FOOD CORPORATION OF INDIA REGIONAL OFFICE : HARYANA PANCHKULA.

Tender Fee (non-refundable):Rs.566/-

E-TENDER NOTICE

Subject:- E-tender for appointment of Handling & Transport Contractors 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 loading/unloading/handling and transport of food grains and allied material etc. and Road Transport Contractor for movement of foodgrains and allied material by road to the depots of adjoining Regions from the centres of Haryana Region for a period of two years as under:-

H.T.C. Security Deposit

Estimated Earnest 5% of Sr. Bank Guarantee @ 10% of Centre Linked Rail Head Contract Money @ Contract No Contract Value value 2% of C.V. Value

A FCI DISTRICT HISAR 1 BAWANI KHERA HANSI 9260000 185200 463000 926000 2 CHAUTALA DABWALI 3266000 65320 163300 326600 3 DABWALI DABWALI 46494000 929880 2324700 4649400 4 FATEHABAD BHATTU 56345000 1126900 2817250 5634500 5 HISAR SATROD 7876000 157520 393800 787600 6 KALANWALI KALANWALI 39861000 797220 1993050 3986100 7 MALEKHAN SIRSA 21392000 427840 1069600 2139200 B FCI DISTRICT FARIDABAD 1 FARIDABAD FARIDABAD 5000000 100000 250000 500000 2 REWARI KHORI 5000000 100000 250000 500000 c FCI DISTRICT KARNAL 1 BARARA SHAHBAD 31007000 620140 1550350 3100700 D FCI DISTRICT KURUKSHETRA 1 KALAYAT NARWANA 7372000 147440 368600 737200

R.T.C. Security Deposit Sr. Estimated Earnest 5% of Bank Guarantee @ NO From To Distance Contract Money @ 2% Contract 15% of Contract value of C.V. Value Value A FOR DELHI DEPOTS EX FCI DISTRICT FARIDABAD 1 HODAL OKHLA 74 1500000 30000 75000 225000 2 HODAL CTO 104 1500000 30000 75000 225000 B FOR DELHI DEPOTS EX FCI DISTRICT KARNAL 1 KARNAL OKHLA 144 1500000 30000 75000 225000 C FOR DELHI DEPOTS EX FCI DISTRICT ROHTAK 1 Bahadurgarh Ghevra 11 1500000 30000 75000 225000 2 Bahadurgarh Narela 31 1500000 30000 75000 225000 3 Bahadurgarh CTO 31 1500000 30000 75000 225000 4 Bahadurgarh Naraina 28 1500000 30000 75000 225000 5 Bahadurgarh Okhla 48 1500000 30000 75000 225000 6 Bahadurgarh Shaktinagar 30 1500000 30000 75000 225000 7 Barodha CTO 103 1500000 30000 75000 225000 8 Barodha Ghevra 97 1500000 30000 75000 225000 9 Barodha Naraina 99 1500000 30000 75000 225000 10 Barodha Okhla 121 1500000 30000 75000 225000 11 Barodha Shaktinagar 92 1500000 30000 75000 225000 12 Gohana CTO 92 4500000 90000 225000 675000 13 Gohana Naraina 88 1615000 32300 80750 242250 14 Gohana Narela 64 15300000 306000 765000 2295000 15 Gohana Okhla 110 2421000 48420 121050 363150 16 Gohana Shaktinagar 81 7600000 152000 380000 1140000 17 Lakhan Majra CTO 97 1500000 30000 75000 225000 18 Lakhan Majra Ghevra 75 1500000 30000 75000 225000 19 Lakhan Majra Naraina 92 1500000 30000 75000 225000 20 Lakhan Majra Narela 83 1500000 30000 75000 225000 21 Lakhan Majra Okhla 112 1500000 30000 75000 225000 22 Lakhan Majra Shaktinagar 91 1500000 30000 75000 225000 23 RAMGARH Ghevra 84 1500000 30000 75000 225000 24 RAMGARH Narela 63 1500000 30000 75000 225000 25 RAMGARH Okhla 109 1500000 30000 75000 225000 26 ROHTAK Ghevra 61 1500000 30000 75000 225000 27 ROHTAK Narela 67 1500000 30000 75000 225000 28 ROHTAK Shaktinagar 81 1500000 30000 75000 225000 29 ROHTAK Naraina 80 1500000 30000 75000 225000 30 ROHTAK CTO 82 1500000 30000 75000 225000 31 ROHTAK Okhla 100 1500000 30000 75000 225000 32 Sampla CTO 48 1500000 30000 75000 225000 33 Sampla Ghevra 26 5854000 117080 292700 878100 34 Sampla Mayapuri 43 6466000 129320 323300 969900 35 Sampla Okhla 63 1500000 30000 75000 225000 TABLE-II R.T.C. D FOR DEPOTS EX FCI DISTRICT HISAR Security Deposit Sr. NO Estimated Earnest Money 5% of Contract Bank Guarantee @ From To Distance Contract value @ 2% of C.V. Value 15% of Contract Value

