Food Corporation Of India Regional Office: Lucknow...

109
Page 1 of 109 Bid Document For Engagement of Private Parties for procurement of paddy under MSP scheme from farmers at sector level procurement centres and delivery of resultant Custom Milled Rice on Principal to Principal Basis Under Two Bid System Through e-Tender For KMS-2015-16 to KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur) Of State of Uttar Pradesh Food Corporation Of India Regional Office: Lucknow , Uttar Pradesh

Transcript of Food Corporation Of India Regional Office: Lucknow...

Page 1: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 1 of 109

Bid Document

For Engagement of Private Parties for procurement of

paddy under MSP scheme from farmers at sector level

procurement centres and delivery of resultant Custom

Milled Rice on Principal to Principal Basis Under Two

Bid System Through e-Tender For KMS-2015-16 to

KMS 2017-18 in the Cluster-2 (Allahabad,

Kaushambhi, Pratapgarh, Sultanpur) Of State of Uttar

Pradesh

Food Corporation Of India

Regional Office: Lucknow , Uttar Pradesh

Page 2: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 2 of 109

Part – A

Technical Bid

Page 3: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 3 of 109

Disclaimer

The information contained in this Bid document or subsequently provided

to Bidder, whether verbally or in documentary or any other form by or on behalf

of the FCI or any of its employees or advisers, is provided to Bidder on the terms

and conditions set out in this Bid document and such other terms and conditions

subject to which such information is provided. This information is on a wide

range of matters, some of which depends upon interpretation of law. The

information given is not an exhaustive account of statutory requirements and

should not be regarded as a complete or authoritative statement of law. The FCI

accepts no responsibility for the accuracy or otherwise for any interpretation or

opinion on the law expressed herein.

This Bid document is not an agreement. The purpose of this Bid

document is to provide interested parties with information that may be useful to

them in the formulation of their Proposals pursuant to this Bid document. This

Bid document includes statements, which reflect various assumptions and

assessments arrived at by the FCI in relation to the assignment. Such

assumptions, assessments and statements do not purport to contain all the

information that each Bidder may require. This Bid document may not be

appropriate for all persons, and it is not possible for the FCI, its employees or

advisers to consider the objectives, technical expertise and particular needs of

each party who reads or uses this Bid document. The assumptions, assessments,

statements and information contained in this Bid document, may not be

complete, accurate, adequate or correct. Each Bidder should, therefore, conduct

its own investigations and analysis and should check the accuracy, adequacy,

correctness, reliability and completeness of the assumptions, assessments and

information contained in this Bid document and obtain independent advice from

appropriate sources.

The FCI, its employees and advisers make no representation or warranty

and shall have no liability to any person including any Bidder under any law,

statute, rules or regulations or tort, principles of restitution or unjust enrichment

or otherwise for any loss, damages, cost or expense which may arise from or be

incurred or suffered on account of anything contained in this Bid document or

otherwise, including the accuracy, adequacy, correctness, reliability or

completeness of the Bid document and any assessment, assumption, statement

or information contained therein or deemed to form part of this Bid document or

arising in any way in this Selection Process.

Page 4: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 4 of 109

FCI also accepts no liability of any nature whether resulting from

negligence or otherwise however caused arising from reliance of any Bidder

upon the statements contained in this Bid document.

FCI may in its absolute discretion, but without being under any obligation

to do so, update, amend or supplement the information, assessment or

assumption contained in this Bid document.

The issue of this Bid document does not imply that the FCI is bound to

select any Bidder or to appoint the Selected Bidder, as the case may be, for the

assignment and the FCI reserves the right to reject all or any of the Proposals

without assigning any reasons whatsoever.

The Bidder shall bear all its cost associated with or relating to preparation

and submission of its Proposal including but not limited to preparation, copying,

postage, delivery fees, expenses associated with any demonstrations or

presentations which may be required by the FCI, formation of consortium or any

other costs incurred in connection with or relating to its Proposal. All such costs

and expenses will remain with the Bidder and the FCI shall not be liable in any

manner whatsoever for the same or for any other costs or other expenses

incurred by an Bidder in preparation or submission of the Proposal, regardless of

the conduct or outcome of the Selection Process.

General Manager (Region)

Page 5: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 5 of 109

Engagement Of Private Parties on Principal to Principal Basis

Under Two Bid System Through e-Tender For Procurement Of

Paddy Under MSP Scheme From Farmers At Sector Level

Procurement Centres and Delivery Of Resultant Custom Milled

Rice (CMR) in the Specified Godowns as Per Govt. Of India

Specifications during KMS-2015-16 to KMS 2017-18 In The

Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur) Of

State of Uttar Pradesh

(Bid No.Proc/02/2015-16)

FROM:

The General Manager (Region)

Food Corporation of India

Regional office:

Lucknow, Uttar Pradesh

Tel. No. 0522-2720862, 0522-2720863 FAX No. 0522-2720946

E-mail: [email protected]

Dear Sir(s),

For and on behalf of the Food Corporation of India online bids in the

prescribed Bid Document under two bid system are invited from interested,

eligible bidders for “Engagement of Private Partieson Principal to Principal basis

under two bid system through e-tender for procurement of paddy under MSP

scheme from farmers at sector level procurement centres and delivery of resultant

custom milled rice (CMR) in the specified godowns as per Govt. of India

specifications during KMS 2015-16 to KMS 2017-18 in the Cluster-2 Second

(Allahabad, Kaushambhi, Pratapgarh, Sultanpur) of State of Uttar Pradesh.” No

manual bids shall be accepted.

