GOVT OF KARNATAKA
FOOD AND CIVIL SUPPLIES & CONSUMER AFFAIRS
DEPARTMENT
#8, Cunningham Road,Sahakara Bhavan Bangalore-
560052.
Website: www.ahara.kar.nic.in
e-Mail:[email protected] Phone: 080-22262187
REQUEST FOR PROPOSAL
Empanelment of suppliers for supply of RED GRAM DAL / TUR
DAL (FATKA) under Public Distribution System Scheme of
Government of Karnataka for 2019-20 under e-auction mode
Commissioner, FOOD AND CIVIL SUPPLIES & CONSUMER AFFAIRS
DEPARTMENT
#8, Cunningham Road,Sahakara Bhavan Bangalore-560052.
INDEX
Introduction
1. Scope of work 1.1 to 1.6
2. Eligibility/Prequalification conditions 2.1
3. List of the documents to be furnished 3.1 to 3.16
4. Evaluation 4.1 to 4.4
5. Scheduling of e-auctions 5.1 to 5.2
6. Quality parameters 6.1 to 6.5
7. Assaying 7.1 to 7.11
8. Process of e-auction system on e-Gov platform. 8.1 to 8.18
9. Order for supply 9.1 to 9.9
10.Terms and conditions of delivery 10.1 to 10.3
11.Terms of payment 11.1.to 11.4
12. Penalty clause 12.1 to 12.3
13. Force Majeure 13
14. Arbitration 14
15. Declaration Annexure-1
15. Agreement format Annexure-2
16. KFCSC District Office / Depot Address Annexure-3
17. TAPCMS & OTHER AGENCIES ADDRESS Annexure-4
Empanelment of suppliers for the supply of RED GRAM DAL / TUR DAL
(FATKA) under Public Distribution System and other welfareschemes of
Government of Karnataka for the financial year 2019-20
under e-procurement mode.
Introduction:-
a) Food, Civil supplies & Consumer Affairs Department, Government of
Karnataka, hereinafter called as FCS&CA Dept., is responsible for
providing food security and ensuring availability of food grains at
subsidized prices, particularly to the poorer section of the society
distributed through public distribution system, as well as promoting the
welfare of the consumers. The department also has the responsibility of
implementing the Essential Commodities Act 1955 both central and state
acts.
b) The FCS & CA Dept shall follow e-auction modeusing e-procurement
platform of e-Governance, Govt.of Karnataka for conducting electronic
auction system for procurement of RED GRAM DAL / TUR DAL (FATKA)
from registered suppliers.
c) The FCS & CA Dept. has invited applications from the eligible MILLER ,
Individuals or partnership firm, Registered Company or Co-operative
society or any legal organization, Producers Traders for enrolment as
registered suppliers for supply of RED GRAM DAL / TUR DAL (FATKA) For
the purpose of placement of purchase indents, entering into agreement
with the qualified suppliers, and processing of payments, the
Commissioner, FCS & CA Dept., has authorized the Karnataka Food and
Civil Supplies Corporation Ltd. hereinafter called as KFCSC Ltd. In respect
of TAPCMS and Other nominees the respective Deputy Director of FCS &
CA Department of concerned district is authorized to place the purchase
indents.
d) The procedure for enrolment, registration and terms and conditions of
supply under the above e-procurement for supply of RED GRAM DAL /
TUR DAL (FATKA) is detailed below :-
1.SCOPE OF WORK:-
1.1.The Dept. of Food, Civil Supplies and Consumer Affairs has been entrusted
with the implementation of the NFSA – 2013. Under the NFSA, one of the
objectives is nutritional security along with the food security of the population.
To achieve this objective, the Govt. has the scheme of procurement of RED
GRAM DAL / TUR DAL (FATKA) under Public Distribution System. Therefore, it is
proposed to procure the RED GRAM DAL / TUR DAL (FATKA) for 2019-20
financial year from the eligible Individuals or partnership firm, Registered
Company or Co-operative society or any legal organization, Producers/traders.
1.2.The monthly requirement of RED GRAM DAL / TUR DAL (FATKA) under this
scheme for 2019-20 financial year is approximately 12,500 to 15,000 MTs
permonth, which has to be supplied to the wholesale points of KFCSC Ltd and
TAPCMS Ltd and Other Nominee situated in all the taluks of the state of
Karnataka. The quantities in respect of each district may vary depending upon
the requirement and demand as indented by the Commissioner, Dept.of FCS.
1.3.Under the above scheme RED GRAM DAL / TUR DAL (FATKA) will be
procured from the eligible Individuals or partnership firm, Registered Company
or Co-operative society or any legal organization, Producers/Traders as per the
eligibility criteria mentioned in Clause-2.
1.4.In order to facilitate Individuals or partnership firm, Registered Company or
Co-operative society or any legal organization, Producers/Tradersto participate
in e-auction process, registration with e-Platform of Centre for e-Governance
(CEG) and submission of technically qualifying documents at the FCS Data
Centre (FIST) website is mandatory. The procedure for registration is detailed in
Clause-3.
1.5.The inspection and evaluation of samples will be carried out by the assayer
appointed by the Commissioner Food & Civil Supplies Department in accordance
with specified quality parameters as per the procedure.
1.6. The procedure for enrolment and registration of suppliers, terms and
conditions of purchase of RED GRAM DAL / TUR DAL (FATKA) is detailed below.
Some of the clauses to these terms & conditions may be amended if necessary,
prior to the conduct of e-Auction. Details of such amendments will be uploaded
in the website www.ahara.kar.nic.in for the information of participants.
2. ELIGIBILITY / PREQUALIFICATION CONDITIONS.
2.1.Suppliers having the following facilities are eligible to apply for registration as
registered supplier with FCS&CA Department.
a) The eligible Millers, Individuals or partnership firm, Registered Company
or Co-operative society or any legal organization, Dal Millers/Producers
/Traders who are in operation for at least past one years. They should
possess a valid GST registration issued by concerned authorities.
b) The eligible Millers, Individuals or partnership firm, Registered Company
or Co-operative society or any legal organization, Dal Millers/Producers
/Traders should have minimum annual trade turnover over of Rs. One crore
(Rs.1.00 crore) in each of the previous three years.
3. DOCUMENTS TO BE FURNISHED ALONG WITH APPLICATION FOR
REGISTRATION WITH FCS DATA CENTRE (FIST) website.
3.1. License issued under Sec-72 and Rule-76 of Karnataka Agricultural Produce
Marketing & Regulation Act-1966 and Rule-1968. In respect of other states the
relevant Act / Rules shall apply.
3.2. Audited balance sheet and profit /loss account of past three years duly
certified.
3.3. Copy of the Income Tax returns of last three years with a copy of a PAN card.
3.4. Copy of Certificate of registration under GST, Service Tax Act as applicable.
3.5. A declaration (Affidavit) as per the format in Annexure-1 with seal and
signature of the authorized person on Rs.200 (Two hundred rupees only) non
judicial stamp paper authenticated by the notary public has to be furnished.
3.6. In case of partnership firm or Co-operative or Corporate firm they should
furnish a copy of the partnership deed or byelaw or Memorandum of Association
certified by Chartered Accountant the case may be. In case of partnership firms the
shareholding and profit sharing pattern should be duly certified by the Chartered
Accountant along with details of name, age, education and experience of the
partners. In case of Co-operative /Corporate Bodies copy of the Board resolution
duly authorizing the Chief Executive or the authorized person to register and
participate in the e-procurement process should be furnished. Self-attested Copy of
the same has to be furnished.
3.7. The address proof of the authorized signatory viz.,Aadhaar(UID) should be
submitted along with the application. The address proof in respect of the firm shall
be either certificate of registration or certificate of incorporation issued by the
concerned authority.
3.10. Bank Account details of the firm with address of the bank, IFSC Code should
be printed on letter head of the firm.
3.11.A copy of valid license (FSSAI) by the concerned authority for processing and
storing of pulses.
3.12. For Registration charges of Rs. 5,000/-shall be remitted to the bank account
provided below by way of electronic fund transfer.
Bank Account Details
3.14 The online application format for registration will be available in the website
https://kfcsc.kar.nic.in/kfcscdd4/login.aspx. In this regard for any
Bank Name Account No. IFSC Code Branch Name
State Bank of India 38310538637 SBIN0006198 Race Cource Road
Branch Bangalore.
clarifications contact the registered Head office of FCS&CA Department at the
following address:
JOINT DIRECTOR (PD)
FOOD AND CIVIL SUPPLIES & CONSUMER AFFAIRS DEPARTMENT. (Procurement and Distribution Section)
#8, ‘Cunningham Road, 4th Floor, Sahakara Bhavan, Bangalore-560052
3.15 The interested applicants may also visit website www.ahara.kar.nic.in for any
relevant information.
3.16 The Commissioner, FCS&CA Department has the sole discretion to accept,
reject or keep the applications received for registration for supply of RED GRAM
DAL / TUR DAL (FATKA) pending in respect of above auctions
4. EVALUATION OF APPLICATION FOR REGISTRATION.
4.1. The process of online registration should be completed on or before 24thMay
2019 by using
https://eproc.karnataka.gov.in/eprocurement/regn/supplier_registration_terms.seam
4.2. FCS&CA Department will scrutinize the online applications and relevant
documents submitted along with the application. The eligible applicants will be
approved as registered suppliers of RED GRAM DAL / TUR DAL (FATKA) under
Public Distribution System Scheme for the year 2019-20. These registered
suppliers are only allowed to participate in e-auction as per the terms and
conditions.