1 ALWAR 338 2 BANSWARA 808 3 BARAN 680 4 BARMER 695 5 BHARATPUR 447 6 BHAWANI MANDI 720 7 BHILWARA 549 8 BHINMAL 747 9 480 10 CHANDERIA 593 11 CHITTORGARH 603 12 DEOLI 530 13 DESHNOKH 327 Security and Bank Guarantee value will 14 DHOLPUR 521 be calculated on the basis of number of 15 DUNGARPUR 786 centres of rajasthan region awarded 16 645 taking contract value of Rs.1500000/- 17 SIRSA GULABPURA 485 49500000 990000 for each centre. Security Deposit= 5% 18 JALLORE 668 of calculated contract value 19 JHALARAPATAN 703 (Mentioned above) and Bank guarantee= 15% of calculated contract 20 KARAULI 511 value (Mentioned above). 21 KHERLI 442 22 KOTPUTLI 278 23 KUSHALGARH 846 24 MAHUA 439 25 MANDALGARH 594 26 MARWAR JN. 530 27 NARAINA 395 28 NIMBAHERA 640 29 PIPARCITY 461 30 SANCHOR 773 31 SIROHI ROAD 708 32 SUMERPUR 640 33 680 1 ALWAR 345 2 BANSWARA 815 3 BARAN 687 4 BARMER 689 5 BHARATPUR 454 6 BHAWANI MANDI 727 7 BHILWARA 556 8 BHINMAL 741 9 BILARA 487 10 CHANDERIA 600 11 CHITTORGARH 610 12 DEOLI 537 13 DESHNOKH 321 Security and Bank Guarantee value will 14 DHOLPUR 528 be calculated on the basis of number of 15 DUNGARPUR 793 centres of rajasthan region awarded 16 FATEHNAGAR 652 taking contract value of Rs.1500000/- 17 BHAMBOOR GULABPURA 492 49500000 990000 for each centre. Security Deposit= 5% 18 JALLORE 661 of calculated contract value 19 JHALARAPATAN 710 (Mentioned above) and Bank guarantee= 15% of calculated contract 20 KARAULI 518 value (Mentioned above). 21 KHERLI 449 22 KOTPUTLI 285 23 KUSHALGARH 853 24 MAHUA 446 25 MANDALGARH 601 26 MARWAR JN. 537 27 NARAINA 402 28 NIMBAHERA 647 29 PIPARCITY 468 30 SANCHOR 767 31 SIROHI ROAD 700 32 SUMERPUR 635 33 UDAIPUR 687 1 ALWAR 349 2 BANSWARA 819 3 BARAN 691 4 BARMER 685 5 BHARATPUR 458 6 BHAWANI MANDI 731 7 BHILWARA 560 8 BHINMAL 737 9 BILARA 491 10 CHANDERIA 604 11 CHITTORGARH 614 12 DEOLI 541 Security and Bank Guarantee value will be calculated on the basis of number of centres of rajasthan region awarded taking contract value of Rs.1500000/- MANGALA 49500000 990000 for each centre. Security Deposit= 5% of calculated contract value (Mentioned above) and Bank guarantee= 15% of calculated contract value (Mentioned above). 13 DESHNOKH 317 Security and Bank Guarantee value will 14 DHOLPUR 532 be calculated on the basis of number of 15 DUNGARPUR 797 centres of rajasthan region awarded 16 FATEHNAGAR 656 taking contract value of Rs.1500000/- 17 MANGALA GULABPURA 496 49500000 990000 for each centre. Security Deposit= 5% 18 JALLORE 657 of calculated contract value 19 JHALARAPATAN 714 (Mentioned above) and Bank guarantee= 15% of calculated contract 20 KARAULI 522 value (Mentioned above). 21 KHERLI 453 22 KOTPUTLI 289 23 KUSHALGARH 857 24 MAHUA 450 25 MANDALGARH 605 26 MARWAR JN. 541 27 NARAINA 406 28 NIMBAHERA 651 29 PIPARCITY 472 30 SANCHOR 763 31 SIROHI ROAD 697 32 SUMERPUR 631 33 UDAIPUR 691 1 ALWAR 349 2 BANSWARA 823 3 BARAN 721 4 BARMER 654 5 BHARATPUR 488 6 BHAWANI MANDI 735 7 BHILWARA 562 8 BHINMAL 706 9 BILARA 464 10 CHANDERIA 608 11 CHITTORGARH 618 12 DEOLI 514 13 DESHNOKH 286 Security and Bank Guarantee value will 14 DHOLPUR 562 be calculated on the basis of number of 15 DUNGARPUR 770 centres of rajasthan region awarded 16 FATEHNAGAR 660 taking contract value of Rs.1500000/- 17 ELLENABAD GULABPURA 470 49500000 990000 for each centre. Security Deposit= 5% 18 JALLORE 626 of calculated contract value 19 JHALARAPATAN 720 (Mentioned above) and Bank guarantee= 15% of calculated contract 20 KARAULI 522 value (Mentioned above). 