98
R (U REQUEST FOR P UPS) along with D Se Comm PROPOSAL (RFP Batteries Depar election mission P)ForSelection of Gove rtment REQ n of an A ning of (UP f an Agency for S ernmen t of Sta QUEST Agency Uninte PS) alon Supply, Installatio nt of K amps FOR P for y forSup errupte ng with on and Commissi Karna and R PROPOS pply, In ed Powe h Batter ioning of Uninter taka Registr SAL nstalla er Supp ries rrupted Power Su ration tion an ply Sys upply Systems 1 nd tems

Gove rtment - ernmen t of Sta

Embed Size (px)

Citation preview

R(U

REQUEST FOR PUPS) along with

D

Se

Comm

PROPOSAL (RFPBatteries

Depar

election

mission

P)ForSelection of

Gove

rtment

REQ

n of an A

ning of

(UP

f an Agency for S

ernmen

t of Sta

QUEST

Agency

f Uninte

PS) alon

Supply, Installatio

nt of K

amps

T FOR P

for

y forSup

errupte

ng with

on and Commissi

Karna

and R

PROPOS

pply, In

ed Powe

h Batter

ioning of Uninter

taka

Registr

SAL

nstalla

er Supp

ries

rrupted Power Su

ration

tion an

ply Sys

upply Systems

1

nd

tems

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 2

DISCLAIMER

The information contained in this Tender or subsequently provided to bidders, whether verbally or in documentary or any other form by or on behalf of Department of Stamps & Registration or any of its employees or advisers, is provided to bidders on the terms and conditions set out in this Tender and such other terms and conditions subject to which such information is provided.

This Tender is issued by Department of Stamps & Registration. This Tender is not an agreement and is neither an offer nor invitation by Department of Stamps & Registration to the prospective bidders or any other person. The purpose of this Tender is to provide interested parties with information that may be useful to them in the formulation of their Bid pursuant to this Tender. This Tender may not be appropriate for all persons, and it is not possible for Department of Stamps & Registration, its employees or advisers to consider the objectives, technical expertise and particular needs of each party who reads or uses this Tender. The assumptions, assessments, statements and information contained in this Tender, may not be complete, accurate, adequate or correct. Each Applicant should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability, and completeness of the assumptions, assessments and information contained in this Tender and obtains independent advice from appropriate sources.

Information provided in this Tender to the bidders is on a wide range of matters, some of which depend upon interpretation of law. The information given is not an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. Department of Stamps & Registration accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein.

Department of Stamps & Registration , its employees and advisers make no representation or warranty and shall have no liability to any person including any Applicant under any law, statute, and 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 this Tender or otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the Tender and any assessment, assumption, statement or information contained therein or deemed to form part of this Tender or arising in any way in this Selection Process.

Department of Stamps & Registration also accepts no liability of any nature whether resulting from negligence Or otherwise caused arising from reliance of any Bidder upon the statements contained in this Tender. Department of Stamps & Registration may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumption contained in this Tender. The issue of this Tender does not imply that Department of Stamps & Registration is bound to select a Bidder or bidders, as the case may be, for the selection of manpower and Department of Stamps & Registration reserves the right to reject all or any of the Proposals without assigning any reasons whatsoever.

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 Department of Stamps & Registration or any other costs incurred in connection with or relating to its Proposal. All such costs and expenses will remain with the Bidder and the Department of Stamps & Registration shall not be liable in any manner whatsoever for the same regardless of the conduct or outcome of the Selection Process.

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 3

GLOSSARY

Abbreviation Description UPS Uninterrupted Power Supply System OEM Original Equipment Manufacturer DRO District Registrar Office

SRO Sub Registrar Office

DS&R Department of Stamps and Registration

IGR & CS Inspector General of Registration and Commissioner of Stamps

SA Supplying Agency

AMC Annual Maintenance Contract

CA Certifying Authority

EMD Earnest Money Deposit

GST Goods and Services Tax

INR Indian Rupees

PO Purchase Order

RFP Request for Proposal

SPOC Single Point of Contact

NDA Non-Disclosure Agreement

LoI Letter of Intent

TPA Third Party Agency

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 4

DEFINITIONS Term Definition Department Department of Stamps & Registration(DS&R), Govt. of Karnataka

Agreement The Agreement entered between DS&R and the Supplying Agency including all attachments, schedules, annexure thereto and all documents incorporated by reference therein and all amendments, corrigendum /corrigenda, changes thereto

Authorized Signatory

Bidder’s authorized representative/officer vested (explicitly, implicitly, or through conduct) with the powers to commit the organization to a binding agreement. Also called signing officer/authority having the Power of Attorney (PoA) from the competent authority of the respective Bidding system integrator

Bidder The use of the term “Bidder” in the Tender means the Single Supplying Agency for rendering the services as mentioned in this RFP. No consortium is allowed to be a part of this bidding process.

Bid/Proposal Offer by the Bidder to fulfil the requirement of DS&R under the RFP/Contract for an agreed price. It shall be a comprehensive technical and commercial response to the Tender

Breach A breach by Successful Bidder on any of its obligations under this Agreement Client Refers to DS&R

Confidential Information

All information including DS&R (whether in written, oral, electronic or other format) which relates to the technical, financial and business affairs, dealers, suppliers, products, developments, operations, processes, data, trade secrets, design rights, know-how, plans, budgets and personnel of each department and its affiliates which is disclosed to or otherwise learned by the other Party in the course of or in connection with this Agreement (including without limitation such information received during negotiations, location visits and meetings in connection with this Agreement);

Deliverables

Products, infrastructure and services agreed to be delivered by the Bidder in pursuance of the agreement as defined more elaborately in the RFP Implementation and the Maintenance phases and includes all documents related to the user manual, technical manual, design, process and operating manuals, service mechanisms, policies and guidelines (such as security related, data migration related), inter alia payment and/or process related etc., source code and all its modifications;

Intellectual Property Rights

All rights in written designs and copyrights, moral rights, rights in databases and Bespoke Software / Pre-existing work including its up-gradation systems and compilation rights (whether or not any of these are registered and including application for registration)

Month/ Week The Month shall mean calendar month & Week shall mean calendar week

Parties DS&R and Bidder for the purposes of this Agreement and “Party” shall be interpreted accordingly

Performance Security

Unconditional guarantee provided by the Bidder from a Nationalized Bank in favor of DS&R for 3% of the Contract value (Total Project value)

RFP Written solicitation that conveys to the Bidder, requirements for products/ services that DS&R intends to buy and implement

Service Level The level of service and other performance criteria which will apply to the Services delivered by the Supplying Agency

SLA Service Level Agreement by Supplying Agency to maintain the performance executed as part of this Master Service Agreement;

Successful Bidder

The Bidder who is qualified & successful in the bidding process and is given the award of Contract and will be referred to as Supplying Agency

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 5

Table of Contents 1. Introduction .................................................................................................................................. 8

2. Scope of work................................................................................................................................ 9

2.1. Terms of Reference .......................................................................................................................... 9 3. Payment Terms .......................................................................................................................... 11

4. Bidding details ............................................................................................................................ 12

5.1. Tender Processing Fee and Download of Tender Document ................................................... 12 5.2. Modes of Submission ..................................................................................................................... 12 5.3. Earnest Money Deposit (EMD) .................................................................................................... 13 5.4. Authentication of Bid ..................................................................................................................... 13 5.5. Clarification on Tender Document .............................................................................................. 14 5.6. Language of Bids ............................................................................................................................ 14 5.7. Amendment of Tender ................................................................................................................... 14 5.8. Firm Prices & Discount.................................................................................................................. 14 5.9. Bid Validity Period ......................................................................................................................... 15 5.10. Subcontracting or Subletting of Work ......................................................................................... 15 5.11. Consortium Bids ............................................................................................................................. 15 5.12. Contacting the Department .......................................................................................................... 15 5.13. Right to Accept Any Bid and to reject any or All Bids ............................................................... 15 5.14. Financial Bid Details ...................................................................................................................... 15 5.15. Bid Evaluation Process .................................................................................................................. 16 5.16. Evaluation Criteria ......................................................................................................................... 17 5.16.1 Organizational Strength ........................................................................................................... 17 5.16.2 Online UPS Specifications ......................................................................................................... 17 5.17. Financial Bid Evaluation ............................................................................................................... 19 5.18. Notification of Award .................................................................................................................... 19 5.19. Signing of Contract......................................................................................................................... 19

5. Award of Contract and its Execution ..................................................................................... 21

6.1. Notification of Award .................................................................................................................... 21 6.2. Post signing of Contract ................................................................................................................ 21

6. Contract for Supplying Agency ............................................................................................... 22

7. General Terms and Conditions ................................................................................................ 49

11.1 One Proposal per Bidder ............................................................................................................... 49 11.2 Cost of Proposal .............................................................................................................................. 49 11.3 Amendment of RFP Documents .................................................................................................. 49 11.4 Limits on Promotion ...................................................................................................................... 49 11.5 Use & Release of Bid Submissions ............................................................................................... 49 11.6 Deadline for submission of proposals ......................................................................................... 50

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 6

11.7 Modification and Withdrawal of bids .......................................................................................... 50 11.8 Process to be Confidential ............................................................................................................. 50 11.9 Correction of Errors ....................................................................................................................... 50 11.10 Rejection Criteria ........................................................................................................................ 50 11.11 Performance Bank Guarantee ................................................................................................... 51 11.12 Contract Amendment ................................................................................................................. 52 11.13 Notices .......................................................................................................................................... 52 Appendix-1 – Covering Letter .................................................................................................................... 54 Appendix-2 – Details of the Bidder ........................................................................................................... 56 Appendix-3 – Annual Turnover of the firm ............................................................................................. 57 Appendix-4 – Undertaking on Support Centre in Bangalore ................................................................ 58 Appendix–5 – Financial Bid Format ......................................................................................................... 59 Appendix–6 – Undertaking on Being Not Blacklisted ........................................................................... 60 Appendix – 7 –Undertaking on litigation(s) ............................................................................................ 61 Appendix–8 – Format for Performance Bank Guarantee ...................................................................... 62 Appendix–9 – List of Office Locations of the department ..................................................................... 64 Appendix–10 – List of UPS’: Existing in Departments .......................................................................... 92

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 7

Tender Notice

Tender Reference No. Comp/100/2020-21

Tender Inviting Authority

Inspector General of Registration and Commissioner of Stamps, Bengaluru

Website for accessing tender https://eproc.karnataka.gov.in

The contact Person Assistant Inspector General of Registration(Computer) Ph No: 080-22220436 Email Id:[email protected]

Place for submission of bids https://eproc.karnataka.gov.in

EMD INR 9,00,000(Rs. Nine Lakh Only)

Nature of bid process Two cover system – Technical and commercial proposals

Proposal Evaluation Process Low Cost Based Selection(L1)

Email Id to send Pre-bid queries

[email protected]

Last date to send pre-bid queries to the above mail id

Date: 11th March 2021, Time: 11.00 a.m. (Please note that DS&R will not be any conducting Pre-Bid meeting for the interested bidders. All responses to the pre-bid queries sent within the deadline would be addressed only via mail)

Bid Submission Start Date and Time

Date: 4thMarch 2021, Time: 11:00 a.m.

Bid Submission End Date and Time

Date: 3rdApril 2021, Time: 5:00 p.m.

Technical Bid Opening for eligible bidders’

Date: 6thApril 2021, Time: 11.00 a.m.

Financial Bid Opening Date: 12thApril 2021, Time: 11.00 a.m.

Bid Validity 180 Days from the bid submission end date

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 8

1. Introduction

This RFP is ‘Selection of an Agency for Supply, Installation and Commissioning of Uninterrupted

Power Supply Systems (UPS) along with Batteries’. For the evaluation clauses of the tender, refer

Section 4 of the RFP.

The bid comes under the two cover bid category i.e. Technical bid and financial bid. An evaluation

committee will be formed by DS&R, for evaluation of the bids. The committee would evaluate the

submitted bids on the pre-qualification criteria based on the details provided in the RFP. Only

qualified bids will be considered for subsequent technical qualification. Decision of the committee

would be final and binding upon all the bidders. The bids will be opened on or after the date and time

specified in e-Procurement portal. The financial bids of only the technically qualified bidders will be

opened for evaluation. The bidder will be decided based on L1 criteria.

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 9

2. Scope of work

The bidder shall supply, install and commission 7.5KVA, 10 KVA, 12.5 KVA and 15 KVA Online

ModularUninterrupted Power Supply Systems (UPS) having suitable isolation transformer along

withBattery System for 240 Minutes Backup in good and efficient working condition to the

offices of DS&R, Karnataka.The warranty period for UPS, isolation transformer, batteries and

associated electrical work carriedout by the tenderer for commissioning shall be five years from

the date of successful installation. In addition to this, the bidder shall provide preventive and

correctivemaintenance of said UPS, isolation transformer and batteries during warranty period at

its’ own cost and shall get verified from the authorized officials at DS&R. The bidder shall also

take care of all necessary repairs and provide suitable replacement of equivalent or higher

configuration immediately, for defective part(s)/ equipment /electrical work carried out by the

bidder for commissioning of UPS, as required during the warranty period at his own cost. The

PreventiveMaintenance (PM) is to be carried out once in three months by the successful bidder,

comprising the following at the minimum:

Cleaning of UPS and batteries, checking battery terminals and ensuring prevention of

corrosion on battery leads.

Checking fitment of internal and external hardware and heating of the system and

cleaning of PCBs if any and operating power parameters and Checking of tripping devices

Break up call shall be attended immediately

2.1. Terms of Reference

1. The bidder is supposed to complete the supply and all necessary installations at all

locations of the department within one month of onboarding.

2. The bidder has to ensure that the supplied hardware is compliant to the specifications

provided in Evaluation Criteria as per Section 5.16 of this RFP. A pre-delivery and post-

delivery inspection will be done by a Third Party Agency (TPA) assigned by the

department to verify the same.

3. All expenses relating to transportation and installation of materials to site and labour

expenses, in whatever form, are to be included in the rates quoted in Appendix 5 of this

RFP. No separate payment whatsoever for any such item will be provided.

4. Successful Bidder shall depute a Qualified Service Engineer or trained service personnel

to support and carryout the maintenance works as and when required.

5. The bidder shall maintain the equipment as per manufacturer's guidelines and shall use

only standard/compatible/equivalent components for replacement. The bidder may be

asked to submit the suitable test certificate to conform the specifications mentioned in

Section 5.16.2 of this RFP.

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 10

6. Bidders shall have to buyback the existing equipment on AS-IS/WHERE-IS basis from

the department for the lump sum amount mentioned in Section 3 of this RFP.

7. The Bidder shall have to bear all the costs of relocating the equipment for buyback from

the respective locations before installation and commissioning of the new hardware. The

Bidder shall mandatorily buyback the entire quantity of existing equipment mentioned in

Appendix 5 of this RFP before replacement with new equipment, and follow the standard

policies for disposal as required.

8. UPS shall be design compliant with International Electrotechnical Commission (IEC)

standards.

9. The comprehensive warranty period for UPS, isolation transformer, batteries and

associated Electrical work carried out by the tenderer for commissioning of UPS should

be five years from the date of successful installation. In case any fault or technical

problem, the vendor should provide their support within 4 hours for smooth running of

the office.

10. The repairs would be carried out at on-site itself. If for some reason, it is not possible to

carry out the necessary repair at the location where the equipment is installed, prior

permission in writing shall be taken before moving the item to the workshop of the

bidder.The installation and testing should be done on preferably non-working days of

DS&R i.e. second and fourth Saturdays and Sundays.

11. Inspection of the premises for the purpose of the cost estimation of the UPS with batteries

already installed for buy-back purpose can be done on all working days between 10.30

AM to 5PM before the last date and time of submission of bids.

12. The bidder shall design and furnish all materials and equipment to be fully compatible

with electrical, environmental, and space conditions at the site. The successful bidder

shall include necessary equipment to properly interface the AC power source to the

intended load and it shall be designed for unattended operation.

13. DS&R reserves the right to reject any item, if found unsuitable and/or not conforming to

the approved specifications. The rejected items, if any, shall have to be taken back and

replaced by good items forthwith at the cost of the bidder. No payment will be made for

rejected items.

14. The corresponding requirement Bill of Quantity (BoQ) mentioned in Appendix 5 of this

RFP is indicative. In case there is an increase in the numbers, purchase will be done for

the additional requirement as per the discovered rates for the respective category.

15. The selected party shall be responsible and shall ensure compliance with all laws

applicable and related to the supply of the equipment. This will include inter-alia, rules,

regulations, by-laws and orders of the appropriate authorities and statutory bodies and

may be enforced from time to time during the currency of the contract.

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 11

3. Payment Terms

1. The payments will be made as per the submission of invoice(s) to DS&R after successful

completion of services as per scope of work considering various terms and conditions of

the tender document and certification by DS&R.

2. Payment will be released within 30 days of submission of invoice(s) and clarification of all

doubts.

3. No advance payment shall be made.

4. Payments shall be subject to deductions of any amount for which the Bidder is liable

under the agreement against this contract.

5. The lump sum amount arrived at for buyback by the department INR 20,

00,000 (Rupees Twenty Lakhs Only).The buyback ratewould be adjusted in the

payments made to the bidder against the invoice submitted.

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 12

4. Bidding details

The tender calls for Selection of an Agency for Supply, Installation and Commissioning of

Uninterrupted Power Supply Systems (UPS) along with Batteriesacross the Department of Stamps &

Registration. The total contract period will be for 5 years, extendable by another 2 years with existing

terms and conditions of the RFP. Partial offers are liable for rejection. Firms who fulfil technical

criteria specified in this RFP can bid for this tender.

5.1. Tender Processing Fee and Download of Tender Document

Bidder can download the tender document for free from the portal

(http://eproc.karnataka.gov.in) till the due date and time for bid submission. Any interested

bidder shall pay tender processing fee prescribed in the e-Procurement portal to participate in this

tender. The tender processing has to be paid through any of the five e-payment options in the portal:

• Credit Card

• Direct Debit

• National Electronic Funds Transfer (NEFT)

• Over the Counter (OTC) – designated ICICI bank branches located across the country

• Net banking

Please note that payments submitted through cheque or demand draft shall not be accepted. Further

details regarding e-Payment, please refer to e-Procurement portal at the above mentioned website or

call e-procurement helpline at 080-23010900/ 23010901.

Note: It will be in the interest of the bidders to familiarize themselves with the e-Procurement

system to ensure smooth preparation and submission of the tender documents and the bid; well

within the bid submission time and date. DS&R shall not be responsible for non-submission of the

bids by any bidder due to either technical reasons or the non-compliance by the bidder to the process

requirements for submission of valid bids on the e-procurement portal.

5.2. Modes of Submission

All interested bidders shall pay EMD and Tender Processing fee and submit their Technical and

Financial Proposals electronically using the unified e-Procurement platform of Government of

Karnataka. The e-Proc portal is available at: http://eproc.karnataka.gov.in

Bids shall be submitted only through the unified e-Procurement system before the scheduled date

and time for bid submission. Bids submitted after the due date and time will not be considered and

DS&R will not be liable or responsible for any delays due to unavailability of the portal and/or the

connectivity or any technical issues. Bidders are advised to get familiar with the bid submission on

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 13

the e procurement portal and ensure that the bids are submitted well in advance to prevent any last-

minute glitches.

5.3. Earnest Money Deposit (EMD)

The Bid shall containEMD amount of Rs. 9,00,000andshall be paid through any of the five e-

payment options in the portal:

• Credit Card

• Direct Debit

• National Electronic Funds Transfer (NEFT)

• Over the Counter (OTC) – designated ICICI bank branches located across the country

• Net banking

Note: Please note that the bids submitted without prescribed EMD and the applicable tender

processing fee are liable for rejection by the e Procurement portal. E-Procurement portal will deny

submission of the bid without submitting the EMD Deposit and it will take min 2-3 days for

confirmation from the bank regarding the EMD realization.

Please note that payments submitted through cheque or demand draft shall not be accepted. For

further details regarding e-Payment, please refer to e-Procurement portal at the above mentioned

website.

