Food Corporation of India Regional Office: Haryana Panchkula
Food Corporation of India Regional Office: Haryana Panchkula
For and on behalf of the Food Corporation of India (hereinafter called the Corporation) the General Manager, Food Corporation of India, Haryana
Region Panchkula invites online tenders under Two Bid System at Central Public Procurement Portal (URL
https://eprocure.gov.in/eprocure/app) for appointment of contractor for Handling and Transport and Road Transport Contract of food grains and
allied material etc. for movement of foodgrains for a period of two years as under:-
H.T.C.
Security Deposit
Bank
Sr. Estimated 5% of Contract Guarantee @
Centre Linked Rail Head Earnest Money @ 2% of C.V.
No Contract value Value 10% of
Contract Value
A FCI DISTRICT KURUKSHETRA
1 Cheeka Kaithal 11,70,00,000 23,40,000 58,50,000 1,17,00,000
FCI DISTRICT HISAR
1 Dabwali Dabwali 5,31,00,000 10,62,000 26,55,000 53,10,000
2 Chautala Dabwali 50,00,000 1,00,000 2,50,000 5,00,000
3 Jiwan Nagar Ellenabad 1,19,93,871 2,39,877 5,99,694 11,99,387
4 Chang Bhiwani 50,00,000 1,00,000 2,50,000 5,00,000
5 Dharkhi Dadri Bhiwani 50,00,000 1,00,000 2,50,000 5,00,000
6 Hisar Satroad 50,00,000 1,00,000 2,50,000 5,00,000
B FCI DISTRICT KURUKSHETRA
1 Mahara Sonepat 50,00,000 1,00,000 2,50,000 5,00,000
2 Gannaur Jatipur 50,00,000 1,00,000 2,50,000 5,00,000
R.T.C.
A EX-FCI DISTRICT KURUKSHETRA TO UTTRAKHAND
Sr. Bank
Earnest
Estimated Contract 5% of Contract Guarantee @
No FROM TO Distance Money @ 2%
value Value 15% of
of C.V.
Contract Value
1 Shahbad Srinagar 284 64,58,129 1,29,163 3,22,906 9,68,719
2 Kurukshetra Srinagar 296 1,59,93,143 3,19,863 7,99,657 23,98,971
3 Ladwa Srinagar 279 1,45,34,900 2,90,698 7,26,745 21,80,235
4 Shahabad Simli 352 50,00,000 1,00,000 2,50,000 7,50,000
5 Kurukshetra Simli 367 50,00,000 1,00,000 2,50,000 7,50,000
6 Ladwa Simli 350 3,55,94,718 7,11,894 17,79,736 53,39,208
7 Shahabad Khatima 414 2,10,66,927 4,21,339 10,53,346 31,60,039
8 Ladwa Sitarganj 375 50,00,000 1,00,000 2,50,000 7,50,000
B EX-FCI DISTRICT KURUKSHETRA TO UP
1 Ladwa Partapur 88 50,00,000 1,00,000 2,50,000 7,50,000
2 Babain Pilkhani 152 50,00,000 1,00,000 2,50,000 7,50,000
C EX-FCI DISTRICT KURUKSHETRA TO HP
1 SHAHABAD Parwanoo 97 56,58,000 1,13,160 2,82,900 8,48,700
D EX-FCI DISTRICT FARIDABAD TO DELHI
1 Faridabad Shakti Nagar 45 69,80,000 1,39,600 3,49,000 10,47,000
2 Faridabad CTO 50 50,00,000 1,00,000 2,50,000 7,50,000
3 Palwal Shaktinagar 67 81,53,000 1,63,060 4,07,650 12,22,950
4 Palwal Okhla 44 2,28,52,000 4,57,040 11,42,600 34,27,800
5 Palwal CTO 74 1,19,30,500 2,38,610 5,96,525 17,89,575
6 Tigaon Okhla 31 1,02,45,000 2,04,900 5,12,250 15,36,750
7 Tigaon CTO 50 50,00,000 1,00,000 2,50,000 7,50,000
8 Tigaon Mayapuri 53 1,14,59,000 2,29,180 5,72,950 17,18,850
9 Tigaon Shakti Nagar 51 50,00,000 1,00,000 2,50,000 7,50,000