21 KHERLI 419 22 KOTPUTLI 307 23 KUSHALGARH 859 24 MAHUA 480 25 MANDALGARH 607 26 MARWAR JN. 521 27 NARAINA 380 28 NIMBAHERA 652 29 PIPARCITY 444 30 SANCHOR 732 31 SIROHI ROAD 666 32 SUMERPUR 600 33 UDAIPUR 665 1 ALWAR 359 2 BANSWARA 829 3 BARAN 701 4 BARMER 678 5 BHARATPUR 468 6 BHAWANI MANDI 741 7 BHILWARA 570 8 BHINMAL 727 9 BILARA 488 10 CHANDERIA 614 11 CHITTORGARH 624 12 DEOLI 538 13 DESHNOKH 310 Security and Bank Guarantee value will 14 DHOLPUR 542 be calculated on the basis of number of 15 DUNGARPUR 791 centres of rajasthan region awarded 16 FATEHNAGAR 666 taking contract value of Rs.1500000/- 17 RANIA GULABPURA 494 49500000 990000 for each centre. Security Deposit= 5% 18 JALLORE 650 of calculated contract value 19 JHALARAPATAN 724 (Mentioned above) and Bank guarantee= 15% of calculated contract 20 KARAULI 532 value (Mentioned above). 21 KHERLI 440 22 KOTPUTLI 299 23 KUSHALGARH 867 24 MAHUA 460 25 MANDALGARH 615 26 MARWAR JN. 545 27 NARAINA 404 28 NIMBAHERA 661 29 PIPARCITY 468 30 SANCHOR 756 31 SIROHI ROAD 690 32 SUMERPUR 624 33 UDAIPUR 689 1 ALWAR 363 2 BANSWARA 837 3 BARAN 711 4 BARMER 668 5 BHARATPUR 478 6 BHAWANI MANDI 749 7 BHILWARA 576 8 BHINMAL 720 9 BILARA 478 10 CHANDERIA 622 11 CHITTORGARH 632 12 DEOLI 528 13 DESHNOKH 300 Security and Bank Guarantee value will 14 DHOLPUR 552 be calculated on the basis of number of 15 DUNGARPUR 784 centres of rajasthan region awarded 16 FATEHNAGAR 674 taking contract value of Rs.1500000/- 17 JIWAN NAGAR GULABPURA 484 49500000 990000 for each centre. Security Deposit= 5% 18 JALLORE 640 of calculated contract value 19 JHALARAPATAN 734 (Mentioned above) and Bank guarantee= 15% of calculated contract 20 KARAULI 536 value (Mentioned above). 21 KHERLI 433 22 KOTPUTLI 309 23 KUSHALGARH 873 24 MAHUA 470 25 MANDALGARH 621 26 MARWAR JN. 535 27 NARAINA 394 28 NIMBAHERA 666 29 PIPARCITY 458 30 SANCHOR 746 31 SIROHI ROAD 680 32 SUMERPUR 614 33 UDAIPUR 679 1 ALWAR 379 2 BANSWARA 853 3 BARAN 727 4 BARMER 684 5 BHARATPUR 494 6 BHAWANI MANDI 765 7 BHILWARA 592 8 BHINMAL 736 9 BILARA 494 10 CHANDERIA 638 11 CHITTORGARH 648 12 DEOLI 544 13 DESHNOKH 316 Security and Bank Guarantee value will 14 DHOLPUR 568 be calculated on the basis of number of 15 DUNGARPUR 800 centres of rajasthan region awarded 16 FATEHNAGAR 690 taking contract value of Rs.1500000/- 17 BANI GULABPURA 500 49500000 990000 for each centre. Security Deposit= 5% 18 JALLORE 656 of calculated contract value 19 JHALARAPATAN 750 (Mentioned above) and Bank guarantee= 15% of calculated contract 20 KARAULI 552 value (Mentioned above). 21 KHERLI 449 22 KOTPUTLI 325 23 KUSHALGARH 889 24 MAHUA 486 25 MANDALGARH 637 26 MARWAR JN. 551 27 NARAINA 410 28 NIMBAHERA 682 29 PIPARCITY 474 30 SANCHOR 762 31 SIROHI ROAD 696 32 SUMERPUR 630 33 UDAIPUR 695 1 ALWAR 378 2 BANSWARA 848 3 BARAN 720 4 BARMER 718 5 BHARATPUR 487 6 BHILWARA 589 7 BHINMAL 770 8 BILARA 520 9 CHANDERIA 633 10 CHITTORGARH 643 11 DEOLI 570 12 DESHNOKH 350 Security and Bank Guarantee value will 13 DHOLPUR 561 be calculated on the basis of number of 14 DUNGARPUR 826 centres of rajasthan region awarded 15 FATEHNAGAR 685 taking contract value of Rs.1500000/- 16 KALANWALI GULABPURA 525 46500000 930000 for each centre. Security Deposit= 5% 17 JALLORE 690 of calculated contract value 18 JHALARAPATAN 743 (Mentioned above) and Bank guarantee= 15% of calculated contract 19 KARAULI 551 value (Mentioned above). 20 KHERLI 482 21 KOTPUTLI 318 Security and Bank Guarantee value will be calculated on the basis of number of centres of rajasthan region awarded taking contract value of Rs.1500000/- KALANWALI 46500000 930000 for each centre. Security Deposit= 5% of calculated contract value (Mentioned above) and Bank guarantee= 15% of calculated contract value (Mentioned above).