The contract will be for a period covering three Kharif Marketing Seasons

i.e.KMS 2015-16 to KMS 2017-18 as declared by Govt. of India for which this bid

is invited. However, the time schedule of procurement and milling/ delivery shall

be as prescribed by GOI for the State/ part of the State for each KMS.

Page 6: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 6 of 109

The Bid Document and other detailed terms & conditions are available in

the Food Corporation of India website www.fciweb.nic.in (for reference only)

as well as at https://eprocure.gov.in/eprocure/app (for reference and

online bidding).

Bidders are advised to follow the instructions provided in the ‘Instructions

to the Bidders for the e-submission of the bids online through the Central Public

Procurement Portal for e-Procurement at https://eprocure.gov.in/eprocure/app’.

The last time and date for submission of the online Bids is at 15:00 Hrs of

24.11.2015and Technical Bids will be opened online at 16:00Hrs on the same day

in the presence of the intending bidders/their authorized representatives who may

wish to be present.

Bids to remain open for acceptance up to and inclusive of 60 days from the

date of opening of the Bid. The Food Corporation of India, may, at its discretion,

extend this date by 30 days and such extension shall be binding on the Bidders. If

the date up to which the Bid is open for acceptance is declared to be a closed

holiday/Sunday, the Bid shall be deemed to remain open for acceptance till next

following working day.

The prospective bidders are advised to refer to the CPPP website for any

modification tothe Bid Document and the bidders shall ensure that the Bid

Documents submitted by them shall contain such modifications, failing which the

bids shall be liable to be rejected.

The bidders shall deposit along with the Technical Bid through RTGS /

NEFT/ ELECTRONIC MODE an amount of Rs. 10,00,000/-(Rupees Ten Lakh only)

towards Earnest Money and INR 500/- (Rupees Five Hundred only), inclusive of

taxes, towards cost of tender form (non refundable) in the Food Corporation of

India, Regional Office, Lucknow CC Account No 010864106873, IFSC Code

No. SBIN0000125 in State Bank of India at Main Branch Hazratganj of

Lucknow and the scanned copy / soft copy of RTGS / NEFT/ ELECTRONIC

MODE acknowledgment of such deposit shall be uploaded along with the

Technical Bid.

Food Corporation of India reserves the right to cancel the Bid enquiry at

any stage without assigning any reason.

General Manager (Region)

Page 7: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 7 of 109

FORWARDING LETTER

From

(Full Name of the bidder Organization) ----------------------------------------------

Address ----------------------------------------------

----------------------------------------------

----------------------------------------------

----------------------------------------------

Phone No.:____________________________

Fax: ____________________________

Email id: ____________________________

Website: ____________________________

To

The General Manager (Region.)

Food Corporation of India

Regional office:

Lucknow, Uttar Pradesh.

Dear Sir,

With reference to your Bid No……………………..dated …………………., I/we submit

the online bids under two-bid system for engagement of Private Parties on

Principal to Principal basis under two bid system through e-tender for

procurement of paddy under MSP scheme from farmers at sector

levelprocurement centres and delivery of resultant custom milled rice (CMR) in the

specified godowns as per Govt. of India specifications during KMS-2015-16 to KMS

2017-18 In The Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur) Of

State of Uttar Pradesh

1. I/We have thoroughly examined and understood all the terms & conditions

as contained in the complete set of Bid document and agree to abide by

them.

2. I/We agree to keep the offer open for acceptance up to and inclusive of 60

days from the date of opening of the Financial Bid and to the extension of

the said date by another 30 days in case it is so decided by FCI. I/We shall

be bound by communication of acceptance of the offer dispatched by FCI

within the time. I/we also agree that if the date up to which the offer

Page 8: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 8 of 109

would remain open is declared a holiday for FCI, the offer will remain open

for acceptance till the next working day.

3. I/We hereby upload along with the Technical Bid the scanned copy / soft

copy of RTGS / NEFT/ ELECTRONIC MODE acknowledgment of depositing

INR 10,00,000/- (Rupees Ten Lakhs only) towards Earnest Money and INR

500/- (Rupees Five Hundred only), inclusive of taxes, towards cost of

tender form (non refundable) in the stipulated FCI account.

4. In the event of my/our Bid being accepted, I/We agree to furnish, within 7

(seven) working days from the date of issue of acceptance of the Bid,

Security Deposit as stipulated in the Bid.

5. I/We do hereby declare that the entries made in the bid document are true

and also that I/We shall be bound by the acts of my/our duly constituted

Attorney.

6. I/We do hereby declare that the bidder Firm/ Organization/ Company/

Cooperative has not been blacklisted/ debarred by any Govt.

Department/Public sector undertaking. (*)

OR

I/We hereby declare that the bidder entity was blacklisted/ debarred

by______________ (here give the name of the Department/ Private Party)

for a period of _________, which period has expired on _________. (Full

details of the reasons for blacklisting/debarring, and the communication in

this regard, should be given)(*)

(*) (Strike out whatever is not applicable)

7. I/We hereby declare that the contract entered into by the bidder entity with

any Govt. Department/Public sector undertaking has not been terminated

before the expiry of the contract period at any point of time during the last

five years for breach of any terms and conditions.

8. I/We hereby declare that the Earnest Money Deposit and/or Security

Deposit of the bidder Firm / Company/ Cooperativehas not been forfeited

or adjusted by FCI or central/state Govt. or any central/ State PSU

/Statutory Corporations during the last five years, for breach of any terms

and conditions.

