vi.
Maintian Documentation and generate Reports
vii.
Facility management for digital and physical safety of the Project facilities
viii.
Minor network/ connectivity issues
ix.
Ensuring uninterrupted power supply by promptly operating generator/UPS units
x.
Other assistance as may be required by Manpower
xi.
Complaint redressal within the Resolution Time Frame
xii.
Comply with all the provisions of the Agreement related to Confidential Information and
Intellectual Property Rights
(e) Project Manager (Technical)
·
Leading the Technical team
·
Provide technical direction and development, design and systems integration
·
Complete project management, risk management and coordination between various
stakeholders for smooth implementation
·
Monitor Implementation of project during all phases
·
Requirements Engineering, FRS, SRS, SDD
·
Software development assignment, Task assignment to Programmers
·
Conducting UAT & Release Mechanism
·
User Manual and Operational manual preparation and updation
·
Application software troubleshooting and fixing
·
Training at state level on ‘Trainers train’
·
Monitoring of software issues at field level, Change Request Processing
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 221
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
·
Escalation to development team and resolution
·
Monitoring of support services
(f) Training Co-Coordinator
·
Facilitate training programmes at the state/district level for end users of the
application software
·
Organize general training programmes on need basis
·
Mentor the training requirements at the gross root level and execute capacity building
plan
(g) Domain Expert
·
Co-ordinate with the functional sections/groups within the department on day-to-day
basis for application testing, recording user reviews and escalation to the Project
Manager(Technical) and Team leader(SD/IO)
·
Work closely with development team for meeting the user requirements
·
Facilitate in UAT from department side. Organize meetings with line personnel and
feed back
(h) Network consultant
·
Attend day-to-day TCP/IP network related issues, Patch updations
·
Establish Network setup, Hardware and network Status monitoring, Troubleshooting
and record management
·
Installing and configuring wired and wireless routers
·
Troubleshooting Network issues according to the type of internet connection and
Modem, VPNoBB issues
(i) Administrative Assistant
·
·
·
·
·
To assist the Department Officials in providing the MIS reports
To clarify the details made available in the bill invoice raised by the service provider
every quarter
To keep financial records and accounting updated.
Document creation and communication to relevent stakeholders related to the project
Assist the Department in any field level audits that may be required at regular
periods.
(j) Helpdesk executive
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 222
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
·
To log help desk tickets from operators or department users over phone/ mail etc.,
·
Assign tickets received over phone, online interface or alters received from EMS.
·
All grievences shall be assigned a ticket number and the number will be made
available to the user along with the identification of the agent with out the user having
to make a request in this regard at the beginning of the interaction.
·
First level of diagnosis, to resolve the issue over phone, if possible.
·
Call up the executive and inform the issue to be resolved.
·
Call up the OEM, if the issue needs to be resolved by the OEM as per the warranty
terms if it cannot be resolved by the network/ technical executives.
·
Responsible for updating helpdesk tickets on a regular basis and closure after
checking with the enduser.
·
Calling of the KSWAN team and reporting issues on failures in network.
·
Logging the interaction details (along with the ticket number provided by KSWAN
team) in the service desk system.
·
Call up the executive again, if the ticket is reopened due to unsatisfactory feed back
provided by the enduser.
·
Handling all required reports for the department/ project manager.
·
Customer satisfaction survey on periodic intervals.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 223
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SCHEDULE 2: PAYMENT SCHEDULE
2.1.
The payment schedule shall be as per the table given below:
S.No.
Year
1
Year 1
S.
Year
Date
Completion Date
Periodic Payment Date
Upfront Payment
Upfront Payment
Periodic Payment
Date on 210 days from Appointed Date
Date on 300 days from Appointed Date
Date on 390 days from Appointed Date
Date on 480 days from Appointed Date
Date on 570 days from Appointed Date
Date on 660 days from Appointed Date
Date on 750 days from Appointed Date
Date on 840 days from Appointed Date
Date on 930 days from Appointed Date
Date on 1020 days from Appointed Date
Date on 1110 days from Appointed Date
Date on 1200 days from Appointed Date
Date on 1290 days from Appointed Date
Date on 1380 days from Appointed Date
Date on 1470 days from Appointed Date
Date on 1560 days from Appointed Date
Date on 1650 days from Appointed Date
Date on 1740 days from Appointed Date
Date on 1830 days from Appointed Date
Date on 2010 days from Appointed Date
I st quarter payment
2nd quarter payment
3rd Quarter payment
4th Quarter payment
5th quarter payment
6th quarter payment
7th quarter payment
8th quarter payment
9th quarter payment
10th quarter payment
11th quarter payment
12th quarter payment
13th quarter payment
14th quarter payment
15th quarter payment
16th quarter payment
17th quarter payment
18th quarter payment
19th quarter payment
20th quarter payment**
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
Year 1
Year 2
Year 3
Year 4
Year 5
Year 6
** shall be made 6 (six) months after Expiry Date
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 224
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SCHEDULE 3: DEVELOPMENT REQUIREMENTS
The Service Provider shall install new components of Project Facilities at DoA Offices as per the
Development Requirements set out in this Schedule.
As per Technical Proposal of the Bidder
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 225
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SCHEDULE 4: PERFORMANCE TESTS
4.1.
Performance Test
Performance Tests shall comprise the following:
4.1.1. Pre-Dispatch Tests
a. A Technical Evaluation Committee constituted by DoA shall carry out the pre-dispatch test
at the premises of the Service Provider. The tests shall include all tests conducted during
Technical Evaluation of the Project Facilities submitted by the Service Provider as part of
the Technical Proposal. The performance results shall match with the hardware
specifications given by DoAand also the test results enclosed in the Technical Proposal.
b. The Technical Evaluation Committee shall carry out the following activities.
·
Physical verification of systems
·
Functionality test
·
Application software execution test
·
Evaluation of the Comprehensive Verification Report (CVR)
c.
The details of the tests (Pre-Dispatch Test Report) along with the systems, which have
undergone successful inspection, shall be sealed and signed by the Service Provider and
member(s) of Technical Evaluation Committee and Department’s Representative before
delivery to the respective DoA Offices. The delivery shall be accompanied by a list of
serial numbers and part numbers of the components and a copy of the Pre-Dispatch Test
Report to the respective DoA Offices.
d. In case of any discrepancy found with respect to the hardware configuration/
performance reports, the Service Provider shall replace such components at its own cost so
as the meet the requirements.
e. On delivery, the Department’s Representative shall ensure that seal and signature are
found intact.
f.
If the Project Facilities (accepted after testing) or any of its subsystem or components gets
damaged during transit, the same shall be replaced by the Service Provider.
4.1.2. Installation Tests
Each component of the Project Facilities like desktops, PCs, laptops, servers, etc., shall be assigned with
a unique serial number (either manufactures serial number or otherwise). The unique serial number shall
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 226
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
appear on the performance test outputs of respective components for which test is conducted and shall
also be affixed on the body of such component.
Test (“Performance Tests”) shall be carried out for each component to confirm adherence of the
component with Development Requirements and to indicate the component information set out in this
clause.
i.
For Desktop Computer
a.
b.
c.
d.
e.
f.
g.
Unique Serial Number
Manufacturers registration/license/hardware number
Month of manufacture
Hard Disk Capacity
Processor Specifications
RAM Specifications
CD ROM
ii.