4.3. In order to facilitate empanelment of suppliers and to encourage their
participation, the applications received after 5.00 pm dated 24thMay 2019will also
be accepted for empanelment. The applications received after 24thMay 2019
5:00 pm will also be scrutinized on periodic basis and the eligible suppliers will be
allowed to participate in subsequent e-auctions conducted if any.
4.4. Such registered suppliers are eligible to participate on electronic bidding
system (e-auction) conducted on e-procurement platform of e-Governance, Govt.of
Karnataka as and when scheduled.
5. SCHEDULING OF E-AUCTIONS.
5.1 Based on the requirements, Commissioner FCS&CA Department will notify the
schedule auctions on periodic basis. Further such details will be posted on the
web site of FCS&CA Department (www.ahara.kar.nic.in). Neither the FCS&CA
Department nor e-procurement platform of e-Governance, Govt.of Karnataka will
individually intimate to the registered suppliers regarding the e-auction schedule.
5.2. All registered suppliers are eligible to participate in e-auctions subject to
terms and conditions detailed in this document.
6. QUALITY PARAMETERS.
6.1 Quality specifications of RED GRAM DAL / TUR DAL (FATKA Indian
Origin) as Defined below:
Sl. No.
Parameter Tur Dal of Indian origin (Fatka Sortex graded)
1. Red Gram Dal / Tur Dal Moisture Content % (W/W)
Max 12%
2. Red Gram Dal / Tur Dal Powder Residues % (W/W)
Max 0.5 Gms
3. Red Gram Dal / Tur Dal Foreign Matter %
(W/W) Max 0.1%
4. Damaged Discoloured (W/W) Max 0.5% 5. Red Gram Dal / Tur Dal Broken % (W/W) Max 2% 6. Grains With Husk (W/W) Max 0.5% 7. Red Gram Dal / Tur Dal Weevilled seeds
(%by Count Basis) Max 1%
8. Red Gram Dal / Tur Dal Green Max 1% 9. Red Gram Dal / Tur Dal Sieve Test on
sieving % retain between 6mm and 4mm
sieves
Min 90%
6.2. The supplier is expected to ensure that the RED GRAM DAL / TUR DAL
(FATKA) delivered to the designated warehouses of KFCSC Ltd/ TAPCMS and Other
Nominees is strictly within the time as stipulated in the supply order and adhere to
the quality parameters as stipulated above.
6.3. The quality parameters other than those parameters mentioned in 6.1 above
shall be in accordance with the specification indicated in the Food Safety and
Standards Act 2006 and connected rules and free from common deleterious
matter. RED GRAM DAL / TUR DAL (FATKA) should be of Indian origin and free
from any added color and adulteration. The KFCSC Ltd. / TAPCMS and Other
Nominees, at its own discretion may get samples tested for added
color/adulteration at Public Health Institute, Bangalore/CFTRI etc., The Cost of
such test will be debited to supplier’s account. Action will be initiated against those
suppliers who fail to comply with above specified quality parameters as per terms
and conditions, and as per provisions under Food Safety and Standards Act 2006
and connected rules.
The Successful qualified suppliers will be solely responsible for consequences for
any violation of the Food Safety and Standards Act 2006 and connected rules.
6.4. Suppliers shall be liable for any action/consequences that may arise due to
non-adherence to quality parameters. Any disputes shall be settled in accordance
with the agreement.
6.5. Apart from the above, in the event of any harm caused due to supply of bad
quality, the concerned supplier shall be held solely responsible of any consequential
losses/damages on account of such supplies under the scheme.
7. ASSAYING
7.1 Commissioner FCS&CA Department will appoint a third party inspection agency
for assaying of RED GRAM DAL / TUR DAL (FATKA). The quality of RED GRAM DAL /
TUR DAL (FATKA) will be evaluated based on specified quality parameters as
detailed in section 6 or as may be notified by Commissioner FCS&CA Department
before scheduling e-auction on e-procurement platform of e-Governance, Govt.of
Karnataka.
7.2. The supplier shall arrange to record tare weight and gross weight on electronic
weighbridge before loading and after loading of the consignment. The copies of
weigh bridge receipt along with copy of invoice / delivery Challan shall be handed
over to Depot Manager of KFCSC Ltd and TAPCMS Ltd/Other Nominees at the time
of giving delivery. Deliveries without valid documents will be rejected and will not
be inwarded by the concerned Depot Manager.
7.3. Consignment will be unloaded at the designated warehouse during working
hours i.e. between 10am and 5pm only. On arrival of the consignment the Depot
Manager of KFCSC Ltd and TAPCMS Ltd/ Other Nominees will verify the documents
and after confirming authenticity of the consignment directs the representative of
the supplier to arrange for recording the gross weight of the consignment on an
electronic weighbridge before unloading.
7.4. The testing and certification should be carried out after unloading the
consignment at the accredited warehouse of the KFCSC Ltd and TAPCMS Ltd/ Other
Nominees. Assaying of samples has to be carried out in the presence of Depot
Manager of KFCSC Ltd and TAPCMS Ltd/ Other Nominees., representative of the
supplier, if present and any official as may be notified by FCS & CA from time to
time. A minimum of 20-25 bags of each load has to be tested.
7.5 The Depot Manager, any official nominated by KFCSC Ltd and TAPCMS
Ltd/ Other Nominees (if present),representative of Supplier and the assayer shall
jointly sign on the assaying report
7.6 An independent team comprising of official from KFCSC Ltd and TAPCMS
Ltd/ Other Nominees, and the Team leader of Assaying agency shall on periodic
basis draw samples and send it for evaluation to both assaying agency appointed
as well as PHI/CFTRI. The findings of such analysis will be final and such stocks
which are not in conformity with specified parameters shall be rejected. The
payment in respect of such stocks will not be processed and Supplier will be asked
to replace such stocks at his own cost. The replacement supplies will also under go
assaying and if they are found not conforming to specified quality parameters then
such stocks will also be rejected. Under such circumstances supplier will not have
an option for redressal and the firm will be blacklisted for minimum period of 3
years from the date of notice issued. Apart from blacklisting by the Commissioner
FCS&CA, EMD will also be forfeited.
7.7 The stocks which qualify the quality parameters will only be accepted and
inwarded by the Depot Manager of KFCSC and TAPCMS Ltd/ Other Nominees.
7.8. After unloading the tare weight of the truck is recorded on the same electronic
weighbridge. The copies of the weigh bridge receipts along with other documents
i.e. invoice / delivery challan and weighbridge receipts at the loading point shall be
handed over to the Depot Manager of KFCSC Ltd and TAPCMS Ltd/ Other
Nominees.
7.9. In case of non-availability of electronic weighbridge facility in the vicinity of
the delivery location, then the Assayer and Depot Manager shall measure the gross
weight of the bag on the weighing scale available at the designated warehouse on
a random basis and details of gross weight shall be recorded in the assaying
report. Based on the recorded weights he shall arrive at net weight of the
consignment.
7.10. Suppliers may note that after receiving each lot at the Wholesale point
located at the taluka levels, the assaying will be carried out by the assaying agency
in order to ensure that the consignment conforms to the quality parameters
stipulated in para 6 and only such stock which pass the assaying test will be
received by the Depot Manager. The cost of assaying will be borne by the suppliers
and such costs will be deducted while making the payment for supplies made.
7.11. A detailed circular regarding assaying procedure, details of cost of assaying,
the name of third party agency appointed for assaying will be published in the
website of FCS & CA Department for the information of registered suppliers.
8. PROCESS OF ELECTRONIC AUCTION SYSTEM ON e-Procurement platform
of e-Governance, Govt.of Karnataka.
8.1. After scrutiny of application for registration at the e-Procurement platform of
e-Governance, Govt. of Karnataka, the enrolled the applicants on the platform
subject to certain eligibility criteria,will be allotted with unique user ID and
password.
8.2. The registered suppliers with such unique user ID and password are eligible to
participate in the electronic bid system i.e. e-auction.
8.3. The e-procurement platform of e-Governance, will schedule the auctions for
each district separately based on the indent placed by the Commissioner FCS&CA
Department and the e-auction calendar for each district will be published on the
website of FCS&CA Department (www.ahara.kar.nic.in)
8.4. The registered suppliers shall not be intimated individually regarding the e-
auctions, which are scheduled by the e-procurement platform of e-Governance,
Govt.of Karnataka. However the registered suppliers may also contact KFCSC Ltd
/TAPCMS & OTHER NOMINEE offices located at District OR Commissioner FCS&CA
Department (Bangalore). In addition after every e-auction has been scheduled by
FCS&CA Department on e-procurement platform of e-Governance, Govt.of
Karnataka will send the information about the e-auction through an email to each
of the empaneled supplier. However empaneled suppliers are advised to rely on the
information published on the web site www.ahara.kar.nic.in rather than depending
on email. Mere non-receipt of email will not be a valid objection for not
participating in the e-auction.
8.5. The registered suppliers shall take adequate care and are solely responsible to
obtain details of the schedule of e-auctions through the website of e-procurement
platform of e-Governance, Govt.of Karnataka in their own interest, rather than
depending on other mode of information sources.
8.6 The registered suppliers need to deposit 2 % (Two per cent) of the value of
goods as EMD with the e-procurement platform of e-Governance, Govt. of
Karnatakaaccount to participate in the e auctions by way of electronic fund
transfer/RTGS.
8.7 The bidders shall be allowed bye-procurement platform of e-Governance,
Govt.of Karnataka to bid only if there quisite EMD amount deposited would
determine the bidding capacity of the bidder.
8.8District wise quantity in quintals shall be put for e-Auction.
8.9EMD of the unsuccessful Bidder(s),including those whose bid(s) are not
accepted due to non-fulfillment/not meeting the conditions attached to the
bid(s),shall be returned.