9. I/We hereby declare that the Bidder entity, its proprietor/ any of the

partners / any of the Directors has not been, at any time, convicted by any

Page 9: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 9 of 109

court for any offence and sentenced to imprisonment for a period of three

years or more.

10. I/We certify that all information furnished by the bidder entity is true &

correct and in the event that the information is found to be

incorrect/untrue, the FCI shall have the right to disqualify the entity without

giving any notice or reason therefore or summarily terminate the contract,

without prejudice to any other rights that the FCI may have under the

Contract and Law.

(Signature of Bidder)

(Authorized Signatory)

(Seal of Bidder entity)

Page 10: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 10 of 109

Instructions To Bidders

1. Introduction

The Food Corporation of India was set up under an Act of Parliament, the

Food Corporations Act, 1964 (Act No. 37 of 1964) in order to fulfil following

objectives of the Food Policy of the Government of India:

a) Effective price support operations for safeguarding the interests of the

Farmers;

b) Distribution of food grains throughout the country for public Distribution

System and other Schemes of Government of India; and

c) Maintaining satisfactory level of buffer stocks of food grains to ensure

national food security.

1.1 The above objectives of the National Food Policy are being achieved by the

Corporation through its main operations of procurement, transportation,

storage and distribution of foodgrains. FCI played a significant role in

India's success in transforming the crisis management oriented food

scenario into a stable food security system, providing farmers with

remunerative prices through procurement of food grains (Rice &Paddy),

distribution of food grains throughout the country for the Public Distribution

System (PDS), particularly to vulnerable sections of the society, and also

maintaining buffer stocks of food grains in order to ensure national food

security.

1.2 The High Level Committee constituted for reorienting the role and

restructuring of FCI has recommended that FCI should move to states

where farmers suffer most from distress sales (at prices much below MSP),

and which are dominated by small holdings (e.g., Eastern Uttar Pradesh,

Bihar, West Bengal, Assametc). This is the belt from where second green

revolution is expected, and where FCI needs to be pro-active, mobilizing

state and other parties to provide benefits of MSP and procurement to

larger number of farmers, especially small and marginal ones.

1.3 GOI Policy for engagement of Private Parties on Principal to Principal basis

under two bid system through e-tender by FCI for Paddy/Rice Procurement

under MSP Scheme is the basis for the terms and conditions hereafter

stipulated in this tender document. In case of conflict, the provisions of the

Policy will supersede the tender clause.

Page 11: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 11 of 109

2. Objective

Engagement of Private Parties on Principal to Principal basis under two bid system

through e-tender for procurement of paddy under MSP scheme from farmers at

sector level procurement centres and delivery of resultant custom milled rice

(CMR) in the specified godowns as per Govt. of India specifications during KMS

KMS-2015-16 to KMS 2017-18 In The Cluster-2 (Allahabad, Kaushambhi,

Pratapgarh, Sultanpur) Of State of Uttar Pradesh to ensure that the benefit of

MSP scheme reaches the farmers especially small and marginal farmers.

3. Contract Period

The contract will be for a period covering three Kharif Marketing Seasons

i.e. KMS 2015-16 to KMS 2017-18 as declared by Govt. of India for which this bid

is invited. However, the time schedule of procurement and milling/ delivery shall

be as prescribed by GOI for the State/ part of the State for each KMS.

4. Validity Period Of Bid:

Bids shall remain open and valid for acceptance up to 60 days from the date of

opening of Bid. However, the bid validity period can be extended by another 30

days at the discretion of FCI and such extension shall be binding on the Bidders.

The EMD of the Bidder not keeping the offers open for the prescribed period shall

be forfeited without prejudice to any other rights and remedies of FCI against the

bidder and will be debarred from participating in any other Bid Enquiry with FCI

for a period of five years. Bids shall be submitted in English only.

5. Scope Of Work:

5.1 To procure Paddy from farmers at sector level Procurement Centresat MSP,

including bonus, if any, within the cluster in the State as per GOI

specifications &as per the permitted procurement period allowed by GOI for

the State/ part of the State for each of the three KMS.

5.2 The quantity procured from each farmer shall normally not exceed 50 qtl.

Necessary details of the farmer concerned, along with his area of

landholdings, land under paddy cultivation and its location along with

copies of necessary documents should be maintained by the bidder.

However, quantity in excess of 50 qtls from a farmer can be procured after

obtaining written confirmation regarding the land area under cultivation by

the farmer from Village Sarpanch/ President or Patwari or BDO or SDM or

concerned Area Manager of FCI.

Page 12: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 12 of 109

5.3 Clusters have been identified by State Govt. concerned in consultation with

GM (Region), FCI for engagement of Private Parties on Principal to Principal

basis under two bid system through e-tender in areas where FCI/ State

Govt. Agencies are not in a position to procure. Cluster have been

demarcated is such a way so that each cluster may ideally have estimated

total procurement of minimum of one lakh MT of Paddy in terms of rice.

Each cluster consisting of one or more FCI districts or part (s) thereof,

keeping in view the geographical situation, area under cultivation,

production of paddy in the areaand potential for procurement. Separate

tenders are to be invited for each such cluster for engagement of Private

Parties on Principal to Principal basis under two bid system through e-

tender for carrying out procurement in that cluster.However, no specific

quantity of procurement can be guaranteed.

5.4 Bidders shall open as many centres as possible in the allotted cluster.

However, at least one purchase centre shall be opened by them in each

sector(a group of few villages having minimum 500 hectares and maximum

1000 hectares cultivated area of paddy) of the clusterso as to provide

effective coverage of MSP operations. Minimum number of centres to be

opened by the private player in the cluster shall not be less than the

number of Sectors in the cluster. Hence, not less than 56 (fifty six)

purchase centres shall be opened within the cluster. FCI will have right to

ask the bidder to open additional procurement centres, as per requirement.

