FOOD CORPORATION OF DISTRICT OFFICE: Ist Floor, Keshav Tower, Sector 8, HiranMagri, Udaipur ()

Cost of Tender Form: Rs. 500 + (taxsRs. 75 = Rs. 575.00/- (Not transferable/Non-refundable)

E- TENDER NOTICE No. PROC.D(1)/RABI/DMU/2016-17/

Subject:- E-tender for appointment of Handling & Transport Agent in , , and Udaipur Districts.

(ONLY ONLINE TENDERS WILL BE ACCEPTED. NO OFFLINE TENDERS/SUBMISSION OFDOCUMENTS WILL BE CONSIDERED)

For and on behalf of the Food Corporation of India (Hereinafter called the Corporation) theArea Manager, Food Corporation of India, District Office, Udaipur invites online tenders UNDER TWO BID SYSTEM at Central Public Procurement Portal (URL https://eprocure.gov.in/eprocure/app) from experienced/ inexperienced sole proprietary concern or Registered Partnership firm or a Private Limited Company or a Public Limited Company incorporated in India for appointment of Handling & Transport Agents for Handling & Transportation of foodgrains and allied material etc. for following Purchase Centres / mandies that will established for purchase of wheat in RMS 2016-17 under FCI District Office, Udaipur (Revenue districts: Banswara, Chittorgarh, , Pratapgarh, Rajsamand and Udaipur) for a period of three month with the right to extension for next Three month . The details are as under:-

S. Name of Name of Center(s) where Name of Estimated Earnest Security Bank No Mandi/ Purchase stock is to be Center(s) Value of Money Deposit Guarantee Purchase deposited where Contract @ 2% of (excluding @10% of Centre gunnies to CV BG) @5% CV be of CV collected 1 2 3 4 6 6 7 8 Purchase centers of Revenue DistrictBanswara 1 Barodia Banswara, Dungarpur, Banswara, 500000 10000 25000 50000 Pratapgarh, Udaipur Udaipur 2 Gadhi Partapur Banswara, Dungarpur, Banswara, 500000 10000 25000 50000 Pratapgarh, Udaipur Udaipur 3 Chhinchh Banswara, Dungarpur, Banswara, 500000 10000 25000 50000 Pratapgarh, Udaipur Udaipur 4 Talwara Banswara, Pratapgarh, Banswara, 500000 10000 25000 50000 Dungarpur, Udaipur Udaipur Purchase centers of Revenue District Chittorgarh 5 Bassi Chanderia,, Chanderia, 800000 16000 40000 80000 Pratapgarh, Udaipur Udaipur 6 Chittorgarh Chanderia,Nimbahera, Chanderia, 500000 10000 25000 50000 Udaipur Udaipur Purchase centers of Revenue District Rajsamand 7 Kankroli Fatahnagar, Sanwar, Udaipur, 500000 10000 25000 50000 Udaipur Chanderia 8 Kuraj Fatahnagar, Sanwar, Udaipur, 500000 10000 25000 50000 Udaipur Chanderia 9 Madara Fatahnagar, Sanwar, Udaipur, 500000 10000 25000 50000 Udaipur Chanderia Purchase centers of Revenue District Udaipur 10 Fatahnagar, Sanwar, Udaipur, 1110000 22200 55500 111000 Udaipur Chanderia 11 Ladana Fatahnagar, Sanwar, Udaipur, 500000 10000 25000 50000 Udaipur, Chanderia Chanderia

1

1. The number of purchase Centre/Mandis could be increased or decreased 2. The HTA will be responsible for the security and supervision of stock from purchase to deposition. 3. It is mandatory to submit the rates in 1a, 1b, 2(III), 2(IV), 4, 5 & 6 while submitting the rates in Schedule-II/Price bid. 4. Club rates are not allowed, actual rates will be acceptable. 5. If any stock Centre/godown would be hired within radius of 10Kms of above link Centres the payment will be made on the sanctioned rate of the nearest linked Centre