22 KUSHALGARH 886 23 MAHUA 479 24 MANDALGARH 634 25 MARWAR JN. 570 26 NARAINA 435 27 PIPARCITY 501 28 SANCHOR 796 29 SIROHI ROAD 730 30 SUMERPUR 664 31 UDAIPUR 720 1 ALWAR 359 2 BANSWARA 829 3 BARAN 701 4 BARMER 686 5 BHARATPUR 468 6 BHAWANI MANDI 741 7 BHILWARA 570 8 BHINMAL 738 9 BILARA 496 10 CHANDERIA 614 11 CHITTORGARH 624 12 DEOLI 546 13 DESHNOKH 318 Security and Bank Guarantee value will 14 DHOLPUR 542 be calculated on the basis of number of 15 DUNGARPUR 802 centres of rajasthan region awarded 16 FATEHNAGAR 666 taking contract value of Rs.1500000/- 17 KHARIA GULABPURA 502 49500000 990000 for each centre. Security Deposit= 5% 18 JALLORE 658 of calculated contract value 19 JHALARAPATAN 724 (Mentioned above) and Bank guarantee= 15% of calculated contract 20 KARAULI 532 value (Mentioned above). 21 KHERLI 451 22 KOTPUTLI 299 23 KUSHALGARH 867 24 MAHUA 460 25 MANDALGARH 615 26 MARWAR JN. 551 27 NARAINA 412 28 NIMBAHERA 661 29 PIPARCITY 476 30 SANCHOR 764 31 SIROHI ROAD 698 32 SUMERPUR 632 33 UDAIPUR 697 1 ALWAR 362 2 BANSWARA 832 3 BARAN 704 4 BARMER 697 5 BHARATPUR 471 6 BHAWANI MANDI 744 7 BHILWARA 573 8 BHINMAL 749 9 BILARA 504 10 CHANDERIA 617 11 CHITTORGARH 627 12 DEOLI 554 13 DESHNOKH 329 Security and Bank Guarantee value will 14 DHOLPUR 545 be calculated on the basis of number of 15 DUNGARPUR 810 centres of rajasthan region awarded 16 FATEHNAGAR 669 taking contract value of Rs.1500000/- 17 PANNIWALA MOTA GULABPURA 509 49500000 990000 for each centre. Security Deposit= 5% 18 JALLORE 669 of calculated contract value 19 JHALARAPATAN 727 (Mentioned above) and Bank guarantee= 15% of calculated contract 20 KARAULI 535 value (Mentioned above). 21 KHERLI 462 22 KOTPUTLI 302 23 KUSHALGARH 870 24 MAHUA 463 25 MANDALGARH 618 26 MARWAR JN. 554 27 NARAINA 419 28 NIMBAHERA 664 29 PIPARCITY 485 30 SANCHOR 775 31 SIROHI ROAD 709 32 SUMERPUR 643 33 UDAIPUR 704 1 ALWAR 397 2 BANSWARA 867 3 BARAN 740 4 BARMER 707 5 BHARATPUR 506 6 BHAWANI MANDI 780 7 BHILWARA 609 8 BHINMAL 760 9 BILARA 524 10 CHANDERIA 452 11 CHITTORGARH 664