For Laptop
a. Unique Serial Number
b. Manufacturers registration/license/hardware number
c. Month of manufacture
d. Hard Disk Capacity
e. Processor Specifications
f. RAM Specifications
g. CD ROM
h. Web camera
iii.
For Printer (Dot matrix/ LaserJet)
a. Unique Serial Number
b. Manufacturers registration/license/hardware number
c. Month and year of manufacture
d. Print Width
e. Print Speed
f. Colour or mono-colour
iv.
For Un-interrupted Power Supply (UPS) System
a. Type
b. Unique Serial Number
c. Manufactures registration/license/ hardware number
d. Month and year of manufacture
e. Brand and manufacturers name
f. Installation certificate (IC) issued by manufacturer/dealer
g. Capacity in KVA
h. Back-up (hours)
v.
For Servers
a. Unique Serial Number
b. Manufacturer’s Registration/ license/ hardware number
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 227
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
c.
d.
e.
f.
g.
h.
i.
Month and year of manufacture
Brand and manufacturers name
Hard Disk Capacity
Processor Specifications
RAM Specifications
SQL specifications
Others
vi.
For Local Area Network
a. Details of Various components of LAN
b. LAN design diagram indicating architecture, nodes, switches, outlets etc
c. LAN Speed – in Mpbs
d. Manufacturer’s Registration/ license/ hardware number
e. Others
vii.
For Wide Area Network
a. Details of Various components of WAN
b. Manufacturer’s Registration/ license/ hardware number
c. Others
viii.
For Web camera
a. Unique Serial Number
b. Manufacturers registration/license/hardware number
c. Month of manufacture
d. Resolution/ megapixels
ix.
For electrical fittings, modular furniture and fixtures and other facilities
The Department’s Representative shall inspect the ancillary facilities by visual inspection
and compare the same with the Installation Plan and check for adherence with the
Development Requirements. Further, Department’s Representative shall ascertain the
reasonableness and completeness of the Support Facilities and ensure all the components
of the Support Facilities are installed in such a manner that each component performs its
normal expected operations.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 228
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SCHEDULE 5: COMPLAINT REDRESSAL MECHANISM AND
MAINTENANCE REQUIREMENTS
5.1Preventive Maintenance Activities
The Service Provider shall carry out the following procedure for preventative maintenance
(“Maintenance Requirements”), at such intervals, as may be necessary, given the technical
requirements of each of the components:
5.1.1
Desktop Computer and Monitor, Laptop
· Remove desktop computer cover and remove dust, debris and foreign objects from under,
around, or in the system board, floppy disk drive(s), hard disk drive(s), power supply, and
cooling fan(s).
· Clean and test the keyboard.
· Clean and test the pointing device.
· Clean and test CD drive unit.
· Clean and verify operation of all cooling fans (case and processor).
· Clean exterior case of desktop computer
· Clean exterior of monitor enclosure and clean monitor screen.
· Verify correct system operation.
· Other Preventive Maintenance activities, as are necessary for preventive maintenance of a
desktop computer and monitor.
· Affix label to chassis recording date and service details of preventative maintenance
service.
5.1.2
Servers:
· Upgrading the server with the latest OS patches.
· Ensuring antivirus updates are updated on a daily basis.
· Review of logs (server, antivirus etc.,) on a daily basis and take necessary actions
· Monitoring of server parameters such as disk space, memory utilization, CPU utilization on
a regular basis.
5.1.3
Dot Matrix Printers
·
·
·
·
·
·
·
·
·
Remove dust, debris and foreign objects from within the chassis.
Inspect tractors, rollers and other moving parts.
Inspect print head for bent or missing pins and Inspect print ribbon.
Clean and lubricate print head carriage rail and gears according to OEM specifications.
Print test copy for reference.
Clean exterior of printer case.
Verify correct integration with desktop computers.
Other Preventive Maintenance activities, as are necessary for preventive maintenance of a
Dot-matrix printer.
Affix label to chassis recording date and service details of preventative maintenance
service.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 229
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
5.1.4
Other Printers
· Remove dust, debris and foreign objects from within the chassis.
· Inspect printer cartridge.
· Perform standard diagnostic test set.
· Print test copy for reference.
· Clean exterior of printer case.
· Verify correct system operation.
· Other Preventive Maintenance activities, as are necessary for preventive
· Maintenance of a Laser printer.
· Affix label to chassis recording date and service details of preventative maintenance
service.
5.1.5. Un-interrupted Power Supply (UPS) Source
· Top-up battery fluid
· Clean interior and exterior of the UPS
· Check operation of emergency power off circuits
· Check torque of all power connections
· Inspect interiors for corrosion and heat damage
· Record and adjust battery-charger float voltage
· Calibrate metering and protection functions
· Tighten power connections
· Replace batteries as and when exhausted
· Other Preventive Maintenance activities, as are necessary for preventive maintenance of
UPS.
· Affix label to chassis recording date and service details of preventative maintenance
service
5.1.6. LAN/WAN
· Check cables, casing, fitting, connectors and server and node operations
· Perform anti-virus scan
· Network print server, printer and print queue management
· Tape-backup design and configuration
· Update network user profiles
· Network operating system patches and updates
· Server, switch, router support
· Other Preventive Maintenance activities, as are necessary for preventive maintenance of
LAN/WAN
5.1.7. Furniture and other support infrastructure
· Dust and clean all furniture regularly
· Check if all components are in working and usable condition
· Repair/ replace broken or damaged components
· Other Preventive Maintenance activities, as may be required.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 230
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
5.2.
Complaint Redressal Mechanism
5.2.1. The Service Provider shall develop an online complaint redressal mechanism which shall allow
the Department’s Representative to lodge complaints about the services rendered by the
Service Provider and the Service Provider shall ensure its redressal within the Resolution Time
Frame.
5.2.2. This software shall be compatible with the RDBMS Project Software developed by NIC. It shall
be used as an essential tool to keep track of all the complaints, received by the Department’s
Representative.
5.2.3. The software shall broadly have the following features:
i.
ii.
iii.
iv.
Menu driven user-friendly interface.
Simple screen design for easy data entry.
Built-in data validation checks.
Allows Multi-user data entry and ensures data integrity
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 231
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SCHEDULE 6: CONSUMABLES AND INVENTORY MANAGEMENT
SYSTEM
6.1.
Consumables
The Service Provider shall ensure that there is a periodic supply of consumables at each DoA
Offices so as not to cause any hindrance in the performance of obligations under this
Agreement. The Service Provider shall on the basis of the significance of the components of the
Project Facilities for the Project, ensure the timely availability of critical spares and
consumables as and when required. An indicative list of Consumables in each DoA Offices is
set out in the table below;
Name of
Department
of
Agriculture
Offices
136 Column
Printer
cartridges
per quarter
136 Column
Printer
Refill-Packs
per month
(15 meters
high
density)
80 Column
Printer
cartridges
per quarter
80 Column
Printer
Refill-Packs
per month
(10 meters
high
density)
Hp Laser jet
(CE 278 A –
{78A})
Cartridges
per quarter
A3+ Size
colour inkjet
cartridges
per quarter
A3 size
Hobli
RSKs
Kasaba
RSKs
Taluk
ADA
offices
District
JDA office
Labs
DATC
The
Commi
ssioner
ate
PMU
The
Secreta
riat
-
-
1
2
1
1
-
-
-
-
-
2
4
2
2
-
-
-
1
1
-
-
-
-
-
2
-
2
2
-
-
-
-
-
4
-
-
-
1
2
1
1
50
4
-
-
-
-
-
-
-
1
-
-
-
-
-
-
-
-
1
4
-
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 232
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Name of
Hobli
Kasaba
Taluk
Department
RSKs
RSKs
ADA
of
offices
Agriculture
Offices
colour laser
printer
cartridges
per quarter
Colour laser
jet
cartridges
per quarter
toner for
copier cum
scanner cum
printer
machine per
quarter
16 GB Pen
1
1
1
drives per
year
* Denotes centre for Excellence
6.2.