The bidder shall be disqualified if the bids are not accompanied by the prescribed EMD and the

Tender processing fees.

The EMD of the unsuccessful Bidder will be discharged / returned as promptly as possible, but not

later than 60 days after the award of the contract to the successful bidder, after submission of

performance bank guarantee

No interest will be payable by the Government on the amount of the EMD.

The EMD may be forfeited:

1. If a Bidder withdraws the bid or increases the quoted prices during the period of bid

validity or its extended period, without the explicit consent of the department, if any; or

2. In case successful Bidder, bidder fails within the specified time limit to:

• Sign the Agreement or,

• Furnish the required Performance Bank Guarantee

5.4. Authentication of Bid

The response bid shall be signed by the Bidder or person duly authorized to bind the Bidder to the

Contract. A letter of authorization shall be supported by a written power-of-attorney accompanying

the bid. All pages of the bid, except for un-amended printed literature, shall be initialed and stamped

by the person or persons signing the bid.

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 14

5.5. Clarification on Tender Document

The department will not be conducting any Pre-Bid meeting for the interested bidders. Any

prospective Bidder requiring any clarification on the RFP Document may submit the queries, in

writing, at the mailing address provided in this RFP and as per schedule indicated in e-procurement

portal. The queries must be submitted in the following format only to be considered for clarification:

Sl. No Section

No./ Clause No.

Page No. Reference/

Subject Clarification Sought

.. .. .. .. ..

DS&R will respond to any request for clarification on the Tender Document, received not later than

the dates prescribed in e-procurement portal. Clarifications (including the query but without

identifying the source of inquiry) will be uploaded on the e-procurement portal

(http://eproc.karnataka.gov.in) for the information of the prospective bidders.

5.6. Language of Bids

Bids submitted by the Bidder and all the correspondence and documents relating to the bids

exchanged by the Bidder and DS&R shall be in English language. Any printed literature furnished by

the Bidder may be written in another language so long the same is accompanied by a duly attested

English translation in which case, for purposes of interpretation of the bid, the English translation

shall govern.

This bid should be filed in English language only. If any supporting documents submitted are in any

language other than English, translation of the same in English language is to be duly attested by the

bidder.

5.7. Amendment of Tender

a) At any time prior to the last date for receipt of Bids, DS&R may for any reason, whether at its own

initiative or in response to a clarification requested by the Bidders, modify the Tender

conditions/requirements by issuing an addendum/corrigendum. Any such amendment/s issued

along with the original Tender document will constitute Revised Tender.

b) Any addendum/corrigendum will be uploaded on the http://eproc.karnataka.gov.in website.

Prospective Bidders are requested to visit the website frequently to check for any amendments.

5.8. Firm Prices & Discount

The prices quoted as part of the financial bid must be firm and final and shall not be subject to any

escalation, on any account whatsoever, till the expiry of the contract period.

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 15

5.9. Bid Validity Period

a) Period of Validity of Bids

Bids shall remain valid for 180 days after the date of opening of Technical Bids prescribed by

DS&R. A bid valid for a shorter period may be rejected as non-responsive. However,

the prices finalized after opening the tenders shall not increase throughout the period of

implementation and operation of the contract.

b) Extension of Period of Validity

In exceptional circumstances, DS&R may request the Bidder(s) for an extension of the period of

validity of the bid. The request and the responses thereto shall be made in writing (or by fax). In

such cases the validity of EMD shall also be suitably extended by the bidder.

5.10. Subcontracting or Subletting of Work

The bidder shall NOT subcontract the proposed order in any form whatsoever of supply, installation,

commissioning of UPS with Batteries, failing which the purchase order shall be deemed to be

cancelled.

5.11. Consortium Bids

The Bidder is NOT allowed to form Consortium of any nature whatsoever to perform/provide the

Services as specified under this RFP.

5.12. Contacting the Department

No bidder shall contact DS&R on any matter relating to its bid, from the time of bid opening to the

time the Contract is awarded. If the Bidder wishes to bring additional information to the notice of

DS&R, it should be done in writing.

5.13. Right to Accept Any Bid and to reject any or All Bids

a) DS&R reserves the right to reject any bid and to annul the Tender process and reject all bids

at any time prior to award of Contract, without thereby incurring any liability to the affected

Bidders or any obligation to inform the affected Bidders of the grounds for DS&R’s action.

b) DS&R reserves the right to negotiate the financials with the successful bidder.

5.14. Financial Bid Details

a) No changes in the financial bid shall be allowed post submission of the bid.

The currency for the financial bid shall be Indian Rupees.

b) Bidders shall quote for the entire Project on a single responsibility basis on the following

lines.

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 16

c) Bidders intending for financial bid shall necessarily give the commercial details explained in

Appendix-5 of this RFP. All the commercial details shall be uploaded as part of the financial

bid on the e-procurement portal (http://eproc.karnataka.gov.in)

d) The bid shall be comprehensive and inclusive for all the services to be provided by the bidder

as per scope of his work. The payments shall be made to selected bidder on the basis of the

bid and further negotiations between the department and the bidder only. No separate

payment shall be made for services that are to be delivered by the bidder as part of his/her

scope of work for this project and the payment terms of the bidder.

e) The prices, once offered, must remain fixed and must not be subject to escalation for any

reason whatsoever within the period of project/contract. A proposal submitted with an

adjustable price quotation or conditional proposal may be rejected as non-responsive.

f) Notwithstanding clauses 5.14(d) and 5.14(e), additional amounts resulting from increase in

the rates of GST, as relevant for the project effective after the date of bid submission, would

be paid separately by DS&R / Representative identified by DS&R after calculating the

difference resulting from such increase. Similarly, if there is a reduction in rates of these

taxes, effective after the date of bid submission, DS&R shall reduce the amount payable by an

amount saved because of such a reduction.

g) The bidder shall be responsible for the costs towards travel/stay, daily allowance or any other

allowances of their data entry operators deployed with respect to the execution of this project,

and any other expenditure that the bidder incurs before or after the award of the contract and

during the currency of the contract period. However, any out of pocket expenses for travel for

project related work should be reimbursable on actuals.

5.15. Bid Evaluation Process

DS&R may constitute a Tender Scrutiny Committee, which shall evaluate the bids submitted by the

bidders for the compliance.

a) The Bidder shall furnish the information required in the formats prescribed in the RFP.

Required documents / templates for qualifying are summarized below. The Bidder will be

evaluated against the criteria given in this section and the bids that do not conform/comply to

the requirements will be rejected.

b) DS&R will examine the bids to determine whether they are complete, whether required EMD

has been furnished, whether the documents have been properly signed by authorised

signatory, and whether the bids are generally in order and substantially responsive. In such

bids, DS&R may ask Bidder(s) for additional information, visit to Bidder’s site and/or arrange

discussions with their professional, technical faculties to verify claims made in technical

evaluation bid documentation.

c) A bid determined as substantially not responsive is liable for rejection by DS&R.

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 17

Bidders meeting the compliance requirements on all the Pre-qualification evaluation criteria will be

qualified for next stage of evaluation.

5.16. Evaluation Criteria

5.16.1 Organizational Strength

S. No. Criteria Documents Required

1. Submission of Covering letter as required in the given format

(Refer Appendix-1)

2. The bidder should be a company registered under the Companies Act, 1956

Certificate of Incorporation/Registration and Commencement of Services

3. Bidder should hold Valid GST certificate and Permanent Account Number (PAN) issued by income tax department.

Copy of valid GST certificate and Permanent Account Number (PAN) issued by income tax department should be provided. (Refer Appendix-2)

4. The bidder should beISO 9001 and 14001 certified.

Copy of valid ISO 9001 and 14001 certificates

5. The bidder should have an annual turnover of at least Rs. 25 lakhs in each of the last 3 years i.e.2017-18, 2018-19 and 2019-20 along with a positive net worth.

Chartered Accountant certificate for Turnover, Net Worth as per the format in Appendix – 3. PAT should be attached.

6. The bidder should have successfully executed similar work of supplying UPS and batteries of atleast 250 in number to any Government/ PSU/ Bank/Certifying Authority in last three years

Copies of relevant Work Orders/ Purchase Order and Completion Certificates from clients to be attached

7. The bidder should have an established support center in Bangalore with at least a team of 3Qualified Service Engineers who would be responsible for expert level troubleshooting of problems.

Undertaking from the Company Secretary or the Authorized Signatory as per Appendix-4

8. The bidder shall not be under declaration of ineligibility for corrupt or fraudulent practices or deficiencies of services or blacklisted with any of the Government agencies at the time of bidding

A declaration signed by Authorized signatory shall be provided as per the format given in Appendix–6

9. Submission of Undertaking on litigation(s) in the given format

A declaration signed by Authorized signatory shall be provided as per the format given in Appendix-7

5.16.2 Online UPS Specifications

Sl.No. Parameter Minimum Specifications

1. Type Online 2. Capacity 7.5 KVA, 10 KVA, 12.5 KVA and 15 KVA 3. Output Wave Form Pure Sine wave 4. Input Power Factor at Full

Load >0.99

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 18

Sl.No. Parameter Minimum Specifications

5. Input Three Phase 3 Wire with support for the necessary capacity 6. Input Voltage Range 305-475VAC at Full Load 7. Input Frequency 50 Hz (+/-10%) 8. Output Voltage 380V - 415V ±10%, 3 Phase, 4 wire to bypass 9. Output Frequency 50 / 60 Hz ±5% 10. Inverter efficiency >95% 11. Over All AC-AC Efficiency 96% from 40% - 100% load level 12. UPS shutdown UPS should shutdown with an alarm and indication on

following conditions 1)Output over voltage 2)Output under voltage 3)Battery low 4)Inverter overload 5)Over temperature 6)Output short

13. Battery Backup 240 minutes in full load 14. Battery VRLA (Valve Regulated Lead Acid) /SMF (Sealed

Maintenance Free) Battery 15. Battery Mounting Shall be mounted on appropriate MS Rack 16. Indicators & Metering Indicators for AC Mains, Load on Battery, Fault, Load Level,

Battery Low Warning, Inverter On, UPS on Bypass, Overload, etc. Metering for Input Voltage, Output Voltage and frequency, battery voltage, output current etc. 1. Load on Inverter 2. Load on Bypass 3. Battery Low Voltage 4. Battery Operation 5. Output Overload 6. Converter Operation 7. Static Bypass Input Out of Range 8. Minor Fault Data 9. Major Fault Data

17. Audio Alarm 1. Battery low, Mains Failure, Over temperature, Inverter overload, Fault etc.

2. Battery operation 3. Load on Bypass 4. Overload 5. LCD Fault 6. UPS Fault

18. Operating Temp As per City weather conditions 19. MODES OF OPERATION

UPS system should be designed to operate on continuous duty with designed load capacity in True online – double conversion mode. The different modes of operations are explained as below:

A. NORMAL MODE: In this mode of operation, the load shall be continuously supplied by the converter/inverter combination. The converter shall draw Energy from Utility supply, convert into regulated DC energy to support Inverter and to charge the batteries to retain its charge level. The inverter shall feed Business critical loads after converting DC energy from Converter to clean output AC power

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 19

Sl.No. Parameter Minimum Specifications

B. SMART ENERGY SAVING MODE

During this mode, it Enables control ofinput current close to the same quality asthe on-line UPS with zero-break transfer inthe event of a power outage with highefficiency of 95%

C. STORED ENERGY / EMERGENCY MODE:

When the AC input supply is out of UPS preset tolerances or not available, the UPS shall enter stored energy mode of operation where the battery/inverter combination continues to support the load for the duration of the stored energy time or until the AC input returns to UPS design tolerances, whichever is the sooner.

D. RESTORED ENERGY / CHARGING MODE:

On restoration of utility AC power, the converter shall automatically reactivate and provide DC power to the inverter, simultaneously recharging the system battery. This should occur automatically and without interruption to the critical load.

E. BYPASS MODE: If the UPS is taken off-line due to an overload condition or UPS failure, the critical load shall be transferred to the bypass source via the static switch without interruption of AC power to the critical load. The static switch shall be utilized for automatic emergency transfers. A re-transfer from bypass to inverter shall be performed automatically in overload conditions. A re-transfer should be inhibited if satisfactory synchronization of the inverter and bypass is not accomplished. The use of the static switch shall not be required during the manual or automatic re-transfer process, therefore increasing reliability.

5.17. Financial Bid Evaluation

The financial evaluation shall be done only for the technically qualified bidders from technical

evaluation stage. Successful bidder will be selected under Lowest Cost-Based Selection (L) process

i.e.the bid with the overall lowest commercial bid value (L1)from the technically qualified

bids, will be considered as the successful bid.

5.18. Notification of Award

The acceptance of a tender, subject to contract, will be communicated through issue of LoI to the

successful bidder. The successful bidder will be required to convey the acceptance of the LoI within

7days from the receipt of LoI.

5.19. Signing of Contract

At the same time as DS&R notifies the successful bidder that its bid has been accepted, DS&R will

send the bidder the Performa for MSA Contract, incorporating all agreements between the parties.

The successful bidder shall be required to enter into a contract within 15 days from the notification of

award, including any agreements reached during the negotiation process, if any with DS&R, as may

be specified by DS&R. This contract shall be on the basis of this document, the bid of the bidder, the

letter of intent and such other terms and conditions as may be determined by DS&R to be necessary

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 20

for the due performance of the work, as envisaged herein and in accordance with the bid and the

acceptance thereof. The incidental expenses of execution of agreement / contract shall be borne by

the successful bidder.

Note:

a) DS&R reserves the right to accept or reject any Bid, and to annul the bidding process and

reject all Bids at any time prior to award of Contract, without thereby incurring any liability to

the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of

the grounds for department’s action.

b) Failure of the successful bidder to agree with the Terms & Conditions of the RFP/Contract

shall constitute sufficient grounds for the annulment of the award, in which event DS&R may

make the award to the next Best Value Bidder or call for new Bids. In such cases, the EMD of

the selected bidder is liable for forfeiture.

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 21

5. Award of Contract and its Execution

a) DS&R reserves the right to negotiate with the successful bidder based on the Evaluation. If

DS&Ris not able to finalize a service agreement with the bidder who stands first, DS&Rmay

proceed to the next ranked bidder and so on, until a contract is awarded.

b) The Supplying Agency is bound to submit any clarification / additional documents that

DS&Rmay request and same should be furnished within the specified timelines. The cost

incurred by the bidders towards application/clarifications or discussions/conference shall be

borne by the bidders and DS&R, in no case will be responsible or liable for such costs irrespective

of the outcome of the process.

6.1. Notification of Award

a) Notification to Bidder: The successful bidder to whom DS&Rintends to award the work will

be notified the same through a Letter of Intent issued on the e-Procurement portal. The

successful Bidder shall acknowledge the receipt of the LOI and convey his acceptance of the same

on the e-Procurement portal within seven (7) days of issue of LOI.

b) Signing of Contract: The notification of the award shall constitute signing of the agreement.

The signing of agreement will amount to award of contract and bidder will initiate the execution

of the work as specified in the agreement. At the same time as DS&Rnotifies the successful

Bidder that its bid has been accepted andDS&Rwill send the Bidders the Performa for Contract,

incorporating all agreements between the parties. Within 10 days of receipt of the Contract, the

successful Bidder shall sign and date the Contract and return it to DS&R.

c) Expenses for the Contract: The incidental expenses of execution of agreement / contract

shall be borne by the successful bidder.

6.2. Post signing of Contract

d) Discharge of Bid Security: Upon the successful signing of the agreement, DS&Rshall

promptly request the selected Bidder to furnish the performance security in accordance with the

Terms & Conditions of Contract in the performance guarantee as per the attached format in

Appendix 8. This shall be submitted by the selected Bidder within 15 days of notification of the

award or prior to signing of the agreement, whichever is earlier. On receipt of the performance

guarantee, the bid security of all technically qualified bidders will be released. The Bid Security of

bidders found technically rejected will be refunded.

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 22

6. Contract for Supplying Agency

Between,

Department of Stamps & Registration, Govt. of Karnataka

And

____________________________

[Name of Firm]

Dated:

* This Section specifies details of a model Contract. The model Contract contains key contract terms

and conditions which may be required by DS&R to enter into a relationship with the Bidder. This

term sheet is not intended to be exclusive. This model Contract is intended to sensitize the Bidder to

various clauses, which may be reflected in the final Contract. This draft does not form an executable

copy.

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 23

FORM OF CONTRACT This CONTRACT (hereinafter called the "Contract") is made the _________ day of the

month of ______________, 2020_____, between, on the one hand,

_______________ (hereinafter called the "Client") and, on the other hand,

_______________ (hereinafter called the "Firm").

WHEREAS

the Client has requested the Firm to provide for Supply, Installation and Commissioning of

Uninterrupted Power Supply Systems (UPS) along with Batteriesas defined in the General

Conditions of Contract attached to this Contract (hereinafter called the "Services");

the Firm, having represented to the Client that he/she has the required professional skills,

and personnel and technical resources, has agreed to provide the Services on the terms and

conditions set forth in this Contract; and

NOW THEREFORE the parties hereto hereby agree as follows:

The following documents attached hereto shall be deemed to form an integral part of this

Contract:

The General Conditions of Contract (hereinafter called "GC");

The Special Conditions of contract (hereinafter called "SC");

The following Appendices:

Appendix A: Description of Service Categories

Appendix B: Reporting Requirements

Appendix C: Cost estimates (in INR)

The mutual rights and obligations of the Client and the Supplying Agencyshall be as set forth

in the

Contract; in particular:

The Firm shall carry out the Services in accordance with the provisions of the Contract; and

The Client shall make payments to the Firm in accordance with the provisions of the

Contract.

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their

respective names as of the day and year first above written.

FOR AND ON BEHALF OF

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 24

By

Inspector General of Registration & Commissioner of Stamps,

Department

(Authorized Representative)

[NAME OF THE FIRM]

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 25

GENERAL CONDITIONS OF CONTRACT 1. GENERAL PROVISIONS 1.1 Definitions Unless the context otherwise requires, the following terms whenever used in this Contract

have the following meanings:

a) "Applicable Law" means the laws and any other instruments having the force of law

in India, as they may be issued and in force from time to time;

b) "Contract" means the Contract signed by the Parties, to which these General

Conditions of Contract (GC) are attached, together with all the documents listed in

Clause 1 of such signed Contract;

c) “Effective Date” means the date on which this Contract comes into force and effect

pursuant to Clause GC 2.1

d) “Contract Price” means the price to be paid for the performance of the Services, in

accordance with Clause 6;

e) "GC" means these General Conditions of Contract;

f) "Government" means the Government of Karnataka;

g) "Local currency" means Indian Rupees;

h) “Parties” means DS&Rand the Supplying Agencyand “Party” means either of the

Parties;

i) "SC" means the Special Conditions of Contract by which these General Conditions of

Contract may be amended or supplemented;

j) "Services" means the work to be performed by the Supplying Agency under various

categories pursuant to this Contract, as described in Appendix A;

k) “Business Day” means any day that is not a Sunday or a public holiday (as per the

official holidays observed by Government of Karnataka)

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 26

l) “Confidential Information” means any information disclosed to or by any Party to

this Contract and includes any information in relation to the Parties, a third party or

any information with regard to any taxpayer, or any other person who is covered

within the ambit of any commercial taxes legislation including any such information

that may come to the knowledge of the Parties hereto / Supplying Agency’s Team by

virtue of this Contract that

i) Is by its nature confidential or by the circumstances in which it is disclosed

confidential; or

ii) Is designated by the disclosing Party as confidential or identified in terms

connoting its confidentiality; but does not include information which is or

becomes public knowledge other than by a breach of this Contract;

m) The “SUPPLYING AGENCY” or “Firm” means the company with whom the order has

been placed for providing Services as specified in this tender/contract and shall be

deemed to include the SUPPLYING AGENCY's successors, representatives (approved

byDS&R), heirs, executors, administrators and permitted assigns, as the case may be,

unless excluded by the terms of the contract.

n) “Supplying Agency’s Representative” means the person or the persons appointed by

the SUPPLYING AGENCY from time to time to act on its behalf for overall co-

ordination, supervision and project management.

o) “Document” means any embodiment of any text or image however recorded and

includes any data, text, images, sound, voice, codes or and databases or microfilm or

computer-generated micro fiche.

p) “Intellectual Property Rights” means any patent, copyright, trademark, trade name,

design, trade secret, permit, service marks, brands, propriety information,

knowledge, technology, licenses, databases, computer programs, software, know how

or other form of intellectual property right, title, benefits or interest whether arising

before or after the execution of this Contract and the right to ownership and

registration of these rights;

q) “Supplying Agency Team” means the successful Supplying Agency who has to provide

services to DS&Runder the scope of this Tender/ Contract. This definition shall also

include any and/or all of the employees of Supplying Agency, their authorized agents

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 27

and representatives and approved Sub Implementation Agencies or other personnel

employed or engaged directly (means no subcontractors or consortiums allowed) by

the SUPPLYING AGENCY for the purposes of the Contract.

r) “Performance Guarantee” shall mean the guarantee provided by a Nationalized Bank

in favour of IGR&SC, DS&Rfor an amount specified in the RFP

s) “Service” means facilities/services to be provided as per the requirements specified in

this tender documents and any other incidental services, such as provisioning of

deployment of manpower assistance and other such obligations of the SUPPLYING

AGENCY covered under the Contract;

t) “Tender Inviting Authority” means the IGR&CS, DS&Ror any other officer authorized

by DS&R, who has the authority for release of the RFP, receipt of proposals and all

matters related to the bidding process

u) “Tender Accepting Authority” means DS&Ror any other designated officer who has

the authority to accept the successful bid.

v) “Tender Scrutiny Committee” means the technical committee appointed by the

Tender Accepting Authority, for scrutiny and evaluation of all responses submitted by

the potential bidders for the RFP.

w) “Department” shall mean DS&Rand shall include its legal representatives, successors

and permitted assignees.

x) “Department’s Representative” shall mean the person appointed by DS&Rfrom time

to time to act on its behalf at the site for overall coordination, supervision and project

management at site.