Critical Date Section: 1 Tender publishing date 02.04.2016 at 10:00 HRS 2 Tender document download start date & time 02.04.2016 at 10:00 HRS 3 Tender document download end date & time 05.04.2016 at 16:00 HRS 4 Pre bid meeting 04.04.2016 at 11:00 HRS 5 Online Tender submission start date & time 02.04.2016 at 10:00 HRS 6 Online Tender submission end date & time 05.04.2016 at 16:00 HRS 7 Online Tender opening date & time 05.04.2016 at 16:05 HRS 8 Validity of Tender Enquiry 30 + 15 days

If the date fixed for online opening of tenders is subsequently declared as holiday, the tenders will be opened on the next working day following the holiday but there will be no change in the time for opening as indicated above.

NOTE

1. 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 https://eprocure.gov.in/eprocure/app. The portal enrolment is free of cost. Bidders are advised to go through instructions provided in MTF regarding ‘Instruction for Online Bid Submissions’. 2. Tenderers can access tender documents on the website, fill them all relevant information and submit the completed tender documents into electronic tender on the website https://eprocure.gov.in/eprocure/app. 3. Tenders and supporting documents should be uploaded through e-procurement Portal. Hard copy of tender document will not be accepted. 4. Corrigendum to the Tender Notice, if any, shall be issued/available online only. Prospective Bidders are requested to view website regularly.

Instructions for online Bid Submission 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

1. Bidders are required to enroll on e-Procurement module of Central Public Procurement Portal (URL https://eprocure.gov.in/eprocure/app.) clicking on the link “Click here to enroll” on the CPP Portal is free of charge. 2. As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts. 3. Bidders are advised to register their valid E-mail address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal.

2

4. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate(class II or class III certificates with signing key usage) issued by any certifying authority recognized by CCA India (e.g. Sify/TCS/nCode/ eMudra etc.), with their profile. 5. 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 DSC‟s to others which 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.

SEARCHING FOR TENDER DOCUMENTS

1. 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, 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. 2. Once the bidders have selected the tenders they are interested in, they may download required documents/tender schedules. These 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. 3. 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 the helpdesk.

PREPARATION OF BIDS 1. Bidders should take into account any corrigendum published on the tender document before submitting their bids. 2. Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as 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. 3. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document/ schedule and they should be in PDF format. Bid documents may be scanned with 100 dpi with black and white option. 4. 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 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

1. Bidder should log into the site well in advance for bid submission so that he/she upload the bid in time i.e. on or before the bid 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.

3. Bidder has to select the payment option as “online” to pay the tender fee/ EMD as applicable and enter details of the transaction no. (UTR No.) at appropriate place.

3

4. Bidder should deposit the EMD as per the instructions specified in the tender document. The details of the EMD/ tender fee should be filled carefully at specified place well before the closure time of the bid as indicated in the tender form. Otherwise the uploaded bid will be rejected.

5. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. Price Bid has to be scanned, encrypted and uploaded at the requisite places in the e-Procurement system.

6. The server time (which is displayed on the bidders‟ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.

7. All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. 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.

9. Upon the successful and timely submission of bids, the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details.

10. The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as 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], [email protected] and [email protected].

2. 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 Portal Helpdesk. The contact number for the helpdesk is1800 233 7315.

Other Instruction for Bidders

1. Qualification conditions for Tender:

(I) Experience of any two consecutive year during last 10 year (any work in mandi as stipulated in tender form) (attach experience certificate of Food grain handling in any Govt. Deptt/Estt. Showing cost of contract) Work experience should of any two consecutive years during last 10 years and should not be less than 25% of value of this contract).

(II) Experience certificate shall be produced from customers stating proof of satisfactory execution and completion of the contract(s) besides duly certifying nature, period of contract, and value of work handled.

(III) Additional unconditional, irrevocable Bank Guarantee for 10% of the value of the contract from nationalized bank will have to be furnished by sucessful tenders in addition to that of at Sr. no. (10) (Technical Bid form Annexure -1(a) if the tender has no relevant

4

experience. The format of the Bank Guarantee to be provided in such cases is at Appendix-V of Annexure-I.