10 Mohna Mandi Mayapuri 66 50,00,000 1,00,000 2,50,000 7,50,000
11 Kasan CTO 49 50,00,000 1,00,000 2,50,000 7,50,000
12 Kasan Mayapuri 51 50,00,000 1,00,000 2,50,000 7,50,000
13 Tauru CTO 61 50,00,000 1,00,000 2,50,000 7,50,000
14 Tauru Mayapuri 63 50,00,000 1,00,000 2,50,000 7,50,000
Page 1 of 8
E EX-FCI DISTRICT FARIDABAD TO UP
1 Tigaon Dadri 65 50,00,000 1,00,000 2,50,000 7,50,000
2 Palwal Dadri 84 1,13,31,000 2,26,620 5,66,550 16,99,650
3 Mohana Jokhabad 57 50,00,000 1,00,000 2,50,000 7,50,000
4 Palwal Jokhabad 71 1,91,95,000 3,83,900 9,59,750 28,79,250
5 Hodal kosikalan 16 50,00,000 1,00,000 2,50,000 7,50,000
6 Palwal Kosikalan 48 50,00,000 1,00,000 2,50,000 7,50,000
7 Palwal Hathras 105 50,00,000 1,00,000 2,50,000 7,50,000
F EX-FCI DISTRICT FARIDABAD TO RAJASTHAN
1 Palwal Dholpur 219 2,31,59,000 4,63,180 11,57,950 34,73,850
2 Hodal Dholpur 189 3,78,41,000 7,56,820 18,92,050 56,76,150
3 Haily Mandi Hamirgarh 479 87,82,000 1,75,640 4,39,100 13,17,300
4 Hodal Kherli 102 50,00,000 1,00,000 2,50,000 7,50,000
5 Hathin Kherli 125 65,41,000 1,30,820 3,27,050 9,81,150
6 Palwal Kherli 141 1,90,81,000 3,81,620 9,54,050 28,62,150
7 Haily Mandi Kherli 152 50,00,000 1,00,000 2,50,000 7,50,000
8 Chandhut Alwar 138 2,07,70,000 4,15,400 10,38,500 31,15,500
9 Palwal Alwar 122 2,94,62,000 5,89,240 14,73,100 44,19,300
10 Hodal Alwar 110 1,59,93,000 3,19,860 7,99,650 23,98,950
11 Sevli Alwar 120 1,06,65,000 2,13,300 5,33,250 15,99,750
12 Mohindergarh Bandikui 184 50,00,000 1,00,000 2,50,000 7,50,000
13 Palwal Newai 335 2,30,43,000 4,60,860 11,52,150 34,56,450
14 Hathin Karoli 232 50,00,000 1,00,000 2,50,000 7,50,000
15 Palwal Karoli 248 50,00,000 1,00,000 2,50,000 7,50,000
16 Hodal Karoli 209 50,00,000 1,00,000 2,50,000 7,50,000
17 Narnol Jaipur 157 50,00,000 1,00,000 2,50,000 7,50,000
18 Joniavas Chomu 92 50,00,000 1,00,000 2,50,000 7,50,000
19 Hodal Bharatpur 97 4,15,50,000 8,31,000 20,77,500 62,32,500
20 Hodal Hindaun City 170 1,69,78,000 3,39,560 8,48,900 25,46,700
21 Sevali Hindaun City 170 2,64,55,000 5,29,100 13,22,750 39,68,250
22 Hodal Mahua 133 1,54,57,000 3,09,140 7,72,850 23,18,550
23 Hathin Mahua 156 50,00,000 1,00,000 2,50,000 7,50,000
24 Sevli Kota 521 50,00,000 1,00,000 2,50,000 7,50,000
25 Sevli Bundi 472 50,00,000 1,00,000 2,50,000 7,50,000
26 Rewari Gulabpura 366 50,00,000 1,00,000 2,50,000 7,50,000
27 Kosli Bandikui 191 50,00,000 1,00,000 2,50,000 7,50,000
28 Kasan Jaipur 230 50,00,000 1,00,000 2,50,000 7,50,000
29 Rewari Kotputli 76 50,00,000 1,00,000 2,50,000 7,50,000
30 Rewari Bandikui 156 50,00,000 1,00,000 2,50,000 7,50,000
31 Rewari Jaipur 191 50,00,000 1,00,000 2,50,000 7,50,000
32 Palwal Keshoraipatan 467 50,00,000 1,00,000 2,50,000 7,50,000
33 Palwal Jhalarapatan 622 50,00,000 1,00,000 2,50,000 7,50,000
34 Palwal Kota 536 50,00,000 1,00,000 2,50,000 7,50,000
