FOOD CORPORATION OF INDIA REGIONAL OFFICE: HARYANA BAYS NO. 29-32, SECTOR-4, PACHKULA Cost of Tender Form =Rs. 566.00 TENDER NOTICE Food Corporation of India, Haryana Region invites sealed tenders under "TWO BID SYSTEM" from Sole Proprietary Concern or Registered Partnership Firm or a Private Limited Company or a Public Limited Company incorporated in India having business competency for appointment of Road Transport Contractors for movement of stocks by road to the Depots of Delhi, Himachal Pradesh, and Uttarakhand Regions from centres of Haryana for a period of two years as under:-

Rs. In Lakh Sl. No. From To Distance Estimated Earnest Security Deposit in KM Contract Money In the Bank Value Deposit form of DD Guarantee @ @ 2% of @ 5% of CV 15% of CV CV A. FOR DELHI DEPOTS EX FCI DISTRICT FARIDABAD 1 Faridabad Ghevera 70 53.00 1.06 2.65 7.95 2 Faridabad Naraina 47 182.00 3.64 9.10 27.30 3 Faridabad Narela 70 50.00 1.00 2.50 7.50 4 Faridabad Shakti Nagar 45 50.00 1.00 2.50 7.50 5 Hassanpur CTO 105 50.00 1.00 2.50 7.50 Ghevera 124 Naraina 102 Narela 125 Okhla 75 Shakti Nagar 100 6 Hodal CTO 104 113.00 2.26 5.65 16.95 Ghevera 123 Naraina 101 Narela 124 Okhla 74 Shakti Nagar 99 7 Palwal Ghevera 93 63.00 1.26 3.15 9.45 8 Palwal Narela 94 50.00 1.00 2.50 7.50 9 Palwal Shakti Nagar 67 50.00 1.00 2.50 7.50 FOR DELHI DEPOTS EX FCI DISTRICT KARNAL 1 Panipat CTO 101 50.00 1.00 2.50 7.50 Shakti Nagar 85 2 Barsat Narela 83 50.00 1.00 2.50 7.50 Shakti Nagar 99 Ghevera 103 Mayapuri 111 Okhla 122 CTO 115 3 Madlauda Narela 88 50.00 1.00 2.50 7.50 Shaktinagar 105 Ghevra 109 Mayapuri 116 Okhla 127 CTO 120 4 Nissing Narela 125 50.00 1.00 2.50 7.50 Shaktinagar 145 Ghevra 141 Mayapuri 152 Okhla 164 CTO 157 FOR DELHI DEPOTS EX FCI DISTRICT ROHTAK 1 Bahadurgarh CTO 30 50.00 1.00 2.50 7.50 Ghevera 8 Naraina 25 Narela 28 Okhla 45 Shakti Nagar 24 2 Ganaur CTO 70 50.00 1.00 2.50 7.50 Okhla 86 Shakti Nagar 57 3 Lakhanmajra CTO 97 50.00 1.00 2.50 7.50 Ghevera 75 Naraina 92 Narela 83 Okhla 112 Shakti Nagar 91 4 Safidon CTO 132 60.00 1.20 3.00 9.00 Naraina 127 60.00 1.20 3.00 9.00 Okhla 149 60.00 1.20 3.00 9.00 Shakti Nagar 121 60.00 1.20 3.00 9.00 5 Safidon Ghevra 125 172.00 3.44 8.60 25.80 Narela 103 B. FOR HIMACHAL PARDESH DEPOTS EX FCI DISTRICT KARNAL 1 Mustafabad Dhalli 201 136.00 2.72 6.80 20.40 Parwanoo 93 2 Naraingarh Nahan 29 168.00 3.36 8.40 25.20 3 Sadhaura Nahan 33 84.00 1.68 4.20 12.60 4 Ambala Nahan 70 50.00 1.00 2.50 7.50 5 Ambala Solan 115 240.00 4.80 12.00 36.00 6 Naraingarh Solan 105 50.00 1.00 2.50 7.50 7 Ambala Dhalli 178 426.00 8.52 21.30 63.90 C. FOR UTTRAKHAND DEPOTS EX-JAGADHRI 1 Jagadhri Kotdwar 197 188.00 3.76 9.40 28.20 D. FOR RAJASTHAN DEPOTS EX FCI DISTRICT FARIDABAD 1 Tauru 355 528.00 10.56 26.40 79.20 Bandikui 146 Baran 518 BANSWARA 677 BEAWAR 406 Bhawani Mandi 549 BHILWARA 462 476 BUNDI 433 CHANDERIA 513 Chomun 198 Dausa 211 Deoli 381 Dungarpur 719 552 GULABPURA 392 Jaipur 224 Jhalarapatan 527 Kekri 352 Kherli 133 Keshoraipatan 428 KISHANGARH 317 Kota 448 Kotputli 109 Kushalgarh 726 Laxmangarh 246 1 Tauru 528.00 10.56 26.40 79.20