5.5 Estimated Procurement within the cluster is expected to be 1.00 LMT for

ensuing KMS 2015-16.

5.6 To check quality of Paddy before procurement and ensure that only

Paddyconforming to the specifications prescribed by GOI/FCI for the

relevant crop year is procured.

5.7 To make payment to the farmers by RTGS/NEFT/Electronic mode from the

bank account of the Bidder to the bank account of the farmers (preferably

Aadhar linked Bank A/c) within 2 (two) working days of Procurement and

keep proper records thereof for scrutiny by FCI.

5.8 To furnish to FCI the proof of payment of MSP to the farmer within next

3(three) working days of the procurement.

Page 13: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 13 of 109

5.9 To discharge all statutory liabilities like taxes, cess, levies, duties etc., by

making payments to concerned authorities well within prescribed time

limitsby RTGS/NEFT/Electronic mode/account payee cheque/DD and keep

proper records thereof. These liabilities shall be discharged by the bidder as

a Principal and proof in the form of challan and bank documents be

provided to FCI promptly after discharge of liability.

5.10 To arrange sufficient gunny bags for procurement of Paddy and new

SBTwill 50 Kg.Gunny bags conforming to BIS specifications for delivery of

resultant custom milled rice (CMR).

5.11 To fill the Paddy, meeting the prescribed quality specifications,in the gunny

bags.

5.12 To assess the milling capacity in the cluster and ensure availability of

sufficient milling capacity for timely milling of procured paddy within time

schedule for milling/ deliveryprescribed by GOI for the State/ part of the

State and intimate the same to GM (Region) before start of work.

5.13 To provide copies of milling agreements entered by the bidder with various

millers for milling of procured paddy and to intimate total quantity of paddy

allotted to each miller for milling within 15 (Fifteen) working days of

entering into such an agreement/ paddy allotment to millers.

5.14 To declare in writing the location details of all procurement centres opened,

storage points utilized by the bidder for storage of paddy/rice and

millingcentres for milling of paddy, to FCI within 3 (Three) working days

from issue of order engaging the procuring Private Party. If any new

purchase centre/storage point is opened and/or new milling centre is

identified the bidder shall intimate in writing to GM (R) the details thereof

within 3 working days from the date of opening of such purchase

centre/storage point/milling centre. FCI shall have the right to inspect all

such procurement centres/ storage points/ milling centres as and when

required.

5.15 To transport the Paddy from purchase point to the mills and resultant Rice

from Mills to the specified godowns and get the paddy converted into Raw/

Parboiled rice meeting the prescribed specifications at the prescribed Out

Turn Ratio (OTR) as stipulated by GM (Region), subject to any change in

the percentage by the Government of India from time to time.

Page 14: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 14 of 109

5.16 To ensure delivery of the stipulated quantity of resultant rice against the

procured paddy as per the Out Turn ratio (OTR) and quality specifications

stipulated by the GOI/ FCI for raw and/orparboiledrice, subject to any

change in the percentage by the Government of India from time to time.

Bidder shall delivery Raw Rice or Par Boiled Rice or both as per proportion

prescribed by GM (Uttar Pradesh)(Annexure –XXV) and the bidder shall

get the Paddy milled accordingly. The present OTR for Raw Rice is 67%

and for Parboiled Rice is 68%. The OTR as decided by GOI/FCI from time

to time shall be applicable.

5.17 To ensure delivery of quantities of raw and parboiled rice against the

procured paddy in the ratio as prescribed by GM (Region).

5.18 To ensure stencilling, stitching and colour coding of gunny bags as

prescribed by FCI.

5.19 To ensure that texture and tare weight of gunny bags in which CMR is

delivered is as per the specifications of FCI/ GOI.

5.20 To ensure that the resultant CMR is delivered only in new SBT 50 Kg gunny

bags conforming to BIS specifications with a net filling of 50 Kg in each

bag.

5.21 To store and preserve the food grains from the point of purchase till final

acceptance of the resultant Rice by the FCI at the specified godowns.

5.22 To fill the resultant CMR, meeting the prescribed quality specifications, in

the gunny bags and make standard fillings of 50 kg net of rice in each bag.

5.23 To carry out all incidental and associated activities relating to procurement

of paddy from the point of procurement till final acceptance of the resultant

Custom Milled Rice (CMR) by FCI at the specified godowns.

5.24 To ensure delivery of the resultant rice against the procured paddy in the

specified godowns of FCI upto the weighment/ scale point. The bidder shall

be responsible for dumping of the rice stocks on the platform of the

specified godowns at its own cost and stacking in the godown will be done

by FCI.

Page 15: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 15 of 109

5.25 To assist QC staff of FCI to draw samples and conduct quality checks as

per prescribed methodology.While bringing the rice for delivery, the bidder

shall bring a representative sample with each truck/ consignment.

5.26 To report centre wise procurement of paddyon daily basis and final centre-

wise procurement during the entire season, within 2 (two) days of the

closure of the procurement period and deliver the entire quantity of

resultant CMR against procured paddy with FCI within the time schedule

ofmilling/ deliveryprescribed by GOI for the State/ part of the State.

5.27 To ensure delivery of resultant CMR strictly as per the plan linking the

Milling centre with the specified godowns/ delivery point/centre given by

the concerned Area Manager of FCI.