35 Palwal Bundi 487 50,00,000 1,00,000 2,50,000 7,50,000
36 Firozpur Zhirka Hindaun City 146 50,00,000 1,00,000 2,50,000 7,50,000
G EX-FCI DISTRICT HISSAR TO RAJASTHAN
1 Hansi Sikar 216 1,24,19,198 2,48,384 6,20,960 18,62,880
2 Tohana Sikar 286 1,43,49,372 2,86,987 7,17,469 21,52,406
3 Jiwan Nagar Barmer 668 2,48,17,971 4,96,359 12,40,899 37,22,696
4 Adampur Udaipur 639 1,60,08,135 3,20,163 8,00,407 24,01,220
5 Kalanwali Marwar Jn. 570 75,76,767 1,51,535 3,78,838 11,36,515
6 Bhattu Rajsamand 629 1,94,57,441 1,51,535 3,78,838 11,36,515
7 Panniwala Mota Jallore 669 50,00,000 3,89,149 9,72,872 29,18,616
8 Fatehabad Sikar 259 1,44,40,622 2,88,812 7,22,031 21,66,093
9 Fatehabad Rajgarh/Sadulpur 114 50,00,000 1,00,000 2,50,000 7,50,000
10 Fatehabad Barmer 709 35859000 7,17,180 17,92,950 53,78,850
11 Ellenabad Sikar 228 50,00,000 1,00,000 2,50,000 7,50,000
12 Bhiwani Udaipur 621 94,43,377 1,88,868 4,72,169 14,16,507
13 Dabwali Chittorgarh 664 50,00,000 1,00,000 2,50,000 7,50,000
14 Ellenabad Fatehnagar 660 50,00,000 1,00,000 2,50,000 7,50,000
15 Adampur Churu 159 50,00,000 1,00,000 2,50,000 7,50,000
16 Adampur Sujangarh 249 50,00,000 1,00,000 2,50,000 7,50,000
17 Dabwali Marwar Jn. 604 50,00,000 1,00,000 2,50,000 7,50,000
18 Dabwali Khara 268 50,00,000 1,00,000 2,50,000 7,50,000
Page 2 of 8
H EX-FCI DISTRICT ROHTAK TO DELHI/RAJASTHAN
1 Sonipat Shaktinagar 45 1,14,06,508 2,28,130 5,70,325 17,10,976
2 Sonipat CTO 58 50,00,000 1,00,000 2,50,000 7,50,000
3 Sonipat Narela 23 1,69,20,380 3,38,408 8,46,019 25,38,057
4 Barhi Mayapuri 63 70,69,034 1,41,381 3,53,452 10,60,355
5 Sampla Shaktinagar 31 50,00,000 1,00,000 2,50,000 7,50,000
6 Bahadurgarh Shaktinagar 50 50,00,000 1,00,000 2,50,000 7,50,000
7 Nirthan Narela 30 1,35,39,410 2,70,788 6,76,971 20,30,912
8 Mahara Narela 33 1,13,64,409 2,27,288 5,68,220 17,04,661
9 Matindu Narela 28 50,00,000 1,00,000 2,50,000 7,50,000
10 Matindu Ghevra 39 50,00,000 1,00,000 2,50,000 7,50,000
11 Julana Rajasmand 666 89,13,441 1,78,269 4,45,672 13,37,016
CRITICAL DATES SECTION
Tender documents may be downloaded from Central Public Procurement Portal https://eprocure.gov.in/eprocure/app. Aspiring
bidders/suppliers, who have not enrolled/registered in e-procurement should enroll/register before participating through the website
1
https://eprocure.gov.in/eprocure/app. The portal enrollment is free of cost. Bidders are advised to go through instructions provided at
Annexure-A regarding ‘Instruction For Online Bid Submissions’
Tenderers can access tender documents on the website, fill them all relevant information and submit the completed tender documents into
2
electronic tender on the website https://eprocure.gov.in/eprocure/app
Tenders and supporting documents should be uploaded through e-procurement Portal. Hard copy of tender documents will not be
3
accepted.