District
JDA office
Labs
DATC
The
Commi
ssioner
ate
PMU
The
Secreta
riat
-
-
-
12
-
-
1
-
1*
1
-
2
1
1
10
5
50
Inventory Management System
The Service Provider shall develop an online IMS which shall have a friendly interface where
the Department’s Representative can input the details of all the consumables received, utlised,
required and update the status of the requisitions.
The entire software shall be designed to work in a multi-user, web-based environment and
should be hosted at SDC/ NIC data center. It shall have a RDBMS of what is prescribed by
NIC. The developed software shall have the following features:
a. Menu driven user-friendly interface.
b. Simple screen design for easy data entry.
c. Built-in data validation checks.
d. Provides authorization checks for data access.
e. Allows Multi-user data entry and ensures data integrity.
f. Generate MIS reports.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 233
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SCHEDULE 8: TRAINING INFRASTRUCTURE AND CENTRES FOR
EXCELLENCE
8.1.
The Service Provider shall during the Installation Period, in addition to providing Project
Facilities at DATCs referred to in Schedule 1B, for the purposes of training, provide additional
a server,, a copier cum printer cum scanner, a SQL server 2008 Standard edition R2/ higher
(CPU based license) and a MS O/S 2008/ R@ standard edition (CPU based license) at
each of the six of the DATCs which shall be developed into Centers for Excellence.
8.2.
The locations for the 6 Centers for Excellences shall be the DATCs located at Dharwad,
Hassan, Gulbarga, Bangalore (Urban), Davanagere and Mandya.
8.3.
The Centers for Excellence shall be the centers where the Manpower and officers/ employees
of DoA be trained for capacity building activities by the Master Trainers.
8.4.
The Master Trainers shall utilize the existing systems supplied under NeGP-A (Refer Schedule
16) for all training purposes.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 234
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SCHEDULE 9: REPORTS AND DOCUMENTATION
9.1.
Reports
9.1.1. The Service Provider shall prepare periodic reports for submission to PMU/ DoA for each of
DoA Offices. The reports shall be prepared in sufficient detail to enable DoA to ascertain the
progress of the Project.
9.1.2. The Service Provider shall bear the cost of preparation of the following reports, the number
and frequency details referred to in the table below is tentative.
S.
No.
1.
Name of
Report
Installation
Report
Contents of Report
1.
2.
3.
2.
Operations
Report
3.
Performance
Reports
required by
PMU
4.
1.
2.
1.
2.
Name of the Department
of Agriculture Office
Schedule
of
planned
project implementation
Status
of
project
implementation
Reasons for delay, if any
Name of the Department
of Agriculture Office
Status of operation
Complaint redressal
Inventory management
Frequency
of
Reporting
No. of
Copies to
be
submitted
Weekly
Three
copies
Weekly
One
Weekly
As and
when
required
9.1.3. The contents, format and frequency of additional reports, if any, shall be as mutually decided
between the Parties.
9.1.4. The reports shall be submitted in the format as required by DoA.
9.2.
Documentation
9.2.1. The Service Provider shall prepare and submit in both hard and softcopies; documents such as
the technical user manual, operations manual and maintenance manual, wiring and network
diagrams for each DoA Offices, software installation guide, structure of the database, trouble
shooting manuals, other policy documents, etc. and such other manuals as may be required by
DoA for the operation of the Project Facilities.
9.2.2. The Service Provider shall document configuration in terms of model, make, capacity, serial
number, code, etc. of Project Facilities
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 235
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SCHEDULE 10: POWERS AND DUTIES OF DEPARTMENT’S
REPRESENTATIVE
The powers and duties of the Department’s Representative shall be as set out below:
a. supervise the Performance Tests on receipt of request for the same from the Service Provider and
issue Installation Certificate upon completion of Performance Tests;
b. co-ordinate with the Service Provider for training at DoA Office;
c.
monitor the progress of the Project in accordance with the provisions of this Agreement;
d. lodge Complaints in case of deviation from Minimum Service Level;
e. report any deviation/ shortfall in performance of obligations by the Parties to the Agreement;
f.
carry out joint inspection of Project Facilities and furnish to the Service Provider a list of works/
jobs, if any to be carried out by the Service Provider in conformance with the Development
Requirements;
g. verify the reports submitted by the Service Provider and forward the same to the Project
Monitoring Unit;
h. generally supervise and require compliance by the Service Provider complies with the provisions of
this Agreement.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 236
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SCHEDULE 11: PERFORMANCE SECURITY
(Proforma of Bank Guarantee)7
THIS DEED OF GUARANTEE executed on this the _____day of ___________________at
_______________by _____________________________________(Name of the Bank)
having
its
Head/Registered
office
at
_________________________________________________________________ hereinafter
referred to as “the Guarantor” which expression shall unless it be repugnant to the subject or
context thereof include successors and assigns;
In favour of
The Departmetn of Agriculture, Government of Karnataka having it’s office at Sheshadri Road,
Bangalore-560 001, (hereinafter referred to as “Department of Agriculture” or “DoA”) which
expression shall, unless repugnant to the context or meaning thereof include its administrators,
successors or assigns.
WHEREAS
(A)
By the Letter of Acceptance dated _____________issued by DoA to M/s,____________,
(hereinafter referred to as “the Service Provider”), the Service Provider is required to execute
an agreement (“Agreement”) for supply, installation, commissioning, operations, maintenance,
management and transfer of Project Facilities, integrating the Project Facilities with the existing
systems, networking of the DoA Offices, provide Computerised Service Delivery at all DoA
Offices, carry out Data Entry Services, impart training to officers/employees of DoA, devise
reporting and complaint redressal mechanism, periodic supply of consumables and discharge
of other obligations by the Service Provider and to carry out other activities incidental thereto.
(B)
As per the provisions of the said Agreement, the Service Provider is required to furnish to the
Department of Agriculture, an unconditional and irrevocable bank guarantee for an amount of
Rs. ________(Rupees _____________ only) as security for due and punctual
performance/discharge of its obligations under the Agreement;
(C)
At the request of the Service Provider, the Guarantor has agreed to provide guarantee, being
these presents guaranteeing the due and punctual performance/discharge by the Service
Provider of its obligations under the Agreement during the Agreement Period.
NOW THEREFORE THIS DEED WITNESSETH AS FOLLOWS:
7
To be issued by a Scheduled Bank in India
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 237
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Capitalised terms used herein but not defined shall have the meaning assigned to them respectively in
the Agreement.
The Guarantor hereby irrevocably guarantees the due and punctual performance by the
Service Provider of all its obligations under the Agreement during the Agreement Period.