(IV) If the Tenderer is a partnership firm, there shall not be any re-constitution of the partnership without the prior written consent of the Corporation till the satisfactory completion of the contract.

Note: The year for the purpose of experience will be taken as Financial Year (1st April to31st March) excluding the financial year in which tender enquiry is floated.

2. Disqualification Conditions:

(I) Tenderers who have been blacklisted or otherwise debarred by FCI or any department of Central or State Government or any other Public Sector Undertaking will be ineligible during the period of such blacklisting or for a period of 5 years from the date of blacklisting/debarment, whichever is earlier.

(II) Any Tenderer whose contract with the Food Corporation of India, or any department of Central or State Government or any other Public Sector Undertaking has been terminated before the expiry of the contract period at any point of time during last five years, will be ineligible.

(III) Tenderer whose Earnest Money Deposit and/or Security Deposit has been forfeited by Food Corporation of India or any department of Central or State Government or any other Public Sector Undertaking, during the last five years, will be ineligible.

(IV) If the proprietor /any of the partners of the Tenderer firm/any of the Director of the Tenderer company have been, at any time, convicted by a court of an offence and sentenced to imprisonment for a period of three years or more, such Tenderer will be ineligible.

(V) While considering ineligibility arising out of any of the above clauses, incurring of any such disqualification in any capacity whatsoever (even as a proprietor, partner in another firm, or as director of a company etc.) will render the Tenderer disqualified.

3. Earnest Money (EMD): i) Each tender must be accompanied by an Earnest Money @ 2% value of contract amounting Rs...... which must be submitted electronically through NEFT/RTGS/other electronic means by the tenderers for which FCI, District Office, Udaipur will provide its Bank account no. & concerned Branch of the bank where the account is held which is mentioned hereunder. In case of NEFT/RTGS/other electronic means the tenderer has to indicate transaction no. (UTR No……………………..) of such payments appropriately in the Bid. The tenders not accompanied by Earnest Money in prescribed form shall be summarily rejected. The earnest money shall be liable to forfeiture if the tenderer after submitting his tender resiles from his offer and or modifies the terms and conditions thereof in any manner or withdraws his offer before final acceptance, it is being understood the tender documents that have been sold to him, and he is being permitted to tender in consideration of his agreement to this stipulation. The earnest money shall also be liable to be forfeited in the event of the tenderers failure, after acceptance of his tender to furnish the requisite security deposited by the due date without prejudice to any other rights and remedies of Corporation under the contract and law, and the Tenderer will be liable for any loss suffered by the Corporation on account of its withdrawal/modification etc. besides forfeiture of EMD. He

5

will also be debarred from participating in any other Tender Enquiry with FCI for a period of five year. The Earnest Money will be returned to all unsuccessful tenderers as soon as practicable after claim of tender and on furnishing of required security deposit by such tenderer whose offer has been accepted by the Area Manager, Food Corporation of India, District Office, Udaipur. No claim shall lie against the Food Corporation of India in respect of interest on the earnest money. Bank account details are as under:

Name of Beneficiary FOOD CORPORATION OF INDIA Bank Name State Bank of India Branch 23-C, Madhuban, Udaipur, Rajasthan Account No. 10450124756 IFSC Code SBIN0001533 MICR Code 313002004 ii) The amount of Rs. 575/- (Rs. Five hundred seventy five only) inclusive of taxes, has to be paid by tenderer electronically towards tender document fee as done in case of EMD and the deposit of tender document fee will have to be done along with EMD.

Note: Tender not accompanied by Earnest Money shall be summarily rejected.