5.28 To deliver resultant CMR stocks in FCI specified godowns only after

payment of MSP of such stocks to the farmers. The bidder shall submit an

undertaking in this respect at the time of delivery of resultant CMR stock in

the FCI specified godowns. FCI shall not accept any rice stocks for which

MSP has not been paid to the farmer by the Bidder.

5.29 To ensure delivery of resultant CMR to FCI against the procured quantity of

paddynormally within 30 days of procurement of paddy.

5.30 To ensure arrangement of temporary storage of CMR in case there is

paucity of storage space in specified godowns. If such temporary storage

period exceeds 15 days, then the Bidder shall be entitled to claim storage

charges @ prevailing CWC rates for covered storage approved by the

Government prevailing at that point of time,for such storage period subject

to submission of a certificate of non-availability of storage space in the

specified godown by the concerned Depot In-charge.

5.31 To replace Beyond Rejection Limit (BRL) Rice stocks detected by any senior

officer/ Squad of FCI with the rice stocks conforming to the specifications

at its owncost and expenses.

5.32 To carry out handling and all incidental and associated activities from the

point of procurement of paddytill final acceptance of resultant rice by FCI.

5.33 To carry out any other related activities, which are not included in above

clauses but may be necessary for effective procurement of paddy/ rice,on

the directions of the GM (Region), FCI.

Page 16: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 16 of 109

Details of activities to be performed by the bidder have been prescribed at

Annexure –XI, which may be read as part of the scope of work.

Note:-

i) Certain parameters like MSP, Bonus, Quality Specifications, Colour Coding

etc. are different for different KMS. Therefore, the same shall refer to the

relevant KMS, wherever these are used in this tender document and shall

apply to both Bidder and FCI.

ii) The data/ information which is KMS dependent shall be provided by GM

(Region) to the Bidderbefore onset of each KMS.

iii) Bidder shall also intimate changes, if any, for each KMS before onset of

KMS to FCI

6. Clarifications & Amendments To Bid Documents.

6.1 FCI may, at any time prior to the due date of the bid and for any reason,

whether at its own initiative or in response to any clarification sought by

any bidder, modify the Bid document. Any corrigendum / addendum thus

issued will be posted on the website of the corporation(www.fciweb.nic.in)

as well as Central Public Procurement Portal

(https://eprocure.gov.in/eprocure/app) and such modification will be

binding on all. In order to afford the prospective bidders to take into

account the modification or for any other reasons, FCI may, at its discretion

extend the due date for the proposal.

6.2 Corporation may, at its discretion, seek from any or all bidders,

clarification(s) in respect of any particulars furnished in their offer. The

request for such clarifications and the response will be in writing to be

submitted within the stipulated time.

6.3 Corporation at its sole discretion may ignore minor omission in the

submission of Technical Bid such as omitting to give number on a page etc.

in the interest of increasing the competition.

6.4 Corporation at its sole discretion may require any Bidders to rectify any

discrepancies noticed in the Technical Bids submitted by them such as

serial numbers, missing seal, Attestation etc. It is further clarified that no

new document shall be accepted.

Page 17: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 17 of 109

6.5 The Bidders may contact Central Public Procurement Portal Help Desk with

regard to technical issues relating to functioning of e-Procurement platform

or any doubts regarding online submission of Bid Document in the under

mentioned Contact:

Dedicated helpline: 1800 233 7315 (24x7)

e- mail: [email protected]

The procedure for online e-tendering has been detailed in Annexure-

Iwhich may be referred to.

7. Administrative Contact & Address For Communication:

All communications concerning the various issues pertaining to the

bid/assignment shall be directed on the address listed below. Unauthorized

contact with other FCI officials may result in disqualification. Any oral

communications will be considered unofficial and is not binding on FCI.

Bidder shall rely only on written instructions issued by the authorized

Officer of FCI.

Authorized FCI Officer General Manager (Region), Uttar Pradesh

Address FCI,TC/3V,Vibhutikhand,Gomtinagar,Lucknow

Phone 0522-2720862, 0522-2720863

FAX 0522-2720946

Email [email protected]

Authorized Bidder

Representative

Address

Phone

FAX

Email

Any action required or permitted to be taken, and any document required

or permitted to be executed, under this contract by the FCI or the Bidder,

may be taken or executed by the respective Authorized Officers which shall

be binding on the parties.

Page 18: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 18 of 109

For effective procurement operations, FCI reserves the right to nominate

Authorised Officers in every District Office in the State, whose instructions

shall be acted upon by the Bidder.

CRITICAL DATES SECTION:

Bid Publish Date 05/11/2015 ;09:00

Tender document Download start date & time 05/11/2015; 11:00

Pre bid meeting date& time 16/11/2015; 14:00

Tender Document Download End Date & Time 24/11/2015; 14:00

Bid Submission End Date & Time 24/11/2015; 15:00

Technical Bid Opening Date & Time 24/11/2015; 16:00

8. MINIMUM ELIGIBILITY CRITERIA:

8.1 The bidder shall have at least 2 (Two) years of Experience in the physical

procurement and/or storage of Food Grains such as Wheat/Paddy/ Rice/

Coarse grains or any other food grains, pulses, oilseeds in any of the

immediate preceding 5 (Five) Financial Years (i.e.2010-11 to 2014-15). In

support of this criteria, experience certificate in the proforma prescribed at

Annexure- II shall be submitted.

8.2 The bidder shall have a sales turn-over of at least Rs. 200 Crores and net

profit (i.e. Profit After Tax) of at least Rs. 2 Crores during each of the

immediate preceding 3 (Three) Financial Years (i.e.2012-13 to 2014-15)

out of which at least Rs. 50 crore of turnover shall be contributed by

agribusiness. In support of this criteria, a certificate in the proforma

prescribed at Annexure- III shall be submitted.