The Guarantor shall, without demur, pay to DoA sums not exceeding in aggregate Rs. __________
(Rupees __________ only) within 5 (five) calendar days of receipt of a written demand from
DoAstating that the Service Provider has failed to meet his performance obligations under the
Agreement during the Agreement Period. The Guarantor shall not go into the veracity of any breach
or failure on the part of the Service Provider or validity of demand so made by DoAand shall pay the
amount specified in the demand notwithstanding any direction to the contrary given or any dispute
whatsoever raised by the Service Provider or any other Person. The Guarantor’s obligations
hereunder shall subsist until all such demands are duly met and discharged in accordance with the
provisions hereof.
In order to give effect to this Guarantee, DoA shall be entitled to treat the Guarantor as the principal
debtor. The obligations of the Guarantor shall not be affected by any variations in the terms and
conditions of the Agreement or other documents or by the extension of time for performance granted
to the Service Provider or postponement/non exercise/ delayed exercise of any of its rights by DoA or
any indulgence shown by DoAto the Service Provider and the Guarantor shall not be relieved from its
obligations under this Guarantee on account of any such variation, extension, postponement, non
exercise, delayed exercise of any of its rights by DoA or any indulgence shown by DoA provided
nothing contained herein shall enlarge the Guarantor’s obligation hereunder.
This Guarantee shall be irrevocable and shall remain in full force and effect until ______unless
discharged/ released earlier by DoA in accordance with the provisions of the Agreement. The
Guarantor’s liability in aggregate be limited to a sum Rs. _________ (Rupees ________ only).
This Guarantee shall not be affected by any change in the constitution or winding up of the Service
Provider/the Guarantor or any absorption, merger or amalgamation of the Service Provider/the
Guarantor with any other Person.
The Guarantor has power to issue this guarantee and discharge the obligations contemplated herein,
and the undersigned is duly authorised to execute this Guarantee pursuant to the power granted under
______________.
IN WITNESS WHEREOF THE GUARANTOR HAS SET ITS HANDS HEREUNTO ON THE DAY,
MONTH AND YEAR FIRST HEREINABOVE WRITTEN.
SIGNED AND DELIVERED by ------------ Bank by the hand of Shri ------------------------its -------------- and authorised official.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 238
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SCHEDULE 12: ROLES AND RESPONSIBILITIES OF MANPOWER
12.1.SENIOR PROJECT MANAGER / CONSULTANT
12.1.1 Qualification –
The individual nominated as Senior Project Manager shall broadly have the following
qualification:
Senior Project Manager / Consultant
·
Qualification
·
·
·
·
Should have MCA or B.Tech / B.E Degree in Computer Science or
Information Science.
Overall experience of 6 years in IT
Atleast 3 years of experience as a Project Manager in
managing IT infrastructure having atleast 300 plus assests
ITIL Intermediate level or above certified
Good Communication Skills
12.1.2 An indicative number of Senior Project Manager /Consultant to be deployed at DoA Office
shall be as under:
Senior Project
Consultant
-
DoA Offices
Hobli RSK
Kasaba RSK
Taluk ADA office
District JDA office
Labaoratories
DATC
The Commissionerate
office)
The Secretariat
(Head
Manager
/
1
-
12.1.3 Roles and responsibilities of the Senior Project Manger (SPM)/ Consultant:a. SPM will be the incharge of the overall delivery of the Project as per the requirements of
the RFP. He / She will directly report to Head of the PMU or an Officer authorised by
DoA.
b. SPM shall ensure ITIL processes are followed in the project.
c. SPM shall will ensure that all the deliverables are in accordance with the specifications
stated in the contract Agreement and completed on schedule
d. SPM will be responsible for the quality of work delivered by the team personnel
deployed on this project .
e. SPM will be required to participate in all reviews as an when advised by DoA and
coordinate activities assigned to service provider.
f. SPM shall submit quarterly SLA reports and the corresponding penalty for the quarter.
12.2 Technical Consultants
12.2.1. Qualification
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 239
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
The individual nominated as Technical Consultant shall broadly have the following
qualification:
Technical Consultant
Qualification
B.Sc. in Computer Science/ Information Technology or BCA with atleast
65% marks and one year of valid experience with CCNA/ Microsoft
certification;
or
B.E./ B.Tech with score of 65% or above;
12.2.2. Number of Technical Consultants
An indicative number of Technical Consultants to be deployed at DoA Office shall be as under:
DoA Offices
Hobli RSK
Kasaba RSK
Taluk ADA office
District JDA office
Labaoratories
DATC
The Commissionerate
office)
The Secretariat
Technical Consultant
30
(Head
2
-
12.2.4 Roles and Responsibilities of the Technical Consultant
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.
x.
xi.
xii.
xiii.
xiv.
xv.
xvi.
xvii.
Assist the SPM in all activities related to Project Manager.
Installation and operation of Project Software upon training by NIC
Train employees/ officers of DoA on the Project Software
Provide assistance to other Manpower in undertaking
Daily backup of data, information, systems logs, database logs etc
Reload support on desktop operating systems provided by Service Provider
Reload support on desktop server operating systems provided by Service Provider
Addressing systems software problems due to crashing or malfunctioning of the
operating system, front end etc
Guarding the systems against virus infection using latest anti-virus tools
Creation of IP addresses.
Monitoring server room activities- entry/exit, network points
Basic network operations like Identification of network problems, connecting patch
card to clients, etc.
Develop an IT Policy and installing mechanism to oversee monitoring of such policy
Maintian Documentation and generate Reports
Facility management for digital and physical safety of the Project facilities
Minor network/ connectivity issues
Ensuring uninterrupted power supply by promptly operating generator/UPS unit.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 240
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
xviii.
xix.
xx.
Other assistance as may be required by Manpower
Complaint redressal within the Resolution Time Frame
Comply with all the provisions of the Agreement related to Confidential
Information and Intellectual Property Rights
Note:
The Technical Consultant shall be treated as exclusive representative/ employee of the
Service Provider and all the acts of the Technical Consultant shall be deemed to be the acts of
the Service Provider. The Service Provider may delegate DoA Office obligations to Technical
Consultant including monitoring of supply/ issue of consumables, redressal of Complaints etc.
12.3
Master Trainers
12.3.1. Qualification
The individual nominated as Programmer shall broadly have the following qualification:
Programmer
Qualification
MCA/B.Tech/BE First Class with CCNA/ Microsoft certification with
2years teaching experience in reputed institute
12.3.2. Number of Master Trainers
The number of Programmer to be deployed at DoA Office shall be as under:
DoA Offices
Hobli RSK
Kasaba RSK
Taluk ADA office
District JDA office
Labaoratories
Programmer
1*
6 (one each at Centre for
Excellence)
DATC
The Commissionerate
office)
The Secretariat
·
(Head
-
*The Service provider has to provide 1 master trainer per district during the first year of the
agreement period only and 1 master trainer per centre for excellence during the remaining 4
years of the agreement period.
12.3.3. Roles and Responsibilities of the Master Trainer
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
Develop effective work instructions, job aids, and training materials
Give effective training presentations
Plan the training
Lead trainees through the learning process
Act as a mentor for the trainees
Help others achieve standard work
Prepare Training Materials/Work Instructions
Identify Trainees
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 241
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
ix. Schedule and Conduct the Training
x. Provide Testing and Feedback
xi. Certify Trainees
Note:
The Master Trainer shall be treated as exclusive representative/ employee of the Service
Provider and all the acts of the Master Trainer shall be deemed to be the acts of the Service
Provider. The Service Provider may delegate DoA Office obligations to Technical Consultant
including monitoring of supply/ issue of consumables, redressal of Complaints etc.