8.10 Price to be quoted in delivered weight and quality basis, as per the quantity
specified for a particular delivery location. The evaluation and finalization of bids
received shall be made on the basis of the lowest price quoted by the bidders for
the lots in respect of each district.
8.11 The price quoted shall be per Quintal basis for district wise lots and are:
a) Inclusive of all incidental expenditure,cost of assaying, transaction
charges, cess, fee, taxes including GST as applicable for delivery at taluka
level.
b) Inclusive of cost of packing, transportation charges, transit insurance and
unloading charges for delivery at wholesale points of KFCSC Ltd and TAPCMS
Ltd and Other Nominee at taluka level in respect of the concerned district.
8.12The Bids of all Bidders who have participated in the E-Auction must remain
valid for minimum period of ten (10) working days from the date of auction.
8.13 The Bidders are required to quote in Indian Rupees per Quintal for each
auction. The Commissioner FCS&CA Department., may specify, if desired a ceiling
price above which no bids may be accepted by e-Tender Platform.
8.14 The final results of the E-Auction as approved by Commissioner FCS&CA
Department are binding on all bidders. Any requests for cancellation of bids
received either during the auction session or after the conclusion of an auction
session shall not be accepted. Failure to accept award of supply contract by the
successful supplier shall result in the forfeiture of the EMD and blacklisting from
further participation in the e-auctions for a period of three years.
8.15 Any bid placed using the bidders username and the password shall be
deemed to be an unconditional binding of the bidder to whom such username and
the password has been allotted by e-Governance, Govt. of Karnataka inter-alia, for
the purpose of the E-Auction and the bidder shall be solely and fully responsible for
all the activities that occur under such username and password. The user is
therefore advised to check the username and the password before the E-Auction
and is advised not to reveal it to anyone else so as to prevent misuse of the same.
8.16 The Bid of the lowest bidder of online bidding/E-Auction session (online
bidder) will be declared as the Successful bidder, after getting approval from
FCS&CA Department within 10 working days of close of e-Auction. The confirmation
of acceptance or rejection of lowest bid will be communicated to the successful
bidder by email to registered e-mail ID.
8.17 FCS&CA DEPARTMENT shall not be responsible for any failure of power,
Network, Server, Bandwidth problems, Hosting Server, Internet Connectivity, ISP
or otherwise or the slowness to access e-Tender Platform. In case if e-Auctions
cannot be held on scheduled date due to Server problems or any other reasons,
the e-Auctions will be rescheduled and will be held on alternative day, the details of
such date/s will be notified in the website www.ahara.kar.nic.in
8.18. The successful bidder upon receipt of communication regarding acceptance
of bid by the FCS&CA Department shall arrange to transfer an amount equivalent
to 3 % (Three per cent) of the value of the order as security deposit within 5
working days by way of electronic fund transfer to the Accounts detailed below:
Bank Name Bank Account Name
Account IFS Code Branch Name
State
Bank of India
Savings
Bank
38310538637 SBIN0006198 Race cource Road
Branch Bangalore
9. ORDER FOR SUPPLIES.
9.1. The short listed suppliers who qualify in e-auction for each lot / destination
will be issued with purchase orders / indents by the concerned District Managers of
KFCSC Ltd for the PDS wholesale Points managed by KFCSC Ltd., and DEPUTY
DIRECTOR/ JOINT DIRECTOR FCS & CA of the concerned District for PDS wholesale
Points managed by TAPCMS Ltd and Other Nominee. The purchase order to the
supplier will be issued subject to payment of prescribed security deposit with the
account mentioned in clause8.18.
9.2. The FCS&CA Department, does not guarantee the minimum quantity, which
will be ordered. The FCS&CA Department through the District Managers of KFCSC
Ltd, Deputy Director / Joint Director FCS & CA Dept. of the district in respect of
TAPCMS Ltd and Other Nominee reserves the right to order for only such quantity
as may be necessary or required by the respective district and the qualified
supplier is bound to supply the ordered quantity at the designated wholesale
warehouse spread across the concerned district.
9.3. Quantities supplied in excess of the quantity specified in the purchase order
will not be paid for subject to variation of +/- one per cent. The Deputy Director /
Joint Director of FCS&CA Department at his sole discretion may place purchase
orders/indents by LETTER/ E-MAIL, pending execution of agreement. The
successful qualified supplier is bound to honor such indents and shall arrange to
supply requisite quantity of RED GRAM DAL / TUR DAL (FATKA) to the
designated locations. Suppliers shall be intimated regarding the acceptance of their
bid by way of declaration of e auction results by Commissioner FCS&CA
Department, through e mail. The supplier shall take all necessary steps to
commence the packing, assaying, and dispatch of the tendered quantity at the
approved rate and complete the delivery to the respective wholesale points within
Ten (10) days from the date of issue of Purchase Order/Indent. For the purpose
of entering into agreement with concerned District Managers of KFCSC and
Concerned Joint/Deputy Director, FCS of the district for other nominees. The
suppliers shall be issued with a purchase order/indent subject to remittance of
security deposit.
9.4. The suppliers are required to enter into an agreement on Rs. 200/- non-
judicial stamp paper with the concerned District Managers of KFCSC and Concerned
Managing Director /Secretary of TAPCMS LTD., and OTHER Nominee, to fulfill the
contractual obligations as specified by the FCS&CA Department, after remitting the
required security deposit.
9.5. Violation of any of the Clause/Clauses of the Agreement shall be deemed as
violation of Terms and Conditions of this contract.
9.6. Security Deposit furnished by the qualified suppliers will be returned on
request upon completion of the contract period or the extended period, if any,
subject to satisfactory performance or execution of the contract as per the Terms
and Conditions of the contract.
9.7. Default in supplies either wholly or partly on account of quality or quantity or
delay in supply will result in forfeiture of security deposit and EMD.
9.8. At any stage of supplies under the scheme, if it is noticed that the supplies are
not in conformity with the specifications prescribed, such materials are liable to be
rejected and qualified supplier will be called upon to make good the same. In the
event of qualified supplier failing to make good the rejected stocks, the security
Deposit and EMD furnished by the qualified supplier shall be forfeited and action
under the existing laws will be initiated by Commissioner FCS&CA to recover such
losses.
9.9. In case of non-supply of stocks within the specified time limits as per
purchase order/indent, the District Manager of KFCSC Ltd, TAPCMS Ltd and Other
Nominee is at liberty to purchase the item from other alternative sources and
recover the difference of cost from the supplier who has defaulted.
10. TERMS AND CONDITIONS OF DELIVERY.
10.1. The successful suppliers should take adequate precautions to prevent
damage or deterioration to RED GRAM DAL / TUR DAL (FATKA) during
storage/transportation. He should also insure the stock during transit at his cost.
10.2. The successful suppliers should deliver at his cost the RED GRAM DAL / TUR
DAL (FATKA) to the designated warehouse/storage place as per the purchase order
/ indent issued by KFCSC Ltd, Deputy Director, FCS & CA Dept. for TAPCMS Ltd and
Other Nominee.
10.3.Supplier should supply the stock of RED GRAM DAL / TUR DAL (FATKA) as
per the terms and conditions of quality in net 1 Kilogram weight packing. It has to
be packed in 70 to 75 microns LDP Laminated film with reverse printed multi-color
film material. The approximate size of pouch may be 7 inches X 9 inches. The text
of the matter to be printed on the one Kg pouch shall be provided by FCS & CA
Department. The supplier shall pack 25 packets of such 1 Kilogram RED GRAM DAL
/ TUR DAL (FATKA) in new 25 Kg HDPE WOVEN SACK bag duly machine stitched.
11. TERMS OF PAYMENT.
11.1After satisfactory supply of the tendered items by the successful bidder within
the stipulated time,payment will be released by respective District Managers of
KFCSC Ltd. to the respective account of supplier from date of submission of bills
with relevant documents to the respective wholesale points. In respect of TAPCMS
Ltd and other nominees the purchase value will be remitted by the concerned
Deputy Director / Joint Director FCS & CA Department.
11.2. The supplier shall submit the following documents:
a) Invoice (Sales Bill)
b) Copy of the delivery Challan
c) Copy of the Indent placed by District Manager of KFCSC Ltd or TAPCMS or Other
nominees DEPUTY DIRCTOR FCS & CS of the District.
h) Copy of Assaying Report at the loading and unloading point.
On completion of supply to all the wholesale point of the District, the supplier shall submit
the following documents to concerned District Manager of KFCSC Ltd or Deputy Director /
Joint Director, FCS & CA for TAPCMS or Other nominees, as the case may be, to process for
payment:
a) Copy of wholesale wise Invoice (Sales Bill)
b) Load wise\truck wise Delivery challan with proper serial numbers, date of delivery,
Indent number with date, Name of the depot, vehicle number, name of the items and
quantity delivered.
c). If the delivery of stock is more than one truck to a particular wholesale point, the
invoice should contain all the delivery note number in one invoice.
d). Stock receipt issued by Wholesale point
e) Assaying Report at the loading and unloading point.
GOVERNMENT OF KARNATAKA
TurDal(Fatka)UNDER PUBLIC DISTRIBUTION SYSTEM
SCHEME, 2019-20
Name of the Supplier ………………………….BATCH No………………………….
