भारतीय खा饍य निगम FOOD CORPORATION OF DIVISIONAL OFFICE: ROHTAK, 812 Amaltas Avenue, Bajrang Bhawan, Rohtak, -124001 ======

Cost of Tender Form: Rs. 500 + GST Rs.90 = Rs.590/- (non refundable) T.E: 17.03.2020 (E-TENDER NOTICE FOR APPOINTMENT OF MANDI TRANSPORT CONTRACTOR)

For and on behalf of the Food Corporation of India (hereinafter called the Corporation) the DIVISIONAL MANAGER, Food Corporation of India, Divisional Office Rohtak invites online tender tenders under “TWO BID SYSTEM” at Central Public Procurement Portal (URLhttps://eprocure.gov.in/eprocure/app) for appointment of Mandi transport Contractor at the following mandi under FCI Divisional office Rohtak for a period of 01.04.2020 to 31.03.2021 and extendable for further period of three months i.e. upto 30.06.2021. Details are as under:-

Estimated Earnest Name of Estimated SR. Qty to be Money Security Type of Revenue Name of Mandi contract No. Handled Deposit (Rs.) Contract Distt Value (Rs.) (In MT) (Rs.) 1 JHAJJAR DD MAJRA 20000 3540000 70800 177000 MTC 2 DANODA KALAN 9500 1270000 25400 63500 MTC 3 SUDKAN KHURD 8000 1050000 21000 52500 MTC 4 13000 1900000 38000 95000 MTC 5 DHANAURI 2500 500000 10000 25000 MTC 6 DHAMTAN 12000 1620000 32400 81000 MTC 7 12500 500000 10000 25000 MTC 8 SIWANMAL 5000 500000 10000 25000 MTC 9 ANCHRAN KALAN 4500 750000 15000 37500 MTC 10 BISWANMILE 1000 500000 10000 25000 MTC 11 100000 13500000 2700000 675000 MTC 12 KASANDI 9000 2200000 44000 110000 MTC 13 KATHURA 6500 1320000 26400 66000 MTC 14 SONIPAT BHAINSWAL 7500 1800000 36000 90000 MTC 15 KHARKHODA 20000 2800000 56000 140000 MTC 16 12000 650000 13000 32500 MTC 17 SANPHERA 12500 2570000 51400 128500 MTC 18 SONIPAT 7000 500000 10000 25000 MTC Critical Date Section

1. Tender Publishing Date 03.03.2020 at 06:00PM 2. Tender Document download start date & time 03.03.2020 at 06:00PM 3. Tender Document download end date & time 16.03.2020 at 03:00PM 4. Online Tender submission start date & time 03.03.2020 at 06:00PM 5. Online Tender submission end date & time 16.03.2020 at 03:00PM 6. Online Technical Bid Opening date & time 17.03.2020 at 03:00PM

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 eprocurement 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 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. 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 (DSC). 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 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 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 III 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 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 EARNEST MONEY

(i) Each tender must be accompanied by an Earnest Money @ 2% value of contract in the name of Divisional Manager, FCI, Rohtak, 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 Main Branch, Rohtak. Account No. 11075606717 Type of Account CC Account IFSC Code SBIN0000706 (ii) The amount of Rs.590 (Rs. Five hundred ninety 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. The tender which are not accompanied by all the schedules annexure intact shall be liable to be rejected. 4. Bidders must ensure that rate quoted in the Price Bid must be written in figures as well as in words at right place. 5. All the documents being submitted by the bidders must be in legible form. Otherwise the uploaded bid will be rejected. 6. 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. 7. No additional/explanatory document will be entertained after the closing of receipt of tenders. 8. If the successful tenderer had previously held any contract and furnished security deposit, the same shall not be adjusted against this tender and a fresh security deposit will be required to be furnished. 9. All the tenders shall remain open for acceptance upto a period of 75 days including the extension period of 30days at the discretion of Competent Authority. 10. All the tenderer 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. 11. 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. 12. DIVISIONAL MANAGER, FCI, Rohtak reserves the right to reject any or all tenderers without assigning any reason. 13. NOTE : (i) “No negotiations will be conducted with any of the bidders who participate in this tender” (ii) Indicate whether the tender or the firm or any of the partners, Directors, Associates, Proprietors of the said Firm have been convicted by a court for imprisonment, if yes, please furnish details regarding conviction such as term of conviction, date of order, copy of the court order etc. (iii) Tender is not eligible for award of Tender if the Tenderer or the Firm or any of the partners, Directors, Associates, Proprietors of the said Firm have been convicted by court to imprisonment for a period of three years or more. 14. Separate tender form shall be used for each mandi. 15. The tender which are not accompanied by all the schedules annexures intact and duly filled in and signed shall be liable to be rejected. 16. The tender shall be submitted through online only. 17. Price Bid will be opened in r/o those tenders whose Technical Bid is found in order/acceptable. Date of opening of Price Bid will be intimated separately.