12.4
Network Engineers:
12.4.1 Qualifications - The individual nominated as Network Engineer shall broadly have the following
qualification:
Network Engineer
Qualification
BE(EEE/ECE) or equivalent and scored above 65% marks in
graduation
12.4.2. Number of Network Engineer
The number of Network Engineer to be deployed at DoA Offices shall be as under:
DoA Offices
Network Engineer
Hobli RSK
Kasaba RSK
-
Taluk ADA office
-
District JDA office
-
Labaoratories
-
DATC
-
The Commissionerate
(Head office)
2
The Secretariat
-
12.4.3. Roles and Responsibilities of Network Engineer
i.
ii.
iii.
iv.
Perform maintenance of the networks (LAN/WAN) and undertake problem solving of the
networks
Monitor the KSWAN Network
Interact with CEG (KSWAN Team) Vendors to resolve Network related issues.
Shall be stationed at the Commissionerate (Head office) of DoA, located at Bangalore
but would require to travel to other DoA Offices in case of any requirement.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 242
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
12.5 Administrative Assistant
12.5.1 Qualification
The individual nominated as Administrative Assistant shall broadly have the following
qualification:
Administrative Assistant
·
·
Qualification
·
·
·
·
Should be a Bachelor Degree holder in Commerce from
reconginised University
Should have atleast 2 years experience in financial
accounting and auditing
Shorthand writing ability of atleast 50 words / minute
Fluency in English and Kannada (speaking, reading, writing,
typing)
Ability to type atleast 40 words / minutes
Basic computer operational knowledge and ability to use
M.S.Word / M.S. Power Point and M.S. Excel
12.5.2. Number of Administrative Assistant
The number of Administrative Assistant to be deployed at DoA Offices shall be as under:
DoA Offices
Administrative
Assistant
Hobli RSK
Kasaba RSK
-
Taluk ADA office
-
District JDA office
-
Labaoratories
-
DATC
-
The Commissionerate
(Head office)
1
The Secretariat
-
12.5.3. Roles and Responsibilities of Administrative Assistant
i.
ii.
iii.
iv.
v.
To assist the Department Officials in providing the MIS reports
To clarify the details made available in the bill invoice raised by the service provider
every quarter
To keep financial records and accounting updated.
Document creation and communication to relevent stakeholders related to the project
Assist the Department in any field level audits that may be required at regular periods.
12.6. Data Entry Personnel:
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 243
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
The individual nominated as Data Entry Personnel shall broadly have the following
qualification:
12.6.1 Qualifications:
Data Entry Personnel
Qualification
SSLC/ Tenth pass with a minimum of 65% marks in the qualifying
exams
12.6.2. Number of Data Entry Personnel
The number of Data Entry Personnel to be deployed at DoA Offices shall be as under:
DoA Offices
Network Engineer
Hobli RSK
Kasaba RSK
-
Taluk ADA office
-
District JDA office
-
Labaoratories
-
DATC
-
The Commissionerate
(Head office)
3
PMU
2
The Secretariat
-
12.6.3. Roles and Responsibilities of Data Entry Personnel
i.
ii.
iii.
iv.
Digitisation of legacy data and other data which may be provided by DoA from time to
time during the Agreement Peiod
Enter in electronic form the data pertaining to day to day transactions at DoA Offices
Handle the documents provided by DoA with care and ensure the documents are returned
to DoA in the same condition and in full, especially during backlog data entry
Ensure that all documents in process are not misplaced and kept in the designated place
only within DoA
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 244
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SCHEDULE 13: PRICE PROPOSAL
As Per Price Proposal submitted by the Successful Bidder
(Appendix I, I-1, I-2, I-3 and I4- of the RFP Volume I)
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 245
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SCHEDULE 14: CHANGE OF SCOPE
14.1.
DoA shall, within 30 (thirty) days of receipt of the Change of Scope Proposal, intimate the
Service Provider on its acceptance of the same or request for revision therein.
14.2.
The Service Provider shall give its observations and comments, if any, or convey its acceptance
of the proposal submitted by DoA, within 5 (five) days of receipt of such intimation (Service
Provider’s Confirmation Notice).
14.3.
The Parties shall make in good faith, efforts to mutually agree upon the Change of Scope
Proposal, upon which DoA shall issue an order to the Service Provider for the Change of Scope
(“Change of Scope Order”).
14.4.
In the event the Parties are unable to agree on the Change of Scope Proposal, the Service
Provider must proceed with the implementation of the Change of Scope Order pending
resolution of such dispute.
14.5.
DoA shall make payments to the Service Provider for all the costs incurred by the Service
Provider, as per the Change of Scope Order. The payment shall be made in the manner and
mode as setout in the Change of Scope Order.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 246
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SCHEDULE 15: MINIMUM SERVICE LEVELS AND DAMAGES FOR
NON-PERFORMANCE
15.1.
An escalation matrix shall be defined to resolve issues encountered during execution of the
project. The escalation matrix shall consist of at least 4 levels.
Escalation level
Description
Level One – System Whenever an issue or disruption of service occurs, then the Department’s
Operator
Representative shall inform the System Operator to resolve the issue. The
data System Operator shall either try to resolve the issue himself or seek the
support of Technical Consultant deployed.
Level
two – When the issue is not resolved within the time limits of the Minimum Service
Technical Consultant
Levels by Level one escalation, then the Department’s Representative shall
inform the Technical Consultant to fix the issue. The Technical Consultant shall
take suitable action to resolve the issue at the earliest.
Level three – Project
Manager
When the issue is not resolved by the Technical Consultant, then the issue shall
be escalated to the authorised point of contact from the Service Provider
(‘Project Manager’) for the Project. The Service Provider shall strive to resolve
the issue, by either leveraging on the capabilities of in-house technical
personnel or contacting the OEM/supplier from whom the IT asset was
purchased.
Level four - PMU
PMU compromising of senior members from the Service Provider and the
Department shall be constituted. This committee shall meet once every month
to discuss the following:
a. Check performance of the Service Provider against the Minimum Service
Levels mentioned in this Agreement and take corrective actions.
b. Discuss escalated problems, new issues and matters still outstanding for
resolution.
c. Review of statistics related to rectification of outstanding faults and
agreed changes.
d. Compute Damages for Non-Performance
e. Decide to opt the services of external agencies to resolve the issues that
are not being resolved by Service Provider. The Service Provider shall
however bear the cost of such services.
15.2
The Minimum Service Levels has been logically segregated into 2 main categories viz.
Installation Minimum Service Levels and Operation and Maintenance Minimum Service Levels.
15.3
The Service Provider shall be responsible for maintaining the desired performance and
availability of Project Facilities for operations in Good Operable Condition throughout the
Agreement Period.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 247
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
15.4
There are clearly defined minimum levels of service which the Service Provider shall provide as
per the terms and conditions of this Agreement (“Minimum Service Level” or “MSL”) during
the Agreement Period. The Service Provider shall adhere such Minimum Service Levels and the
objective of the Minimum Service Levels is ensure due performance of the obligations of the
Service Provider.
15.5
The Service Provider shall be allowed a Resolution Time Frame which, shall mean the maximum
time as set out in this schedule, permissible to the Service Provider, for correcting any deviation
from the Minimum Service Level without attracting Damages for Non-Performance.
15.6.