And

1.2 Interpretations

In this Contract unless a contrary intention is evident:

i) The clause headings are for convenient reference only and do not form part of this

Contract;

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 28

ii) Unless otherwise specified a reference to a clause number is a reference to all of its sub-

clauses;

iii) Unless otherwise specified a reference to a clause, sub-clause or section is a reference to a

clause, sub-clause or section of this Contract including any amendments or modifications

to the same from time to time;

iv) A word in the singular includes the plural and a word in the plural includes the singular;

v) A word importing a gender includes any other gender;

vi) A reference to a person includes a partnership and a body corporate;

vii) A reference to legislation includes legislation repealing, replacing or amending that

legislation;

viii) Where a word or phrase is given a particular meaning, it includes the appropriate

grammatical forms of that word or phrase, which have corresponding meanings.

In the event of any inconsistency, the terms of contract should be as per the tender, bid and

subsequent commitments agreed to by the Supplying Agency during the bid process, in

terms of scope of work &financials.

1.3 Law Governing the Contract

The Applicable Law shall govern this Contract, its meaning and interpretation, and the

relation between the Parties.

1.4 Language

This Contract has been executed in English language, which shall be the binding and

controlling language for all matters relating to the meaning or interpretation of this Contract.

1.5 Notices

1.5.1 Service of notices

A Notice must be:

• In writing, in English and signed by a person duly authorized by the sender; and

• Hand delivered or sent by prepaid post or facsimile to the recipient's address for Notices,

as varied by any Notice given by the recipient to the sender.

1.5.2 Effective on receipt

A Notice given takes effect when it is taken to be received (or at a later time specified in it),

and is taken to be received:

• If hand delivered, on delivery;

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 29

• If sent by prepaid post, on the second Business Day after the date of posting (or on the

seventh Business Day after the date of posting if posted to or from a place outside India);

• If sent by facsimile, when the sender's facsimile system generates a message confirming

successful transmission of the entire Notice unless, within Eight Business Hours after the

transmission, the recipient informs the sender that it has not received the entire Notice,

but if the delivery, receipt or transmission is not on a Business Day or is after 5.30pm on

a Business Day, the Notice is taken to be received at 10.00am on the next Business Day.

1.6 Authorized Representatives

Any action required or permitted to be taken, and any document required or permitted to be

executed, under this Contract by the Client or theSupplying Agency may be taken or executed

by the officials specified in the SC.

1.7 Insurance

In connection with the provision of the services, the Supplying Agency must have and

maintained: For the contract period, valid and enforceable insurance policies for; public

liability; either professional indemnity or errors and omissions; workers compensation as

required by the law.

1.8 Taxes and Duties

The Supplying Agency shall pay such taxes, duties, fees and other impositions as may be

levied under the Applicable Law, the amount of which is deemed to have been included in

the Contract Price.

1.9 Payment for services

1.9.1 Subject to Clause 1.9.2, Client shall pay a fee to Firm for the Services at the rates

specified in the relevant Order (the "Fee") or based on the financial bid. Firm will

invoice Client on completion of the services, where payment is due in respect of the

Fee. The Fee shall be exclusive of all taxes.

1.9.2 Payment will be made within 30 days of the receipt of invoice along with supporting

documents, by the Client.

1.9.3 The lump sum amount arrived at for buyback by the department INR 20, 00,000

(Rupees Twenty Lakhs Only). The buyback rate would be adjusted in the payments

made to the bidder against the invoice submitted.

2. Commencement, Completion, Modification and termination of Contract

2.1 Effectiveness of Contract

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 30

This Contract shall come into effect on the date the Contract is signed by both Parties and

such other date as may be stated in the SC.

2.2 Commencement of Services

The Firm shall begin carrying out the Services within thirty (7) days after the date the

Contract becomes effective, or at such other date as may be specified in the SC.

2.3 Expiration of Contract

Unless terminated earlier pursuant to Clause 2.8, this Contract shall terminate at the end of

such time period after the Effective Date as is specified in the SC.

2.4 Modification

Modification of the terms and conditions of this Contract, including any modification of the

scope of the Services or of the Contract Price, may only be made by written agreement

between the Parties.

2.5 Force Majeure

2.5.1 Neither Party to this Agreement shall be liable to the other for any loss or damage

which may be suffered by the other due (directly) to the extent and for the duration of

any cause beyond the reasonable control of the Party unable to perform ("Force

Majeure") events such as but not limited to acts of God not confined to the premises

of the Party claiming the Force Majeure, flood, drought, lightning or fire,

earthquakes, strike, lockouts beyond its control, labour disturbance not caused at the

instance of the Party claiming Force Majeure, acts of Government or other competent

authority, war, terrorist activities, military operations, riots, epidemics, civil

commotions etc. No failure, delay or other default of any contractor or sub-contractor

to either Party shall entitle such Party to claim Force Majeure under this Article.

2.5.2 The successful bidder will be responsible for any mishap or accident or untoward

incidence during the installation and commissioning of UPS system which may occur

due to negligence of the service engineer of the contractor firm. The successful

tenderer shall at all times indemnify this office, consequent on this works contract.

The successful tenderer shall be liable, in accordance with the Indian Law and

Regulations for any accident occurring due to any cause and the successful tenderer

shall be responsible for any accident or damage incurred or claims arising there from

during the period of erection, construction and putting into operation the equipments

and ancillary equipment under the supervision of the successful tenderer in so far as

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 31

the latter is responsible. This office shall not be responsible for death, injury or

accident to the contractor’s employee who may arise out of and in the course of their

duties at the office premises.

2.5.3 The successful bidder should provide all the safety equipment’s for their employees.

In case of any accident due to negligence or unsafe work that requires medical

attention, the contractor is wholly responsible and Indian Patent Office, Mumbai will

not entertain any claim, compensation, penalty, etc.

2.5.4 The Party seeking to rely on Force Majeure shall promptly, within 2 days, notify the

other Party of the occurrence of a Force Majeure event as a condition precedent to the

availability of this defense with particulars detail in writing to the other Party and

shall demonstrate that it has and is taking all reasonable measures to mitigate the

events of Force Majeure.

a) In the event the Force Majeure substantially prevents, hinders or delays the

Supplying Agency’s performance of Services necessary for project’s implementation

or the operation of Project’s critical business functions for a period in excess of 3

days, DS&Rmay declare that an emergency exists. However, when the situation

arising out of force Majeure comes to an end in the assessment of IGR&SC of DS&R,

the Supplying Agency shall resume normal activities under this agreement

immediately. If IGR&SC of DS&R, considers it necessary, may grant an extension of

time to the Supplying Agency for resuming normal activities under this agreement. If

the Supplying Agency does not resume normal activities immediately or within the

extended period, if any, granted by the IGR&SC ofDS&R, the IGR&SC ofDS&Rwill

have the option to invoke the Performance Guarantee, levy liquidated damages,

obtain substitute performance from an alternate supplier at the cost of Supplying

Agency and/or terminate this Agreement.

b) Notwithstanding the terms of this Article, the failure on the part of the Supplying

Agency terms under the RFP to implement any disaster contingency planning,

insurance coverage and back-up and other data safeguards in accordance with the

terms of the RFP or this Agreement against natural disaster, fire, sabotage or other

similar occurrence shall not be an event of Force Majeure.

2.5.5 Measures to be taken:

i) A Party affected by an event of Force Majeure shall continue to perform its obligations

under the Contract as far as is reasonably practical, and shall take all reasonable

measures to minimize the consequences of any event of Force Majeure.

ii) A Party affected by an event of Force Majeure shall notify the other Party of such event as

soon as possible, and in any case not later than two (2) days following the occurrence of

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 32

such event, providing evidence of the nature and cause of such event, and shall similarly

give written notice of the restoration of normal conditions as soon as possible.

iii) Any period within which a Party shall, pursuant to this Contract, complete any action or

task, shall be extended for a period equal to the time during which such Party was unable

to perform such action as a result of Force Majeure.

iv) During the period of their inability to perform the Services as a result of an event of Force

Majeure, the Supplier, upon instructions by the Purchaser, shall either:

a) Demobilize,; or

b) Continue with the Services to the extent possible, in which case the Supplier shall

continue to be paid proportionately and on prorate basis, under the terms of this

Contract.

v) In the case of disagreement between the Parties as to the existence or extent of Force

Majeure, the matter shall be settled according to dispute resolution clause

vi) When the situation arising out of Force Majeure comes to an end in the assessment of the

Purchaser, the supplier shall resume normal activities under this agreement

immediately. If the Purchaser considers it necessary, may grant an extension of time to

the supplier for resuming normal activities under this agreement. If the supplier does not

resume normal activities immediately or within the extended period, if, any, granted by

the purchaser, the Purchaser will have the option to invoke the Performance Guarantee,

levy liquidated damages, obtain substitute performance from an alternate supplier at the

cost of the Supplying Agency and / or terminate this Agreement.

vii) Notwithstanding the terms of this Article, the failure on the part of the Supplier terms

under the RFP to implement any disaster contingency planning, insurance coverage and

back up and other data safeguards in accordance with the terms of the RFP or this

agreement against natural disaster, fire, sabotage or other similar occurrence shall not be

an event of Force Majeure.

viii) In the event that the event of Force Majeure persists for a period for a 30 business days

or more and whichever party’s performance is affected by the event of Force Majeure,

either party shall be entitled to terminate the relevant Order under this Agreement

unilaterally without liability to the other in respect of termination. Upon such

termination, Client shall pay the Supplying Agency for all Service rendered and expenses

incurred by Personnel up to and including the date of termination. In the event of such

termination, Client acknowledges that the Services will be work in progress and may not

be in a finished state.

2.6 Suspension:

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 33

The Client may by written notice of suspension to the Supplying Agency, suspend all

payments to the Agency hereunder if the Firm fails to perform any of their obligations under

this contract, including the carrying out of the Services, provided that such notice of

suspension (i) shall specify the nature of the failure, and (ii) shall request the Agency to

remedy such failure with in a period not exceeding thirty (30) days after receipt by the

Agency of such notice of suspension.

2.7 Performance Guarantee:

The selected Agency will be required to provide a Performance Guarantee of 3% of Annual

Cost in the name of IGR&CS, DS&R issued by a Nationalized Bank with a claim period of

additional 180 days.

2.8 Termination

2.8.1 By the Client

The Client may terminate this Contract, by not less than thirty (30) days’ written notice of

termination to the Firm to be given after the occurrence of any of the events specified in

paragraphs (a) through (d) of this Clause 2.8.1 and sixty (60) days’ in the case of the event

referred to in (e):

a) If the Firm does not remedy a failure in the performance of their obligations under the

Contract, within thirty (30) days of receipt after being notified or within such further

period as the Client may have subsequently approved in writing; IGR&SC,DS&R, will

have the option to invoke the performance guarantee.

b) If the (or any of their Members) become insolvent or bankrupt; this will lead to

immediate termination without any further payments.

c) if, as the result of Force Majeure, the Firm is unable to perform a material portion of the

Services for a period of not less than sixty (60) days; or

d) If the Firm, in the judgment of the Client has engaged in corrupt or fraudulent practices

in competing for or in executing the Contract; this will lead to immediate termination

without any further payments.

For the purpose of this clause:

“Corrupt practice” means the offering, giving, receiving or soliciting of anything of value

to influence the action of a public official in the selection process or in contract execution.

“Fraudulent practice” means a misrepresentation of facts in order to influence a selection

process or the execution of a contract to the detriment of Govt. of Karnataka,and includes

collusive practice among Supplying Agencies (prior to or after submission of proposals)

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 34

designed to establish prices at artificial non-competitive levels and to deprive Govt. of

Karnataka of the benefits of free and open competition.

e) If the Client, in its sole discretion and for any reason whatsoever, decides to terminate

this Contract.

2.8.2 By the Firm

The Firm may terminate this Contract, by not less than thirty (30) days' written notice to the

Client, such notice to be given after the occurrence of any of the events specified in

paragraphs (a) through (c) of this Clause 2.8.2:

a) If the Client fails to pay any money due to the Supplying Agency pursuant to this

Contract and not subject to dispute pursuant to Clause 7 hereof within forty-five (45)

days after receiving written notice from the Firm that such payment is overdue.

b) If the Client is in material breach of its obligations pursuant to this Contract and has not

remedied the same with in forty-five (45) days (or such longer period as the Firm may

have subsequently approved in writing) following the receipt by the Client of the Firms’

notice specifying such breach.

c) If, as the result of Force Majeure, the Firm is unable to perform a material portion of the

Services for a period of not less than sixty (60) days.

2.8.3 Cessation of Rights and Obligations

Upon termination of this Contract pursuant to Clause GC 2.8, or upon expiration of this

Contract pursuant to Clause GC 2.3, all rights and obligations of the Parties hereunder shall

cease, except:

i) such rights and obligations as may have accrued on the date of termination or

expiration;

ii) the obligation of confidentiality set forth in Clause GC 3.3 hereof;

iii) the Firm’s obligations to permit inspection, copying and auditing of their accounts and

records set forth in Clause 7.6 hereof; and

iv) Any right which a Party may have under the Applicable Law.

2.8.4 Cessation of Services

Upon termination of this Contract by notice of either Party to the other, pursuant to Clauses

GC 2.8.1 or Clauses GC 2.8.2 hereof, the Supplying Agency shall, immediately upon dispatch

or receipt of such notice, take all necessary steps to bring the Services to a close in a prompt

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 35

and orderly manner and shall make every reasonable effort to keep expenditures for this

purpose to a minimum. With respect to documents prepared by the Supplying Agency and

equipment and materials furnished by the Client, the Supplying Agency shall proceed as

provided, respectively, by Clauses GC 3.5 and GC 3.6.

2.8.5 Payment upon Termination

Upon termination of this Contract pursuant to Clauses GC 2.8.1 or Clauses GC 2.8.2 hereof,

the Client shall make the following payments to the Supplying Agency (after offsetting

against these payments any amount that may be due from the Firm to the Client)):

remuneration pursuant to Clause GC 6 hereof for Services satisfactorily performed prior to

the effective date of termination;

3. Obligations of the Firm

3.1 General

The Firm shall perform the Services and carry out their obligations hereunder with all due

diligence, efficiency and economy, in accordance with generally accepted professional

techniques and practices, and shall observe sound management practices, and employ

appropriate advanced technology and safe and effective equipment, machinery, materials

and methods. The Firm shall always act, in respect of any matter relating to this Contract or

to the Services, as faithful advisers to the Client.

3.2 Conflict of Interests

3.2.1 Supplying Agency Not to Benefit from Commissions Discounts, etc.

The remuneration of the Supplying Agency pursuant to Clause GC 6 hereof shall constitute

the Firm's sole remuneration in connection with this Contract or the Services and the Firm

shall not accept for its own benefit any trade commission, discount or similar payment in

connection with activities pursuant to this Contract or to the Services or in the discharge of

their obligations hereunder.

3.2.2 Procurement Rules of Funding Agencies

If the Firm, as part of the Services, has the responsibility of advising the Client on the

procurement of goods, works or services, the Supplying Agency shall comply with any

applicable procurement guidelines of the funding agencies and shall at all times exercise

such responsibility in the best interest of the Client.

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 36

3.2.3 Prohibition of Conflicting Activities

The Supplying Agency shall not engage, either directly or indirectly, in any of the following

activities: during the term of this Contract, any business or professional activities in Govt. of

Karnataka which would conflict with the activities assigned to them under this Contract; and

after the termination of this Contract, such other activities as may be specified in the SC.

3.3 Confidentiality The Firm either shall not, during the term or afterwards, disclose any proprietary or

confidential information relating to the Project, the Services, this Contract or the Client's

business or operations without the prior written consent of the Client. The Supplying Agency

shall enter into Non-Disclosure Agreement with DS&R.

3.4 Reporting Obligations

A Status Report detailing on the completion of successful installation and commissioning of

UPS’ across all locations of the department need to be sent by the Supplying Agency working

under this project to the IGR&SC, DS&R, or any other authority assigned by IGR&SC, within

one month of onboarding.

3.5 Documents Prepared by the Supplying Agency to be the Property of the

Client

All plans, drawings, specifications, designs, reports, other documents and software prepared

by the Supplying Agency(if any) for the Client under this Contract shall become and remain

the property of the Client, and the Supplying Agency shall, not later than upon termination

or expiration of this Contract, deliver all such documents to the Client, together with a

detailed inventory thereof.

3.6 Equipment and Materials Furnished by the Client

Equipment and materials made available to the Supplying Agency by the Client, or

purchased by the Supplying Agency with funds provided by the Client, shall be the property

of the Client and shall be marked accordingly. Upon termination or expiration of this

Contract, the Supplying Agency shall make available to the Client an inventory of such

equipment and materials and shall dispose of such equipment and materials in accordance

with the Client's instructions.

4. Obligations of the Client

4.1 Assistance and Exemptions

Unless otherwise specified in the SC, the Client shall use its best efforts to ensure that the

Government shall:

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 37

a) issue to officials, agents and representatives of the Government all such instructions

as may be necessary or appropriate for the prompt and effective implementation of

the Services;

4.2 Payment

In consideration of the Services performed by the Firm under this Contract, the Client shall

make to the Supplying Agency such payments and in such manner as is provided by Clause

GC 5 of this Contract.

5. Payments to the Supplying Agency

5.1 Cost Estimates

An estimate of the cost of the Services payable in local currency is set forth in Appendix C of

this contract for the different category of resources sought by DS&R.

5.2 Remuneration/Payment

The price exclusive of GST quoted by the Firm in e-procurement system for the supply of

equipments would be considered as final for payment to the agency. No extra payment shall

be made. The submission of Status Report by the Supplying Agency on completion of

required services under this contract, and certification by DS&R is mandatory for making the

payment.

5.3 Currency of Payment

All payments shall be made in Indian Rupees

6. Settlement of Disputes

i) Reconciliation Process

If a dispute arises in relation to the conduct of this Contract (Dispute), a party must comply

with this clause before starting arbitration or court proceedings.

ii) Notification

A party claiming a Dispute has arisen must give the other parties to the Dispute notice

setting out details of the Dispute.

6.1 Amicable Settlement

The Parties shall use their best efforts to settle amicably all disputes arising out of or in

connection with this Contract or the interpretation thereof.