(II) . List of Documents to be uploaded in Technical bid folder/cover :

(i) All the pages of Technical Bid/MTF and supporting / enclosed documents must be duly signed on each & every page. (ii)Signed scanned copy (in pdf format) of proof of payment of fee for cost of Tender Form and EMD. (iii) The bidder(s) will have to produce all or any documents in original whenever asked by the corporation. (iv) Signed scanned copy (in pdf format) of ‘Tender Acceptance Letter’ accepting terms Appendix I and Technical Bid as per Appendix II (after filling all columns). (v) Signed scanned copy (in pdf format) of attested copy of Registered Deed of partnership & Certificate of Registration /Memorandum and Articles of Association/By –Laws etc. as applicable. (vi) Signed scanned copy (in pdf format) of Power Of Attorney of person signing the tender. (vii) Signed scanned copies (in pdf format) of all documents as per the requirement of Technical Bid. (Viii) Declaration of Appendix-IV must be on non judicial stamp paper worth Rs.20/- (ix) Terms and conditions (Appendix-iii) to be signed over non judicial stamp paper worth Rs.20/- after acceptance of the tender.

PRICE BID to be uploaded in Financial bid folder/ cover:

(i)Price Bid/Offered rate documents as per Price Bid format (BOQ File) available online.

NOTE:- For detailed terms and conditions, MTF may be referred.

DISTANCE OF LINKED STORAGE POINTS WITH MANDI SR. NO MANDI NAME STORAGE POINT DISTANCE (IN KM) PEG VASISTH Marodhi 26.3 PEG JEEVANI MARODHI 26.3 PEG PATWAPUR 23.5 FSD ROHTAK 34.6 1 DD Majra JHAJJAR Railhead 24.2 PEG FATEH SINGH BANIYANI 28 PEG VARSHA LAHLI 22.7 PEG PREMLALA LAHLI 22.7 PEG Om India 18.5 FSD 13 BG NARWANA 14.2 2 DANODA KALAN PEG AJAY KUMAR 19.1 PEG RANDEEP ISMAILPUR 19 PEG SR GARG 20 PEG RANDHIR DUMARKHAN 16.6 PEG INDER SINGH KARSINDHU 14.2 3 SUDKAN KHURD PEG SANJEEV KUMAR 13.5 BG NARWANA 18.7 FSD NARWANA 17.5 BG NARWANA 16 FSD NARWANA 16.9 4 UJHANA PEG AJAY KUMAR 22.5 PEG RANDEEP ISMAILPUR 22.4 BG NARWANA 27.9 FSD Narwana 29 5 DHANAURI PEG AJAY KUMAR 39.7 PEG Om India 39 BG NARWANA 16.7 6 DHAMTAN FSD Narwana 17.6 PEG OM INDIA 15.5 PEG AJAY AHLAWAT 15.4 PEG SEELA DEVI 15.5 Vinod Kumar , Safidon 11.6 Savitri Devi 10.2 7 SAFIDON Anita Devi 11.5 Pawan Kumar 9.3 Parveen Kumar 11.5 PEG PARVEEN 14.2 8 SIWANMAL PEG PAWAN 16.5 PEG PARVEEN 15 ANCHRAN 9 PEG PAWAN 17.3 KALAN FCI SILO BHAMBEWA 15 10 BISWANMILE PEG MURTHAL 14 PEG ANURADHA 14 PEG PARVATI DEVI, BARODA 13.1 11 GOHANA PEG ANURADHA RUKHI 14 PEG MAHARA UNIT 1 44.3 PEG MAHARA UNIT 2 45.2 PEG ANURADHA 17.9 FSD GOHANA 17 12 KASANDI PEG MAHARA UNIT 1 15.9 PEG MAHARA UNIT 2 16.8 PEG PARVATI DEVI, BARODA 10.6 FSD GOHANA 14 CWC GOHANA 17.1 13 KATHURA PEG ANURADHA RUKHI 10.8 PEG MAHARA UNIT 1 54.3 PEG MAHARA UNIT 2 55.2 FSD GOHANA 25 PEG ANURADHA RUKHI 27.5 PEG NIRTHAN SONIPAT 17.6 14 BHAINSWAL FSD SONIPAT 32.5 CWC SONIPAT 32.3 PEG MAHARA UNIT 1 33.8 PEG MAHRA UNIT 2 34.7 FSD Sonipat 18 15 KHARKHODA CWC SONIPAT 17.7 PEG Nirthan 11 CWC BARHI 11.3 16 GANAUR PEG MAHRA UNIT-1 15.8 PEG MAHRA UNIT-II 15 PEG MURTHAL 16.7 17 SANPERA CWC BARHI 10.7 PEG MAHARA UNIT-1 20 PEG MAHARA UNIT-2 20.8 PEG HAFED MURTHAL 9.5 18 SONIPAT HAIC MURTHAL 10.2 PEG HAFED NIRTHAN 15

(SANTOSH KUMAR) DIVISIONAL MANAGER, FCI, DO, Rohtak

No. PROC./RTK/MLC MTC TENDER /RMS 20-21/ Dated:-27.02.2020

To

1. Notice Board ( FCI DO ROHTAK) 2. DIVISIONAL MANAGER, FCI DO Karnal/Kurukshetra//Faridabad for information 3. All Manager (Depot) of Divisional Rohtak through E-Mail, for vide publicity & display on Depot Notice Board. 4. Manager (Comp.), FCI, HRO, Panchkula with a request to upload the same on FCI website. 5. DFSC, Food & Supply Department (Jhajjar/Rohtak/Jind/Sonepat) for Information. 6. DM HAFED Rohtak/Jind/Sonepat for Information 7. DM HWC Rohtak//Panipat for Information