Any failure on the part of the Service Provider to adhere to the Minimum Service Levels shall
lead to Damages for Non-Performance which shall be recoverable from the Service Provider
as against the Periodic Payments or the Performance Security as the case may be.
15.8.
Minimum Service Levels
15.8.1. The Service Provider shall keep the Project Facilities in Good Operable Condition throughout
the timeframe mentioned in the table below during the Agreement Period.
Timings
Working hours
Period
Location
14 hours a day*7 days a week*365 days a year
10 am to 6 pm
(may extend to 14 hours a day depending on the season)
5 years from Appointed Date
All the Department of Agriculture Offices
15.8.2. Any planned downtime for maintenance activities shall be only with the prior written permission
from Department Representative and the same shall be communicated to other DoA Offices
and users. Such downtime shall be planned such that it shall cause the minimum interruption in
the day to day transactions at DoA Offices.
15.8.3. Any event/abnormality in the function of any component of the Project Facilities that may lead
to the disruption of day to day transactions at DoA Offices shall be referred to as an
“Incident”
15.8.4. The time period for which the Project Facilities shall be in Good Operable Condition (the
“Uptime”) shall be measured in terms of Uptime % which is equal to
(Uptime/ (Total time – Maintenance Time))*100
15.8.5. “Downtime” shall means the time period for which the services of the Project Facilities is not
available to DoA as per the Minimum Service Levels.
15.8.6. “Maintenance Time” shall mean the time taken by the Service Provider to correct the system
failure of Project Facilities in the Project.
15.8.7. The Service Provider shall ensure that the Maintenance Time for any Project Facilities shall not
exceed the Resolution Time Frame as indicated in the Agreement.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 248
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
15.8.8. The Service Provider shall endeavour to maintain an Uptime % of atleast 95% at all times
during the Agreement Period failing which the Service Provider would attract Damages for
Non-Performance.
15.8.9. An account of Incident, Uptime, Downtime, Maintenance Time, Resolution Time Frame, etc. shall
be maintained and measured by means of DoA Office wise performance statistics, registries
and log off network parameters that are reported and maintained by the Department’s
Representatives to calculate the downtime at each DoA Offices, . The log reports shall be
forwarded to DoA every month for its review and computation of the Damages for NonPerformance for that month.
15.8.10.The adherence of the Service Provider to the Minimum Service Levels shall be monitored by
DoA from time to time during the Agreement Period by log reports as referred to above, Third
Party Inspector monitoring the Project Facilities and its performance, review by DoA and
maintenance registry that shall be maintained by the Department’s Representative to account
for the Downtime, Incident, Uptime, Maintenance Time, etc. which is duly signed by the
Department’s Representative and the Manpower of the Service Provider.
15.8.11. The Service Provider shall provide the Department’s Representative with a multimedia for
complaint registration to lodge any complaints relating to the Project Facilities.
15.8.12.
Installation & Comissioning shall comply with the SLA defined below
SL
NO
Installation &
Comissioning
Base Line
Basis of measurement
1
Delivery of all
Equipments at all
Locations
9 Weeks from
date of
signing the
contract
The bidder should
submit the delivery
challen @ the DOA
office
2
Installation (Including
required software), testing
& Accceptance of Hobli
RSKs,
Kasaba RSKs
Taluk ADA office,
District JDA office,
Laboratories,
DATCs,
The Commissionerate
(Head office),
The Secretariat
12 Weeks
from date of
signing the
contract
Project Schedule
3
Installation (Including
required software) of end
user components &
Acceptance by end user at
DOA office Locations
VOLUME I – INSTRUCTIONS TO BIDDERS
16 Weeks from
date of Signing
Page 249
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
the contract
Project Scheduled
Beyond 16 weeks of SICD, 2 % of the capex value of the incomplete DOA Site (As quoated by
the bidder) per each week of delay shall be deducted from the upfront payment due to the
Service Provider subject to a maximum of 20% of the capex value of the incomplete DoA
sites. If such delay exceeds 20% of the total sites, then the PBG shall be forfeited and
contract shall be terminated.
15.8.13 Service Level Aggrement
SL
NO
1
2
3
4
Device & Service Description
Location
Hobli RSKs,
Kasaba RSKs
Desktop,Laptop,Printer,Scann
Taluk ADA office,
er,thermal Printer & all
District JDA office,
devices supplied by bidder
Laboratories,
as per RFP including
DATCs,
perpheralls except UPS &
The Commissionerate
Network Devices
(Head office),
The Secretaria
Hobli RSKs,
Kasaba RSKs
Taluk ADA office,
District JDA office,
Network Devices & Lan
Laboratories,
DATCs,
The Commissionerate
(Head office),
The Secretaria
Hobli RSKs,
Kasaba RSKs
Taluk ADA office,
District JDA office,
UPS
Laboratories,
DATCs,
The Commissionerate
(Head office),
The Secretaria
At each district level 5%
of spares for each project
Spare items
facilities should be
maintained
VOLUME I – INSTRUCTIONS TO BIDDERS
Device
Avalability
95%
Penalty
Rs 200/-Per
Hrs per
device
Rs 200/-Per
Hrs per
device
99%
The batter
backup
should be
80% at
the time of
Power
outage
Rs 200/-Per
Hrs per
device
5% of
For
spare
noncompliance
should be of maintaining
maintained 5% of spare
Page 250
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
items,
Rs.1000/- will
be charged
as penalty
per device
Note – The total penalty during O& M shall be a maximum of 20% of the QGR values.
16.2.0 Penalty Calculation Matrix
Number of month's in a quarter (3 ) X Number of Days In a Month ( 30 Days ) x 24 Hrs X 5%
= Allowed Downtime
16.2.1 Penalty will be calculated for all the incidenet on 24/7 round the clock if the Ticket is not
closed with in the allowed downtime.
Note:
1. The Service Provider shall not be penalized for events that are beyond his control which includes
a. Damages due to Force Majeure Events.
b. Time lost due to damage or malfunction in the system or any units thereof due to causes
attributable to Department’s Representative such as attachment of additional devices,
making alteration to the system, maintenance of the system, etc. without Service Provider’s
consent.
c. Time taken for scheduled maintenance/ troubleshooting either for preventive purposes or
improvement in function or other purposes.
d. Scheduled shutdowns as required by Department’s Representative (Service Provider may
also request Department’s Representative for a shutdown for maintenance purpose, which
request will not be denied unreasonably by Department’s Representative).
e. Time lost due to unavailability of KSWAN network.
In the above referred to events, the MSL tracking system would generate a ‘Not Responsible’
ticket to the Service Provider.
16.9.2. Damages for Non-Performance – Others
1. In the event that the Service Provider fails to submit any report as set out in Schedule 9, then
Rs. 200 per day of such delay in submission.
2. The Service Provider shall ensure that all maintenance disks and media used by the Service
Provider shall be virus free. Department’s Representative shall have the right to penalize the
Service Provider up to a maximum of 10% of Periodic Payment, if non-compliance is noticed.
3. PMU shall cross verify the authenticity of the “Not Responsible” tickets and can penalize the
Service Provider up to a maximum of 30% of Periodic Payment, if non-compliance is noticed.
4. When the performance of the Service Provider is not satisfactory( more than 20% quarterly
deduction or as decided by Department’s Representative) for two consecutive months,
Department’s Representative can instruct the Service Provider to provide extra back up spare
components at DoA Offices of necessary IT equipment at no extra cost.