8.3 The bidder shall have existing credit facility from any scheduled bank in

India for at least Rs.100 crores during the current financial year (i.e.2015-

16). In support of this criteria, a certificate in the proforma prescribed at

Annexure- IV shall be submitted.

8.4 The bidder firm shall open atleast one office in the State of Uttar Pradesh,

within 2 weeks of allotment of the contract, in case it does not have an

office in the State. An Undertaking in this regard shall be submittedin the

proforma prescribed at Annexure- V

Page 19: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 19 of 109

8.5 The bidder firm shall have at least 50 regular employees on its roll as on

31/10/2015. In support of this criteria, a certificate in the proforma

prescribed at Annexure-VI shall be submitted.

8.6 The bidder shall be a registered Partnership firm/ LLP/ Company/

Cooperative incorporated in India. In support of this criteria, the bidders

who is a Partnership shall submit self-attested copy of Registered

Partnership deed, bidder who is an LLP shall submit Registered agreement

of LLP & Certificate of incorporation, bidder who is a Company shall submit

Memorandum & Articles of Association and Certificate of incorporation of

the Company and bidder who is a Cooperative shall submit Certificate of

Registration along with Articles and Memorandum of Association. The

Memorandum/Deed shall authorise the bidder to carry out the assignment

under this bid. In support of this, the bidder shall produce a certificate in

the proforma prescribed at Annexure – VII.

8.7 The bidder shall provide copies of Audited Profit & Loss Account and

Balance sheet for the last 3 financial years (i.e. FY 2012-13, 2013-14 &

2014-15).In case Audit of last financial year has not yet been completed,

Accounts with limited review by chartered Accountant will be acceptable.

8.8 The bidder shall have PAN, TAN, VAT and Service Tax Registration No. in

its name and shall provide copies of the same.

8.9 The bidders who fulfil the minimum eligibility criteria alone shall apply. The

bids submitted by the bidders who do not fulfil the minimum eligibility

criteria will be rejected.

9. Disqualification Conditions:

9.1 Bidder, any of its Partners or its sister concern, who have been blacklisted

or otherwise debarred by FCI or central/state Govt. or any central/ State

PSU /Statutory Corporations will be ineligible during the period of such

blacklisting / debarment or for a period of five years from the date of

blacklisting / debarment whichever is later.

9.2 Any Bidder whose contract with FCI or central/state Govt. or any central/

State PSU/ Statutory Corporations, has been terminated before the expiry

of the contract period for breach of any terms and conditions at any point

of time during the last five years, will be ineligible.

9.3 Bidder whose Earnest Money Deposit and/or Security Deposit have been

Page 20: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 20 of 109

forfeited by the FCI or central/state Govt. or any central/ State

PSU/Statutory Corporations, during the last five years, for breach of any

terms and conditions will be ineligible.

9.4 If any of the partners of the Bidder firm/any of the Directors of the Bidder

Company/ any member of Managing Committee of the Cooperative have

been, at any time, convicted by a Court for an offence involving moral

turpitude, such Bidder will be ineligible.

9.5 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, Member in another firm, or as a director of a company

or as a member of Managing Committee in another cooperative etc.) will

render the Bid disqualified.

9.6 An unregistered firm shall not be eligible to apply for the bids.

10. Constitution Of Bidders

Bidder shall, in the Bid, indicate their Legal status i.e., whether it is a

Registered Partnership Firm/ LLP or a Private/Public Limited Company or a

Cooperative incorporated in India. The composition of the partnership and

particulars of all partners, or names of all Directors of Company, or names of all

members of the Managing Committee of the Cooperatives as applicable, shall be

indicated.

10.1 If the Bidder 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, failing which the Contract shall

forthwith be liable for termination treating it as breach of Contract by the

Bidder with consequences flowing there from, without prejudice to any

other rights or remedy, Corporation may have under the Contract and Law.

10.2 The detailed bidder profile be furnished as per Annexure – VIII.

11. Signing Of Bids.

11.1 Person(s) signing the bids shall state in what legal capacity he / she is, or

they are signing the bids, e.g. as partner of the firm/LLP, or as a Secretary

Page 21: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 21 of 109

/ Manager / Director etc., of a Company, or Chairman/ Managing Director

of a Cooperative etc.

11.2 In case of Partnership firm, the names of all partners should be disclosed

and the bids shall be signed by all the partners. The attested copy of the

registered partnership deed shall be furnished along with the Bid.

11.3 In case of companies/LLP, the names of all the Directors/Partners shall be

mentioned and a self-attested copy of the Resolution passed by the

Company/LLP authorizing the person signing the Bid to do so on behalf of

the company/LLP shall be attached with the Bid along with self-attested

copy of the Memorandum & Articles of Association of the Company/

Registered agreement of LLP, certificate of incorporation etc. Such

resolution should in clear and unambiguous terms provide the details &

identity of the Authorised person and attest his signature.

11.4 In case of a Cooperative, the names of all members of the Managing

Committee shall be mentioned and a self-attested copy of the resolution

passed by the Managing Committee authorizing the person signing the Bid

to do so on behalf of the Cooperative shall be attached with the Bid. Such

resolution should in clear and unambiguous terms provide the details &

identity of the Authorised person and attest his signature.