6.2 Dispute Settlement

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 38

If any dispute arises between IGR&SC, DS&R of any other authorized representative directed

by DS&R, and the Supplying Agency in connection with, or arising out of, the agreement or

RFP or the execution of the Project; the matter in dispute which cannot be settled amicably

within thirty (30) days after receipt by one Party of the other Party's request for such

amicable settlement shall, in the first place, be referred to the Additional Chief

Secretary/Principal Secretary/Secretary Disaster Management and UPOR, Revenue

Department. Either party may refer a dispute to the Additional Chief Secretary/Principal

Secretary/Secretary Disaster Management and UPOR, Revenue Department, who shall give

a decision in writing within 30 days of reference of dispute. Either party may refer a written

decision of the Additional Chief Secretary/Principal Secretary/Secretary Disaster

Management and UPOR, Revenue Department to arbitration. If neither party refers the

disputes to arbitration within 30 days of the date of such decision Additional Chief

Secretary/Principal Secretary/Secretary Disaster Management and UPOR, Revenue

Departmentdecision will be final and binding. In case either party is not satisfied with the

decision of the Additional Chief Secretary/Principal Secretary/Secretary Disaster

Management and UPOR, Revenue Department, they can institute arbitration proceedings as

per Indian Arbitration and reconciliation Act, 1996, after a 30-days’ notice period.

Any dispute, 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 its rules.

Arbitration proceedings shall be held in Bengaluru and the language of the arbitration

proceedings and that of all documents and communications between the parties shall be

English.

6.3 Limitation of Liability Clause

Except in case of gross negligence or willful misconduct:

a) Neither party shall be liable to the other party for any indirect or consequential loss or

damage, loss of use, or loss of profits or interest costs, provided that this exclusion shall

not apply to any obligation of the Supplier to pay liquidated damages to the Purchaser;

and

b) The total cumulative liability of either party arising from or relating to this Agreement

shall not exceed the contract value provided, however, that this limitation shall not apply

to any liability for damages arising from (a) willful misconduct or (b) indemnification

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 39

against third party claims for infringement (c) or tortuous liability arising out of

misconduct or negligence or (d) death

c) DS&Rshall not be liable to the Supplying Agency in case of any loss or profits or

additional costs incurred etc. subsequent to termination of contract.

d) Liability arising out of any legal conditions shall survive the term (i.e. termination /

expiry) of the contract.

6.4 Indemnity Clause

The Supplying Agency (the "Indemnifying Party") undertakes to indemnify the IGR&CS,

DS&R, (the "Indemnified Party") from and against all losses, claims or damages on account

of bodily injury, death or damage to tangible personal property arising in favour of any

person, corporation or other entity (including the Indemnified Party) attributable to the

Indemnifying Party's performance or non-performance under this Agreement.

The indemnities set out shall be subject to the following conditions:

i) The Indemnified Party, as promptly as practicable, informs the Indemnifying Party

in writing of the claim or proceedings and provides all relevant evidence,

documentary or otherwise;

ii) The Indemnified Party shall, at the cost of the Indemnifying Party, give the

Indemnifying Party all reasonable assistance in the defense of such claim including

reasonable access to all relevant information, documentation and personnel

provided that the Indemnified Party may, at its sole cost and expense, reasonably

participate, through its attorneys or otherwise, in such defense;

iii) If the Indemnifying Party does not assume full control over the defense of a claim as

provided in this Article, the Indemnifying Party may participate in such defense at

its sole cost and expense, and the Indemnified Party will have the right to defend the

claim in such manner as it may deem appropriate, and the cost and expense of the

Indemnified Party will be included in Losses;

iv) The Indemnified Party shall not prejudice, pay or accept any proceedings or claim,

or compromise any proceedings or claim, without the written consent of the

Indemnifying Party;

v) All settlements of claims subject to indemnification under this Article will: (a) be

entered into only with the consent of the Indemnified Party, which consent will not

be unreasonably withheld and include an unconditional release to the Indemnified

Party from the claimant for all liability in respect of such claim; and (b) include any

appropriate confidentiality agreement prohibiting disclosure of the terms of such

settlement;

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 40

vi) The Indemnified Party shall account to the Indemnifying Party for all awards,

settlements, damages and costs (if any) finally awarded in favour of the Indemnified

Party which are to be paid to it in connection with any such claim or proceedings;

vii) The Indemnified Party shall take steps that the Indemnifying Party may reasonably

require to mitigate or reduce its loss as a result of such a claim or proceedings; and

viii) In the event that the Indemnifying Party is obligated to indemnify an Indemnified

Party pursuant to this Article, the Indemnifying Party will, upon payment of such

indemnity in full, be subrogated to all rights and defenses of the Indemnified Party

with respect to the claims to which such indemnification relates;

ix) In the event that the Indemnifying Party is obligated to indemnify the Indemnified

Party pursuant to this Article, the Indemnified Party will be entitled to invoke the

Performance Bank Guarantee, if such indemnity is not paid, either in full or in part,

and on the invocation of the Performance Bank Guarantee, the Indemnifying Party

shall be subrogated to all rights and defenses of the Indemnified Party with respect

to the claims to which such indemnification relates.

6.5 Compliance with Client Requirements

The Supplying Agency must ensure that its Personnel comply with: All relevant security and

other requirements specified in the Client’s Information Security Policy, if the same has been

made aware by the Client; Any other security procedures or requirements notified, in

writing, by the Client to the Supplying Agency. The Supplying Agency must comply with such

a security procedure or requirement, from the date specified in the notice, or if none is

specified, within five Business Days of receipt of the notice.

Security clearance

The Client may, from time to time, notify the Supplying Agency of the level of security or

access clearance applicable and the date from which, or the period during which, that

clearance will be effective and the Supplying Agency must comply with and ensure its

Personnel act in accordance with that notice.

Removal of Client Data

The Supplying Agency must not, and must ensure that its Personnel do not: Remove Client

Data or allow Client Data to be removed from the Client's premises; or Take Client Data or

allow Client Data to be taken outside of India, without the Client's prior written consent.

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 41

6.6 Audit and Access

Right to conduct audits

The Client and/or its nominated Third Party Agency may conduct audits relevant to the

performance of the Supplying Agency's obligations under this Contract. Audits may be

conducted of:

i. the Supplying Agency's operational practices and procedures as they relate to this

Contract, including security procedures;

ii. the accuracy of the Supplying Agency’s invoices and reports in relation to the

provision of the Services under this Contract;

iii. the Supplying Agency's compliance with its confidentiality, privacy and security

obligations under this Contract;

iv. material (including books and records) in the possession of the Supplying Agency

relevant to the Services or Contract; and

v. That the actual level of performance of the services is the same as expected;

vi. That the Supplying Agency has complied with the relevant technical standards, and

has adequate internal controls in place; and

vii. A pre-delivery and post-delivery inspection audit will be done by the Third Party

Agency (TPA) assigned by the department to verify the equipments/services provided

by the Supplying Agency;

viii. Any other matters determined by the Client to be relevant to the Services or Contract.

For the avoidance of doubt the audit rights under this contract shall not include access to (i)

the Supplying Agency’s profit margins or overheads, (ii) any Confidential Information

relating to the Supplying Agency’s employees, or (iii) minutes of its internal Board or Board

committee meetings including internal audit, or (iv) such other information of commercial-

in-confidence nature which are not relevant to the Services associated with any obligation

under the Agreement.

Access by Client i) The Client may, at reasonable times and on giving reasonable notice to the Supplying

Agency: access the premises of the Supplying Agency to the extent relevant to the

performance of this Contract; require the provision by the Supplying Agency, its

employees, agents, of records and information in a data format and storage medium

accessible by the Client by use of the Client’s existing computer hardware and software;

inspect and copy documentation, books and records, however stored, in the custody or

under the control of the Supplying Agency, its employees, agents; and require assistance

in respect of any inquiry into or concerning the Services or this Contract. For these

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 42

purposes an inquiry includes any administrative or statutory review, audit or inquiry

(whether within or external to the Department), any request for information directed to

the Client, and any inquiry conducted by Parliament or any Parliamentary committee.

ii) The Supplying Agency must provide access to its computer hardware and software to the

extent necessary for the Client to exercise its rights under this clause, and provide the

Client with any reasonable assistance requested by the Client to use that hardware and

software provided that any proprietary information including confidential information

like profit margins, overheads and other such confidential information about its

employees, sub-contractors, organization would not be made available.

Conduct of audit and access The Client must use reasonable endeavors to ensure that:

i) audits performed pursuant to the above clause; and

ii) The exercise of the general rights granted by above clause by the Client, do not

unreasonably delay or disrupt in any material respect the Supplying Agency’s

performance of its obligations under the Contract.

Costs

Except as set out in clause ii above, each party must bear its own costs of any reviews and/or

audits.

Comptroller and Auditor-General of India

The rights of the Client under the above clause apply equally to the Comptroller and Auditor-

General of India or a delegate, for the purpose of performing the statutory functions or

powers.

Supplying Agency to comply with Comptroller and Auditor-General of India’s

requirements

The Supplying Agency must do all things necessary to comply with the Comptroller and

Auditor-General of India’s or his or her delegate's requirements, notified under above clause,

provided such requirements are legally enforceable and within the power of the Comptroller

and Auditor-General of India, or his or her respective delegate.

No reduction in responsibility

The requirement for, and participation in, audits does not in any way reduce the Supplying

Agency's responsibility to perform its obligations in accordance with the Contract.

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 43

Subcontractor requirements

The Supplying Agency must ensure that no subcontracting has been initiated or performed

by the Supplying Agency for the purpose of this Contract

No restriction

Nothing in this Contract reduces limits or restricts in any way any function, power, right or

entitlement of the Comptroller and Auditor-General of India or a delegate. The rights of the

Client under this Contract are in addition to any other power, right or entitlement of the

Comptroller and Auditor-General of India or a delegate.

Survival

This clause applies for the Contract Period or till the termination or expiry of this Contract.

7. Provision of Services

Service obligations

The Supplying Agency must supply the Services:

i) with due skill and care and to the best of the Supplying Agency's knowledge and

experience;

ii) in accordance with the Performance Criteria;

iii) in accordance with relevant Indian industry standards, good industry practice and

guidelines or where none apply, relevant international industry standards, best practice

and guidelines, including any specified in the Contract Details;

iv) using the Specified Personnel (if any);

v) in accordance with all applicable Laws;

vi) in accordance with any reasonable directions in relation to the Services given by the

Client from time to time;

vii) so as to meet the Milestones and other project plan requirements, and where no

Milestones or project plan requirements are specified, promptly and without delay; and

viii) Otherwise in accordance with the provisions of this Contract.

If the Equipment after the acceptance thereof be discovered to be defective, (notwithstanding

that such defects could have been discovered at the time of inspection) or be found to have

failed tofulfill the requirements of the contract or to have developed defects after the erection

within aperiod of 12 months from the date of erection, (whether such erection is done by the

Supplying Agency or the Purchaser), Then the Client shall be entitled to give notice to the

Supplying Agency setting forthdetails of such defects or failure and the Supplying Agency

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 44

shall thereupon make good the defectiveequipment or alter the same to make it comply with

the requirements of the contract at his own cost.Provided also that if in the opinion of the

client, the defects are of such a nature that the defectscannot be made good or repaired

without impairing the efficiency or workability of the equipmentor if in the opinion of the

client, the equipment cannot be repaired or altered to make it complywith the requirements

of the Contract, the Supplying Agencyshall remove and replace the same with equipment

conforming in all respects to thestipulated particulars, at the Supplying Agency’s own cost.

Supplying Agency warranties

The Supplying Agency represents and warrants that:

i) it has the right to enter into this Contract;

ii) it has all rights, title, licenses, interests and property necessary to lawfully perform the

Services;

iii) its Personnel, including its Specified Personnel, have the necessary experience, skill,

knowledge and competence to perform the Services;

iv) the Services will be complete, accurate and free from material faults; and

v) it will not, nor will it suffer or permit any third party under its direction or control to

negligently introduce into the Client's systems or any Deliverables any Harmful Code.

Access to Client's premises

The Client will cooperate with the Supplying Agencyby providing access to its premises and

facilities as reasonably necessary to enable the Supplying Agency to provide the Services.

The Supplying Agency must, if using or accessing the Client's premises or facilities, comply

with all reasonable directions and procedures relating to occupational health and safety and

security in operation at those premises or facilities whether specifically drawn to the

attention of the Supplying Agency or as might reasonably be inferred from the

circumstances.

8. Exit Management

The Supplying Agency shall provide to IGR&CS, DS&R,with 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 Project Implementation, the Operation and Management, SLA and

scope of work.

i) A detailed program of the transfer process that could be used in conjunction with

a Replacement Supplying Agency including details of the means to be used to ensure

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 45

continuing provision of the services throughout the transfer process or until the

cessation of the services and of the management structure to be used during the

transfer; and

ii) Plans for communication with such of the Supplying Agency’s data entry operators,

suppliers, customers and any related third party as are necessary to avoid any

material detrimental impact on department’s operations as a result of undertaking the

transfer; and

iii) Plans for provision of contingent support to DS&R, or its nominated agencies, and

Replacement Supplying Agency for a reasonable period after transfer for the purposes of

providing service for replacing the Services.

iv) Exit Management Plan shall be presented by the Supplying Agency to and approved by

DS&R.

v) In the event of termination or expiry of the contract, Supplying Agency shall comply

with the Exit Management Plan.

vi) During the exit management period, the Supplying Agency shall use its best efforts to

deliver the services.

vii) Payments during the Exit Management period shall be made in accordance with the

Terms of Payment Clause.

viii) This Exit Management plan shall be furnished in writing to DS&R, within 180 days from

date of signing of the contract.

ix) During the exit management period the Supplying Agency will allow DS&R, access to

information reasonably required defining the current mode of operation associated with

the provision of the services to enable DS&R, to assess the existing services being

delivered.

x) The Supplying Agency shall provide all such information as may reasonably be

necessary to affect as seamless a handover as practicable in the circumstances to DS&R,

/ replacement Supplying Agency and which the Supplying Agency has in its possession

or control at any time during the exit management period.

xi) All information (including but not limited to documents, records and agreements) in

digital and/ or paper form relating to the services reasonably necessary to enableDS&R,

and its nominated replacement agencies to carry out due diligence in order to transition

the provision of the Services to DS&R, or its nominated replacement agencies, (as the

case may be) must be maintained by the Supplying Agency from commencement of the

project services.

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 46

9. Intellectual property rights

i) DS&R, shall own the copyright in all original written material including programs,

listings and other documentation originated and prepared for DS&R, by Supplying

Agency pursuant to this Agreement. All the IPR as a result of this engagement shall

vest with DS&R.

ii) Third Party Material

The Supplying Agency must obtain all necessary copyright and other Intellectual

Property Right permissions before making any third party Material available as

Auxiliary Material for the purpose of this contract

iii) IPR Warranty

The Supplying Agency warrants that:

a. the Warranted Materials and the Client's use of those Warranted Materials,

will not infringe the Intellectual Property Rights of any person; and

b. it has the necessary rights to vest the Intellectual Property Rights and grant

the licenses as provided in this clause.

iv) Remedy for breach of warranty

a. If someone claims, or the Client reasonably believes that someone is likely to

claim, that all or part of the Warranted Materials infringe their Intellectual

Property Rights the Supplying Agency must, in addition to the indemnity and

to any other rights that the Client may have against it, promptly, at the

Supplying Agency's expense:

b. use its best efforts to secure the rights for the Client to continue to use the

affected Warranted Materials free of any claim or liability for infringement; or

v) Replace or modify the affected Warranted Materials so that the Warranted Materials

or the use of them does not infringe the Intellectual Property Rights of any other

person without any degradation of the performance or quality of the affected

Warranted Materials.

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 47

III. SPECIAL CONDITIONS OF CONTRACT

Number of GC Clause Amendments of, and Supplements to, Clauses in the General

Conditions of Contract

The addresses are:

Client

Inspector General of Registration & Commissioner of Stamps, Department of Stamps &

Registration

<Address>

Firm

Address

Cable address: _______________

Telex: _______________

Facsimile: _______________

E-mail: ………………………..

Notice will be deemed to be effective as follows:

i) in the case of personal delivery or registered mail, on delivery;

ii) in the case of telexes, 24 hours following confirmed transmission;

iii) in the case of telegrams, 24 hours following confirmed transmission; and

iv) in the case of facsimiles, 24 hours following confirmed transmission.

The Authorized Representatives are:

For the Client: Inspector General of Registration & Commissioner of Stamps, Department of

Stamps & Registration

For the Firm: ___________________________

The Firm, shall pay the taxes, duties, fees, levies and other impositions levied under the

existing, amended or enacted laws during life of this contract and the client shall perform

such duties in regard to the deduction of such tax as may be lawfully imposed.

The effectiveness of contract shall be on the date…

The time period shall be ___________________ [Note: Fill in the time period, e.g., 24

months] or such other time period as the parties may agree in writing.]

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 48

The Firm shall not use these documents for purposes unrelated to this Contract without the

prior written approval of the Client.

The ceiling amount of contract is: Rs.__________________

IV. APPENDICES

Appendix A: Description of the Services

[Give detailed descriptions of the Services to be provided; dates for completion of various

tasks, place of performance for different tasks; specific tasks to be approved by Client, etc.]

Appendix B: Reporting Requirements

A Status Report detailing on the completion of successful installation and commissioning of

UPS’ across all locations of the department need to be sent by the Supplying Agency working

under this project to the IGR&SC, DS&R, or any other authority assigned by IGR&SC, within

one month of onboarding.

Appendix C: Cost Estimates (in INR)

List hereunder cost estimate:

Rates for resources proposed under various categories by the Supplying Agency

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 49

7. General Terms and Conditions

11.1 One Proposal per Bidder

Each bidder shall submit only one Proposal. The bidder who submits or participates in more

than one Proposal will be disqualified. Also bidders cannot associate with other bidders.

11.2 Cost of Proposal

The bidder shall bear all costs associated with the preparation and submission of its

Proposal, including site visits, and DS&R will in no case be responsible or liable for those

costs, regardless of the conduct or outcome of the proposal process.

11.3 Amendment of RFP Documents

At any time prior to the deadline for submission of Proposal, DS&R may amend the RFP

document by issuing suitable Addenda/corrigendum.

Any addenda/corrigendum thus issued shall be part of the RFP document, and shall be

published on the e-procurement portal. No claim will be entertained from any prospective

bidder or the bidder regarding any issue pertaining to RFP, due to his Failure to note the

addenda/corrigendum published on the e-procurement portal.

To give bidders reasonable time in which to take an Addendum/corrigendum into account in

preparing their Proposals, DS&R, shall extend if necessary, the deadline for submission of

Proposals

11.4 Limits on Promotion

The bidder shall not make any reference to DS&R or this procurement or resulting contract

in any literature, promotional material, brochures, sales presentation or the like without the

express prior written consent of DS&R. The bidder shall not perform any kind of promotion,

publicity or advertising etc. at the department field offices through any kinds of hoardings,

banners or the like without the express prior written consent of DS&R.

11.5 Use & Release of Bid Submissions

DS&R is not liable for any cost incurred by the bidder in the preparation and production of

the Proposal, the preparation or execution of any benchmark demonstrations, simulation or

training service or for any work performed prior to the execution of a formal contract. All

materials submitted become the property of DS&R and may be returned at sole discretion.

The content of each bidder’s Proposal will be held in strict confidence during the evaluation

process, and details of the Proposals will not be discussed outside the evaluation process.

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 50

11.6 Deadline for submission of proposals

Proposals shall be received by DS&R using unified e-Procurement platform of the Govt. of

Karnataka no later than the time and date stipulated in the portal.

Note: It will be in the interest of the bidders to familiarize themselves with the e-

Procurement system to ensure smooth preparation and submission of the tender documents,

well in time

11.7 Modification and Withdrawal of bids

No modification or withdrawal of bids is permitted in accordance with the unified e-

Procurement platform of the Govt. of Karnataka.

11.8 Process to be Confidential

Information relating to the examination, clarification, evaluation and comparison of

Proposals, and recommendations for the award of the project shall not be disclosed to any

other persons not officially concerned with such process until the award to the successful

Bidder has been announced.