4. Security Deposit: a) The successful tenderer shall within Seven working days (of F.C.I.) from the date of acceptance of his tender, furnish security deposit of Rs. ………………. In the form of Demand Draft or Pay Order issued by the State Bank of India or a Nationalized Bank or a Schedules Bank or through Electronic Clearing System (ECS)/other electronic means in favour of the Area Manager, Food Corporation of India, Udaipur, Rajasthan. In the event of tenderers failing to furnish the security as aforesaid the Area Manager shall have the right to cancel the contract and forfeit the earnest money without prejudice to other rights and remedies available to the Corporation under contract and law. The amount of earnest money deposited by him can be adjusted towards security deposit. b) On due performance and completion of the contract in all respect, the security deposit will be refunded to the tenders on his presentation of an absolute „No demand Certificate‟ in the prescribed from subject to such deduction from security as will be necessary to clear the dues of the Corporation if any. c) No Claim shall lie against the Corporation either in respect of the interest on security deposit or the depreciation in its value. d) In the event of any breach of any of the terms and conditions of the contract, the Corporation shall have (without prejudice to other rights and remedies) the right to terminate the contract forth with and/or forfeit the entire amount of security deposit or to appropriate the security deposit or any part thereof in or towards the satisfaction of any sum due for any damages, losses, charges, expenses or cost the may be suffered or incurred by the Corporation due to the tenderers negligence or unworkman like performance of any service under the contract. e) In the event of the security deposit being insufficient or if the security has been wholly forfeited and the balance, of the total sum recoverable, shall be deducted from any sum then due or which at any time, thereafter may become due to the Agent under this or any other contract with Corporation should that sum also be not sufficient to cover the full amount recoverable the Agent shall pay to the Corporation on demand the balance due.

6 f) In addition to security, irrevocable and unconditional bank guarantee for 10% of the value of contract from nationalized bank will have to be furnished by successful tenderer as a part of security deposit (valid for six months). g) Additional unconditional, irrevocable bank guarantee for 10% of the value of contract from nationalized bank will have to be furnished by successful tenders in addition 2(f) if tenderer has no relevant experience (valid for six months). h) In case of failure of tenderer to deposit the Bank Guarantee within 7 working days of acceptance of his tender, further extension of 3 working days can be given subject to levy of penalty @ 1% of the whole amount of the Security including Bank Guarantee by Area Manager.

5. Liabilities for personnel- The contractor shall comply with all Rules, Acts and Regulations made by the State/Central Govt. from time to time pertaining to the contract, including all labour laws as per MTF.

6. List of Document is to be uploaded in Technical Bid folder/ cover –

(i) Scanned copy (in PDF format) of proof of payment of fee for cost of tender form. (ii) Scanned copy (in PDF format) of EMD. The details of center along with their corresponding EMD is to be mentioned therein. (iii) Each scanned copy (in PDF format) of "MTF" duly signed except Schedule II (Price Bid format) as Schedule II (Price Bid format) has to be uploaded separately in financial bid cover as mentioned in Clause 7 of NIT document. (iv) Scanned copy (in PDF format) of "TENDER SUBMISSION UNDERTAKING" accepting terms and conditions of the tender as per Annexure - "AA" of NIT. (v) Scanned copy (in PDF format) of "Forwarding letter" as per appendix-I of MTF duly filled and signed. Photo to be invariably affixed on forwarding letter. (vi) Scanned copy (in PDF format) of "Technical Bid" as per appendix-II of MTF duly filled and signed. (vii) Scanned copy (in PDF format) of "Affidavit duly attested by Notary Public" as per appendix-III of MTF duly filled and signed. (viii) Scanned copy (in PDF format) of undertaking by the tenderer, if applicable, stating that an additional Performance Guarantee in the form of Bank Guarantee of 10% of the contract value from SBI & Its Associate Banks/ the other Public Sector Banks will be given, if selected. The format of the Bank Guarantee to be provided in such cases is at Appendix-V of MTF. (ix) Scanned Notary Attested copy (in PDF format) of Registered Deed of Partnership/Memorandum and Articles of Association/ By-laws/ Certificate of Registration etc. as applicable. (x) Scanned Notary Attested copy (in PDF format) of Power of Attorney of person signing the tender. (xi) Scanned Notary Attested copy (in PDF format) of Certificate of experience mentioning clearly financial yearwise volume of work handled, total value of work, name of client, contract period, nature of work and details thereof as per MTF. (xii) Scanned Notary Attested copy (in PDF format) of Duly audited Trading, P&L account and Balance Sheet of relevance completed years by the tenderer as per Technical Bid. (xiii) Scanned Notary Attested copy (in PDF format) of income Tax Return / PAN Card. (xiv) Scanned copy (in PDF format) of Police Verification Certificate issued from the Office of Superedent of Police of the concerned District(Not older than 6 month), Latest Passport Size photo, Certificate of Date of Birth and Any other document as per MTF, if applicable.