DATE OF PACKING:
TO BE STORED IN DRY PLACE
f) Electronic Weighbridge Receipts at loading point and unloading point (if electronic weigh
bridge facility is available at unloading point)
11.3 A set of documents mentioned above should be produced to concerned official of
KFCSC Ltd or TAPCMS or Other nominees, as the case may be, on completion of delivery to
the wholesale point/points as per purchase indent/order. The District Manger – KFCSC or
Depot Manager/Secretary TAPCMS or Depot Manager-Other nominees shall issue the
acknowledgement as per the format given below to supplier immediately upon completion
of supplies as per the purchase indent/orders. Any deviations shall be recorded in the
remarks column.
To: (Supplier name)
Indent number…………………………………… date………………………………….
Sl
No.
Invoice
No
Date N Name
of
wholesale
points
Item Qty
supplied
Amount Stock
receip
t no.
Delivery
Challan
NO.
REMARKS
TOTAL
Place:
Date:
Signature Name and designation (KFCSC Ltd/TAPCMS/ Other nominee)
Seal and Stamp of organization.
11.4. The payment will be directly released through Electronic Fund Transfer to the
respective Bank Account of the qualified suppliers by respective District Managers
of KFCSC Ltd and Deputy Director FCS & CA for TAPCMS Ltd and Other Nominee.
12. PENALTY CLAUSE
12.1. In case if the supplier fails to complete the supplies in time as per indent,
the Commissioner FCS&CA department reserves the right to cancel the order for
non-supplied quantity, mentioned in the purchase order and proceed with the
purchase of the same item from the open market or has the discretion to re
auction the desired quantity through e-Tender. The difference in cost if any, for
procurement of RED GRAM DAL / TUR DAL (FATKA)from the above alternative
sources will be recovered from the defaulted supplier by initiating legal action. EMD
will be forfeited and FCS&CA Department may also proceed with blacklisting of the
firm depending on the gravity of the situation. Black listing will be for a period of
three years from the date of said order and the agency will be barred from
participating in any tender of FCS&CA for that period. In addition to this, in case of
any false/wrong documents are submitted the FCS&CA Department shall have the
right to cancel the agreement.
12.2. Failure to keep up the supply schedule by the qualified supplier will result in
levy of penalty of Rs.50/- (Rupees Fifty only) per day per MT for delay of ten days.
Any further delay in excess of ten days a penalty of Rs. 100 per day per MT will be
levied for next ten days. If the supply is not completed during the said period
action will be taken.
12.3 The FCS&CA Department may, without prejudice to any other remedy for
breach of agreement, by written notice of default sent to the supplier, terminate
the agreement in whole or in part.
Breach of agreement shall include, but shall not be limited to the
following:
a) The Supplier stops providing services for continuously 2(Two) days when no
stoppage of service is shown on the current program me and the stoppage has not
been authorized by the FCS&CA Department.
b) If the Supplier fails to perform any other obligation(s) under the agreement and
terms & conditions of the tender or
c) The Supplier goes bankrupt or goes into liquidation other than for a reconstruction
or amalgamation; Notwithstanding the above, the FCS&CA Department may
terminate the Agreement for any reasons of quality of Service; reduction in
requirements or for any other valid reasons whatsoever.
If the Agreement is terminated the Supplier shall stop services immediately.
In the event the FCS&CA Department terminates the Agreement in whole or in
part, pursuant to terms and conditions of tender, the FCS&CA Department may
procure, upon such terms and in such manner as it deems appropriate, services
similar to those undelivered, and the Supplier shall be liable to the FCS&CA
Department for any excess costs for such similar Goods. If the Supplier fails to
reimburse the FCS&CA Department or such excess costs within a reasonable
period, the FCS&CA Department may have recourse to the performance Security.
However, the supplier shall continue performance of the Agreement to the extent
not terminated.
If the supplier fails to perform the duties as laid down in this document the FCS&CA
Department may also proceed with the blacklisting of the firm depending on the
gravity of situation. Black listing will be for a period of three years from the date
of said order and the agency will be barred from participating in any tender of
FCS&CA for that period.
13. FORCE MAJEURE:
Should any of the force majeure circumstances, namely act of God, natural
calamity, fire, Government of India Policy or Karnataka State Government’s
Policy,restrictions(excludinganystocklimits),strikesorlock-outsby workmen, war,
military operations of any nature and blockades preventing the Seller/Buyer from
wholly or partially carrying out their contractual obligations, the period stipulated
for the performance of the Contracts hall be extended for as long as these
circumstances prevail, provided that, in the event of these circumstances
continuing for more than three months, either party shall have the right to refuse
to fulfill its contractual obligations without title to indemnification of any losses it
may there by sustain. The party unable to carry out its contractual obligations shall
immediately advise the other party of the commencement and the termination of
the circumstances preventing the performance of the contract. A certificate issued
by the respective Chamber of Commerce shall be sufficient proof of the existence
and duration of such circumstances.
14. ARBITRATION:
In case of any disputes relating to supplies including the interpretation of any of
the Clause/Clauses of the agreement, the matter shall be referred to a sole
arbitrator not less than the rank of Secretary to Government of Karnataka,
appointed by the Government. The remuneration for the arbitrator shall be fixed
by the Government. The arbitration shall be held in Bangalore and the decision of
the arbitrator shall be final and binding on both parties to the arbitration. The
arbitration will be conducted in accordance with arbitration and conciliation Act,
1996.
Court situated in Bangalore to the exclusion of all other courts in India, only shall
have the jurisdiction in the matter.
We agree to the above terms and conditions.
Signature of the applicant.
Name: Date:
Seal: Place:
ANNEXURE - 1
(On Rs.200.00 Non Judicial Stamp Paper)
I, (name of deponent), aged-____, (Partner / Director / Proprietor) of (name of
Dal Miller/Trader/Supplier/Firm/co-operative Society/Corporate/), do state on
oath and solemnly affirm as follows:
1. That I am the Authorized Signatory of (name of bidder) (hereinafter referred
to as “Supplier”), willing to empanel as supplier of RED GRAM DAL / TUR DAL
(FATKA) to Notification KFCSC/PROC/ TURDAL/2019-20. Dated: 15-05-
2019 for the year 2019-20under Public Distribution System and Other Welfare
Schemes of Government of Karnataka. I am filing the present affidavit.
2. I state that M/s………………… (name of supplier), which has submitted
application for empanelment of supplier of RED GRAM DAL / TUR DAL (FATKA)
pursuant to above tender notification, has all the facilities to accomplish the task
prescribed in the tender document as per the terms and conditions thereof.
3. I further state that M/s…………………………… (Name of supplier) was not
prosecuted for violation rules / law under Essential Commodities Act or any such
others law or orders there under in any court of law and not black listed by any
organization or Government for non-performance of contractual obligation.
4. I state that all the details and particulars furnished in the application for
empaneling as supplier of RED GRAM DAL / TUR DAL (FATKA) are true and
correct to my knowledge. The certificates and other documents submitted are
true copies of the original and particulars shown in those documents and
certificates with regard to concerned supplier are true and correct.
6. In case any particular or details given in aforesaid bid is found to be
inaccurate or incorrect or the certificate or any documents furnished by the
concerned supplier is found to be fabricated and not genuine, either on
inspection by Authorized Personnel of FCS&CA Department or on the basis of
information received through other sources, I understand that our empanelment
as supplier of RED GRAM DAL / TUR DAL (FATKA) under Public Distribution
Scheme and other Welfare Schemes of Government of Karnataka, for the year
2019-20 will be liable to be rejected and in case order for supply is given, the
same will be liable to be rescinded and the same will be without prejudice to any
other consequences to which the concerned supplier will be exposed for
misrepresentation and misleading FCS&CA Department
Signature of Authorized person
Name and Seal with address
Annexure-2
Agreement
This Agreement made this day of………………………………………….. between the
District Manager/Secretary ………………………………. District, KFCSC Ltd/ TAPCMS Ltd
and Other Nominee, registered under the Companies Act 1956, having its
District Office at…………………………………….. (Hereinafter called the ‘District /Depot
Manager’) which term shall mean and include his successor in office of the first
part and M/s.
________________________________________________________a
proprietorship concern/partner of the firm/Co-operative society/company
represented by Sri ______________in the capacity of
____________________hereinafter called the ‘supplier’, which term shall mean
and include his legal heirs, successors, executors and assigns of the other part,
witnesses as follows:
Whereas the Corporation having taken the decision of enrolling suppliers for
supply of RED GRAM DAL / TUR DAL (FATKA) for the year 2019-20, by inviting
request for enrolment vide Notification. No.KFCSC/ PROC/ TURDAL/ 2019-
20. Dated: 15-05-2019 And whereas the supplier has participated in the e-
auction in accordance with the terms and conditions specified in the “REQUEST
FOR PROPOSAL- Empanelment of Suppliers for Supply of RED GRAM DAL / TUR
DAL (FATKA) under Public Distribution System for the financial year 2019-20and
agreed to perform duties and services hereinafter described under the terms and
conditions mentioned below and the District Manager/ Secretary has enlisted
M/s……………………………………………………………………………………………………………………………a
s ‘supplier’ subject to all the terms and conditions stipulated and provided herein
below:
It is hereby agreed between the parties as follows:
01.The terms and conditions mentioned in the “REQUEST FOR PROPOSAL -
Empanelment of Suppliers for supply of RED GRAM DAL / TUR DAL (FATKA)
under Public Distribution System Scheme of Government of Karnataka for the
financial year 2019-20.NotificationNoKFCSC/ PROC/ TURDAL/ 2019-20.
Dated: 15-05-2019 regarding e-auction of RED GRAM DAL / TUR DAL (FATKA)
under Public Distribution System Scheme, application forms, documents form
the part and parcel of this agreement and binding on the parties.