11.9 Correction of Errors

Bidders are advised to exercise greatest care in entering the pricing figures. No excuse that

mistakes have been made or requests for prices to be corrected will be entertained after the

quotations are opened. The e-Procurement portal will not allow any corrections after the

submission of the bid.

11.10 Rejection Criteria

The bid is liable to be disqualified if

a) Technical Rejection

i. Bids which do not conform to unconditional validity of the bid as prescribed

in the Tender.

ii. If the information provided by the Bidder is found to be incorrect /

misleading at any stage / time during the Tendering Process.

iii. Any effort on the part of a Bidder to influence the bid evaluation, bid

comparison or contract award decisions.

iv. Bids without power of authorization and any other document consisting of

adequate proof of the ability of the signatory to bind the Bidder.

v. Failure to furnish proofs for information provided

vi. Revelation of Prices in any form or by any reason before opening the Financial

Bid.

vii. Submission of the financial bid details as part of the technical proposal.

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 51

viii. Failure to furnish all information required by the RFP Document or

submission of a bid not substantially responsive to the Tender Document in

every respect.

ix. Failure to furnish proofs for information provided

x. Bidders not quoting for the complete scope of Work as indicated in the Tender

documents, addendum (if any) and any subsequent information given to the

Bidder.

xi. Bidders not complying with the Technical and General Terms and conditions

as stated in the RFP Documents.

xii. The Bidder not conforming to unconditional acceptance of full responsibility

of providing services in accordance with the Scope of work and Service Level

Agreements of this tender.

xiii. If the bid does not confirm to the timelines indicated in the bid.

b) Commercial Rejection

i. Incomplete Financial Bid

ii. Financial Bids that do not conform to the Tender’s financial bid format.

iii. Total price quoted by the Bidder does not include all statutory taxes and levies

applicable.

11.11 Performance Bank Guarantee

a) The successful bidder shall at his/her own expense deposit with DS&R, within

Fifteen (15) days of the date of issue of LoI, or prior to signing of the contract

whichever is earlier, an unconditional and irrevocable Performance Bank

Guarantee (PBG) from a Nationalized bank or any bank having license from RBI

to provide banking functions payable on demand, for the due performance and

fulfilment of the contract by the bidder.

b) The performance guarantee shall be denominated in the currency of the Contract

and shall be by bank guarantee.

c) Performance Bank Guarantee shall be submitted by the successful bidder for an

amount equal to 3% of the total contract value awarded to the bidder. All charges

whatsoever such as premium; commission etc. with respect to the Performance

Bank Guarantee shall be borne by the bidder.

d) The PBG submitted shall be valid till the end of six months after the period of end

of contract. Subject to the terms and conditions in the Performance Bank

Guarantee, at the end of three months after the “Transfer”, the Performance Bank

Guarantee will lapse automatically.

e) The PBG shall be for the whole term of the project (plus three months) or the

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 52

Bidder:

Address: ……………….

Tel: ………………………

Fax: ………………………

Email: ………………………

contract period (plus three months)

f) The Performance Bank Guarantee shall be discharged / returned by DS&R upon

being satisfied that there has been due performance of the obligations of the

Bidder under the contract. However, no interest shall be payable on the

Performance Bank Guarantee.

g) In the event of the bidder being unable to service the contract for whatever

reason, DS&R shall revoke the PBG. DS&R shall notify the Bidder in writing of

the exercise of its right to receive such compensation within 14 days, indicating

the contractual obligation(s) for which the Bidder is in default.

h) DS&R shall also be entitled to make recoveries from the Bidder bills , PBG or any

other payment due, in case of any error/ omission on bidder’s part.

i) The PBG shall be furnished in the format Appendix-8.

11.12 Contract Amendment

No variation in or modification of the terms of the Contract shall be made except by written

amendment signed by the parties.

11.13 Notices

a) Any notice or other document, which may be given by either Party under this

Agreement or RFP or under the SLA, shall be given in writing in person or by pre-

paid recorded delivery post or by facsimile transmission or through email to the

notified address.

b) In relation to a notice given under this Agreement, any such notice or other

document shall be addressed to the other Party's principal or registered office

address as set out below:

NAME OF DEPARTMENT

Address:

Bengaluru-

Tel: 080-

Fax: 080-

Email: [email protected]

c) Any notice or other document shall be deemed to have been given to the other Party

(or, if relevant, its relevant associated company) when delivered (if delivered in

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 53

person or through email) if delivered between the hours of 10.00 am and 5.30 pm on

a working day at the address of the other Party set forth above or if sent by fax,

provided the copy fax is accompanied by a confirmation of transmission, or on the

next working day thereafter if delivered outside such hours, and 7 days from the date

of posting (if by letter).

d) Either Party to this Agreement or to the SLA may change its address, telephone

number, facsimile number and nominated email for notification purposes by giving

the other reasonable prior written notice of the new information and its effective

date.

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 54

Appendix-1 – Covering Letter (To be submitted in firm/ company letter head) To, The Name of the client, Address Bengaluru – 560 001 Sir/Madam, Subject: Selection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries Reference: Tender No: <TENDER REFERENCE NUMBER> Dated <DD/MM/YYYY> We, the undersigned Bidders, having read and examined in detail all the bidding documents in respect to the Selection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteriesdo hereby propose to provide our services as specified in Tender.

Technical Response We confirm having submitted the information as required by you in your Request for Proposal document. This is enclosed in our technical bid. In case you require any other further information/documentary proof in this regard for evaluation of our bid, we agree to furnish the same in time to your satisfaction.

Performance Bank Guarantee We hereby declare that in case the contract is awarded to us, we shall submit the contract performance bank guarantee in the form prescribed in the RFP.

Validity of this Bid

We agree to abide by this tender response for a period of 180 days from the date of submission of the bid and it shall remain binding upon us with full force and virtue, until within this period a formal contract is prepared and executed, this tender response, together with your written acceptance thereof in your notification of award, shall constitute a binding contract between us and the Department of Stamps & Registration. We undertake, if our proposal is accepted, to adhere to the implementation plan for the proposed project at DS&R put forward in RFP or such adjusted plan as may subsequently be mutually agreed between us and Department of Stamps & Registration or its appointed representatives. We hereby declare that our bid is made in good faith, without collusion or fraud and the information contained in the bid is true and correct to the best of our knowledge and belief.

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 55

We understand that our bid is binding on us and that you are not bound to accept a Bid you receive. It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/ firm/ organization and empowered to sign this document as well as such other documents, which may be required in this connection. Thanking you, Yours faithfully (Signature of the Authorized signatory) Name : Designation : Seal : Date : Place : Business Address:

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 56

Appendix-2 – Details of the Bidder

S. No. Particulars Details

1. Name of the Bidder

2. Address of the Bidder

3. Status of the Company (Public Ltd/ Pvt. Ltd)

4. Details of Incorporation of the Company Date:

Ref. #

5. Details of Commencement of Business Date:

Ref. #

6. Valid Goods & Services Tax registration no.

7. Permanent Account Number (PAN)

8. Name & Designation of the contact person to

whom all references shall be made regarding this

tender

9. Telephone No. (with STD Code)

10. E-Mail of the contact person:

11. Fax No. (with STD Code)

12. Website

13. Financial Details (as per audited Balance Sheets) (in Cr)

14. Year 2017-2018 2018-2019 2019-2020

15. Net Worth

16. Turn Over

17. PAT

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 57

Appendix-3 – Annual Turnover of the firm

TO WHOMSOEVER IT MAY CONCERN

This is to certify that the annual turnover furnished by << COMPANY NAME >> for last 3 years i.e. 2017-18, 2018-19, 2019-20is as below. This is as per the Statement of Accounts which has been duly verified by me and found correct.

Financial year Total Turnover of the firm (Rs. in Lakhs)

2017-18 2018-19 2019-20

Place: Date:

Seal & Signature of Chartered Accountant

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 58

Appendix-4 – Undertaking on Support Centre in Bangalore

This is to certify that << COMPANY NAME >>has an established support centre inBangalore

with at least a team of 3 Qualified Service Engineers who would be responsible for expert

level troubleshooting of problems.

Authorized Signatory

Name of Signatory:

Bidder Name:

Date

Place

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 59

Appendix–5 – Financial Bid Format

Bidders shall quote prices exclusive of all taxes. This price shall be input by bidders directly in e-Procurement portal.

Note:

a) The price entered directly in the e-Procurement portal will be taken as the basis for evaluation of financial bids.

b) The above rates are inclusive of battery costs, packing, forwarding, freight, insurance, commissioning, warranty or any other charges.

c) The price quoted by the bidder shall include additional cost incurred by him/her while complying with the standards notified in the IT act 2000 and its subsequent amendments. DS&R shall not be liable for variation in the Digital signature certificate standards as notified in IT Act 2000 and its subsequent amendments.

d) DS&R reserves the right to place order for purchase of Online UPS’ of 7.5/10/12.5/15 KVA along with batteries with 5 years warranty for an additional 25% of the total intended requirement, at the discovered price.

e) The “Total price (Rs)” will be used for evaluation of the tender.

f) Taxes would be paid as per the existing laws as applicable.

S. No. Description

Unit Rate (A)

Quantity (B)

Total

Amount (A*B)

1 Supply, Installation, Commissioning and

Support Charges of UPS 7.5 KVA, inclusive of batteries

191

2

Supply, Installation, Commissioning and Support Charges of UPS 10 KVA, inclusive of batteries

68

3

Supply, Installation, Commissioning and Support Charges of UPS 12.5 KVA, inclusive of batteries

18

4

Supply, Installation, Commissioning and Support Charges of UPS 15 KVA , inclusive of batteries

5

Total

282

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 60

Appendix–6 – Undertaking on Being Not Blacklisted

This is to certify that << COMPANY NAME >> is not blacklisted by Government of

Karnataka or any of its agencies for any reasons, whatsoever and not blacklisted by Central /

any other State / UT / Government, or its agencies for indulging in corrupt, or fraudulent

practices or deficiencies of services or for indulging in unfair trade practices as on <<date to

be included>>

Authorized Signatory

Name of Signatory:

Bidder Name:

Date:

Place:

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 61

Appendix – 7 –Undertaking on litigation(s) This is to certify that << COMPANY NAME >> is not involved in any litigation that may have

an impact of affecting or compromising the delivery of services as required under this RFP.

Authorized Signatory

Name of Signatory:

Bidder Name:

Date:

Place:

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 62

Appendix–8 – Format for Performance Bank Guarantee

PERFORMANCE GUARANTEE Ref: Bank Guarantee No: Date: To Name of the client, Address BENGALURU-560 001 1. Against contract vide Advance Acceptance of the Tender No.<Tender Number dated DD/MM/YYYY> pertaining to “Selection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries” (hereinafter called the said 'contract') entered into between Department of Stamps & Registration, (hereinafter called the Purchaser) and M/s._________________ , a Company incorporated under the Companies Act, 1956 and having its Registered Office at ..................................................(hereinafter called the Bidder) this is to certify that at the request of the Bidder we (name of the Bank / Branch .........................................................) a body corporate constituted under the Banking Companies [Acquisition and Transfer of Undertakings] Act, 1970 and having its, Registered Office at..................................................................................... and a branch office at ................................................................................................ are holding in trust in favour of the Purchaser, an amount of Rs.......................(Rupees................................................................................................................................only) to indemnify and keep indemnified the Purchaser against any loss or damage that may be caused to or suffered by the Purchaser by reason of any breach by the Bidder of any of the terms and conditions of the said contract and/or in the performance thereof. We agree that the decision of the Purchaser, whether by any breach of any of the terms and conditions of the said contract and/or in the performance thereof has been committed by the Bidder and the amount of loss or damage that has been caused or suffered by the Purchaser shall be final and binding on us and the amount of the said loss or damage shall be paid by us forthwith on demand and without demur to the Purchaser. 2. We (Name of the Bank /Branch)........................................................ further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for satisfactory performance and fulfillment in all respects of the said contract by the Bidder i.e. till _________________ hereinafter called the said date and that if any claim accrues or arises against us ______(Name of the Bank /Branch) by virtue of this guarantee before the said date, the same shall be enforceable against us .........................(Name of the Bank/Branch) notwithstanding the fact that the same is enforced within three months after the said date, provided that notice of any such claim has been given to us .....................(Name of the Bank/Branch) by the Purchaser before the said date. Payment under this letter of guarantee shall be made promptly upon our receipt of notice to that effect from the Purchaser. 3. It is fully understood that this guarantee is effective from the date of the said contract and that we........................ (Name of the Bank /Branch) undertake not to revoke this guarantee during its currency without the consent in writing of the Purchaser. 4. We undertake to pay to the Purchaser any money so demanded notwithstanding any dispute or disputes raised by the Bidder in any suit or proceeding pending before any court

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 63

or Tribunal relating thereto our liability under this present bond being absolute and unequivocal. 5. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the Bidder shall have no claim against us for making such payment. 6. We .....................(Name of the Bank / Branch) further agree that the Purchaser shall have the fullest liberty, without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said contract or to extend time of performance by the Bidder from time to time or to postpone for any time or from time to time any of the powers exercisable by the Purchaser against the said Bidder and to forebear or enforce any of the terms and conditions relating to the said contract and we, .....................................(Name of the Bank / Branch) shall not be released from our liability under this guarantee by reason of any such variation or extension being granted to the said Bidder or for any forbearance by the Purchaser to the said Bidder or for any forbearance and or omission on the part of the Purchaser or any other matter or thing whatsoever, which under the law relating to sureties, would, but for this provision have the effect of so releasing us from our liability under this guarantee. 7. This guarantee will not be discharged due to the change in the constitution of the Bank or the Bidder. Notwithstanding anything contained herein: i) Our liability under this Bank Guarantee shall not exceed of Rs............................... (Rupees in words only) ii). The Bank Guarantee shall be valid up to ...........................; and; iii) We........................................... (Name of the Bank / Branch) are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only and only if you serve upon us a written claim or demand on or before ......................................

Authorized Signatory of the Bank

Signature Full name/designation/ Address of the official and date WITNESS NO. 1 Signature Full name/designation/ Address WITNESS NO. 2 Signature Full name/designation/ Address

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 64

Appendix–9 – List of Office Locations of the department Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

1 Head Office

8th Floor, Kandaya Bhavan, K G Road, Bangalore-

560009

080-22220436

[email protected]

2 District Registrar and Registrar of Firms,

BASAVANAGUDI

2nd Floor, BMTC Building, Srividyanagar,

Hoskerehalli, Banashankari 3rd Stage,

Bangalore-560085

080-26421390

[email protected]

[email protected]

3 Sub-Registrar Office, BASAVANAGUDI

No. 183, 1st Floor, Poojyaya Arcade, Gandhibazar

Main Road, Basavangudi, Bangalore

080-22959368

[email protected]

[email protected]

4 Sub-Registrar Office, CHAMARAJAPETE

Ground Floor, 3rd Main Road, Near Rameshwara

Temple, Chamarajpet,

Bangalore -560018

080-26606641

[email protected]

[email protected]

5 Sub-Registrar’s Office, BANASHANKARI

1st Floor, Agriculture Produce Co-op Marketing

Society Building (APMC ),

Kanakapura Main Road, Banashankari, Bangalore-

560 070

080-22959331

[email protected]

[email protected]

6 Sub-Registrar Office ANEKAL

No: 172/1, 1st Floor, Prerana Complex, Mirja Road,

Anekal Town, ,

Bangalore -562106.

080-27841096

080-27841753

[email protected]

[email protected]

7 Sub-Registrar’s Office ATTIBELE

No.430, 1st Floor, Hannaghara gate, Chandapura,

Housr Main Road, , Bangalore-560 099

080-27836583

080-27831797

[email protected]

[email protected]

8 Sub-Registrar’s Office SARJAPURA

No.1072, HNR Sankirana, 1st Floor, Sarjapura,

Anekal Taluk,

Bangalore-562125

080-27823318

[email protected]

[email protected]

9 Sub-Registrar’s Office JIGANI 080-27828207

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 65

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

House No.459/39/2, 2nd Floor,

Bannerghatta Village, Jigani Hobli,

Anekal Taluk,

Bangalore-560083

[email protected]

[email protected]

[email protected]

10 District Registrar and Registrar of Firms,

GANDHINAGAR

No. 17(69), 2nd Floor, Maruthi Plaza,

2nd Main Road, Vyalikaval Extention near Vyalikaval

police station, Bangalore-03

080–23440033

[email protected]

[email protected]

11 Sub-Registrar Office, GANDHINAGAR,

District Commissioner Premises , 3rd and 4th Floor,

Annex Building,

Bangalore – 560 009

080-22959353

[email protected]

[email protected]

12 Sub-Registrar Office, MALLESWARAM

No.11,12, Ist Floor, I & II Main Road,

Palace Guttahalli, Bangalore –03

080-22959357

080-23462059

[email protected]

[email protected]

13 Sub-Registrar Office, GANGANAGAR

No. 46, Bellary Main Road,

Ganganagar, Bangalore-32.

080-22959359

[email protected]

[email protected]

14 Sub-Registrar’s Office, HEBBALA

No.69, Opposite Vidyanjali Public School,

Cholanayakana Halli, RT Nagar Post,

Bangalore-560 032

080-23532961

FAX: 22924047

[email protected]

[email protected]

15 Sub-Registrar’s Office,

KACHARAKANAHALLI

No.111, 9th Main Road, 3rd Stage

Pillanna Garden, Near Bilal Masjid ,

Kacharakanahalli, Bangalore-560 045.

080-22959321

[email protected]

[email protected]

16 Sub-Registrar Office, YELAHANKA

Mini Vidhanasoudha,

Yalahanka Old Town, Bangalore

080-22959361

[email protected]

[email protected]

17 Sub-Registrar’s Office, BYATARAYANAPURA

No. 641, Kodigehalli Main road, 1st Floor,

BBMP Ward No. 8, Bangalore- 560 092,

080-22959341

Fax: 41726484

[email protected]

[email protected]

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 66

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

18 Sub-Registrar’s Office, JALA

Sericulture Cum Farmers Service Co-operative Bank

Ltd., Chikkajala, Near Nada Kacheri, Opp.

Chikkajala Police Station, NH7, Bellary Road,

Bangalore North Taluk, Bangalore-562 157

080-22959337

[email protected]

[email protected]

19 Sub-Registrar’s Office, HESARAGHATTA

H.C.Puttaswamy Layout, Near New Bus stand &

Near Nada Kacheri Office, Adjacent to KEB Office,

Hesaraghatta, Bangalore North Taluk,

Bangalore-560 088.