7

7. List of Document to be uploaded in Financial Bid folder/ cover

(i) Scanned copy (in PDF format) of Price Bid as per MTF.

8. The bidder(s) will have to produce all or any documents in original whenever asked by the Corporation. 9. The tenders which are not accompanied by all the scheduled annexure intact and duly filled in and signed shall be liable to be rejected. 10. The tenderer should ensure that the Experience certificate is financial year wise else it may not be considered. 11. The experience certificate should be signed by the authorized officer indicating the name and designation of the officer signing the experience certificate. 12. No negotiation shall be conducted with any bidder. Therefore bidders are advised to submit least rate at the first stage. 13. Tenderer must clearly mention their Bank A/c. No., name of bank & its branch along-with IFSC Code for refund of EMD. They are also required to mention their e-mail ID. 14. Liability of Contractor for losses suffered by Corporation: As per MTF. 15. RATES ARE TO BE OFFERED IN PRICE BID (figure and words) INCLUSIVE OF ALL TAXES, DUTIES, CESS ETC. 16. The tender which are not accompanied by all the schedules annexure intact shall be liable to be rejected. 17. FCI reserves the right to reject any or all the tenders without assigning any reason. 18. The instruction given above are brief in nature, for detailed terms and conditions, MTF applicable may be referred.

Date: 01/04/2016

Area Manager

Distribution:

1. The General Manager (R), FCI, R.O. 2. The Asst. Genl. Manager (IT), FCI, R.O. Jaipur with the request to upload the NIT on FCI website for wide publicity. 3. The Asst. Genl. Manager (Commercial), FCI R.O. Jaipur 4. The Manager (Computer/Accounts), FCI R.O. Jaipur 5. Area Manager, D.O. / / / Kota/ / Sriganganagar/ Jaipur with the request to display on notice board for publicity. 6. Manager (Depot/QC), FCI- Udaipur/ Chanderia/ Banswara/ Dundarpur/ Road. 7. Regional Officer, RAJFED, Udaipur with the request to display on notice board for publicity. 8. Secretory, KUMS, Udaipur/ Fatehnagar/ Nimbaheda/ / Chittorgarh/ Rajsamand/ Pratapgarh/ Banswara with the request to display on notice board for publicity. 9. All sections of FCI, D.O. Uaipur for broad publicity. 10. VyapaarMandal, KUMS Udaipur/ Fatehnagar/ Nimbaheda/ Kapasan/ Chittorgarh/ Rajsamand/ Pratapgarh/ Banswara with the request to display on notice board for publicity. 11. Manager, CWC/RSWC, Udaipur/ Chittorgarh/ Banswara/ Dungarpur/ Nimbahera/ Rajsamand/ Fatehnagar/ Pratapgarh for broad publicity. 12. District Supply Officer, Udaipur/ Chittorgarh/ Banswara/ Dungarpur/ Sirohi/ Rajsamand/ Pratapgarh for broad publicity for broad publicity.

8

Annexure - "AA" TENDER SUBMISSION UNDERTAKING

To, Date: ______The Area Manager, Food Corporation of India, District Office, Udaipur, Rajasthan

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No.:______

Name of Tender/ Work:______

Dear Sir,

1. I/We have downloaded/obtained the tender document(s) for the above mentioned “Tender/Work” from the web site(s) namely: https://eprocure.gov.in/eprocure/app as per your advertisement, given in the above mentioned website(s).

2. I/We hereby certify that I/We have read the entire terms and conditions of the tender documents from Page no. 1 to 15 (including 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.

3. The corrigendum(s) issued from time to time by your department/organization too have also been taken into consideration, while 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.

5. In case any provisions of this tender are found violated, then your department/organization shall without prejudice to any 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.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

9