5. If any change in specifications of the Hardware procured is noticed during the operations and
maintenance phase, then the department has the right to penalize the Service Provider to a
maximum of 25% of the Periodic Payment made to the Service Provider till that date and also
terminate the contract, based on the seriousness of the issue.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 251
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
6. PMU has the right to invoke the bank guarantee, black list the vendor and terminate the
contract if any breach in the clauses related to Confidentiality is noticed.
7. The maximum aggregate penalty for any Periodic Payment would not exceed 50% of the
payments due for that month.
8. Manpower deployed by the service provider should be present on all working days of the
DoA and as and when DoA requests the presence of manpower during the scheduled holidays,
failing which for each day of absence of the manpower deployed by the service provider, 2
days of proportional cost quoted shall be deducted.
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 252
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
SCHEDULE 16: EXISTING PROJECT FACILITIES
Number of equipments available per location
Sl No.
Block if the same
is block and
below block level
office
District
1
State
Quarter
2
Bagalkot
UPS
Printer
LAN
switc
h
Touch
screen
KIOSK
55
55
55
6
1
JDA
ADA, Bagalkote
1
1
1
1
1
1
1
1
0
ADA, Badami
1
1
1
0
ADA, Bilgi
1
1
1
0
ADA, Mudhol
1
1
1
0
ADA, Hungund
1
1
1
0
ADA, Jamkhandi
1
1
1
0
1
1
1
0
1
1
1
0
1
1
1
1
ADA. Devanahalli
1
1
1
0
ADA.
Doddaballapura
ADA. Hosakote
1
1
1
0
1
1
1
0
ADA.
Nelamangala
JDA
1
1
1
0
1
1
1
1
ADA, B'lore North
1
1
1
0
ADA, Anekal
1
1
1
0
ADA, B'lore East
1
1
1
0
ADA, B'lore South
1
1
1
0
1
1
1
0
Head
Bangalore(Rural)
Bangalore(Urban)
Belgaum
Desktop
DDA,
DATC,
Bagalkote
AO,STL
Jamakhandi
JDA
DATC, R K Shala,
Anekal
JDA
1
1
1
1
1
1
ADA, Belgavi
1
1
1
0
1
ADA, Athani
1
1
1
0
1
ADA, Bylahongal
1
1
1
0
1
ADA, Chikkodi
1
1
1
0
1
ADA, Gokak
1
1
1
0
1
ADA, Hukkeri
1
1
1
0
1
ADA, Khanapur
1
1
1
0
1
ADA, Ramdurg
1
1
1
0
1
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 253
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
ADA, Raibagh
1
1
1
0
1
ADA, Soundatti
1
1
1
0
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
0
1
1
1
1
1
1
1
1
0
1
1
1
0
DDA,
DATC,
Arabhavi
DDA,FCL Belgaum
AO(SHC) Gokak
Bellary
AO(P.L)
Bailhongal
JDA
ADA. Bellary
ADA,
Hagaribommanah
alli
ADA, Hospet
Bidar
1
1
1
0
ADA, Hadagali
1
1
1
0
ADA, Kudligi
1
1
1
0
ADA. Sandur
1
1
1
0
ADA, Sirguppa
1
1
1
0
DDA,
Kampli,
Taluka
1
1
1
1
DDA, SPTL
JDA
1
1
1
1
1
1
1
1
1
Aurad
1
1
1
0
1
Basavakalyan
1
1
1
0
1
Bhalki
1
1
1
0
1
Bidar
1
1
1
0
1
1
1
1
0
1
1
1
1
1
1
1
1
1
1
1
1
1
0
1
1
1
1
0
1
1
1
1
0
1
ADA, Muddebihal
1
1
1
0
1
ADA Sindhagi
1
1
1
0
1
1
1
1
1
1
1
1
1
1
1
1
0
1
1
1
0
1
1
1
0
DATC,
Hospet
Humnabad
Bijapur
DDA,
Aurad
JDA
DATC,
ADA, Bijapur
ADA, Basavana
Bagewadi
ADA, Indi
Chamrajanagara
DDA,
Alamel
JDA
DATC,
ADA,
Chamarajanagar
a
ADA, Gundlupet
ADA, Kollegal
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 254
1
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Chickballapur
ADA, Yelandur
1
1
1
0
JDA
1
1
1
1
1
1
1
0
ADA,
Chikkaballapur
ADA, Bagepalli
1
1
1
0
ADA, Chintamani
1
1
1
0
ADA, Gudibande
1
1
1
0
1
1
1
0
1
1
1
0
ADA,
Gowribidanur
ADA, Shidlaghatta
Chikkaballapur
DATC, Chintamani
1
1
1
1
Chickmagalur
JDA
1
1
1
1
ADA, Chikmagalur
1
1
1
0
ADA, Koppa
1
1
1
0
ADA, Kadur
1
1
1
0
ADA, Mudigere
1
1
1
0
1
1
1
0
1
1
1
0
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ADA, Chitradurga
1
1
1
0
ADA, Challakere
1
1
1
0
ADA, Hiriyur
1
1
1
0
ADA, Hosdurga
1
1
1
0
ADA, Holalkere
1
1
1
0
1
1
1
0
1
1
1
1
1
1
1
1
ADA, Mangalore
1
1
1
0
ADA, Bantwal
1
1
1
0
ADA, Belthangadi
1
1
1
0
ADA, Puttur
1
1
1
0
ADA, Sulya
1
1
1
0
DDA,
DATC,
Belthangadi
1
1
1
1
DDA,
1
1
1
1
ADA,
Narasimharajapur
a
ADA, Shringeri
ADA, Tarikere
Chitradurga
Dakshina
Kannada
DDA,
DATC,
Lingadahalli
A,O.STL,
Chikmagalur
JDA
ADA.
Molakalmuru
DDA,
DATC,
Hiriyur
JDA
VOLUME I – INSTRUCTIONS TO BIDDERS
FCL,
1
1
0
Page 255
1
1
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Belthangadi
A.O. Soil Health
Centre,
Mangalore
Davanagere
1
1
1
1
JDA
ADA, Davanagere
1
1
1
1
1
1
1
0
ADA, Jagalur
1
1
1
0
ADA, Harihara
1
1
1
0
ADA, Chennagiri
1
1
1
0
ADA, Honnali
1
1
1
0
1
1
1
0
1
1
1
1
DDA, FCL, Kadajji
JDA Dharwad
1
1
1
1
3
1
2
1
ADA, Dharwad
1
1
1
0
ADA, Hubli
1
1
1
0
ADA, Kalghatgi
1
1
1
0
ADA, Kundgol
1
1
1
0
ADA, Navalgund
1
1
1
0
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
0
1
1
1
0
ADA, BCL
1
1
1
0
JDA
ADA, Gadag
3
3
3
1
1
1
0
1
ADA, Mundargi
1
1
2
0
1
ADA, Nargund
1
1
1
0
1
ADA, Ron
1
1
1
0
1
ADA, Shirahatti
1
1
1
0
1
1
1
1
1
ADA,
Harapanahalli
DDA,
DATC,
Kadajji
Dharwad
DDA,
DATC,
Dharwad
DDA,
SPTL,
Dharwad
DDA,
FCL,
Dharwad
ADA,
STL,
Dharwad
ADA,
Rhyz,
Dharwad
SHC, Dharwad
Gadag
Gulbarga
A.O.