MM Road 152 NEEM KA THANA 158 NEWAI 288 Nimbahera 558 PALIMARWAR 522 PARBATSAR 320 Partapgarh 635 RAJSAMAND 559 Ramganj mandi 514 SUMERPUR 595 Swai Madhopur 318 Tonk 316 608 2 Rewari Ajmer 322 282.00 5.64 14.10 42.30 Bhawani Mandi 516 BANSWARA 644 BEAWAR 373 BHILWARA 429 BUNDI 400 Deoli 348 Dungarpur 686 Jaipur 191 JHALRAPATAN 494 GULABPURA 359 Keshoraipatan 395 KISHANGARH 284 Kota 415 Kotputli 76 Newai 255 Nimbahera 525 Ramganj mandi 481 Sawai Madhopur 285 Tonk 283 FOR RAJASTHAN DEPOTS EX FCI DISTRICT ROHTAK 1 Gohana AJMER 432 385 7.70 19.25 57.75 BANDIKUI 306 BANSWARA 779 BARAN 577 BEAWAR 477 BHARATPUR 383 BHAWANIMANDI 642 BHILWARA 551 BUNDI 527 CHANDERIA 616 DAUSA 341 DEOLI 467 DHOLPUR 484 DUNGARPUR 781 FATEH NAGAR 677 GULABPURA 491 JAIPUR 317 JHALRAPATAN 627 KESHORAIPATAN 514 KISHANGARH 410 KHERLI 297 KOTA 562 MANDALGARH 556 NIMBHAHERA 627 NEWAI 377 PARBATSAR 434 PRATAPGARH 703 1 Gohana 385 7.70 19.25 57.75

PALIMARWAR 599 PIPARCITY 555 RAMGANJ MANDI 630 SAWAI MADHOPUR 454 SUMERPUR 661 UDAIPUR 682 2 ROHTAK AJMER 390 180.00 3.60 9.00 27.00 BANDIKUI 264 BANSWARA 738 BARAN 535 BEAWAR 435 BHARATPUR 365 BHAWANI MANDI 600 BHILWARA 510 BUNDI 485 CHANDERIA 575 DEOLI 425 DHOLPUR 465 DUNGARPUR 740 FATEHNAGAR 635 GULABPURA 450 JAIPUR 275 JHALRAPATAN 585 KESHORAIPATAN 472 KISHANGARH 368 KHERLI 285 KOTA 520 MANDALGARH 515 MAHUA 280 NIMBAHERA 585 NEWAI 336 PARBATSAR 392 PRATAPGARH 662 PALI 558 MARWAR 598 PIPARCITY 513 RAMGANGMANDI 588 SAWAIMADHOPUR 406 SUMERPUR 620 UDAIPUR 640 FOR RAJASTHAN DEPOTS EX FCI DISTRICT HISSAR 1 Bani BAGGAR 230 50.00 1.00 2.50 7.50 BALOTRA 623 BARMER 650 BHINMAL 698 BIKANER 262 CHURU 217 FATEHPUR SHEKHAWATI 260 HANUMANGARH 38 JAISALMER 582 JALLORE 657 JHUNJHUNU 236 539 KOLAYAT 300 KODRELA 742 LADNU 287 LAXMANGARH 278 MANDALGARH 638 MAKHAR 236 MERTA CITY 446 NAGAUR 385 1 Bani 50.00 1.00 2.50 7.50