080-28466100

[email protected]

[email protected]

20 Addl. District Registrar Office, BDA

Kumara Park West, Bangalore-20

080-22959343

080-23442273

[email protected]@g

mail.com

21 District Registrar and Registrar of Firms

JAYANAGAR

No. 2722,2nd floor, 12th Main 4th Block, Near

Jayanagar Shopping Complex, Bangalore-560 011

080-26654584

Fax: 22959347

[email protected]

[email protected]

22 Sub-Registrar Office JAYANAGAR,

No. 2722, 12th Main Rd, 4th Block, Near Jayanagara

Complex, Bangalore Pincode-560011

080-22959347

[email protected]

[email protected]

23 Sub-Registrar Office SHANTHINAGAR,

BMTC Building, Ground Floor, K H Road, C- Block,

Shanthinagar, Bangalore – 560 027

080-26654584

[email protected]

[email protected]

24 Sub-Registrar Office BTM Layout

No. 72, 36th Main Road, Dollars Layout, I Stage

Scheme, , B.T.M. Layout,

Bangalore-68

080-28440714

22959360

[email protected]

[email protected]

25 Sub-Registrar Office KENGERI,

SLN complex, Mysore Road, Near BTS Bus Stand,

Kengeri, Bangalore Pincode-560060

080-28484159

F: 28485895

[email protected]

[email protected]

26 Sub-Registrar’s Office Rajarajeshwari Nagar

No.25, DM Chambers Jawaharalalnehru Road,

BMEL Road, 3rd Stage, Rajarajeshwarinagar,

080-22959329

[email protected]

[email protected]

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 67

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

Bangalore-560098

27 Sub-Registrar’s Office, J.P. Nagar

No.8, Ameet Arcade, Amrutha Nagara Main Road,

Konanakunte, Bangalore-560 062

080-22959330

[email protected]

[email protected]

28 Sub-Registrar Office Bommanahalli,

2nd Floor, 7th Cross, 3rd Block,

Koramangala BDA Complex,

Bangalore-560034

080-25501428

Outside FAX: 25988128

[email protected]

[email protected]

29 Sub-Registrar’s Office, Begur

No.1105/9C, 1st Floor, Above Canara Bank,

Near Bus stand, Begur Village, Bangalore-560 068

080-22959328

[email protected]

[email protected]

30 Sub-Registrar’s Office, Tavarekere

No.1943, Anugraha, Tavarekere-Kengeri Road,

Tavarekere, Bangalore-562 130

080-28490714

[email protected]

[email protected]

31 District Registrar and Registrar of Firms,

RAJAJINAGAR

No. 3, Leela Arcade, 3rd Floor,

Nagarbhavi 2nd Stage,

Behind B.D.A Complex

Bangalore -560 072

080-23210592

[email protected]

[email protected]

32 Sub-Registrar Office RAJAJINAGAR,

No.89, 2nd Floor, 5th Main Road, Industrial Estate,

Rajajinagar, Bangalore-560044

080-23158206

sr.rajajinagar@ karnataka.gov.in

[email protected]

33 Sub-Registrar Office YESHWANTHPURA

No.199, 3B Complex 1st floor, 13th Cross, West

of Chord Road 2nd stage Bangalore-86

080- 22959366

[email protected]

[email protected]

34 Sub-Registrar Office VIJAYANAGAR,

No.1079/A,Sri venkateswara complex,

1st Floor,2nd Main Road, Service Road,

Near BSVP School,

Vijayanagar, Bangalore-560040

080-22959349

[email protected]

[email protected]

35

Sub-Registrar Office SRIRAMPURA,

No. 1250-51, Manu Teja Towers,

Opp to R.P. Convention Hall

Agraharadasarahalli, Magadi Main Road,

Bangalore – 560079

080-23388721

[email protected]

[email protected]

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 68

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

36 Sub-Registrar Office PEENYA,

No. 488, 2nd Floor, KIADB Building,

‘P’ Block, IV Phase, Peenya II Stage,

Bangalore-560058.

080-28366091

[email protected]

[email protected]

Fayaz-9845531472

37 Sub-Registrar’s Office LAGGERE,

No. 455, Masthi Arcade, 50ft Road, Laggere Main

Road,

Bangalore-560 058.

080-22959323

[email protected]

[email protected]

38 Sub-Registrar’s Office NAGARABHAVI,

No.40, 1st floor, 2nd Stage, 1st Block, Nagarabhavi,

Near BDA Complex,

Bangalore-560072

080-23215215

[email protected]

[email protected]

39 Sub-Registrar’s Office

MADANAYAKANAHALLI

No.1, 1st floor, Laxmipura Road, B.H Road,

Opp. Mahaveer Nursing Home, Madanayakanahalli,

Dasanapura Hobli, Banglore-562123

080-22959325

[email protected]

[email protected]

40 Sub-Registrar’s Office, DASANAPURA

N0 33/4, Devannanapalya, Dasanapura ward,

Bangalore North, Bangalore -562123.

080-22959326

[email protected]

[email protected]

41 District Registrar and Registrar of Firms,

Shivajinagar

No. 48, Trimph Tower, 3rd Floor, beside parisara

bhavan church street, Bangalore-560001

080-25592035

districtregistrar.shivajinagar@gmail

.com

[email protected]

42 Sub-Registrar Office SHIVAJINAGAR,

No. 48, Trimph Tower, 3rd Floor, beside parisara

bhavan church street, Bangalore-560001

080-22959340

[email protected]

[email protected]

43 Sub-Registrar Office INDIRANAGAR,

Domlur BDA Complex,

Bangalore-560038

080-25352907

[email protected]

[email protected]

44 Sub-Registrar Office ULSOOR,

#55/1, 1st Floor, Col’s Road, Ulsoor, , Bangalore-

560005.

080-22959369

[email protected]

[email protected]

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 69

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

45 Sub-Registrar Office K.R.PURAM,CMC

Commercial Complex, 1st Floor, Old Madras Road,

Near Santhemaidana, , K.R.Puram, Bangalore-

560036

080-25614548

[email protected]

[email protected]

46 Sub-Registrar’s Office, Mahadevapura

No.52 GRV Complex, 1st Floor, ,2nd stage,

Kamadenu Nagara,

B.Narayanapura,

, Bangalore 560 016.

080-22959342

[email protected]

sro .Mahadevapura

@gmail.com

47 Sub-Registrar’s Office, Varthur

B.M Complex, 1st Floor Opp. Dharamaraya swamy

Temple, Mutsandra Road, Varthur,

Bangalore-560087

080-28538566

[email protected]

[email protected]

48 Sub-Registrar’s Office, Bidarahalli

No. 3/1 Virgo Nagar, Old Madras Road, Avalahalli,

Bidrahalli Hobli, National Highway-4

Bangalore-560 049.

080-28472677

[email protected]

[email protected]

49 Sub-Registrar’s Office, Banasawadi

No.740/1, BMP Khata No.25, 1st Floor, 9th B Main

Road, HRBR Layout, 1st Block, Kalyanagar,

Banasawadi, Bangalore-560043

080-22959335

[email protected]

[email protected]

50 District Registrar and Registrar of Firms,

BANGALORE RURAL

No. 123/30, Sathya Sankeerna Complex 3rd Floor,

15th main, West of Chord Road, Rajajinagar,

Bangalore-560044

080-23500230

[email protected]

[email protected]

51 Sub-Registrar Office Nelamangala,

Near LIC Office, Paramanna Layout, Nelamangala,

Bangalore Rural Dist-562123

080-27726405 [email protected]

[email protected]

52 Sub-Registrar Office Devanahalli,

Mini-Vidhana soudha building, B.B. Road,

Devanahalli, Bangalore Rural Dist -562110

080-27681021

F: 080-27681139

[email protected]

[email protected]

53 Sub-Registrar Office Doddaballapura,

Mini-Vidhana Soudha premises, Doddaballapur,

Bangalore Rural Dist-562203

080- 27624066

[email protected]

[email protected]

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 70

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

[email protected]

54 Sub-Registrar Office Hosakote,

Mini-Vidhana Soudha premises,Hosakote,

Bangalore Rural Dist -562114

080-27934835

[email protected]

[email protected]

55 District Registrar and Registrar of Firms,

RAMANAGAR

#103, Ground Floor, DC office Building, B.M.Road,

Ramanagara-562159

080-27271043

F: 27271122

[email protected]

[email protected]

56 Sub-Registrar Office Ramanagara,

Behind Mini Vidhanasoudha,

Old B.M Road,Ramanagara Town-562159

080-27276270

[email protected]

[email protected]

57 Sub-Registrar Office Kanakapura,

Old Sri Lakshmi Venkateshwara Kalyana Mantapa,

Near iyyappa Swamy Temple, M.G.Road, Bengalore-

Kanakapura Main Road, Ramanagara-562117

080-27525015 [email protected]

[email protected]

58 Sub-Registrar Office Channapatna,

2240/1,1st cross, Kuvempu Nagara,

B.M.Road.Channapatana Town

Ramanagar Dist -562160

080-27255412

080-27255982

[email protected]

[email protected]

59 Sub-Registrar Office Magadi,

Governament Office Complex, No.108, 1st Floor,

T.B.Road, Magadi Town-562120

080-27746750

080-27746041

[email protected]

[email protected]

60 District Registrar and Registrar of Firms,

BAGALKOTE

Dist. Adm. Bhavan, No.204/205, 2nd Floor,

Navanagar, Bagalkote-587 102

08354-235466

08354-235488

[email protected]

[email protected]

61 Sub-Registrar Office Bagalkote,

Mini Vidhana Soudha, Room no: 10 & 11, Sector No-

22, Opp. Hotel Akshay, Navanagar, Bagalkote -

587101

08354–226619

08354-226620

[email protected]

[email protected]

62 Sub-Registrar Office Badami,

Mini Vidhana Soudha, Badami,

Bagalkote Dist -587201

08357–221754

[email protected]

[email protected]

63 Sub-Registrar Office Hungunda,

Mini vidhanasoudha, premises, Illkal

08351– 261590

[email protected]

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 71

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

Road, Hungunda, Bagalkote Dist -587118 [email protected]

64 Sub-Registrar Office Mudhol,

Taluk office premises, Mudhol,

Bagalkote Dist -587313

08350–281135

[email protected]

[email protected]

65 Sub-Registrar Office Bilagi,

Taluk office premises, Mini Vidhana Soudha, Bilagi,

Bagalkote Dist -587116

08425–275518

[email protected]

[email protected]

66 Sub-Registrar Office JamakHandi,

Taluk office premises,Near Court, Jamakandi,

Bagalkote Dist -587301

08353–223763

[email protected]

[email protected]

67 Sub-Registrar Office Ilakal,

Sabha Bhavan, Town Municipal Council

Building,Kanti Circle, ILKAL, Bagalkote Dist -587125

08351–271858

[email protected]

[email protected]

68 Sub-Registrar Office, Guledagudda

Municipal Building, Near Badami Toll Naka,

Badami Taluk, Bagalkote Dist.-587203

08357-250202 [email protected]

[email protected]

69 Sub-Registrar Office, Kerur

Town Panchayat Premises, Kerur,

Badami Taluk, Bagalkote Dist.-587206

08357-230120

[email protected]

[email protected]

70 Sub-Registrar Office, Teradhal

Taluk Office Premises, Teradhala

Bagalkote-587313

08353-255155

[email protected]

71 District Registrar and Registrar of Firms,

BELGAUM

DC Off Compound, Belgaum -590 001

0831-2428620-DR

0831-2425861-CMS

[email protected]

[email protected]

72 Sub-Registrar Office Belgaum

Court compound, Belgaum -590001

0831-2425860

[email protected]

[email protected]

73 Sub-Registrar Office Bylahongala,

Mini-Vidhana soudha, Bylahongala,

Belgaum Dist -591102

08228-236332

[email protected]

[email protected]

74 Sub-Registrar Office Athani,

Mini Vidhana Soudha, Athani, Belgaum Dist -591304

08289-285336

[email protected]

[email protected]

75 Sub-Registrar Office Chikkodi, 08338-275310

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 72

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

Mini-Vidhana soudha premises, Chikkodi, Belgaum

Dist -591201

[email protected]

[email protected]

76 Sub-Registrar Office Gokak,

Mini-Vidhana soudha premises,

Gokak, Belgaum Dist -591307

08332-224660

[email protected]

[email protected]

77 Sub-Registrar Office Hukkeri,

Mini-Vidhana soudha premises,

Hukkeri, Belgaum Dist -591309

08333-266353

[email protected]

[email protected]

78 Sub-Registrar Office Khanapura,

Mini-Vidhana soudha premises,

Khanapur, Belgaum Dist -591302

08336-222049

[email protected]

[email protected]

79 Sub-Registrar Office Nippani,

Maanika nagara, chikkodi taluk, Nippani, Belgaum

Dist -591237

08338-224483

[email protected]

[email protected]

80 Sub-Registrar Office Raibagh,

Mini-Vidhana soudha premises,

Raibagh, Belgaum Dist -591317

08331-225043

[email protected]

[email protected]

81 Sub-Registrar Office Ramdurga,

Mini-Vidhana soudha, Ramdurga, Belgaum Dist -

591123

08335-242411

[email protected]

[email protected]

82 Sub-Registrar Office Muragodu,

Opp police station, soudathi taluk, Muragodu,

Belgaum Dist -561119

08337-265882

[email protected]

[email protected]

83 Sub-Registrar Office Savadatti,

Mini-Vidhana soudha, Soudathi, Belgaum Dist -

591126

08330-223330

[email protected]

[email protected]

84 Sub-Registrar Office Sadalga,

chikkodi road , Sadalga, Belgaum Dist -586128

08338-251057

[email protected]

[email protected]

85 Sub-Registrar Office, Kittur

Special Tahsildar Office Building Opp, Kittur -

591115

Bylahongala Taluk, Belgaum Dist.

08288-286364

[email protected]

86 District Registrar and Registrar of Firms,

BELLARY

Station Road Bellary-583 101

08392-273588

[email protected]

[email protected]

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 73

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

87 Sub-Registrar Office Bellary,

Station road, Bellary-583101

08392-271388

[email protected]

[email protected]

88 Sub-Registrar Office Hospete,

Ground Floor, Mini Vidhana Soudha,

Hospete, Bellary Dist-583201

08394-225456

[email protected]

[email protected]

89 Sub-Registrar Office Kampli,

Near Nagarasabhe,

Hospete taluk, Kampli, Bellary Dist -583132

08394-251447

[email protected]

[email protected]

90 Sub-Registrar Office Kudligi,

Mini Vidhana Soudha, Kudligi,

Bellary Dist -583135

08391-210855

[email protected]

[email protected]

91 Sub-Registrar Office Sandur,

Mini-Vidhana soudha, hospete Road,

Sandur, Bellary Dist -583119

08395-260328

[email protected]

[email protected]

92 Sub-Registrar Office Siruguppa,

Irrrigation dept premises, Bidar-bellary road,

Shiraguppa, Bellary Dist -583121

08396-220899

[email protected]

[email protected]

93 Sub-Registrar Office HoovinaHadagali,

Mini-Vidhana soudha, Hoovinahadagali,

Bellary Dist -583219

08399-241022

[email protected]

[email protected]

94 Sub-Registrar Office Kurugodu,

Bellary Road, Kurgodu, Bellary Dist -563116

08393-263116

[email protected]

[email protected]

95 Sub-Registrar Office Hagaribommanahalli,

Mini-Vidhana soudha, Hagaribommanahalli,

Bellary Dist -583212

08397-238100

[email protected]

[email protected]

96 District Registrar and Registrar of Firms,

BIDAR

No 9-8-323, NeelShivam Complex, Ram Chowk,

Bidar -585 401

08482-225641

99861043755

[email protected]

[email protected]

97 Sub-Registrar Office Bidar,

D.C. Office Compound, Bidar-585401

08482-220573

[email protected]

[email protected]

98 Sub-Registrar Office Basavakalyana, 08481-251515

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 74

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

Mini-Vidhana soudha, Basavakalyana, Bidar Dist-

585327

[email protected]

[email protected]

99 Sub-Registrar Office Bhalki,

Mini-Vidhana soudha, Bhalki,

Bidar Dist -585328

08484-261957

[email protected]

[email protected]

100 Sub-Registrar Office Aurad,

Mini-Vidhana soudha, Aurad,

Bidar Dist -585326

08485-280806

[email protected]

[email protected]

101 Sub-Registrar Office Humnabad,

Mini-Vidhana soudha, Humnabad,

Bidar Dist -585338

08483-271837

08483270603

[email protected]

[email protected]

102 District Registrar and Registrar of Firms,

CHAMARAJANAGAR

No.216, IInd floor, District Administrative Building,

Chamarajanagar-571 313

08226-224377

[email protected]

[email protected]

103 Sub-Registrar Office Chamarajanagar,

Mini Vidhana Soudha, Taluk Office Building,

Chamarjanagar-571313

08226-225529

[email protected]

[email protected]

104 Sub-Registrar Office Kuderu,

Main road, near police station,

Kuderu, Chamarajanagar Taluk &Dist, -571316

08226-234550

[email protected]

[email protected]

105 Sub-Registrar Office Yelandur,

Mini-Vidhana soudha, K.K road, Yelandur,

Chamarjanagar Dist-571441

08226-240156

[email protected]

[email protected]

106 Sub-Registrar Office Kollegala,

Dr Ambedkar road, near police station, Kollegala,

Chamarjanagar Dist -571440

08224-256506

[email protected]

[email protected]

107 Sub-Registrar Office Hanur,

MaleMahadeswara hill road, Kollegala Taluk, Hanur,

Chamarjanagar Dist -571439

08224-268557

[email protected]

[email protected]

108 Sub-Registrar Office, Gundlupet,

Mini-Vidhana soudha, mysore nilgiri road,

Gundlupet, Chamarjanagar Dist -571111

08229-224071

[email protected]

[email protected]

109 District Registrar and Registrar of Firms,

CHIKKAMAGALUR

08262-232380

Fax: 8265-228570

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 75

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

2nd Floor, K.H.B. Building, Barline Road,

Chikmagalur-577 101

[email protected]

[email protected]

[email protected]

110 Sub-Registrar Office Chikkamagalur,

Sri Srinivasa Complex, Beside Canara Bank

(Basavanahalli Branch), Rathnagiri Road,

Chikamagalur-577101

08262-239307

[email protected]

[email protected]

111 Sub-Registrar Office Kadur,

Taluk office compound, T.B Road

mini vidhanasoudha, Kadur, Chikmagalur Dist-

577574

08267-222542

[email protected]

[email protected]

112 Sub-Registrar Office Koppa,

Behind T.V tower, Balagadi, Koppa.Chikmagalur Dist

-577126

08265-223247

[email protected]

[email protected]

113 Sub-Registrar Office Mudigere,

Mini vidhana soudha, Mudigere,

Chikmagalur Dist -577132

08263-221659

[email protected]

[email protected]

114 Sub-Registrar Office Sringeri,

Mini vidhana soudha, Shringeri,

Chikmagalur Dist -577139

08265-251747

[email protected]

[email protected]

115 Sub-Registrar Office Tarikere,

mini vidhana soudha, BH Road, Tarikere,

Chikmagalur Dist -577228

08261-222800

[email protected]

[email protected]

116 Sub-Registrar Office Narasimharajapur,

Mini Vidana Sowdha Building, Main Road,

Narasimharajapur.,

Chikmagalur Dist -577134

08266-220256

[email protected]

[email protected]

117 District Registrar and Registrar of Firms,

CHITRADURGA,

DCRM Complex, APMC Yard Road, Chitradurga-

577501

08194-222026

[email protected]

[email protected]

118 Sub-Registrar Office Chitradurga,

Taluk office compound, Chitradurga-577501

08194-223860

[email protected]

[email protected]

119 Sub-Registrar Office Challakere,

Mini-Vidhana soudha, Challakere,

08195-251139

[email protected]

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 76

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

Chitradurga Dist -577522 [email protected]

120 Sub-Registrar Office Hiriyur,

Mini-Vidhana soudha, Hiriyur,

Chitradurga Dist -577598

08193-227655

[email protected]

[email protected]

121 Sub-Registrar Office Hosadurga,

Mini-Vidhana soudha, Hosadurga,

Chitradurga Dist -577527

08199-232369

[email protected]

[email protected]

122 Sub-Registrar Office Holalkere,

Mini-Vidhana soudha, Holalkere,

Chitradurga Dist -577526

08191-276348

[email protected]

[email protected]

123 Sub-Registrar Office Molakalmur,

RH Road, Molakalmuru -577531.