Security and Bank Guarantee value will be calculated on the basis of number of centres of rajasthan region awarded taking contract value of Rs.1500000/- DABWALI 49500000 990000 for each centre. Security Deposit= 5% of calculated contract value (Mentioned above) and Bank guarantee= 15% of calculated contract value (Mentioned above). 12 DEOLI 590 13 DESHNOKH 340 Security and Bank Guarantee value will 14 DHOLPUR 580 be calculated on the basis of number of 15 DUNGARPUR 845 centres of rajasthan region awarded 16 FATEHNAGAR 705 taking contract value of Rs.1500000/- 17 DABWALI GULABPURA 353 49500000 990000 for each centre. Security Deposit= 5% 18 JALLORE 680 of calculated contract value 19 JHALARAPATAN 763 (Mentioned above) and Bank guarantee= 15% of calculated contract 20 KARAULI 570 value (Mentioned above). 21 KHERLI 501 22 KOTPUTLI 337 23 KUSHALGARH 906 24 MAHUA 500 25 MANDALGARH 654 26 MARWAR JN. 575 27 NARAINA 445 28 NIMBAHERA 700 29 PIPARCITY 506 30 SANCHOR 786 31 SIROHI ROAD 720 32 SUMERPUR 654 33 UDAIPUR 740

CRITICAL DATES SECTION

1 Tender Publishing date 09.09.2016 at 10.00 a.m. 2 Tender documents download start date & time 09.09.2016 at 10.00 a.m. 3 Tender documents download end date & time 29.09.2016 at 06.00 p.m. 4 Online tender submission start date & time 09.09.2016 at 10.00 a.m. 5 Online tender submission end date & time 29.09.2016 at 06.00 p.m. 6 Online Technical Bid opening date & time 30.09.2016 at 10.00 a.m.

If the date fixed for online opening of tenders is subsequently declared a 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:

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 enrollment is free of cost. Bidders are advised to go through instructions provided at Annexure-A 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 documents will not be accepted.

NOTE 2: a Corporation will be at liberty to allow/direct Millers/Agencies to bring their own Labour to dump the Rice consignments in godowns for acceptance. b Work under these contracts excludes labour operations at option of F.C.I. in the hired godowns of Agencies in which they are providing 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.

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 enrollment 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. 4 Upon enrollment, 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 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.

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 generally, they can be in PDF/ XLS/ RAR/ DWF formats. 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 “offline” to pay the tender fee/ EMD as applicable and enter details of the transaction no. (UTR No.) at appropriate place.

4 Bidder should deposit the Tender Fee in single/one transaction and EMD in single/one transaction separately and if participated at more than one centre Tender Fee and 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 per the instructions specified in the tender document. The details of the Tender Fee and EMD should be filled carefully at specified place failing which the tender will be liable for rejection.