NOTE 2:
Corporation will be at liberty to allow/direct Millers/Agencies to bring their own Labour to dump the Rice consignments in godowns for
a
acceptance.
Work under these contracts excludes labour operations at option of F.C.I. in the hired godowns of Agencies in which they are providing
b
warehousing facilities. However, this work can also be got assigned to them provided Agency is not able to make labour arrangements.
c Corrigendum to the Tender Notice, if any, shall be issued/available online only. Prospective Bidders are requested to view website regularly.
The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. Instructions
given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirement and
submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at https://eprocure.gov.in/eprocure/app
REGISTRATION
Bidders are required to enroll on e-Procurement module of Central Public Procurement Portal (URL https://eprocure.gov.in/eprocure/app)
1
clicking on the link "Click here to enroll" on the CPP Portal is free of charge.
2 As part of the enrollment process, the bidders will be required to choose a unique username and assign a password for their accounts.
Bidders are advised to register their valid E-mail address and mobile numbers as part of the registration process. These would be used for
3
any communication from the CPP Portal.
Page 3 of 8
Upon enrollment, the bidders will be required to register their valid Digital Signature Certificate (class II or class III certificates with signing
4
key usage) issued by any certifying authority recognized by CCA India (e.g. Sify/TCS/nCode/eMudra etc.), with their profile.
Only one valid DSC should be registered by a Bidder. Please note that the bidders are responsible to ensure that they do not lend their
5
DSC’s to otherswhich may lead to misuse.
6 Bidder then logs into the site through the secure login by entering their user id/ password and the password of the DSC/ eToken.
There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These
parameters could include Tender ID, organization name, location, date, value, etc. There is also an option of advanced search for tenders,
1
wherein the bidders may combine a number of search parameters such as organization name, form of contract, location, date, other
keywords etc. to search for a tender published on the CPP Portal.
Once the bidders have selected the tenders they are interested in, they may download required documents/tender schedules. These
2 tenders can be moved to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS/ e-mail
in case there is any corrigendum issued to the tender document.
The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification/ help from
3
the helpdesk.
PREPARATION OF BIDS
1 Bidders should take into account any corrigendum published on the tender document before submitting their bids.
Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as
2 part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents – including
the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.
Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document/ schedule and generally, they
3
can be in PDF/ XLS/ RAR/ DWF formats. Bid documents may be scanned with 100 dpi with black and white option.
To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of
every bid, a provision of uploading such standard documents (e.g. Pan card copy, annual reports, auditor certificates etc.) has been
4 provided to the bidders. Bidders can use “My Space” area available to them to upload such documents. These documents may be directly
submitted from the “My Space”area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the
time required for submission process.
SUBMISSION OF BIDS
Bidder should log into the website well in advance for bid submission so that he/she upload the bid in time i.e. on or before the bid
1
submission time. Bidder will be responsible for any delay due to other issues.