08198-229803

[email protected]

[email protected]

124 District Registrar and Registrar of Firms,

CHIKKABALLAPURA

Zilladalitha Bhavana, 2nd floor, Shidlaghatta road,,

Chikkaballapur-562101

08156-277081

Fax: 08156-270782

[email protected]

[email protected]

125 Sub-Registrar Office Chikkaballapura,

Mini Vidhana Soudha, Chikkaballapura-562101

08156-272226

[email protected]

[email protected]

126 Sub-Registrar Office Chintamani,

Mini Vidhana Soudha, Chintamani,

Chikkaballapur Dist-563125

08154-253067

[email protected]

[email protected]

127 Sub-Registrar Office Shidlaghatta,

Mini Vidhana Soudha, Shidlaghatta,

Chikkaballapur Dist -562105

08158-254823

[email protected]

[email protected]

128 Sub-Registrar Office Gowribidanur,

Mini-Vidhana soudha, Gowribidanur,

Chikkaballapur Dist -561208

08155-283222

[email protected]

[email protected]

129 Sub-Registrar Office Gudibande,

Mini Vidhana Soudha, Chikkaballapur Dist -561209

08156-261311

[email protected]

[email protected]

130 Sub-Registrar Office Bagepalli,

SBM Road, Bagepalli,

Chikkaballapur Dist -561207

08150-282840

[email protected]

[email protected]

131 District Registrar and Registrar of Firms, 0824-2220573

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 77

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

DAKSHINA KANNADA (MANGALORE)

D.C. Office Compound Mangalore-575 001

[email protected]

[email protected]

[email protected]

132 Sub-Registrar Office Mangalore City,

1st Floor, Mini vidhana Soudha Building,

Mangalore-575001

0824-2220567

[email protected]

[email protected]

133 Sub-Registrar Office Mangalore Taluk,

1st Floor, Mini vidhana Soudha Building, Mangalore-

575001

0824-2441678

[email protected]

[email protected]

134 Sub-Registrar Office Sulya,

Ground Floor, Mini vidhana Soudha, DAKSHINA

KANNADA Dist -574239

08257-234071

[email protected]

[email protected]

[email protected]

135 Sub-Registrar Office Bantwala,

Near Bantwala Taluk Office,Bantwala,

DAKSHINA KANNADA Dist -574219

08255-230592

[email protected]

[email protected]

136 Sub-Registrar Office Vitla,

Near Government Junior College,Bantwala taluk,

Vittla, DAKSHINA KANNADA Dist -574243

08255-265769

[email protected]

[email protected]

137 Sub-Registrar Office Belthangadi,

Vignesh Building ,1st Floor, Belthangadi,

DAKSHINA KANNADA Dist -574214

08256-234541

[email protected]

[email protected]

[email protected]

138 Sub-Registrar Office Puttur,

Near Taluk Office, Puttur,

DAKSHINA KANNADA Dist -574202

08251-235800

[email protected]

Fax-08251-230122

[email protected]

139 Sub-Registrar Office Mulki,

Near Mulki police station, Mangalore taluk, Mulki,

DAKSHINA KANNADA Dist -574154

0824-2293270

0824-2294566

[email protected]

[email protected]

140 Sub-Registrar Office Moodabidre,

Near Hanuman temple, Mangalore taluk,

Moddabidre,

Dakshina Kannada Dist -574227

08258-239163

[email protected]

[email protected]

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 78

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

141 District Registrar and Registrar of Firms,

DAVANAGERE

District Adminstrative Office Room No- 33, Karoor

Industrial Area, P B Road, Davangere

08192-251641

[email protected]

[email protected]

142 Sub-Registrar Office Davanagere,

Yalka Towers Building, P B Road,Next to Vani

Honda Showmroom, Opp Sai International Hotel,

Davangere-577006

08192-237151

[email protected]

[email protected]

143 Sub-Registrar Office Harihara,

Mini Vidhana Soudha, P B Road, Harihara - 577006

08192-244040

[email protected]

[email protected]

144 Sub-Registrar Office Channagiri,

Mini-vidhanasoudha ,Channagiri,

Davanagere Dist -577213

08189-228722

[email protected]

[email protected]

145 Sub-Registrar Office Honnali,

Malappa Building, T M Road, Honnalli- 577217

08188-251266

[email protected]

[email protected]

146 Sub-Registrar Office Harapanahalli,

Hospet road, Harapanahalli, Davanagere Dist -

583131

08398-280394

[email protected]

[email protected]

147 Sub-Registrar Office Jagalur,

Mini-Vidhana soudha, Jagalur,

Davanagere Dist -577528

08196-227951

[email protected]

[email protected]

148 District Registrar and Registrar of Firms,

DHARWAD

Mini Vidhana Soudha, Dharwad-580 001

0836-2447013

[email protected]

[email protected]

149 Sub-Registrar Office Dharwad,

Mini Vidhana Soudha, Dharwad-580001.

0836-2446699

[email protected]

[email protected]

150 Sub-Registrar Office Hubli (North)

Nekar Bhavan, Vidyanagar,

Hubli-580021.

0836-2370066

[email protected]

[email protected]

151 Sub-Registrar Office Hubli (South)

Mini-Vidhana Soudha building,

Hubli-580021.

0836-2356526

[email protected]

[email protected]

152 Sub-Registrar Office Kundagola, 08304-290899

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 79

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

Mini-Vidhanasoudha building, Kundagola, Dharwad

Dist-581113

[email protected]

[email protected]

153 Sub-Registrar Office Kalghatagi,

Mini-Vidhana soudha building, Kalghatagi, Dharwad

Dist -581204

08370-285209

[email protected]

[email protected]

154 Sub-Registrar Office Navalagunda,

Mini Vidhanasoudha, Navalgunda,

Dharwad Dist -582207

08380-229104

Sro.nvl@ gmail.com

[email protected]

155 Sub-Registrar Office Annigere

Town Panchayat Building, Annigeri,

Dharwad Dist -582207

08380-222278

[email protected]

156 District Registrar and Registrar of Firms,

GADAG

No.219, IInd floor, District Administrative

Building,Gadag-582103

08372-230888

[email protected]

157 Sub-Registrar Office Gadag,

Tahasildar Office Compound, Pala Badami road,

Gadag-582101

08372-274891

[email protected]

158 Sub-Registrar Office Mundargi,

Mini Vidhanasoudha, Mundargi,

Gadag Dist-582118

08371-262928

[email protected]

159 Sub-Registrar Office Shirahatti,

Mini-Vidhana soudha building, Shirahatti, Gadag

Dist -582120

08487-243327

[email protected]

160 Sub-Registrar Office Rona,

Mini Vidhana Soudha, Rona,

Gadag Dist -582209

08381-267939

[email protected]

161 Sub-Registrar Office Naragunda,

Mini Vidhana Soudha, Naragunda,

Gadag Dist -582207

08377-265040

[email protected]

162 Sub-Registrar Office, Lakshmeswara

Tahasildhar Office

Compound,Halladakeri,Lakshmeshwar, Gadag Dist-

582116

08487-272740

[email protected]

163 Sub-Registrar Office, Gajendragada

Municipal Office Premises, Old Municipal Building,

08381-262111

[email protected]

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 80

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

Gajendradgada, Gadag Dist-582114

164 District Registrar and Registrar of Firms,

GULBARGA,1st Floor,

Mini Vidhana Soudha, Gulbarga -585 101

08472-274801

9480698414

[email protected]

[email protected]

165 Sub-Registrar Office Gulbarga,

room no-3,Vikasa Bhavana,

Gulbarga-585101

08472-256400

9480698415

[email protected]

[email protected]

166 Sub-Registrar Office Alanda,

Tahsildar Office Premises, Alanda,

Gulbarga Dist-585302

08477-203499

9480698418

[email protected]

[email protected]

167 Sub-Registrar Office Afzalpur,

Tahsildar Office Premises, Afzalpur,

Gulbarga Dist -585301

08470-282256

9480698419

[email protected]

[email protected]

168 Sub-Registrar Office Jevargi,

Mini Vidhana Soudha, Tashildhar office premises,

Jevargi,

Gulbarga Dist -585310

08442-235183

9480698420

[email protected]

[email protected]

169 Sub-Registrar Office Chittapur,

Tashildhar office premises, Chittapur,

Gulbarga Dist -585211

08474-236977

9480698421

[email protected]

[email protected]

170 Sub-Registrar Office Sedam,

Tahsildhar Office Premises, Sedam,

Gulbarga Dist -585222

08441-276478

9480698418

[email protected]

[email protected]

171 Sub-Registrar Office Chincholi,

Mini-Vidhana soudha, Tahsildhar Office Premises,

Chincholi,

Gulbarga Dist -585307

08475-273836

9480698423

[email protected]

[email protected]

172 District Registrar and Registrar of Firms,

HASSAN

08172-270200

[email protected]

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 81

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

Hosline Road,Near Basaveshwara Kalyana Mantapa,

Beside to Traffic Police Station,

Hassan-573 201

[email protected]

173 Sub-Registrar Office Hassan,

Mini-Vidhana soudha, kuvempu nagara, Hassan-

573201

08172/250804

08172-234803

[email protected]

[email protected]

174 Sub-Registrar Office Arasikere,

Mini Vidhanasoudha, B.H.Road,

Arasikere, Hassan Dist-573103

08174-231718

[email protected]

[email protected]

175 Sub-Registrar Office Banavara,

Huliyur Road, Arasikere Taluk,

Banavara, Hassan Dist-573112

08174-235135

[email protected]

176 Sub-Registrar Office Arakalagud,

Mini Vidhanasoudha, Kote, Arakalgud, Hassan Dist -

573102

08175-221834

[email protected]

[email protected]

177 Sub-Registrar Office Belur,

Mini Vidhanasoudha,Neharu Nagar, Belur,

Hassan Dist -573115

08177-223126

[email protected]

[email protected]

178 Sub-Registrar Office Channarayapatna,

Mini Vidhanasoudha, Near Hale Bus

Stop,Channarayapatna, Hassan Dist -573116

08176-255829

[email protected]

08176-252150

[email protected]

179 Sub-Registrar Office Nuggehalli,

Nuggehalli village, Channarayapatna taluk,

Nuggehalli, Hassan Dist -573131

08176-233729

[email protected]

[email protected]

180 Sub-Registrar Office Holenarasipura,

Mini vidhana Soudha,Room No:20, Holenarsipura,

Hassan Dist -573211

08175-273367

[email protected]

[email protected]

181 Sub-Registrar Office Sakaleshpura,

Behind old bus stand, S P.Road, Sakaleshpura,

Hassan Dist -573134

08173-245813

[email protected]

[email protected]

182 Sub-Registrar Office Alur,

Near Venkateshwara Kalyana Mantapa ,

B.M.Road, Alur, Hassan Dist -573213

08170-218574

[email protected]

183 District Registrar and Registrar of Firms, 08375-249006

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 82

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

HAVERI

Dist. Administrative Bhavan, ‘A’ Block,

3rd Floor,Devagiri, Haveri-581110

[email protected]

[email protected]

184 Sub-Registrar Office Haveri,

Mini-Vidhana soudha, Tashildhar office compound,

Haveri-581110

08375-235087

[email protected]

[email protected]

185 Sub-Registrar Office Byadagi,

Mini-Vidhana soudha ,Tashildhar office compound,

Byadagi, Haveri Dist-581106

08375-229366

[email protected]

[email protected]

186 Sub-Registrar Office Hirekerur,

Mini-Vidhana soudha Tashildhar office compound,

Hirekerur, Haveri Dist -581111

08376-283659

[email protected]

[email protected]

187 Sub-Registrar Office Ranebennur,

Mini-Vidhana soudha Tashildhar office compound,

Ranebennur, Haveri Dist -581115

08373-262074

[email protected]

[email protected]

188 Sub-Registrar Office Savanur,

Mini-Vidhana soudha, Tashildhar office compound,

Savanur,

Haveri Dist -581118

08378-242375

[email protected]

[email protected]

189 Sub-Registrar Office Hanagal,

Mini-Vidhana soudha Bldg., Tashildhar office

compound, Hanagal,

Haveri Dist -581104

08379-263276

[email protected]

[email protected]

190 Sub-Registrar Office Shiggao,

Old Tashildhar office compound, Shiggao,

Haveri Dist -581205

08378-255245

[email protected]

[email protected]

191 District Registrar and Registrar of Firms,

KODAGU,

Zilla Adalitha Bhavana ,Room No.09,Madikeri,

Kodagu District.

08272-229158

08272-223032

[email protected]

[email protected]

192 Sub-Registrar Office Madikeri,

Block No-11, Kohinoor Road , Madikeri-571201

08272-221927

sr.madikeri@karnatanaka gov in

[email protected]

193 Sub-Registrar Office Veerajpete,

Boregowda Complex, F.M.C College Road ,Virajpet

08274-260216

[email protected]

[email protected]

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 83

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

194 Sub-Registrar Office Somavarpete,

Primary Agricultural Co-coperative Society Ltd.

Somwarpet.

08276-284656

[email protected]

[email protected]

195 Sub-Registrar Office Ponnampet,

Block No.03, Adhithya Complex, Main Road,

Ponnampet.

08274-261352

[email protected]

[email protected]

196 SUB REGISTRAR OFFICE KUSHALNAGAR

4THBLOCK, MULLUSOGA VILLAGE,

VENKETESHWARA BHADAVANE

GOWDA SAMAJA ROAD, KUSHALNAGARA

TOWN, SOMWARPET TALUK, KODAGU DISTRICT

08276-284656

[email protected]

197 District Registrar and Registrar of Firms,

KOLAR,

S.S.Complex, Opp. Khaba Shadi mahal,

Mahalalakshmi Layout, , Kolar-563 102

08152-222759

[email protected]

[email protected]

198 Sub-Registrar Office Kolar,

Near Prabhat Talkies , Kolar-563101

08152-224149

[email protected]

[email protected]

199 Sub-Registrar Office Bangarapete,

Mini vidhana Soudha Compound, Bangarpet Taluk,

Bangarapete,

Kolar Dist-563114

08153-251013

[email protected]

[email protected]

200 Sub-Registrar Office Malur,

Mini Vidhana soudha , Malur Taluk Kolar Dist -

563130

08151-232277

[email protected]

[email protected]

201 Sub-Registrar Office Mulabagilu,

Mini Vidhana soudha, Mulabagilu Taluk, Kolar Dist -

563131

08159-243028

[email protected]

[email protected]

202 Sub-Registrar Office Srinivasapura,

Mini-Vidhana soudha, Srinivasapura,

Kolar Dist -563135

08157-245846

[email protected]

[email protected]

203 District Registrar and Registrar of Firms,

KOPPALA

Room No.48, D.C. Office Complex, Hospet Road,

Koppal.

08539-221850

[email protected]

[email protected]

204 Sub-Registrar Office Koppala, 08539-222607

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 84

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

Behind Tahsildar Office premises, Koppal. [email protected]

[email protected]

205 Sub-Registrar Office Gangavati,

Mini Vidhana Soudha, Gangavati,

Koppal Dist-583227

08533-230436

[email protected]

[email protected]

206 Sub-Registrar Office Kushtagi,

Mini Vidhana Soudha, Hanumasagar Road,

Kushtagi,

Koppal Dist -584121

08536-267707

[email protected]

[email protected]

207 Sub-Registrar Office Yelburga,

old Tahshildar office compound, Yelburga, Koppal

Dist -583236

08354-220757

[email protected]

[email protected]

208 Sub-Registrar Office Karatagi

APMC Compound, Karatagi,

Gagavati Tq, Koppal Dist-583 229

085363-275601

[email protected]

[email protected]

209 District Registrar and Registrar of Firms,

MANDYA,

Vidyanagar, opp DDPI Office, K.R. Road

Mandya-571 401

08232-221918

F: 08232-220411

[email protected]

[email protected]

dro [email protected]

210 Sub-Registrar Office Mandya,

DC Office premises, Next to PLD Bank,

Bazaar Street, Mandya-571401

08232-239457

[email protected]

[email protected]

211 Sub-Registrar Office Malavalli,

Opp Police Station,

Kollegala Road, Malavalli, Mandya Dist-571430

08231-244299

[email protected]

[email protected]

212 Sub-Registrar Office K.R.Pet,

Old Taluk office, K.R. Pet,

Mandya Dist -571426

08230-261255

[email protected]

[email protected]

213 Sub-Registrar Office Maddur,

Mini-Vidhana soudha Premises, Maddur, Mandya

Dist -571428

08232-233876

[email protected]

[email protected]

214 Sub-Registrar Office Pandavapura,

Mini-Vidhana soudha Premises, Pandavapura,

Mandya Dist -571434

08236-255064

[email protected]

[email protected]

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 85

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

215 Sub-Registrar Office Srirangapatna,

Mini-Vidhana soudha Premises ,

Srirangapatna, Mandya Dist -571438

08236-292460

[email protected]

[email protected]

216 Sub-Registrar Office Nagamangala,

Manjunath Complex, Old Market Street(Sante beedi),

Nagamangala, Mandya Dist -571432

08234-285836

[email protected]

[email protected]

217 Sub-Registrar Office Bellur,

Brahmin street,

Bellur, Mandya Dist -571418

08234-288340

F(Outside): 287358

[email protected]

[email protected]

218 District Registrar and Registrar of Firms,

MYSORE,

No:580/2A, CH-44/2A, Upstairs of Ramya Mahindra

Restaurant, Deewan’s Road, Chamaraj Mohalla,,

Mysore-570004.

0821-2422353

Fax: 2422953

9880609499

[email protected]

[email protected]

219 Sub-Registrar Office Mysore (North),

Building No: 14,15,16,17&18, Mini Vidhana Soudha,

1st Floor, Nazaarbaad, Mysore-570004.

0821-2443048

[email protected]

[email protected]

220 Sub-Registrar Office Mysore (South),

#1011, 1st Floor, Chenamma complex, Chaduranga

Road, Ramakrishna Nagar I Block, Near Andolana

Circle , Mysore-570023

0821-2443051

[email protected]

[email protected]

221 Sub-Registrar Office Mysore (East),

No:3, 1st Floor, Gunashri Complex, Dr. Rajkumar

Road, Thriniveni Circle, Nazarbad Mohalla-570014

0821-2443051

[email protected]

[email protected]

222 Sub-Registrar Office Mysore (West),

No:283, 285, 1st Floor, High tension wire road, Near

Vijaynagar water tank, Vijaynagar 2nd stage, ,

Mysore-570017

0821-2443051

[email protected]

[email protected]

223 Sub-Registrar Office Bannur,

near Govt hospital, kodagalli road, S R P Road,

Mysore Dist -571101

08227-276070

[email protected]

[email protected]

224 Sub-Registrar Office T.Narasipura,

Room No : 205,Mini Vidhana Soudha, Taluk Office

Road, Mysore Dist -571124

08227-261191

[email protected]

[email protected]

225 Sub-Registrar Office H.D.Kote, 08228-257290

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 86

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

Opp Mini Vidhana Soudha,H.B.MainRoad,

H.D.Kote, Mysore Dist -571114

[email protected]

[email protected]

226 Sub-Registrar Office Hunsur,

Mini-Vidhana soudha,

B.M. Road, Hunsur, Mysore Dist-571439

08222-250373

[email protected]

[email protected]

227 Sub-Registrar Office K.R.Nagar,

K.R. Nagar, Siddeshwara Complex, Opp General

Hospital, Mysore-Hassan Road, K R Nagar

Mysore Dist-571602

08223-262166

[email protected]

[email protected]

228 Sub-Registrar Office Mirle,

Hospital Road,

K.R.nagar taluk, Mirle, Mysore Dist-571603

08223-282126

[email protected]

[email protected]

229 Sub-Registrar Office Piriyapattana,

Mini Vidhana Soudha, , Piriyapattana Town, Mysore

Dist -571107

08223-273270

[email protected]

[email protected]

230 Sub-Registrar Office Nanjanagudu,

Near Hullahalli Road, Opp APMC, Nanjanagudu,

Mysore Dist -571301

08221-223201

[email protected]

[email protected]

231 Addl. District Registrar Office Mysore,

MUDA Office Compound,

J.L.B. Road, Mysore-570005

0821-2420253

[email protected]

[email protected]

232 Sub Registrator Office Bettadapura,

Old Grama Punchayath Building, Bettadapura,

Periyapattana Taluk, Mysore-571102

[email protected]

0822-3275200

233 District Registrar and Registrar of Firms,

RAICHUR, Dr. Amarkhed Complex

Station Road Raichur-584 101

08532-227043

[email protected]

[email protected]

234 Sub-Registrar Office Raichur,

Dr.Amerked complex, station road, Raichur-584101

08532-250855

[email protected]

[email protected]

235 Sub-Registrar Office Manvi,

Chikala Parvi Road, Manvi, Raichur Dist-584123

08538-220775

[email protected]

[email protected]

236 Sub-Registrar Office Lingasugur,

Behind Sub treasury office, Lingasugur,

Raichur Dist,-584122

08537-258562

[email protected]

[email protected]

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 87

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

237 Sub-Registrar Office Devadurga,

Mini Vidhanasoudha Premises, Devadurga,

Raichur Dist,-584111

08531-260191

[email protected]

[email protected]

238 Sub-Registrar Office Sindhanur,

A.P.M.C yard, Sindhanur, Raichur Dist -584128

08535-223744

[email protected]