11.5 The person signing the Bid or any other documents forming part of the Bid,

on behalf of any other person or a Firm shall be responsible to produce a

proper Power of Attorneyduly executed on a non-judicial stamp paper of

appropriate value, duly attested by a Notary Public in his favour, stating

that he has authority to bind such other person(s), or the firm, as the case

may be, in all matters, pertaining to the Contract.If at any stage it is found

that the person concerned had no such authority FCI may, without

prejudice to other civil/criminal remedies, terminate the Contract and hold

the signatory & the Firm liable for all costs and damages.

11.6 If the person so signing the bids fails to produce necessary documentary

proof of his Authority as indicated above, his Bid shall be summarily

rejected without prejudice to any other rights of the Corporation under the

law.

11.7 The entire bid document and all its annexures and copies of the supporting

documents shall be signed on each page by the authorized signatory.

11.8 FCI will evaluate only those Bids that are received in the prescribed formats

and complete in all respects. Incomplete and /or conditional Bids shall be

Page 22: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 22 of 109

liable to be rejected. The Bid and all related correspondence and

documents in relation to the Bid Process shall be in English language only.

Supporting documents and printed literature furnished by the Bidder with

the Bid may be in any other language provided that they are accompanied

by translations in the English language, duly authenticated and certified by

the Bidder. Supporting materials, which are not translated into English, may

not be considered. For the purpose of interpretation and evaluation of the

Bid, the English language translation shall prevail.

12. Earnest Money Deposit (EMD) & cost of tender form .

12.1 Bid must be accompanied by cost of tender form (non-refundable) of INR

500/- (Rupees Five Hundred only),inclusive of all taxes, and an Earnest

Money Deposit (EMD) of INR 10,00,000/- (Rupees Ten Lakh only) by way

of RTGS / NEFT/ ELECTRONIC MODE to the Food Corporation of India,

Regional officeLucknow ,CC Account No 010864106873, IFSC CODE

No. SBIN0000125in State Bank of India at Main Branch

Hazratganj of Lucknow and the scanned copy / soft copy of

acknowledgment of deposit through RTGS / NEFT/ ELECTRONIC MODE in

favour of FCI Regional Office, must be uploaded along with the technical

bid. FCI shall not pay any interest on the EMD. Bids not accompanied by

proof of deposit of EMD & cost of tender form shall be summarily rejected.

The Bidders are permitted to bid on the express condition that in case

he/she resiles, or withdraws his/her offer, or modifies terms & conditions

thereof, after submitting his/her bid for any reason whatsoever during the

Bid process, the Earnest Money Deposited by the bidder shall stand

forfeited without prejudice to any other rights and remedies of FCI against

the bidder under the contract and law and the Bidder shall be liable for any

loss suffered by FCI on account of such withdrawal/modification etc. and

the bidder will also be debarred from participating in any other Bid Enquiry

with FCI for a period of five years.

12.2 The Earnest Money (without interest) shall be returned to all unsuccessful

Bidders as early as possible within a period of 30 days from the date of

issue of the acceptance letter to the successful bidder.EMD of the

successful bidder will get converted into security deposit (SD). No interest

shall be payable on Earnest Money, in any case.

13. Security Deposit (SD):

Page 23: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 23 of 109

13.1 EMD of the successful bidder will get converted into Security Deposit (SD).

In addition to this, the successful bidder shall, within 7 (seven)working

days from the date of acceptance of his offer, shall furnish to FCI a SD of

Rs. 5,00,00,000/- (Rupees Five Crore only) in the form of a BG issued by a

scheduled bank in India, in the format prescribed at Annexure-IX.

13.2 The security deposit will remain with FCI throughout the contract period

and six months thereafter.

13.3 If the successful Bidder having been called upon by the FCI to furnish

Security Deposit fails to do so within the specified period, it shall be lawful

for the FCI to cancel the contract, forfeit the EMD and to award the

contract at the Risk and Cost of such Bidder.

13.4 If the successful Bidder had previously held any contract and furnished

Security Deposit, the same shall not be adjusted against this Bid and a

fresh Security Deposit will be required to be furnished.

13.5 No claim shall lie against the Corporation either in respect of interest on SD

or any depreciation in value of any Security.

13.6 If the successful Bidder fails or neglects to observe or perform any of his

obligations under the contract, it shall be lawful for FCI to forfeit either in

whole or in part, in its absolute discretion, the Security Deposit furnished

by the Bidder and to appropriate the Security Deposit furnished by the

bidder or any part thereof towards the satisfaction of any sum due to be

claimed for any damages, losses, charges, expenses or costs etc. that may

be suffered or incurred by the Corporation. Save as aforesaid if the Bidder

duly performs and completes the contract in all respects and presents a

“NO DEMAND CERTIFICATE”, the FCI shall refund the Security Deposit to

the successful Bidder after deducting all costs and other expenses that the

Corporation may have incurred and all dues and other money including all

losses and damages which the Corporation is entitled to recover from the

successful Bidder. The decision of the Corporation in respect of damages,

losses, charges, costs or expenses shall be final and binding on the

successful Bidder.

13.7 Whenever the Security Deposit falls short of the specified amount, the

Bidders shall, make good the deficit so that the total amount of Security

Deposit shall not at any time be less than specified amount.

Page 24: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 24 of 109

14. Submission Of Bids

14.1 Before the last date & time as notified in critical date sheet, the bids shall

be submitted online in two parts, viz., Technical bid and Price bid at Central

Public Procurement Portal (https://eprocure.gov.in/eprocure/app). The Bids

complete in all respect along with duly filled and signed Attachments

including Appendices, Annexures, and Supporting Documents etc. are to be

scanned and uploaded at the space/packet provided in the CPP portal by

the Authorized Signatory as stipulated in the Bid Document. Hard copy of

the Tender Documents will not be accepted repeat will not be accepted at

this stage. FCI may extend the deadline for submission of Bids by issuing a

Notice in the website/ portal in which case all rights and obligations of FCI

and the Bidders previously subject to the original deadline will then be

subject to the new deadline.