2 The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.
Bidder has to select the payment option as “offline” to pay the tender EMD as applicable and enter details of the transaction no. (UTR No.)
3
at appropriate place.
Bidder should deposit the EMD in single/one transaction separately and if participated at more than one centre EMD for
each centre should be deposited separately (i.e. neither the EMDs of different tenders should be clubbed nor EMD of
4
single tender be deposited in parts) as per the instructions specified in the tender document. The details of the EMD
should be filled carefully at specified place failing which the tender will be liable for rejection.
Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is
5 acceptable. Price Bid as per Appendix VII provided in part-B has to be scanned, encrypted and uploaded at the requisite places in the e-
Procurement system.
The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for
6
submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.
Page 4 of 8
All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data.
7 The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained
using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done.
8 The uploaded tender documents become readable only after the tender opening by the authorized bid openers.
Upon the successful and timely submission of bids, the portal will give a successful bid submission message & a bid summary will be
9
displayed with the bid no. and the date & time of submission of the bid with all other relevant details.
The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as
10
an entry pass for any bid opening meetings.
ASSISTANCE TO BIDDERS
1 Any query relating to the tender document and the terms and conditions contained therein should be addressed to [email protected]
Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24X7 CPP
2
Portal Helpdesk. The contact number for the helpdesk can be viewed on website eprocure.gov.in
Dear Sir,
I/We have downloaded/obtained the tender document(s) for the above mentioned “Tender/Work” from the web site(s) namely
1
https://eprocure.gov.in/eprocure/app as per your advertisement given in the above mentioned website (s).
I/We hereby certify that I/We have read the entire terms and conditions of the tender documents from Page no. _____ to _____ (including
2 all documents like annexure(s), schedule(s), etc.) which form part of the contract agreement and I/we shall abide hereby by the terms/
conditions/ clauses contained therein.
The corrigendum(s) issued from time to time by your department/organization too have also been taken into consideration, while
3
submitting this acceptance letter.
4 I/We hereby unconditionally accept the tender conditions of above mentioned tender document(s)/corrigendum(s) in its totality/entirety.
In case any provisions of this tender are found violated, then your department/organisation shall without prejudice to any other right or
5 remedy be at liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely along with taking
action as per other remedies available under law.
I/We hereby solemnly declare that the Proprietor/one or more Partners/Directors of this firm/Company has relationship/ has no relationship
6 (tick whichever is applicable) with the employee of Food Corporation of India as defined in the tender document (Name and Designation,
Place of posting of employee to be mentioned.
Yours Faithfully,
UNDERTAKING FOR NOTICE INVITING TENDER AND BASIC RATES OF TRANSPORTATION (SPECIMEN)
Date:-
To
Page 5 of 8
Tender Reference No. ______________________
Name of Tender/Work______________________
Dear Sir,
I/We have downloaded/obtained the tender document(s) for the above mentioned “Tender/Work” from the web site(s) namely
1
https://eprocure.gov.in/eprocure/app as per your advertisement given in the above mentioned website (s).
I/We hereby certify that I/We have read the entire terms and conditions of the Notice Inviting Tender Page no.____ to ____ and Basic
2 rates of transportation from storage points to Rail head via weighbridge Page no. ____ to _____ which form part of the contract agreement
and I/we shall abide hereby by the terms/ conditions/ clauses contained therein.
3 I/We hereby unconditionally accept the terms and conditions of above mentioned in Notice inviting Tender in its totality/entirety.
In case any provisions of this Notice Inviting tender are found violated, then your department/organisation shall without prejudice to any
4 other right or remedy be at liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely along
with taking action as per other remedies available under law.
EARNEST MONEY
Each tender must be accompanied by an Earnest Money @ 2% value of contract in the name of General Manager Food Corporation of
(i) India, Panchkula, which must be submitted electronically through NEFT/RTGS/other electronic means. Bank details of FCI Haryana
are as under:-
Bank Name: - State Bank of India
Branch Sector 10, Panchkula.