Gadag
JDA
(SHC)
1
1
1
1
1
1
ADA, Gulbarga
1
1
1
0
ADA, Afzalpur
1
1
1
0
ADA, Aland
1
1
1
0
VOLUME I – INSTRUCTIONS TO BIDDERS
1
Page 256
1
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
ADA, Chincholi
1
1
1
0
ADA, Chittapur
1
1
1
0
ADA, Jevargi
1
1
1
0
ADA, Sedam
1
1
1
0
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ADA, Hassan
1
1
1
0
-
ADA, Alur
1
1
1
0
-
ADA, Arakalgud
1
1
1
0
-
ADA, Arasikere
1
1
1
0
-
ADA, Belur
1
1
1
0
-
1
1
1
0
-
1
1
1
0
-
1
1
1
0
-
1
1
1
1
-
DDA,
DATC,
Kotnur
AO
(SPTL)
KOTNUR
AO
(SHC)
KOTNUR
AO (RL) KOTNUR
Hassan
AO
KOTNUR
JDA
(BCL)
ADA,
Chennarayapatna
ADA,
Holenarasipur
ADA, Sakaleshpur
DDA,
DATC,
Arakalgud
A.O. SHC, Hassan
Haveri
Kodagu
Kolar
1
1
1
1
-
JDA
1
1
1
1
1
ADA, Haveri
1
1
1
0
ADA, Ranebennur
1
1
1
0
ADA, Hirekerur
1
1
1
0
ADA, Savanur
1
1
1
0
ADA, Shiggaon
1
1
1
0
ADA, Hangal
1
1
1
0
ADA, Byadgi
1
1
1
0
1
1
1
1
1
1
1
1
DDA,
DATC,
Devihosur
JDA
ADA, Madikeri
1
1
1
0
ADA, Somvarpet
1
1
1
0
ADA, Virajpet
1
1
1
0
1
1
1
1
1
1
1
1
1
1
1
1
DDA,
DATC,
Kudige
AO, SHC , Kudige
JDA
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 257
1
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Koppal
Mandya
ADA, Kolar
1
1
1
0
ADA, Bangarpet
1
1
1
0
ADA, Malur
1
1
1
0
ADA, Mulbagal
1
1
1
0
ADA, Srinivaspur
1
1
1
0
AO, STL, KOLAR
JDA
1
1
1
1
1
1
1
1
ADA, Koppal
1
1
1
0
ADA, Gangavathi
1
1
1
0
ADA, Yelburga
1
1
1
0
ADA, Kushtagi
1
1
1
0
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
AO
(PSL)
Gangavathi
ADA,
(SHC)
Gangavathi
DDA,
FCL,
Gangavathi
ADA,
STL
Gangavathi
DDA,
DATC,
Gangavathi
JDA
1
1
1
1
ADA, Mandya
1
1
1
0
ADA, KR Pet
1
1
1
0
ADA, Maddur
1
1
1
0
ADA, Malavalli
1
1
1
0
1
1
1
0
1
1
1
0
1
1
1
0
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
A.O.
Parasitic.
Lab, Mandya
1
1
1
1
JDA
4
3
4
1
0
ADA, Mysore
2
4
2
0
0
ADA,
Heggadadevanak
2
2
2
0
0
ADA,
Nagamangala
ADA,
Pandavapura
ADA,
Srirangapatna
DDA,
DATC,
Mandya
DDA.
SPTL,
Mandya
DDA.
FCL,,
Mandya
A.O. Soil Health
Centre, Mandya
Mysore
1
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 258
1
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
ote
ADA, Hunsur
2
2
2
0
0
ADA, K.R. Nagar
2
2
2
0
0
ADA, Nanjangud
2
3
3
0
0
ADA, Periyapatna
2
2
1
0
0
1
1
1
0
0
1
1
1
1
0
2
2
2
1
0
1
1
1
1
1
ADA, Raichur
1
1
1
0
ADA, Devdurg
1
1
1
0
ADA, Lingasugur
1
1
1
0
ADA, Manvi
1
1
1
0
ADA, sindanur
1
1
1
0
DDA,
DATC,
Dhadesugur
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
0
1
1
1
0
ADA,
T.
Narasipura
DDA, DATC, T .
Narasipura
Raichur
Ramanagar
AO,
Nanjangud
JDA
SHC,
AO (SHC) Raichur
JDA
ADA,
Ramanagara
ADA,
Channapatna
ADA, Kanakapura
Shimoga
1
1
1
0
ADA, Magadi
1
1
1
0
JDA
1
1
1
1
ADA, Shimoga
1
1
1
0
ADA, Bhadravathi
1
1
1
0
ADA, Hosanagara
1
1
1
0
ADA, Sagar
1
1
1
0
ADA, Shikaripur
1
1
1
0
ADA, Soraba
1
1
1
0
ADA, Tirthahalli
1
1
1
0
1
1
1
1
1
1
1
1
JDA
1
1
1
1
ADA, Tumkur
1
1
1
0
ADA,
Chikkanayakanah
alli
1
1
1
0
DDA,
DATC,
Hallikere
SHC, Shimoga
Tumkur
VOLUME I – INSTRUCTIONS TO BIDDERS
Page 259
1
1
1
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Udupi
Uttara Kannada
ADA, Gubbi
1
1
1
0
ADA, Koratagere
1
1
1
0
ADA, Kunigal
1
1
1
0
ADA, Madhugiri
1
1
1
0
ADA, Pavagada
1
1
1
0
ADA, Sira
1
1
1
0
ADA, Tiptur
1
1
1
0
ADA, Turuvekere
1
1
1
0
DDA, DATC, Sira,
1
1
1
1
JDA
1
1
1
1
ADA, Udupi
1
1
1
0
ADA, Karkala
1
1
1
0
ADA, Kundapura
1
1
1
0
JDA
3
2
3
1
1
ADA, Karwar
1
1
1
0
1
ADA, Ankol
1
1
1
0
1
ADA, Bhatkal
1
1
1
0
1
ADA, Siddapur
1
1
1
0
1
ADA, Halyal
1
1
1
0
1
ADA, Honnavar
1
1
1
0
1
ADA, Joida
1
1
1
0
1
ADA, Kumta
1
1
1
0
1
ADA, Mundgod
1
1
1
0
1
ADA, Sirsi
1
1
1
0
1
ADA, Yellapur
1
1
1
0
1
1
1
1
1
1
1
JDA
ADA, Yadgir
1
1
1
1
1
1
1
0
ADA, Shahapur
1
1
1
0
ADA, Surapur
1
1
1
0
335
334
335
86
DDA,
DATC,
Kumta
ADA STL Sirsi
YADGIR
Total (A)
Training
Centres
Bangalore
Urban
Davangere
Dharwad
Gulbarga
DATC,
R
K
Shala, Anekal
DDA,
DATC,
Kadajji
DDA,
DATC,
Dharwad
DDA,
DATC,
Kotnur
VOLUME I – INSTRUCTIONS TO BIDDERS
20
1
20
1
20
1
20
1
Page 260
1
1
63
REQUEST FOR PROPOSAL
K-KISAN: Karnataka Krishi Information Services and Networking
Hassan
Mandya
DDA,
DATC,
Arakalgud
DDA,
DATC,
Mandya
Total (B)
Grand Total (A+B)
VOLUME I – INSTRUCTIONS TO BIDDERS
20
1
20
1
120
0
0
6
0
455
334
335
92
63
Page 261