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 as per Appendix VII provided in part-B 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]

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 can be viewed on website eprocure.gov.in

TENDER SUBMISSION UNDERTAKING FOR HTC Date:- To

The General Manager (Region) Food Corporation of India Regional Office, Haryana, Panchkula.

Subject:- Acceptance of Terms and 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 68 (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 toohave 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/organisation 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,

(Sign of the Bidder, with official seal)

TENDER SUBMISSION UNDERTAKING FOR RTC Date:- To

The General Manager (Region) Food Corporation of India Regional Office, Haryana, Panchkula.

Subject:- Acceptance of Terms and 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 34 (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 toohave 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/organisation 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, (Sign of the Bidder, with official seal)

EARNEST MONEY

(i) Each tender must be accompanied by an Earnest Money @ 2% value of contract in the name of General Manager Food Corporation of 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

(ii) The amount of Rs. 566/- (Rs. Five hundred sixty six 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(non-refundable) will have to be done along with EMD.

TERMS & CONDITIONS :- 1 No negotiations will be conducted with any of the bidders who participate in this tender.

2 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 with Technical Bid

3 In case of Handling & Transport Contract:- (i) Experienced contractors of FCI participating in the new tenders as a bidder having insufficient experience by giving undertaking that 10% of additional B.G. would be submitted for relaxation of experience AND (ii) The contractors submitting tenders having experience in handling contract has to deposit the following documents in proof of deposit of EPF timely and correctly.

(a) No Dues Certificate from the concerned RPFC to the effect that the contractor has deposited the PF dues in respect of number of workers engaged by him for the experience period/contract period correctly and timely.

(b) The copies of monthly challan for the experience period.

4 The tender which are not accompanied by all the schedules annexures intact shall be liable to be rejected.

5 The Partnership Deed and SPA/GPA should be on the stamp papers of appropriate value as per Notifications issued by concerned State Govt. from time to time.

6 All HTCs have to ensure that all statutory provisions such as EPF/ESI/Contract Labour Act etc. are strictly complied with.

7 All the Transport Contractors engaged for moving foodgrains are covered under the Food Safety and Standards Act, 2006. Therefore, all such contractors will be required to obtain Licences directly from the State Food Safety Authorities.

8 Bidders must ensures that rate quoted in the Price Bid must be written in figures as well as in words at right place.

9 All the documents being submitted by the bidders must be in legible form. Otherwise the uploaded bid will be rejected.

10 Bidders must ensure that Tender Fee and EMD is deposited separately and only from the Account of Bidder Firm/partner's account. In the case of Sole Proprietor, from the account of proprietor.

11 Tenderers must ensure that their trucks shuld be conforming to the applicable mass emission standards (BS III since Ist April 2005 and BS 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 No additional/explanatory document will be entertained after the closing of receipt of tenders. 13 Experience Certificate must be strictly in accordance with the proforma given in Appendix-VI of MTF for HTC.

14 If the successful tenderer had previously held any contract and furnished security deposit, the same shall not be adjusted agaisnt this tender and a fresh security depsoit will be required to be furnished. 15 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 (R). 16 Scanned copy (in pdf format) of Power of Attorney of person of DSC key holder should be uploaded, failing which the tenders shall be summarily rejected. 17 All the tendere 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 ‘*’(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. 18 For Table-II : A) Tenderer will deposit the Emd Amount as mentioned in the table above. Security and Bank Guarantee value will be calculated on the basis of number of centres of rajasthan region awarded, taking contract value of Rs.1500000/- for each centre. Security Deposit= 5% of calculated contract value (Mentioned above) and Bank guarantee= 15% of calculated contract value (Mentioned above). B) The tenderer has to quote rates for each centre separately in the Price Bid. Format for the price bid is also available in the work item document.

19 Bidder should deposit the Tender Fee in single/one transaction and EMD in single/one transaction separately and if participated at more than one centre Tender Fee and 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 per the instructions specified in the tender document. The details of the Tender Fee and EMD should be filled carefully at specified place failing which the tender will be liable for rejection. 20 Bidder should upload all pages of NIT and corrigendum issued thereafter if applicable duly signed by bidder failing which the tender will be liable for rejection. 21 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 (Region)