02. The registered supplier is selected as L-1 rate supplier and has deposited an
amount equivalent to 3 % (Three per cent) of the value of the order as security
deposit by way of electronic fund transfer to:
A/cName–Commissioner, Food, Civil Supplies and Affairs Department;
Bank ------------------;BankA/cno.---------------;Branch………………….;
IFSC Code ---------.The proof of deposit of security deposit is detailed
below:
-------------------------------------------------------------------------------------
-------------------------------------------------------------------------------------
-----------------------------------------------------------------------------
on request upon completion of the supply of RED GRAM DAL / TUR DAL (FATKA)
in accordance with the quantity, quality and delivery schedule specified in the
indent / purchase order issued by KFCSC Ltd/ TAPCMS Ltd and Other Nominees
or the extended period, if any, subject to satisfactory performance or execution
of the indent / purchase order.
03. The District Manager/Deputy Director/Joint Director does not guarantee the
minimum quantity, which will be ordered for supply. The District
Manager/Deputy Director/Joint Director reserves the right to order only such
quantity as may be necessary and the supplier is bound to supply the ordered
quantity only. Quantities supplied in excess will not be paid for.
04. It is agreed between the parties that ten (10) days’ time would be normally
allowed for supply of quantity indented. However, the conditions mentioned in
RFP will apply mutatis mutandis specifying the delivery period while placing the
indent / purchase order. Supplier shall supply and adhere to time schedule,
failing which penalty will be levied as detailed under this agreement.
5. QUALITY PARAMETERS.
5.1 Quality Parameters of GREEN GRM (Moong Gram)
Sl. No.
Parameter Tur Dal of Indian origin (Phatka Sortex graded)
1. RED GRAM DAL / Tur Dall Moisture Content % (W/W)
Max 12%
2. RED GRAM DAL / Tur Dall Powder Residues % (W/W)
Max 0.5 Gms
3. RED GRAM DAL / Tur Dall Foreign Matter % (W/W)
Max 0.1%
4. Damaged Discolored (W/W) Max 0.5%
5. RED GRAM DAL / Tur Dall Broken% (W/W)
Max 2%
6. Grains With Husk (W/W) Max 0.5%
7. RED GRAM DAL / Tur Dall Weevilled seeds (%by Count Basis)
Max 1%
8. RED GRAM DAL / Tur Dall Green Max 1%
9. RED GRAM DAL / Tur Dall Sieve Test on sieving % retain between 6mm and 4mm sieves
Min 90%
5.2. The supplier is expected to ensure that the RED GRAM DAL / TUR DAL
(FATKA) delivered to the designated warehouses of KFCSC Ltd/ TAPCMS and Other
Nominees is strictly within the time as stipulated in the supply order and adhere to
the quality parameters as stipulated above.
5.3. The quality parameters other than those parameters mentioned in 5.1 above
shall be in accordance with the specification indicated in the Food Safety and
Standards Act 2006 and connected rules and free from common deleterious
matter. RED GRAM DAL / TUR DAL (FATKA) should be of Indian origin and free
from any added color and adulteration. The KFCSC Ltd. / TAPCMS and Other
Nominees, as per the directions of Commissioner FCS & CA Department may get
samples tested for added color/adulteration at Public Health Institute,
Bangalore/CFTRI etc., The Cost of such test will be debited to supplier’s account.
Action will be initiated against those suppliers who fail to comply with above
specified quality parameters as per terms and conditions, and as per provisions
under Food Safety and Standards Act 2006 and connected rules.
5.4. Suppliers shall be liable for any action consequences that may arise due to
non-adherence to quality parameters.
5.5. Apart from the above, in the event of any harm caused due to supply of bad
quality, the concerned supplier shall be held solely responsible of any consequential
losses/damages on account of such supplies under the scheme.
6. PRICE QUOTED FOR SUPPLY OF RED GRAM DAL / TUR DAL (FATKA) BY
THE SUPPLIER
6.1.The price quoted shall be per Quintal basis for district wise lots and is:
a) Inclusive of all incidental expenditure, cost of assaying, transaction charges,
taxes including GST if any payable for delivery at taluka level.
b) Inclusive of cost of packing, transportation charges, transit insurance and
unloading charges for delivery at wholesale points of KFCSC Ltd/ TAPCMS Ltd and
Other Nominees at taluka or hobli level in respect of each district.
6.2 The Supplier has agreed to supply RED GRAM DAL / TUR DAL (FATKA) to the
destinations mentioned in the supply order at the rate, quality and quantity as
detailed in indent / purchase order issued by District Manager/ Deputy Director
/Joint Director, KFCSC Ltd/ TAPCMS Ltd and Other Nominees and quality as
mentioned in RFP.
SLNo Indent / Purchase order No. &
Date
Name of the District
RED GRAM DAL
/TUR DAL (FATKA) rate per Quintal
in Rs.
Total Quantity
in Quintals.
6.3. In case the supplies are not effected within stipulated time as per
indent/purchase order FCS&CA Department through KFCSC Ltd/ TAPCMS Ltd and
Other Nominees is at liberty to purchase the item from any other alternative source
and recover the extra cost if any, from the supplier and initiate action as detailed in
RFP document.
7. PAYMENTS:
7.1After satisfactory supply of the tendered items by the successful bidder within
the stipulated time,payment will be released by respective District Managers of
KFCSC Ltd. to the respective account of supplier from date of submission of bills
with relevant documents to the respective wholesale points. In respect of TAPCMS
Ltd and other nominees the purchase value will be remitted by the concerned
Deputy Director / Joint Director FCS & CA Department.
7.2 The following deductions will be effected while processing the bill of the
supplier for payment.
a) Weight difference, if any
b) Cost of assaying charges.
8. PENALTY CLAUSE:
8.1 In case if the supplier fails to complete the supplies in time as per indent, the
Commissioner FCS&CA Department reserves the right to cancel the order for non-
supplied quantity, mentioned in the purchase order and proceed with the purchase
of the same item from the open market or has the discretion to re auction the
desired quantity through the Dept. The difference in cost if any, for procurement of
RED GRAM DAL / TUR DAL (FATKA) from the above alternative sources will be
recovered from the defaulted supplier by initiating legal action. EMD will be
forfeited and Commissioner FCS&CA Department may also proceed with blacklisting
of the firm depending on the gravity of the situation. Black listing will be for a
period of three years from the date of said order on the supplying agency in the
barred from participating in any tender of FCS&CA for that period.
In addition to this, in case of any false/wrong documents is submitted the
Commissioner FCS&CA shall have the right to cancel the agreement.
8.2Failure to keep up the supply schedule by the qualified supplier will result in
levy of penalty of Rs.50/- (Rupees Fifty only) per day per MT for delay of ten days.
Any further delay in excess of ten days a penalty of Rs. 100 per day per MT will be
levied for next ten days. If the supply is not completed during the said period
action will be taken.
8.3 Any clause or clauses or part of the clause/clauses of this contract may be
revised during the currency of this contract, when considered necessary by the
District Manager/ Secretary of………………..district of KFCSC Ltd/ TAPCMS Ltd and
Other Nominees after obtaining necessary approvals from Commissioner FCS&CA
Department.
8.4 In case the appointed suppliers fails to fulfill the obligation of contract by not
supplying the indented goods within the stipulated time or violates any condition or
partial violation of the terms and conditions or fails to give agreement within the
stipulated time, he is liable to be placed under “BLACK LIST” in addition to
forfeiture of the EMD and Security Deposit and any consequential damage / loss to
the FCS&CA Department will be recovered from the supplier. The order of
Commissioner, FCS&CA in this regard will be final & finding.
8.5 The District Manager/ Secretary ……………district KFCSC Ltd/ TAPCMS Ltd and
Other Nominees with prior necessary approvals from Commissioner FCS&CA
Department may alter certain clauses, terms and conditions of the agreement.
However in such cases the supplier will be consulted before revising such
clause/clauses, if necessary.
8.6 The supplier will be held criminally responsible and liable for the loss or
damage to the life of the consumer on account of Adulteration in the goods
supplied. Without prejudice to the right of the FCS&CA Departmentto proceed
against the supplier legally for recovery of loss or damages on account of breach of
contract.
8.7 The supplier shall adhere to the provisions of relevant Act and connected Rules
thereupon in connection with supply of RED GRAM DAL / TUR DAL (FATKA) when
weighed. Any deviation to this standard weight would attract penalty and action as
per the rules.
8.8 The District Manager/ Secretary ……………district for KFCSC Ltd/ TAPCMS Ltd
and Other Nominees reserves the right to terminate the contract, during the period
of the agreement, with three days’ notice, for breach of any terms and condition of
this agreement or due to change in the policy guidelines of either the Government
ofKarnataka or FCS&CA Department after obtaining due permission from
Commissioner FCS & CA Department.
9. TERMINATION.
The Commissioner FCS&CA Department may, without prejudice to any other
remedy for breach of agreement, by written notice of default sent to the supplier,
terminate the agreement in whole or in part.
Breach of agreement shall include, but shall not be limited to the
following:
a) The Supplier stops providing services for continuously 2(Two) days when no
stoppage of service is shown on the current programme and the stoppage has not
been authorized by the FCS&CA Department.
b) If the Supplier fails to perform any other obligation(s) under the agreement and
terms & conditions of the tender or
c) The Supplier goes bankrupt or goes into liquidation other than for a reconstruction
or amalgamation; notwithstanding the above, the FCS&CA Department may
terminate the Agreement for any reasons of quality of Service; reduction in
requirements or for any other valid reasons whatsoever.
If the Agreement is terminated the Supplier shall stop services immediately.