Account No. 10275349442
Type of Account CC Account
IFSC Code SBIN0001509
MICR Code 160002026
TERMS AND CONDITIONS
1 No negotiations will be conducted with any of the bidders who participate in this tender.
Tenderer may clearly mention their Bank A/c. No., name of bank & its branch along-with IFSC Code for refund of EMD in proforma 'X' given
2
with Technical Bid
In case of Handling & Transport Contract:- (i) Experienced contractors of FCI participating in the new tenders as a bidder having
3 insufficient experience by giving undertaking that 10% of additional B.G. would be submitted for relaxation of experience has to submit the
following documents:-
(i) NDC from RPFC.
OR
(ii) Confirmation from EPF authorities and confirmation from principal employer.
OR
(iii) Inspection report from EPF authorities and confirmation from principal employer.
OR
(iv) Confirmation of principal employer if the EPF was deducted and submitted by the principal itself in its own code.
(ii) The contractors submitting tenders having experience in handling contract has to submit the following documents in proof of deposit of
EPF complaince.
(i) NDC from RPFC.
OR
(ii) Confirmation from EPF authorities and confirmation from principal employer.
OR
(iii) Inspection report from EPF authorities and confirmation from principal employer.
OR
(iv) Confirmation of principal employer if the EPF was deducted and submitted by the principal itself in its own code.
The Partnership Deed and SPA/GPA should be on the stamp papers of appropriate value as per Notifications issued by concerned State
4
Govt. from time to time.
5 All HTCs have to ensure that all statutory provisions such as EPF/ESI/Contract Labour Act etc. are strictly complied with.
All the Transport Contractors engaged for moving foodgrains are covered under the Food Safety and Standards Act, 2006. Therefore, all
6
such contractors will be required to obtain Licences directly from the State Food Safety Authorities.
7 Bidders must ensures that rate quoted in the Price Bid must be written in figures as well as in words at right place.
8 All the documents being submitted by the bidders must be in legible form. Otherwise the uploaded bid will be rejected.
Page 6 of 8
Bidders must ensure that EMD is deposited separately and only from the Account of Bidder Firm/partner's account. In the case of Sole
9
Proprietor, from the account of proprietor.
Tenderers must ensure that their trucks shuld be conforming to the applicable mass emission standards (BS III since Ist April 2005 and BS
10 IV since Ist April 2010), as per guidelines of Environment Pollution (Prevension & Control) Authority for the N.C.R. (E.P.C.A.). Trucks non-
compliant to NCR mass emission standards will not be used to pick up and delivery goods within National Capital Region (NCR).
12 Experience Certificate must be strictly in accordance with the proforma given in Appendix-VI of MTF for HTC and RTC.
If the successful tenderer had previously held any contract and furnished security deposit, the same shall not be adjusted agaisnt this
13
tender and a fresh security depsoit will be required to be furnished.
All the tenders shall remain open for acceptance up to a period of 75 days including the extension period of 30 days at the discretion of GM
14
(R).
Scanned copy (in pdf format) of Power of Attorney of person of DSC key holder should be uploaded, failing which the tenders shall be
15
summarily rejected.
All the tenderers must ensure that they should fill in all the relevant columns and indicate their choices by ticking/striking the relevant
points as indicated in the NIT/Appendices/Annexures of MTF etc. failing which the tender will be liable for rejection. Further Putting of
16
‘*’(Star) in blank space of any column in any form, without its explanation, will be treated as incomplete information/bid and same will be
rejected.
Bidder should deposit the EMD in single/one transaction separately and if participated at more than one centre EMD for each centre should
be deposited separately (i.e. neither the EMDs of different tenders should be clubbed nor EMD of single tender be deposited in parts) as
17
per the instructions specified in the tender document. The details of the EMD should be filled carefully at specified place failing which the
tender will be liable for rejection.
Bidder must upload duly filled undertaking for Notice Inviting Tender and basic rates of transportation duly signed by bidder failing which
18
the tender will be liable for rejection.