[email protected]

239 District Registrar and Registrar of Firms,

SHIMOGA,

Old D.C.office Building,2nd floor,’B’Block-7,

Balaraja Urs Road,Shimoga-577 201

08182-274175

[email protected]

240 Sub-Registrar Office Shimoga,

SUDA Complex, Vinobanagara, Shimoga-577201

08182-249603

[email protected]

241 Sub-Registrar Office Bhadravati,

Taluk Office compound, Bhadravati,

Shimoga Dist-577301

08282-269800

[email protected]

242 Sub-Registrar Office Hosanagar,

Near Bus Stand, Hosanagar, Shimoga Dist-577418

08185-221056

[email protected]

243 Sub-Registrar Office Sagara,

Mini-Vidhana soudha Premises,

Sagara, Shimoga Dist-577401

08183-221773

[email protected]

244 Sub-Registrar Office Shikaripura,

Adalitha soudha Premises, Shikaripura,

Shimoga Dist-577427

08187-222289

[email protected]

245 Sub-Registrar Office Soraba,

Mini-Vidhana soudha Premises , Soraba, Shimoga

Dist,-577429

08184-272827

[email protected]

246 Sub-Registrar Office Thirthahalli,

Mini-Vidhana soudha Premises ,Thirthalli,

Shimoga Dist-571432

08181-220938

[email protected]

247 District Registrar and Registrar of Firms,

TUMKUR

1st Floor, Mini Vidhana Soudha, Tumkur-572 101

0816-2275015

[email protected]

[email protected]

[email protected]

248 Sub-Registrar Office Tumkur,

Chruch Circle,

Opp S.B.M Bank, Tumkur Town-572101

0816-2271017

[email protected]

[email protected]

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 88

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

249 Sub-Registrar Office Tiptur,

Sharada devi nagar, Near Railway StationTiptur,

Tumkur Dist-572201

08134-250997

[email protected]

[email protected]

250 Sub-Registrar Office Gubbi,

Mini-Vidhana soudha, Railway station Road, Gubbi,

Tumkur Dist -572216

08131-222307

[email protected]

[email protected]

251 Sub-Registrar Office Kunigal,

Near BGS College, B.M Road, Kunigal, Tumkur Dist

-572130

08132-220308

[email protected]

[email protected]

252 Sub-Registrar Office Huliyurdurga,

MatadaGudde Extention,Samudhaya Bhavana,

Huliyurdurga, Kunigal Taluk, Tumkur Dist -572123

08132-223248

[email protected]

[email protected]

253 Sub-Registrar Office Sira,

Jyothi nagar Layout, Opp BESCOM Office,

08135-276119

[email protected]

[email protected]

254 Sub-Registrar Office Madhugiri,

Mini-Vidhana soudha, Mudhugiri,

Tumkur Dist -572132

08137-284445

[email protected]

[email protected]

255 Sub-Registrar Office Koratagere,

Taluk Office compound,Madhugiri Road,

Koratagere, Tumkur Dist -572129

08138-232960

[email protected]

[email protected]

256 Sub-Registrar Office Chikkanayakanahalli,

Chikkanayakanahalli Town, 1st Division, Near Police

quraters

08133-267185

[email protected]

[email protected]

257 Sub-Registrar Office Pavagada,

Behind Police quarters, Vinayaka Nagar

08136-245070

[email protected]

[email protected]

258 Sub-Registrar Office Turuvekere,

Municipal property No: 591/3 , Y T Road.

08139-288889

[email protected]

[email protected]

259 District Registrar and Registrar of Firms,

UDUPI,

1st Floor, District Administration Building,Rajatadri

“A”Block,Manipal,

Udupi-576 104

0820-2574910

[email protected]

[email protected]

260 Sub-Registrar Office Udupi, 0820-2528428

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 89

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

Old Jilla Panchayat Building, Bannanje,

Udupi-576 101

[email protected]

[email protected]

261 Sub-Registrar Office Brahmavara,

Near Police Station,

Brahmavara,Udupi Dist.-576 213

0820-2563711

[email protected]

[email protected]

262 Sub-Registrar Office Kundapura,

Mini Vidhana Soudha,Kundapura,

Udupi Dist -576201

08254-235085

[email protected]

[email protected]

263 Sub-Registrar Office Shankaranarayana,

Near Police station, Kundapura Taluk,

Udupi Dist -576 227

08259-280642

[email protected]

[email protected]

264 Sub-Registrar Office Byndoor,

Ratha Beedhi,Near Byndoor Police Station,

Kundapura Taluk, Udupi Dist,-576 214

08254-252248

[email protected]

[email protected]

265 Sub-Registrar Office Karkala,

Mini Vidhana Soudha, Karkala, Udupi Dist,-574 104

08258-232120

[email protected]

[email protected]

266 District Registrar and Registrar of Firms,

UTTARA KANNADA (KARWAR DISTRICT)

M.G. Road, Karwar-581 301.

08382-227578

[email protected]

[email protected]

267 Sub-Registrar Office Karwar,

1st Floor, M.G. Road, Karwar-581301

08382-220133

[email protected]

[email protected]

268 Sub-Registrar Office Honnavara,

Mahale Complex,NH-66, Mahale Building,

Honnavara,Uttara Kannada (Karwar) Dist -581334

08387-222078

[email protected]

[email protected]

269 Sub-Registrar Office Kumata,

Sree Nagesh building, Court Road, Kumata,

Uttara Kannada (Karwar) Dist -581343

08386-224115

[email protected]

[email protected]

270 Sub-Registrar Office Sirsi,

Mini Vidhana soudha, Sirsi,

Uttara Kannada (Karwar) Dist -581401

08384-225143

[email protected]

[email protected]

271 Sub-Registrar Office Haliyala,

Mini Vidhana Soudha, Haliyala, Uttara Kannada

(Karwar) Dist -581329

08284-221079

[email protected]

[email protected]

272 Sub-Registrar Office, Mundagoda 08301-222255

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 90

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

Mini Vidhana Soudha, Uttara Kannada (Karwar)

Dist-581349

[email protected]

[email protected]

273 Sub-Registrar Office, Bhatkala

Karnataka Rajya Naukarara Sangha, Bhatkal,

Uttara Kannada (Karwar) Dist-581320

08385-222020

[email protected]

[email protected]

274 Sub-Registrar Office,Siddapura

Siddapura, Uttarkannada (Karwar)

08389-230080

[email protected];

275 Sub Registrar Office, Yellapura

Mini Vidhana Soudha, Yellapura-581359

9901906953

[email protected]

276 Sub-Regisrar Office ,Ankola

Old inspection Bungalow Building

Next to Taluk office ,

Ankola-581314

08382-220133

[email protected]

277 District Registrar and Registrar of Firms,

BIJAPUR,

3rd Floor, KHB Building,

Sollapur Road, Bijapur-586 101

08352-261776

[email protected]

[email protected]

278 Sub-Registrar Office Bijapur,

2nd Floor,K.H.B. Building, Sollapur Road, Bijapur-

586101

08352-260019

[email protected]

[email protected]

279 Sub-Registrar Office Indi,

Opp to Treasury Office,

Bijapur Road,, Indi, Bijapur Dist-583209

08359-225763

[email protected]

[email protected]

280 Sub-Registrar Office Basavana Bagewadi,

1st Floor, Mini Vidhana soudha,

Basavana Bagewadi, Bijapur Dist -586203

08358-245580

[email protected]

[email protected]

281 Sub-Registrar Office Sindhagi,

Mini-Vidhana soudha, Bijapur road,

Sindhagi, Bijapur Dist -583428

08488-222661

[email protected]

[email protected]

282 Sub-Registrar Office Muddebihal,

Mini Vidhana Soudha, Muddebihal, Bijapur Dist -

586212

08356-220297

[email protected]

[email protected]

283 District Registrar and Registrar of Firms,

YADAGIRI

Yadagiri Dist, Administrative Bhavan,

“A” Block, 1st Floor, Yadagiri-585202

08473-253714

08473-253714

[email protected]

[email protected]

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 91

Sl. No NAME OF THE OFFICE & ADDRESS TELEPHONE NO. & E-MAIL

I.D

284 Sub-Registrar Office Yadagiri

Tashildar office compound, court road Yadagiri-

585202

08473-251236

[email protected]

[email protected]

285 Sub-Registrar Office Shahapur

Old Tashildhar office premises, Shahapur,

Yadgiri Dist-585223

08479-243096

[email protected]

[email protected]

286 Sub-Registrar Office Surapura (Shorapura)

Tashildhar office premises, Shorapura

Yadgiri Dist-585224

08443-258868

sr. [email protected]

[email protected]

287 Sub-Registrar Office, Hunasagi

K.B.J.N.L office Premises,

Hunasagi, Surapura Taluk, Yadgiri Dist.-585215

08444-200575

sr. [email protected]

[email protected]

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 92

Appendix–10 – List of UPS’: Existing in Departments

SLNo RespectiveDRO

Office Office Name No. of

7.5 KVA No. of

10 KVA

No.of 12.5 KVA

No.of 15 KVA

1

Gandhinagar

DRO Gandhinagar 1

2 SRO Gandhinagar 1

3 SRO Malleshwaram 1

4 SRO Ganganagar 1

5 SRO Hebbal 1

6 SRO Kacharakanahalli 1

7 SRO Byatarayanapura 1

8 SRO Yelahanka 1

9 Adnl. DRO BDA 1

10 SRO Jala 1

11 SRO Hesarghatta 1

12

Jayanagar

DRO Jayanagar 1

13 SRO Jayanagar 1

14 SRO Shantinagar 1

15 SRO B.T.M.Layout 1

16 SRO Kengeri 1

17 SRO Rajarajeshwari Nagar

1

18 SRO J P Nagar 1

19 SRO Bommanahalli 1

20 SRO Begur 1

21 SRO Tavarekere 1

22

Basavanagudi

DRO Basavanagudi 1

23 SRO Basavanagudi 1

24 SRO Chamarajpet 1

25 SRO Banashankar 1

26 SRO Anekal 1

27 SRO Attibele 1

28 SRO Sarjapura 1

29 SRO Jigani 1

30

Rajajinagar

DRO Rajajinagar 1

31 SRO Rajajinagar 1

32 SRO Yeshwanthpur 1

33 SRO Peenya 1

34 SRO Srirampura 1

35 SRO Laggere 1

36 SRO Nagarabavi 1

37 SRO Madanayakana halli 1

38 SRO Dasanapura 1

39 SRO Vijayanagar 1

40 Shivajinagar DRO Shivajinagar 1

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 93

SLNo RespectiveDRO

Office Office Name No. of

7.5 KVA No. of

10 KVA

No.of 12.5 KVA

No.of 15 KVA

41 SRO Shivajinagar 1

42 SRO K.R.Puram 1

43 SRO Varthur 1

44 SRO Bidarahalli 1

45 SRO Banaswadi 1

46 SRO Mahadevapura 1

47 SRO Halsoor 1

48 SRO Indiranagar 1

49

Bangalore Rural

DRO Bangalore Rural 1

50 SRO Nelamangala 1

51 SRO Devanahalli 1

52 SRO Doddabllapura 1

53 SRO Hoskote 1

54

Ramanagar

DRO Ramanagar 1

55 SRO Ramanagar 1

56 SRO Kanakapura 1

57 SRO Channapatna 1

58 SRO Magadi 1

59

Bagalkote

DRO Bagalkote 1

60 SRO Bagalkote 1

61 SRO Jamakandi 1

62 SRO Badami 1

63 SRO Hungundha 1

64 SRO Mudhol 1

65 SRO Bilgi 1

66 SRO Illkal 1

67 SRO Guledagudda 1

68 SRO Kerur 1

69 SRO Therdal 1

70

Belgaum

DRO Belgaum 1

71 SRO Belgaum 1

72 SRO Bailhongala 1

73 SRO Athani 1

74 SRO Chikkodi 1

75 SRO Gokak 1

76 SRO Hukkeri 1

77 SRO Khanapur 1

78 SRO Nippani 1

79 SRO Raibagh 1

80 SRO Ramdurga 1

81 SRO Muragodu 1

82 SRO Soudathi 1

83 SRO Sadalga 1

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 94

SLNo RespectiveDRO

Office Office Name No. of

7.5 KVA No. of

10 KVA

No.of 12.5 KVA

No.of 15 KVA

84 SRO Kittur 1

85

Bellary

DRO Bellary 1

86 SRO Bellary 1

87 SRO Hospete 1

88 SRO Kampli 1

89 SRO Kudligi 1

90 SRO Sandur 1

91 SRO Shiraguppa 1

92 SRO HoovinaHadaga li 1

93 SRO Kurgodu 1

94 SRO Hagaribommanahalli

1

95 SRO Harapanahalli 1

96

Bidar

DRO Bidar 1

97 SRO Bidar 1

98 SRO Basavakalyana 1

99 SRO Bhalki 1

100 SRO Aurad 1

101 SRO Humnabad 1

102

Bijapur

DRO Bijapur 1

103 SRO Bijapur 1

104 SRO Indi 1

105 SRO Basavana Bagewadi 1

106 SRO Sindhagi 1

107 SRO Muddebihal 1

108

Chamarajanagar

DRO Chamarajanagar 1

109 SRO Chamarajanagar 1

110 SRO Kuderu 1

111 SRO Yelandur 1

112 SRO Kollegala 1

113 SRO Hanur 1

114 SRO Gundlupet 1

115

Chikkmagalur

DRO Chikkmagalur 1

116 SRO Chikkmagalur 1

117 SRO Kadur 1

118 SRO Koppa 1

119 SRO Mudigere 1

120 SRO Shringeri 1

121 SRO Tarikere 1

122 SRO Narasimharajap ur 1

123

Chitradurga

DRO Chitradurga 1

124 SRO Chitradurga 1

125 SRO Challakere 1

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 95

SLNo RespectiveDRO

Office Office Name No. of

7.5 KVA No. of

10 KVA

No.of 12.5 KVA

No.of 15 KVA

126 SRO Hiriyur 1

127 SRO Hosadurga 1

128 SRO Holalkere 1

129 SRO Molakalmur 1

130

Davanagere

DRO Davanagere 1

131 SRO Davanagere 1

132 SRO Harihara 1

133 SRO Channagiri 1

134 SRO Honnali, 1

135 SRO Jagalur 1

136

Dharwad

DRO Dharwad 1

137 SRO Dharwad 1

138 SRO Hubli ( South ) - Old 1

139 SRO Hubli(North) - New 1

140 SRO Kundagola 1

141 SRO Kalghatagi 1

142 SRO Navalgunda 1

143 SRO Annigere 1

144

Gadag

DRO Gadag 1

145 SRO Gadag 1

146 SRO Mundargi 1

147 SRO Shirahatti 1

148 SRO Rona 1

149 SRO Naragunda 1

150 SRO Lakshmeshwar 1

151 SRO Gajendragada 1

152

Gulbarga

DRO Gulbarga 1

153 SRO Gulbarga 1

154 SRO Alanda 1

155 SRO Afzalpur 1

156 SRO Jevargi 1

157 SRO Chittapur 1

158 SRO Sedam 1

159 SRO Chincholi 1

160

Hassan

DRO Hassan 1

161 SRO Hassan 1

162 SRO Arasikere 1

163 SRO Banavara 1

164 SRO Arakalagud 1

165 SRO Belur 1

166 SRO Channarayapat na 1

167 SRO Nuggehalli 1

168 SRO Holenarasipura 1

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 96

SLNo RespectiveDRO

Office Office Name No. of

7.5 KVA No. of

10 KVA

No.of 12.5 KVA

No.of 15 KVA

169 SRO Sakaleshpura 1

170 SRO Alur 1

171

Haveri

DRO Haveri 1

172 SRO Haveri 1

173 SRO Byadagi 1

174 SRO Hirekerur 1

175 SRO Ranebennur 1

176 SRO Savanur 1

177 SRO Hanagal 1

178 SRO Shiggao 1

179

UttaraKannada

DRO UttaraKannada 1

180 SRO Karwar 1

181 SRO Honnavara 1

182 SRO Kumata 1

183 SRO Sirsi 1

184 SRO Haliyala 1

185 SSRO Mundagod 1

186 SRO Bhatkala 1

187 SRO Siddapura 1

188

Kolar

DRO Kolar 1

189 SRO Kolar 1

190 SRO Bangarapet, 1

191 SRO Malur 1

192 SRO Srinivasapura 1

193 SRO Mulabagilu 1

194

Chikkaballapura

DRO Chikkaballapura 1

195 SRO Chikkaballapur a 1

196 SRO Gudibande 1

197 SRO Bagepalli 1

198 SRO Gowribidanur 1

199 SRO Chintamani 1

200 SRO Shidlaghatta 1

201

Koppal

DRO Koppal 1

202 SRO Koppal 1

203 SRO Gangavati 1

204 SRO Kushtagi 1

205 SRO Karatigi 1

206 SRO Yelburga 1

207

Kodagu

DRO Kodagu 1

208 SRO Madikeri 1

209 SRO Veerajpete 1

210 SRO Somavarpete 1

211 SRO Ponnampet 1

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 97

SLNo RespectiveDRO

Office Office Name No. of

7.5 KVA No. of

10 KVA

No.of 12.5 KVA

No.of 15 KVA

212

Mandya

DRO Mandya 1

213 SRO Mandya 1

214 SRO Malavalli 1

215 SRO K.R.Pet 1

216 SRO Maddur 1

217 SRO Pandavapura 1

218 SRO Srirangapatna 1

219 SRO Nagamangala 1

220 SRO Bellur 1

221

DakshinaKannada

DRO DakshinaKannada 1

222 SRO Mangalore(City) 1

223 SRO Mangalore (Taluk) 1

224 SRO Sulya 1

225 SRO Bantwala 1

226 SRO Vittla 1

227 SRO Belthangadi 1

228 SRO Puttur 1

229 SRO Mulki 1

230 SRO Moodabidre 1

231

Mysore

DRO Mysore 1

232 Adnl. DRO Mysore, MUDA

1

233 SRO Mysore (North) 1

234 SRO Mysore(South) 1

235 SRO Mysore (East) 1

236 SRO Mysore (West) 1

237 SRO Bannur 1

238 SRO T.Narasipura 1

239 SRO Heggadevanako te 1

240 SRO Hunsur 1

241 SRO K.R.Nagar 1

242 SRO Mirle 1

243 SRO Piriyapattana 1

244 SRO Nanjanagudu 1

SRO Bettadapura

245

Raichur

DRO Raichur 1

246 SRO Raichur 1

247 SRO Manvi 1

248 SRO Lingasugur 1

249 SRO Devadurga 1

250 SRO Sindhanur 1

251 Shimoga

DRO Shimoga 1

252 SRO Shimoga 1

REQUEST FOR PROPOSAL (RFP)ForSelection of an Agency for Supply, Installation and Commissioning of Uninterrupted Power Supply Systems (UPS) along with Batteries 98

SLNo RespectiveDRO

Office Office Name No. of

7.5 KVA No. of

10 KVA

No.of 12.5 KVA

No.of 15 KVA

253 SRO Bhadravati 1

254 SRO Hosanagar 1

255 SRO Sagara 1

256 SRO Shikaripura 1

257 SRO Soraba 1

258 SRO Thirthahalli 1

259

Tumkur

DRO Tumkur 1

260 SRO Tumkur 1

261 SRO Tiptur 1

262 SRO Gubbi 1

263 SRO Kunigal 1

264 SRO Huliyurdurga 1

265 SRO Sira 1

266 SRO Madhugiri 1

267 SRO Koratagere 1

268 SRO Chikkanayakan ahalli

1

269 SRO Pavagada 1

270 SRO Turuvekere 1

271

Udupi

DRO Udupi 1

272 SRO Udupi 1

273 SRO Brahmavara 1

274 SRO Kundapura 1

275 SRO Shankaranarayana 1

276 SRO Byndoor 1

277 SRO Karkala 1

278

Yadagiri

DRO Yadagiri 1

279 SRO Yadagiri 1

280 SRO Shahapur 1

281 SRO Shorapura 1

282 SRO Hunsagi 1

Total 191 68 18 5