In the event the FCS&CA Department terminates the Agreement in whole or in
part, pursuant to terms and conditions of tender, the FCS&CA Department may
procure, upon such terms and in such manner as it deems appropriate, services
similar to those undelivered, and the Supplier shall be liable to the FCS&CA
Department for any excess costs for such similar Goods. If the Supplier fails to
reimburse the FCS&CA Department or such excess costs within a reasonable
period, the FCS&CA Department may have recourse to the Security Deposit.
However, the supplier shall continue performance of the Agreement to the extent
not terminated.
If the supplier fails to perform the duties the FCS&CA Department may also
proceed with the blacklisting of the firm depending on the gravity of situation.
10. CONDITIONS REGARDING REJECTION OF MATERIALS.
10.1 If the supplier does not produce the satisfactory assaying report during
unloading at the delivery point to the concerned Depot Manager, the consignment
will be rejected.
10.2 If the supplies are not in conformity with the specification prescribed as per
the agreement, such materials are liable to be rejected. The suppliers may note
that “REQUEST FOR PROPOSAL Empanelment of Suppliers for Supply of RED GRAM
DAL / TUR DAL (FATKA) under Public Distribution System and other welfare
scheme of Government of Karnataka for the financial year 2019-20,if the quality of
RED GRAM DAL / TUR DAL (FATKA) fail to comply with the specifications as per the
report submitted assaying agency, the material will be rejected. In such an event
the supplier will be called upon to supply the material afresh.
10.3 In the event supplier failing to make good the rejected stocks or offer
alternate lots which qualify the specifications, the EMD and Security Deposit will be
forfeited and action will be initiated to recover further loss, if any.
10.4 In case if fresh supplies are not effected against rejected lots within 7 days,
the FCS&CA Department is at liberty to purchase the item from any other
alternative source or through re-auction and recover the extra cost if any, from
the supplier apart from forfeiture of EMD, and Security Deposit furnished by the
supplier.
11.FORCE MAJEURE:
Should any of the force majeure circumstances, namely act of God, natural
calamity, fire, Government of India o r Ka rna taka S ta te Government
Policy, restrictions(excluding any stock limits), strikes or lock-outs by workman,
war, military operations of any nature and blockades preventing the Seller/Buyer
from wholly or partially carrying out their contractual obligations, the period
stipulated for the performance of the Contract shall be extended for as long as the
circumstances prevail, provided that, in the event of these circumstances
continuing for more than three months, either party shall have the right to refuse
to fulfill its contractual obligations without title to indemnification of any losses it
may there by sustain. The party unable to carry out its contractual obligations shall
immediately advise the other party of the commencement and the termination of
the circumstances preventing the performance of the contract. Acertificate issued
by the respective Chamber of Commerce shall be sufficient proof of the existence
and duration of such circumstances.
12. ARBITRATION:
In case of any disputes relating to supplies including the interpretation of any of
the Clause/Clauses of the agreement, the matter shall be referred to a sole
arbitrator not less than the rank of Secretary to Government of Karnataka,
appointed by the Government. The remuneration for the arbitrator shall be fixed
by the Government. The arbitration shall be held in Bangalore and the decision of
the arbitrator shall be final and binding on both parties to the arbitration. The
arbitration will be conducted in accordance with arbitration and conciliation Act,
1996. Court situated in Bangalore to the exclusion of all other courts in India, only
shall have the jurisdiction in the matter.
In witness whereof the parties hereto have set their hands on the day and date
herein before mentioned in the presence of:
(Signature)
DISTRICT MANAGER/SECRETARY
KFCSC Ltd/ TAPCMS Ltd and Other Nominees,
………………District with Seal
WITNESS: Signature of Suppliers: Name &Seal
1.
2,
Annexure - 3 KARNATAKA FOOD AND CIVIL SUPPLIES LTD. BANGALORE DISTRICT OFFICE
ADDRESS DISTRCT MANAGER, M\S. KARNATAKA FOOD &
CIVIL SUPPLIES
CORPORATION LTD.,
Kanti Building, Opp: Lions School, Kerudi Hospital Road,BAGALKOT
- 587101
DISTRCT MANAGER, M\S. KARNATAKA FOOD &
CIVIL SUPPLIES
CORPORATION LTD.,
D.M–NORTH OFFICE ’ N.G.G COMPLEX., YESHWANTHPUR,
BANGALROE –560 0 22 (BANGALORE NORTH IRA )
DISTRCT MANAGER, M\S. KARNATAKA FOOD &
CIVIL SUPPLIES
CORPORATION LTD.,
(BANGALORE SOUTH NO 67\1, Kadiranahalli, BANASHANKARI 2nd
stage BENGALURU 56,0070 . (BANGALORE SOUTH, SOUTH IRA AND
BANGALORE RURAL DISTRICT ADMIN
OFFICE)
DISTRCT MANAGER, M\S. KARNATAKA FOOD &
CIVIL SUPPLIES CORPORATION LTD., KARNATAKA HOUSING
BOARD COMPLEX 1ST FLOOR MAHANTESH
NAGAR MALA MARUTI
EXTENSION BELGAUM 590 017
DISTRCT MANAGER, M\S. KARNATAKA FOOD &
CIVIL SUPPLIES CORPORATION LTD., 2ND FLOOR, BUDA BUILDING
KEREKATTA, MODHI CIRCLE, NEAR MODHI
TALIKES, BELLARY-593
101
DISTRCT MANAGER, M\S. KARNATAKA FOOD &
CIVIL SUPPLIES CORPORATION LTD., Aahar Bhavan” Mailoor,
Bidar-585403.
DISTRCT MANAGER, M\S. KARNATAKA FOOD & CIVIL SUPPLIES
CORPORATION LTD., NEAR N.G.O’S GUEST
HOUSE,
D.C. OFFICE COMPOUND BIJAPUR 586 101.
(NEW NAME;
VIJAYAPURA)
DISTRCT MANAGER, M\S. KARNATAKA FOOD & CIVIL SUPPLIES
CORPORATIONLTD.,3RD FLOOR ZILLA
ADMINISTRATIVE
BHAVAN .OFFICE CHAMARAJNAGAR- 571
313.
DISTRCT MANAGER, M\S. KARNATAKA FOOD & CIVIL SUPPLIES
CORPORATION LTD., Mallegowda Complex ,
M.G.Road II cross,
Chikmagalur-577 101
DISTRCT MANAGER, M\S.
KARNATAKA FOOD & CIVIL SUPPLIES
CORPORATION LTD.,
NO.10, PRGAGATHI NILAYA, KSRTC BUS
DEPOT ROAD, KELEGOT,
CHITRADURGA 577 501
DISTRCT MANAGER, M\S.
KARNATAKA FOOD & CIVIL SUPPLIES
CORPORATION LTD.,
No.K-223/1 Bazar Road Cross, 4th Division,
CHIKKABALLAPURA. 562
101
DISTRCT MANAGER, M\S.
KARNATAKA FOOD & CIVIL SUPPLIES
CORPORATION LTD.,
Ahara Bhavana’ # 506’C’ Block, Devaraj Urs
Layout, DAVANAGERE –
577 006.
DISTRCT MANAGER, M\S.
KARNATAKA FOOD &
CIVIL SUPPLIES
CORPORATION LTD., 8TH CROSS LAXMI NAGAR,
BEHIND MODERN HALL,
DHARWAD-580 004
DISTRCT MANAGER, M\S.
KARNATAKA FOOD &
CIVIL SUPPLIES
CORPORATION LTD., Karnataka Housing
Board, 1st Floor,
Laxmeshwar Road, GADAG – 582 103
DISTRCT MANAGER, M\S.
KARNATAKA FOOD &
CIVIL SUPPLIES
CORPORATION LTD., K.H.B.PLAZA OPP
CENTERAL BUS STAND
GULBARGA( NEW NAME: KALABURGI) 585 103
DISTRCT MANAGER, M\S.
KARNATAKA FOOD &
CIVIL SUPPLIES
CORPORATION LTD., CHANDHANA COMPLEX,
1ST FLOOR,
HARSA MAHAL ROAD, HASSAN
DISTRCT MANAGER, M\S.
KARNATAKA FOOD &
CIVIL SUPPLIES
CORPORATION LTD, C/o VV Kumbar,
Veerabhdreswara
Prsanna, Vidyanager, West II Cross, Back side
of MORE shoping, Haveri-581110.
DISTRCT MANAGER, M\S.
KARNATAKA FOOD &
CIVIL SUPPLIES
CORPORATION LTD., OLD DISTRICT OFFICE
Compound Karwar-581
301 UTTAHARA KANNADA
DIST.
DISTRCT MANAGER, M\S. KARNATAKA FOOD &
CIVIL SUPPLIES CORPORATION LTD.,
District Administrative
Building, Fisrst Floor, Hospet Road, Koppal –
583231
DISTRCT MANAGER, M\S. KARNATAKA FOOD &
CIVIL SUPPLIES CORPORATION LTD.,
NO.1170, HOSABEEDI,
ITTIGEGUD, INDIRANAGAR,MYSORE
570 010 (MYSORE
DISTRICT & KODAGU
DISTRICT )
DISTRCT MANAGER, M\S. KARNATAKA FOOD &
CIVIL SUPPLIES CORPORATION LTD., D .