Experience details in the proforma prescribed at Appendix VI of MTF shall be furnished by tenderer. The information furnished in Appendix-
19
VI shall be supported by experience certificate issued by client(s) on their letter head. Failing which the bid will be summarily rejected.
Prospective bidders must upload duly audited profit and loss account and balance sheet for preceding three financial years along with
referred audit report and all the financial statements including Annexures, Schedules, Appendices etc. failing which the bid will be
summarily rejected. For immediate preceding financial year, in case the tender submission date is before the due date for finalisation of
20 accounts as per law, financial statements for previous three years (prior to immediate financial year) shall be submitted. In case the
bidder submits the Experience for the years not covered under P & L Account and Balance sheet of 3 financial years,
he/she shall also submit duly audited P & L Account and Balance sheet for the relevant period for which experience has
been claimed and submitted failing which tender will be summarily rejected.
In case of RTC, rates (per MT) quoted by the tenderer should be up to two digits after decimal, in case the rates are
quoted in more than two digits then only two digits will be considered by FCI. Further, the tenderer has to quote the rate
21
as RATE PER MT (REPEAT RATE PER MT) instead of RATE PER MT/KM as per recent amendment made in the MTF of RTC
failing which the tender will be liable for rejection.
Minimum Stock required to be despatched per day from each despaching centre to each destination centre shall be 150MT.
22
All the prospective bidders who are applying under MSME are requested to upload certificate of MSME registration certificate OR MSME
23
memorandum certificate AND certificate of terminal validity failing which the tenders will be summarily rejected.
All the prospective bidders should deposit earnest money seprately for each individual despatching centre irrespective of numbers of
24
centers applied by the prospective bidders failing which the tender will be liable for rejection.
The tenderer shall quote one uniform percentage below or above the schedule of rates as per Appendix VII (Price
25 Bid)/BOQ in case of HTC. No separate rates shall be quoted for Handling and Transportation works failing which the
tender will be summarily rejected.
The parties submitting bid under inexperienced category for HTC AND RTC shall also furnish following documents failing
which the tender will be summarily rejected:-
i. Attested copy of Registered deed of partnership/Memorandum and Articles of Association/By-laws/Certificate of
registration etc. as applicable
ii. Power of Attorney of person signing the tender
26
iii. Duly audited P & L Account and Balance sheet for preceding 3 financial years or since inception whichever is later.
iv. Copy of Income tax return of last three years or since inception whichever is later. In case of partnership firm less than
three year old/proprietor firm, income tax returns of the partners/ proprietor may be furnished.
v. Bank Statements of last one year in case of non-assesse”.
vi. Copy of PAN card.
Page 7 of 8
MTF of HTC contain 70 pages, MTF of RTC Contain 38 pages, Notice inviting tender contains 8 pages and Basic rates of
transportation (HTC) contain 1 page therefore, the number of pages to be entered in tender submission undertaking
27
should be carefuly entered. If the party fails to enter the right number of pages the bid of the specific tender will be
summarily rejected.
The tenderer should be registered with EPFO as an independent employer, having seprate code number as required for an
28 employer under the provision of EPF and MP Act 1952 and the EPF scheme framed there under and upload scanned copy
of EPF Code failing which tender will be summarily rejected.
The prospective bidders are requested to tick the relevant portion regarding relation with employee of FCI as given at S.
29
No. 6 of Tender Submission Undertaking, failing which tender will be summarily rejected.
The prospective bidders must ensure that duly audited Profit & Loss Account and Balance Sheet from FY 2018-19
ownwards must bear the Unique Document Identification Number (UDIN) Number of repsective Auditor/Chartered
30
Accountant in complaince to Gazette Notification, Part III, Section 4 dated 2nd August,2019 failing which tender will be
summarily rejected.
31 F.C.I. reserves the right to reject any or all the tenders without assigning any reason.
NOTE: For detailed terms and conditions, MTF applicable may be referred.
Sd/-
General Manager