NOKHA 325 PARBATSAR 385 432 PALI MARWAR 562 PIPARCITY 450 SANCHOR 710 SADULPUR 163 SIKAR 299 SIROHI ROAD 737 SUJANGARH 267 SUMERPUR 667 SURAJGARH 242 2 BARWALA AJMER 438 493.00 9.86 24.65 73.95 BAGGAR 142 BALOTRA 689 BANSWARA 812 BARMER 801 BEAWAR 503 BHILWARA 558 BHINMAL 810 BIKANER 362 BILARA 625 BUNDI 574 CHANDERIA 615 CHURU 169 DEOLI 520 FATEHPUR SHEKHAWATI 214 GULABPURA 510 HANUMANGARH 194 JAISALMER 763 JALLORE 724 JHUNJHUNU 176 JODHPUR 579 KOLAYAT 466 KISHANGARH 408 KODRELA 866 KOTA 622 LADNU 281 LAXMANGARH 218 MANDALGARH 604 MAKHAR 163 MERTA CITY 454 MOHANGARH 679 NAGAUR 544 NEWAI 426 NIMBAHERA 652 NOKHA 494 PARBATSAR 356 PHALODI 599 PALIMARWAR 648 PIPARCITY 555 POKHARAN 746 SADULPUR 107 SANCHOR 861 SIKAR 245 SIROHI ROAD 794 SUJANGARH 292 SUMERPUR 668 SURAJGARH 136 TONK 456 2 BARWALA 493.00 9.86 24.65 73.95

UDAIPUR 649 3 Charkhi Dadri ABU ROAD 717 180.00 3.60 9.00 27.00 AJMER 370 BAGGAR 100 BIKANER 319 BUNDI 500 CHANDERIA 537 CHOMUN 260 CHURU 157 DEOLI 455 DUNGERPUR 722 FATEHPUR SHEKHAWATI 163 GULABPURA 422 JALLORE 635 JHUNJHUNU 116 KOTPUTLI 120 LAXMANGARH 165 MANDALGARH 539 MAKHAR 103 MERTA CITY 449 NARAINA 364 NEEM KA THANA 155 NEWAI 354 PARBATSAR 291 PALIMARWAR 532 PIPARCITY 487 POKHRAN 681 RAJGARH 90 RAJSAMAND 580 RAMGUNJ MANDI 619 SADULPUR 79 SIKAR 190 SIROHI ROAD 672 SOJAT ROAD 475 SHRI MADHOPUR 214 SUJANGARH 237 SUMERPUR 605 SURAJGARH 72 4 Chautala ABU ROAD 775 240.00 4.80 12.00 36.00 BAGGAR 344 BALOTRA 562 BARMER 670 BHINMAL 725 BIKANER 265 BILARA 546 CHURU 278 FATEHPUR SHEKHAWATI 267 HANUMANGARH 30 JAISALMER 573 JALLORE 660 JHUNJHUNU 316 JODHPUR 540 KOLAYAT 312 KODRELA 738 LADNU 289 LAXMANGARH 280 MANDALGARH 636 MAKHAR 347 MERTA CITY 462 MOHANGARH 485 4 Chautala 240.00 4.80 12.00 36.00