C OFFICE PREMISES,
MANDYA-571 401
DISTRCT MANAGER, M\S. KARNATAKA FOOD &
CIVIL SUPPLIES
CORPORATION LTD., 3RD FLOOR, RASIK
CHAMBERS, MARKET
ROAD, HAMPANAKATTE,
MANGALORE 575 001. (DAKSHINA KANNADA DIST & UDUPI
DIST)
DISTRCT MANAGER, M\S. KARNATAKA FOOD &
CIVIL SUPPLIES
CORPORATION LTD., NO.1170, HOSABEEDI,
ITTIGEGUD,
INDIRANAGAR,MYSORE
570 010
DISTRCT MANAGER, M\S. KARNATAKA FOOD &
CIVIL SUPPLIES
CORPORATION LTD., 1-11-530, M- 103,
NIJALINGAPPA COLONY,
RAICHUR
DISTRCT MANAGER, M\S. KARNATAKA FOOD &
CIVIL SUPPLIES
CORPORATION LTD., NELAMAHADI, KANDAYA
BAVAN, OPP; POLICY
BAVAN, B.M. ROAD,
RAMANAGARA 562 159
DISTRCT MANAGER, M\S. KARNATAKA FOOD
&CIVIL SUPPLIES
CORPORATION LTD., Beside Excise Dept., DC
Office Compound,
SHIMOGA – 577201
DISTRCT MANAGER, M\S. KARNATAKA FOOD &
CIVIL SUPPLIES
CORPORATION LTD., D.C. OFFICE COMPUND,
TUMKUR 572 101
DISTRCT MANAGER, M\S. KARNATAKA FOOD &
CIVIL SUPPLIES
CORPORATION LTD., MANGALORE (DAKSHINA
KANNADA DIST)
DISTRCT MANAGER, M\S. KARNATAKA FOOD &
CIVIL SUPPLIES
CORPORATION LTD., 5-1-275\43A, BALCHED
COMPLEX CHITAPUR
ROAD, YADGIR 585 202
Annexure-4
TAPCMS AND OTHER AGENCIES DEPOT / OFFICE ADDRESS 1 TALUKA WHOLESALE POINT ADDRESS OF WHOLESALE
POINTS
2 Bilagi [73] TAPCMS BILAGI SECRETARY, TAPCMS LTD., HEAD
POST, YADABAHALLI, BILAGI TALUK , BILAGI 587117 BAGALKOT
DIST 3 Jamakhandi [106] TAPCMS
JAMKHANDI SERETARY, TAPCMS LTD., APMC YARD, GIRISH NAGAR, JAMHANDI
587 302, BAGALKOT DIST 4 Mudhol [72] TAPCMS MUDHOL SECRETARY, TAPCMS LTD., APMC
YARD, MUDHOL 587313 BAGALKOT DIST
5 Anekal [59] SFSCS SARJAPURA SECRETARY,Sericulturist cum Farmers Service Co-Operative
Socities Ltd, (SFSCS) Sarjapur, Anekal Taluk, Bangalore- 562125
6 Bangalore North [61] TAPCMS SUNKADAKATTE (DD
BANALAORE URBON
SOUTH)
SECRETARY, TAPCMS 497, 1ST FLOOR, 'F'- BLOCK, 60 FEET ROAD,
SAHAKARANAGAR BANGALORE 560
092 (GODOWN ADDRESS: TAPCMS LTD., Sy No. 9, Makali Post &
Village, Dsanapura Hobli, BANGALORE North Taluk.
7 Bangalore North [93] VSSN., Byatarayanapura
SECRETARY . VSSN BELLARY ROAD, BYTARAYANAPURA
SHAKARANAGARA POST
BANGALORE 560092 8 Bangalore South [62] TAPCMS
BANASHNKARI The Secretary, BANASHANKARI
TAPCMS LTD, S. KARIYAPPA ROAD,
BANASHANKARI BANGALORE
560070 9 Bangalore East [58] TAPCMS K.R.PURAM The Secretary, TAPCMS LTD, K.R.
PURARM BANGALORE EAST ROAD,
BANGALROE URBUN DISTRICT , BANGALORE 560 0
10 Bangalore North [23] TAPCMS NAGARABHAVI
SECRETARY, TAPCMS 497, 1ST FLOOR, 'F'- BLOCK, 60 FEET ROAD,
SAHAKARANAGAR BANGALORE 560 092 (GODOWN ADDRESS: TAPCMS
LTD., Sy No. 3, Pillappa Industrial
Estate (NEELAGIRI PLANT) Viswaneedam Post, BANGALORE
560091 11 BangalaoreNorth RAJAJINAGAR CO-
OPERATIVE SOCIETY BANGALORE
338/A, 3RD BLOCK, BASYAM
CIRCLE, RAJAJINAGAR BANGALORE 560011
12 Bangalore South [19] B.C.S. Jayanagara (BASAVANAGUDI CO-
OPERATIVE SOCIETY)
SECRETARY, BASAVANAGUDI CO-OPERATIVE SOCIETY (BCS )Ltd,
No. 37, Basco Court Complex, Shop
no. -32, 2nd Floor,Gandhibazar circle, Basavangudi, Bangalore-560
004 13 Bangalore south [22]B.C.S ( BASAVANGUDI
CO-OPRATIVE SOCIETY) N.R. Colony,
SECRETARY, BASAVANAGUDI CO-
OPERATIVE SOCIETY (BCS )Ltd, No. 37, Basco Court Complex, Shop
no. -32, 2nd Floor,Gandhibazar
circle, Basavangudi, Bangalore-560 004
14 Devanahalli [10] TAPCMS SECRETARY, TAPCMS LTD., DEVANAHALLI 562 110,
BANGALORE RURAL DIST. 15 Devanahlli (13) FSCS (RSSN) SECRETARY, FARMER SERVICE CO-
OPERATIVE SOCIETY LTD., POST: AVATHI, DEVANAHALLI TALUKA ,
BANGALORE RURAL DIST. PIN 562164
16 Doddaballapur [26] TAPCMS SECRETARY, TAPCMS LTD., DODDABALLAPUR ;IN 561 203,
BANGALORE RURAL DIST. 17 Hosakote [27] TAPCMS SECRETARY, TAPCMS LTD., K.R.
ROAD, HOSKOTE PIN 562114,
BANGALORE RURAL DIST. 18 Nelamangala (28) TAPCMS SECRETARY, TAPCMS LTD.,
NELAMANGALA PIN 562 123, BANGALORE RURAL DIST.
19 Bailhongala [148] TAPCMS GODOWN 7, BAILHONGAL
SECRETARY, TAPCMS LTD., 673/2, BOLASHETTI CHAWL ,
BAILHONGAL,BELGAUM DIST PIN
591102 20 Belagavi [67] BDCC GODOWN 1,
BELGAUM SECRETARY, BELGAUM
CONSUMERS CO-OPERATIVE
WHOLESALE SOCIETY LTD.,
MARUTHI GALLI BELGAUM -591113 21 Belagavi [76] TAPCMS GODOWN 4
BELGAVI SECRETARY, TAPCMS LTD., 1927,
KODOLKAR GALLI, BELGAUM
591124 22 Chikodi [150] TAPCMS GODOWN
15, NIPPANI SECRETARTY, TAPCMS LTD., NIPAN, BELGAUM DIST. PIN
591237 23 Gokak [118] TAPCMS GODOWN
13, GOKAK SECRETARY, TAPCMS LTD., ANGADI CHOWK, NEAR BOMBAY
CHOWK, LAXMI EXST. GOKAK PIN
591 307, BELGAUM DISET. 24 Hukkeri [112] TAPCMS GODOWN 5
SANKESHWAR SECRETARY, TAPCMS LTD., RANI CHENNAMA MARKET YARD,
SANKESWAR-591313, BELGAUM
DIST.
25 Khanapur [111] TAPCMS GODOWN 5 SECRETARY, TAPCMS LTD., NO, 444, MARUTHI GALLI, HALASHI,
KAHNAPURA TALUKA, BELGAUM
DIST PIN 5911 20 26 Raybhag [84] HARUGERI PKPS LTD.
HARUGERI SECRETARY, M\s. PRATHAMIK KRUSHI PATTIN SAHAKARI SANGH LTD., (P.K..P.S). HARUGERI ,
RAIBHAG TALUKA , BELGAUM DIST PIN 591220
27 Ramdurg [107] R S CO-OP SOCIETY LTD, 11 KATKOL
SECRETARY, RAITA SEVA CO-OP SOCIETY LTD., KATKOL,
RAMDURGA TALUKA, BELGAUM DIST. PIN -591114
28 SAUNDATTI [108] TAPCMS GODOWN 9, SAUNDATTI
SECRETARY, TAPCMS LTD., SAUNDATTI , BELGAUM DIST PIN
591126 29 SAUNDATTI [109] PWW CO-OP
SOCIETY LTD. GODOWN 1
KADABI
SECRETARY, KADABI PRIMARY WOOL WEAVERFS CO-OP,
PRODUCTION & SALE SOCIETY
LTD., KADABI SAVADATTI TALUK,
BELGAUM DIST. PIN 591129 30 Kollegala [225]
TAPCMS,KOLLEGAL(TOWN) SECRETARY, TAPCMS LTD., OPP.
P.W.D OFFICE, KOLLEGAL,
CHAMRAJNAGAR DIST.PIN 571 440 31 Yelandur [227] TAPCMS,YELANDUR SECRETARY, TAPCMS LTD., POST ;
YELANDUR PIN 571441 CHAMRAJANAGAR DIST.
32 Chikkamagalur [61] TAPCMS
CHIKMAGALUR SECRETARY,TAPCMS LTD.,
CHIKKAMAGALUR
33 Koppa [207] TAPCMS KOPPA C.E.O. M/s. TAPCMS LTD., POST BOX NO. 37, KOPPA 577 126,
CHIKKAMAGALUR DIST. 34 Mudigere [122] TAPCMS MUDIGERE SECRETARY, TAPCMS LTD.,
MUDIGERE , CHIKKAMAGALUR DIST. PIN 577 132
35 Tarikere [120] TAPCMS TARIKERE SERETARY, TAPCMS LTD.,OPP GANAPATHI PENDAL, B.H. ROAD
TARIKERE ;PIN: 577228, CHIKKAMAGALUR DIST
36 Chitradurga [110] TAPCMS GODOWN - 1 CHITRADURGA
SECRETARY, TAPCMS LTD., APMC ROAD, CHITRADURGA- 577501
37 Chitradurga [114] TAPCMS GODOWN
CHITRADURGA RURAL SECRETARY, TAPCMS LTD., APMC
ROAD, CHITRADURGA- 577501
38 Holalkere [137] TAPCMS GODOWN - 1 HOLALKERE
SECERETARY, TAPCMS LTD.,C.B. ROAD, HOLALKEERE - PIN; 577
526, CHITRADURGA DIST. 39 Hosadurga [121] TAPCMS GODOWN -
1, HOSADURGA SECERETARY, TAPCMS LTD., MAIN
ROAD, NEAR KARNATAKA BANK, HOSDURGA 577 527,
CHITRADURGA DIST.
40 Chikkaballapura [2] TAPCMS SECRETARY, TAPCMS LTD., OPP CANARA BANK GB ROAD,
CHIKKABALLAPURA POST 41 Gudibanda [5] TAPCMS Suspended
42 Bantval [102] TAPCMS GODOWN The Secretary Tapcms,Near Rice
Mill, Bantwal, D.Kannada
43 Mangalur [103] TAPCMS GODOWN (KULURU)
The Secretary Tapcms Kulur, Mangalore
44 Mangalur [306] TAPCMS IRA
Mangalore The Secretary TAPCMS IRA
MANGALORE
45 Sulya [93] TAPCMS GODOWN SECRETARY, TAPCMS LTD., NO. 904, POST SULYA PIN 574239, DK.
DISTRICT 46 Davangere [4] DAVANGERE TAPCMS
DAVANAGERE The Secretary, The TAPCMS
Regulated Market Road, DAVANGERE 577 003
47 HUBBLI [86] THE CENTRAL CO-OPRETIVE WHOLESALE
STORES LTD
The Secretary Central co-op Wholesale Store Ltd, New Cotton
Market HUBLI 580029 48 Gadag [15] TAPCMS GODOWN 2
GADAG The Secretary Tapcms Ltd. APMC
yard Gadag 582101
49 Byadagi [63] TAPCMS GODOWN,
BYADAGI SECRETAR, TAPCMS LTD. BYADAGI
HAVERI DIST
50 Hirekerur [66] TAPCMS. GODOWN,
HIREKERUR SECRETARY, TAPCMS LTD.,
HIREKERUR ;PIN 581111 HAVERI DIST.
51 Shiggaon [71] DPPVSSN. GODOWN, NARAYANPUR
SECRETARY,(DPPVSSN) NARAYANA PURA DODDA
PRAMADADA PRATHMA PATTINA VEVASAYA SAHAKARI SANGHA NIYAMITHA, NARAYANAPUR 581
202, SHIGGAON TALUA, HAVERI DIST.
52 Madikeri [209] TAPCMS MURNAD, SECRETARY, TAPCMS LTD., MURNAD, MADIKERI TALUKA ,
KODAGU DIST. PIN 571 252 53 Somavarapet [204] TAPCMS
KUSHALAGARA SECRETARY, TAPCMS LTD.,
KUSHALNAGAR 571 234, Somavarpet TALUKA KODAGU
DIST. 54 Virajapete [210] TAPCMS VIRAJPET THE MANAGER , A.P.C.M.S.LTD.,
VIRAJPET - 571218 KODAGU DIST.
55 Virajapete [212] TAPCMS GONIKOPPA
SECRETARY, TAPCMS LTD., GONIKOPPA, VIRAJAPETE TALUK,
KODAGU DIST PIN-571213 56 Kolar [160] TAPMCS KOLAR SECRETARY, TAPCMS LTD, NEAR K
& C - DCC BANK, KOLAR 563 101
57 Krishnarajapete [266] TAPCMS KR PET SECRETARTY, TAPCMS LTD.,
KRISHNARAJAPETE (K.R.PET), MANDYA DIST ;PIN,,,,,,,,,,,,,,,,,,,,
58 Maddur [276] TAPCMS SECRETARTY, TAPCMS LTD.,
MADDUR POST, MANDYA DISTRICT PIN……………………….
59 Malavalli [281] TAPCMS SECRETARTY, TAPCMS LTD., POST: MALAVALLI , MANDYA DIST.
PIN……………… 60 Mandya [285] RAPCMS SECRETARY , R.A.P.C.M.S LTD.,
MANDYA POST. PIN……………..
61 Nagamangala [270] TAPCMS SECRETARTY, TAPCMS LTD., NAGAMANGAL POST, MANDYA DIST
PIN571432 62 Pandavapura [274] TAPCMS LTD SECRETARTY, TAPCMS LTD.,
PANDAVAPURA POST, MANDYA
DISTRICT. 63 Srirangapattana [273] TAPCMS SECRETARTY, TAPCMS LTD.,
SRIRANGAPATTNA POST, MANDYA DIST.
64 Heggadadevanakote [342] TAPCMS KOTE SECRETARYT, TAPCMS LTD., H.D. KOTE- PIN 571114, BEGUR ROAD,
HUNSUR TALUK, MYSORE DIST. 65 Hunsur [337] TAPCMS HUNSUR SECRTARY, TAPCMS LTD., HUNSUR
, MYSORE DIST PIN 5711 05,
66 Hunsur [338] RSSN GAVADAGERE SECRETARY, RAITHARA SEVA
SHAKARA NIYAMITHA, (RSSN),
POST: GAVADAGERE, HUNSUR
TALUK, MYSORE DIST. PIN…………………………………
67 Krishnarajanagara [340] TAPCMS K.R.
NAGARA SECRETARY, TAPCMS LTD.,
KRISHGNARAJANAGAR (K.R. NAGAR ), MYSORE dist ;pin-
571602 68 Mysuru [331] MDCCW STORES
69 Nanjanagud [333] TAPCMS
NANJANGUD SECRETARY, 13TH CROSS R.P.
ROAD, NANJANGUD MYSORE DIST, PIN 571 301,
70 Piriyapattana [333] TAPCMS
piriiyapattna SECRETARY, TAPCMS LTD.
PERIYAPATNA - 571107, MYSORE
DIST.
71 Channapattana [31] T.A.P.C.M.S SECRETARY, CHANNAPANA 562 160, RAMNAGAR DIST
72 Kanakapura [34] T.A.P.C.M.S SECETARY, TAPCMS LTD., NEAR KALLAHALLIGATE, KANAKAPURA
562 117, RAMNAGAR DIST. 73 Magadi [29] T.A.P.C.M.S THE SECRETARY, TAPCMS LTD.,
R.R. ROAD, MAGADI TOWN 562 120, RAMANAGAR DIST.
74 Ramanagara [36] R.S.S.S. N -BIDADHI THE SECRETARY, RSSSN,
RAMANGAR TALUKA & DIST, PIN 562 109
75 Bhadravathi [196] RSSSN HOLEHONNURU
CEO, m\S. RAITHRA SEVA SAHAKARA SANGHA LTD., (RSSSN)
HOLEHONNUR- 577277 , Bhadravathi Taluka, , SHIMOGA
DIST. 76 Gubbi [71] TAPCMS GODOWN,
GUBBI The Secretary, TAPCMS LD., N.H.
ROAD, GUBBI - PIN 572216 TUMKUR DIST
77 Kunigal [78] TAPCMS GODOWN 1, KUNIGAL
SERETARYT, TAPCMS LTD., KUNIGAL 572 130, TUMKUR DIST
78 Tiptur [93] TAPCMS GODOWN,
TIPTUR SECRETARY, TAPCMNS LTD., 1ST
MAIN ROAD, R.M.C. YARD, TIPTUR
572 201. TUMKUR DIST. 79 Tumkur [120] TAPCMS GODOWN,
TUMKUR The Secretary, TAPCMS LTD.,
Gumchi squer, neafr D.C. Office ,
TUMKIUR 572101 80 Karkala [308] KARKALA TAPCMS The Secretary Tapcms Near Petrol
Bunk, Karkala, Udupi
81 Kundapura [310] KUNDAPURA TAPCMS
The Secretary Tapcms, Near Kundeswar Temple, Kundapura-
576201 UDUPI DIST 82 Udupi [307] THE UDUPI TAPCMS Tapcms, Near Poorna przna
college, UDUPI 576101
83 Bhatkal [2] TAPCMS BHATKAL The Secretary Tapcms Near
Bunder, Bhatkal, North Kanara
84 Honnavar [5] TAPCMS HONNAVAR Tapcms, Honnavara, NorthKanara
85 Kumta [7] RSSS BAAD KUMTA The Secretary RSS Baad, Kumta,
North Kanara
86 Kumta [8] VSS GOKARNA VSSN Gokarna, North Kanara
87 Mundagod [9] TAPCMS MUNDGOD The Secretary Tapcms Mundgod, North kanara
88 Siddapura [10] TAPCMS SIDDAPUR The Secretary Tapcms, Sidhapura,
North Kanara
89 Supa [303] TAPCMS JAGALBET The Secretary Tapcms Jagalpet, North Kanara
90 Yellapur [13] TAPCMS YELLAPUR The Secretary Tapcms Yellapura, North Kanara
91
Shahapur [86] TAPCMS LTD SECRETARY, TAPCMS LTD.,
2/84,HALAGERA SHAHPUR 585223,
YADGIRI DIST.