NAGAUR 380 NOKHA 330 PARBATSAR 384 PHALODI 435 PALIMARWAR 593 PIPARCITY 520 POKHRAN 495 SANCHOR 713 SADULPUR 256 SIKAR 310 SIROHI ROAD 736 SOJAT ROAD 539 SUJANGARH 275 SUMERPUR 675 SURAJGARH 366 5 FATEHABAD BAGGAR 181 50.00 1.00 2.50 7.50 BALOTRA 582 BARMER 680 BHINMAL 678 BIKANER 297 CHURU 155 FATEHPUR SHEKHAWATI 192 HANUMANGARH 109 JAISALMER 593 JALLORE 610 JHUNJHUNU 188 JODHPUR 480 KOLAYAT 341 LADNU 260 LAXMANGARH 230 MANDALGARH 617 MAKHAR 188 MERTA CITY 382 NAGAUR 349 NOKHA 338 PARBATSAR 333 PHALODI 459 PALI MARWAR 521 PIPARCITY 442 SANCHOR 738 SADULPUR 123 SIKAR 241 SIROHI ROAD 635 SUJANGARH 246 SUMERPUR 573 SURAJGARH 164 6 Jiwan Nagar BAGGAR 215 50.00 1.00 2.50 7.50 BALOTRA 607 BARMER 635 BHINMAL 682 BIKANER 222 CHURU 209 FATEHPUR SHEKHAWATI 244 HANUMANGARH 72 JAISALMER 566 JALLORE 641 JHUNJHUNU 220 JODHPUR 523 KOLAYAT 284 KODRELA 726 6 Jiwan Nagar 50.00 1.00 2.50 7.50

LADNU 271 LAXMANGARH 262 MANDALGARH 623 MAKHAR 221 MERTA CITY 431 NAGAUR 370 NOKHA 309 PARBATSAR 367 PHALODI 415 PALI MARWAR 546 PIPARCITY 469 SANCHOR 696 SADULPUR 171 SIKAR 284 SIROHI ROAD 721 SUJANGARH 251 SUMERPUR 651 SURAJGARH 227 7 Rania BAGGAR 204 50.00 1.00 2.50 7.50 BALOTRA 620 BARMER 624 BHINMAL 695 BIKANER 235 CHURU 198 FATEHPUR SHEKHAWATI 257 HANUMANGARH 85 JAISALMER 579 JALLORE 654 JHUNJHUNU 233 JODHPUR 536 KOLAYAT 297 KODRELA 739 LADNU 284 LAXMANGARH 275 MANDALGARH 612 MAKHAR 210 MERTA CITY 420 NAGAUR 383 NOKHA 322 PARBATSAR 380 PHALODI 418 PALIMARWAR 559 PIPARCITY 482 SANCHOR 709 SADULPUR 160 SIKAR 273 SIROHI ROAD 734 SUJANGARH 264 SUMERPUR 664 SURAJGARH 216 8 Tohana AJMER 479 244.00 4.88 12.20 36.60 BAGGAR 183 BALOTRA 730 BANSWARA 853 BARMER 842 BEAWAR 544 BHILWARA 599 BHINMAL 851 BIKANER 403 BILARA 666 8 Tohana 244.00 4.88 12.20 36.60

BUNDI 615 CHANDERIA 656 CHURU 210 DEOLI 561 FATEHPUR SHEKHAWATI 255 GULABPURA 551 HANUMANGARH 235 JAISALMER 804 JALLORE 765 JHUNJHUNU 217 JHALRAPATAN 804 JODHPUR 620 KISHANGARH 449 KOLAYAT 507 KODRELA 907 KOTA 663 LADNU 322 LAXMANGARH 259 MANDALGARH 645 MAKHAR 204 MERTA CITY 495 MOHANGARH 720 NAGAUR 585 NIMBAHERA 693 NEWAI 467 NOKHA 535 PARBATSAR 397 PHALODI 640 PALIMARWAR 689 PIPARCITY 596 POKHARAN 787 SADULPUR 148 SANCHOR 902 SIKAR 286 SIROHI ROAD 835 SUJANGARH 333 SUMERPUR 709 SURAJGARH 177 TONK 497 UDAIPUR 690 I. QUALIFICATION CONDITIONS FOR BIDDING:- (i) Tenderer should have experience of Transportation duly obtained from Manufacturer/PSU/Govt. Dept./Public Ltd. Company/Private Limited Company dealing in the field of Fertilizer, Food grains, Cement, Sugar, Coarse grains or any other commodity .Tenderer should have executed in any of the immediate preceding five years work of value: (a) At least 25% of the estimated contract value in one single contract OR (b) 50% of the estimated contract value in different contracts. (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) Where the estimated contract value of Road Transport Contract is less than Rs. Five Crores, Tenderer without the requisite experience as mentioned above may also participate subject to providing an undertaking that an additional Performance Guarantee in the form of Bank Guarantee of 10% of the contract value from SBI & Its Associates Banks/ the other Public sectors Bank will be given, if selected. The format of the Bank Guarantee to be provided in such cases is at Appendix V.

(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 to 31st March) excluding the financial year in which tender enquiry is floated. II . DISQUALIFICATION CONDITIONS FOR BIDDING:- (i). Tenderer who have been blacklisted or otherwise debarred by F.C.I. or an 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 five years ,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 Tender disqualified. (vi) A Hindu Undivided Family( either as a proprietor or partner of a firm) shall not be entitled to apply for tender. Any tender submitted in the capacity of Hindu Undivided Family (either as a proprietor or partner of a firm) shall be summarily rejected. III. SECURITY DEPOSIT (i) The Successful Tenderer shall furnish, within fifteen working days of acceptance of his tender, a Security Deposit for the due performance of his obligations under the contract. The Security Deposit shall consist of:

(a) A sum equivalent to 5% of the value of the Contract in the form of demand draft or Pay Order issued by a scheduled Bank or Electronic Clearing System(ECS) / Other electronic means in favour of the General Manager, Food Corporation of India; and (b) Another sum equivalent 15% of the value of contract, in the form of an irrevocable and unconditional Bank Guarantee issued by SBI & Its Associates Banks/ the other Public sectors Bank in the format prescribed in Appendix-IV which shall be enforceable till six months after the expiry of the contract period. (c) If applicable, an additional sum equivalent to 10% of the value of the contract, in terms of an undertaking provided by the tenderer for relaxation of eligibility conditions, in the form of an irrevocable and unconditional Bank Guarantee issued by SBI & Its Associates Banks/ the other Public Sector Banks in the format prescribed in Appendix-V which shall be enforceable till six months after the expiry of the contract period. (ii) In case of failure of tenderer to deposit the Bank Guarantee as stipulated in clause 7(i) (b) & (c) within 15 working days of acceptance of his tender, further extension of 15 working days can be given subject to levy of penalty @ 1% of the whole amount of the Security Deposit and another 15 working days with levy @ 2% on the whole amount of Security Deposit by GM(R). (iii) The Security Deposit furnished by the Tenderer will be subject to the terms and conditions given in the Tender and the Corporation will not be liable for payment of any interest on the Security Deposit. (iv) In the event of the Tender’s failure, after the communication of acceptance of the tender by the corporation, to furnish the requisite Security Deposit by the due date including extension period, his contract shall be summarily terminated besides forfeiture of the Earnest Money and the Corporation shall proceed for appointment of another contractor. Any losses or damages arising out of and incurred by the Corporation by such conduct of contractor will be recovered from the contractor , without prejudice to any other rights and remedies of the Corporation under the Contract and Law. The contractor will also be debarred from participating in any future tenders of the Corporation for a period of five years. After the completion of prescribed period of five years , the party may be allowed to participate in the future tenders of FCI provided all the recoveries/ dues have been effected by the Corporation and there is no dispute pending with the contractor/party. IV. LIQUIDATED DAMAGES: In the event of failure of the contractor to dispatch 100 MT of foodgrains etc. per working day on average basis in each month for each of the destination centres for which the allocation is given, the LD (Liquidated Damages) @ Rs. 333/- per 10 MT will be levied from the contractor against shortfall of allocation during the month. V REVISION OF RATES DUE TO CHANGE IN DIESEL PRICES: (i) An increase of 0.75 paisa per KM/MT will be allowed on the base rate for every increase of 40 paise per liter in the price of diesel, in the event of increase in the retail price of diesel by more than 5% as compared to the base rate. (ii) A decrease of 0.75 Paisa per KM/MT will be effected on the base rate for every decrease of 40 paise per liter in the price of diesel, in the event of decrease in the retail price of diesel by more than 2.5% as compared to the base rate. (iii) The retail price of diesel prevailing on the date of submission of the tender will be taken as the base rate and the rate revision will be allowed from the next quarter commencement date i.e. 1st January, 1st April, 1st July or 1st October following the date of revision of diesel rates. The Diesel rate prevailing in the Indian Oil Corporation outlets at the concerned F.C.I. District Headquarters will be taken into consideration for revision of rates. The contractor is, therefore, advised to ensure that all the necessary documents are properly furnished in time whenever revision is requested for. VI RATES ARE TO BE OFFERED IN PRICE BID INCLUSIVE OF ALL TAXES, DUTIES, CESS ETC. PER M.T./ KILO METER. FSD/BG/ARDC GODOWNS OF F.C.I. WILL BE FOCAL POINT AS THE CASE MAY BE & UNDER RTC ALL THESE GODOWNS FALLING WITHIN RADIUS OF 10 KMS. OF THE FOCAL POINT WILL BE TREATED AS ONE CENTRE FOR ALL PURPOSES. THE DISTANCE WILL BE RECKONED FROM THE FOCAL POINT TO THE DESTINATION OF ALL STORAGE POINTS. IN CASE OF OTHER CENTRES, THE BUS STAND WILL BE THE FOCAL POINT.

VII NO NEGOTIATIONS WILL BE CONDUCTED WITH ANY OF THE BIDDERS WHO PARTICIPATE IN THIS TENDER. TENDERERS ARE REQUESTED TO INDICATE THEIR LOWEST RATES AT THE VERY FIRST INSTANCE. VIII Tenderer may clearly mention their Bank A/c. No., name of bank & its branch alongwith IFSC Code for refund of EMD, if required, through RTGS. IX Tenderers must ensure that their trucks should be conforming to the applicable mass emmission standards (BS III since 1st April 2005 and BS IV since 1st April 2010), as per guidelines of Environment Pollution (Prevention & Control) Authority for the NCR (EPCA). Trucks non compliant to NCR mass emission standards will not be used to pick up and deliver goods within National Capital Region (NCR) Tender documents containing the terms and conditions can be obtained from concerned FCI District Office of Haryana as well as from the Regional Office, Haryana, Panchkula on all working days from 01.05.2013 to 21.05.2013 up to 3.00 PM daily excluding Holidays on payment of the cost of tender form as indicated above (non-refundable). Tender forms can also be downloaded from Website www.fciweb.nic.in.> Zonal /Regional Offices> North Zone/ Haryana Region> Tenders> Tenders and in that case its cost in the shape of Demand Draft/Pay Order in favour of G.M., F.C.I., Haryana must be attached with the technical bid failing which tender will not be entertained. Separate Tender will be used for each centre. The tender shall be submitted in two parts, viz., technical bid and price bid. The original copy of the tender along with the documents required under the technical bid is to be kept in one sealed envelope superscribed ‘A’ – Technical Bid and the price bid will be kept in another sealed envelope super scribed ‘B’ – Price Bid. Both the bids then will be kept in another sealed envelope superscribing “RTC Tender for ……….……. (Centre)” Offers in above manner will be received in the Regional Office, Haryana at Panchkula up to 3.00 P.M. on 22.05.2013 and the Technical Bids shall be opened on the same day at 3.30 P.M. in the presence of the tenderers or their authorized representative, who may wish to be present. The price bids of only those tenderers shall be opened, whose technical bids are found to be acceptable for which date will be intimated separately. Outstation tenderers can send their offers through registered post in the prescribed manner. Offers received after due date and time or without earnest money will not be entertained.

F.C.I. reserves the right to reject any or all the tenders without assigning any reason. Sd/- General Manager ( R)