14.2 The onus of ensuring fulfillment of the eligibility condition would be on the

Bidder and any Bid, if subsequently found ineligible would be summarily

rejected.

If any of the documents are found to be forged / fabricated at any stage or

any concealment on the part of the Bidder is found at any stage, the FCI

shall have the right to take action for banning the bidder from participation

in any tenders of FCI apart from initiating legal action under the applicable

law for causing any loss/damage and to disqualify/summarily terminate the

Contract without prejudice to any other rights or remedies that the

Corporation may have under the Contract and Law.

The original/attested copies of the Attachments from the successful bidder

may be collected on the date to be notified to enable the Corporation to

physically verify the authenticity of the documents scanned and uploaded in

the e-Procurement portal.

Price Bid as submitted by the Bidder in BOQ format of only those bidders

who qualify in the Technical bid would be opened.

The list of documents to be submitted along with Bid is at Annexure –

XXVI.

14.3 Bids which do not comply with these instructions shall be summarily

rejected.

Page 25: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 25 of 109

14.4 Price bid shall be prepared using the price bid template provided along with

this Bid/bid in the websites. The bid document shall be filled in by the

bidder without any overwriting/ inter-lineation clearly, neatly and

accurately. Any erasures or corrections would render the proposal invalid

unless the same is carried out neatly and attested by the authorized

signatory with full signature.

14.5 The bidders shall not incorporate any condition in the bids as conditional

Bids and Bids which are not submitted strictly in accordance with the Bid

terms are liable to be rejected.

14.6 It should be clearly understood by the bidder that no opportunity shall be

given to them to withdraw any offer at any stage after submission of the

bids.

14.7 While preparing the Technical and Price Bid, Bidders are expected to

provide correct and relevant information. If at any stage it is found that the

information supplied by the Bidder is incorrect FCI reserves the right to

initiate appropriate legal proceedings including Termination of the contract

& forfeiture of Security deposit.

14.8 The Technical Bid shall not include any information sought in the Price Bid.

All other Bid documents, except Price Bid, shall be enclosed with the

Technical Bid.

14.9 Price Bid shall be submitted quoting the rates as stipulated in the price bid

template provided along with this bid online.

14.10 Bids are invited online only. If any of the attached documents are found to

be forged/ fabricated/ false, the EMD & Security Deposit of the Bidder shall

be liable to be forfeited without prejudice to the right of the corporation to

proceed against the bidder legally.

14.11 Bids along with Annexures/ supporting documents etc. must be serially

numbered and signed (wherever applicable these should be digitally

signed) by the bidder. The Bidders shall submit the scanned self-attested

copies of the supporting documents along with the Technical bid document

to enable the Corporation to verify & evaluate the bids. After evaluation of

the online bids those Bidders who are meeting the criteria for technical

qualification may be advised by FCI to produce the original copies of

documents furnished with the Technical Bids for verification on the date &

time to be stipulated. Bids of Bidders who fail to furnish the Original

Page 26: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 26 of 109

Documents for verification on the date & time fixed for verification will be

summarily rejected.

14.12 Bidder must examine all terms and instructions included in the Bid

Documents. Failure to provide complete and accurate information with

supporting documents may result in rejection of Bids.

14.13 The costs and expenses incurred by the Bidder in connection with

submission of these documents etc. are not reimbursable. The Bidder shall

bear all costs associated with the preparation and submission of its Bid, and

the FCI will in no case, be responsible or liable for these costs, regardless

of the conduct or outcome of the Biding process.

14.14 The Bidder shall submit the financial proposal in the price bid template

provided along with this Bid (PART-B) online, clearly indicating the total

cost of the Bid in both figures and words, in Indian Rupees (INR), and

signed/digitally signed by the Bidder’s Authorized Representative.

14.15 The FCI shall not be liable for any omission, mistake or error on the part of

the Bidder while submitting the Bid.

14.16 While submitting the bid, wherever the Power of Attorney is to be

submitted by the bidder such Power of Attorney shall be duly notarized by

a Notary Public.

15. Opening Of Bids

The Technical Bids will be opened online at Food Corporation of India, Regional

Office, Lucknow(U.P) at the fixed time and date indicated in the Bid

document/Notice Inviting Tender or any amendments thereof. The bidders will be

at liberty to be present either in person or through an authorized representative at

the time of opening of the Technical Bid. They can view the Bid opening online

also. Price Bids of only technically qualified bidders will be opened at the time and

place for which separate notice will be given. Technically qualified bidders will be

at liberty to be present either in person or through an authorized representative at

the time of opening of the Price Bids or view online.

16. Bid Evaluation:

16.1 Bid evaluation will be carried out through “Technical Evaluation committee”

(TEC) which must include a member from the State Govt.

16.2 A two-stage procedure shall be adopted in evaluating the proposals.

Technical evaluation shall be carried out first, followed by the Price Bid evaluation.

During the Scrutiny of the Technical bid by the designated Bid evaluation

Page 27: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 27 of 109

committee appointed by the competent authority, necessary clarification, if any,

required by the corporation shall be furnished by the Bidder within time given by

the Corporation for the same. The Corporation is at liberty to verify any or all the

documents submitted by the Bidders even by referring to third parties. After the

technical evaluation is completed, opening of the Price bids will be done online.

Date and time of opening of the Price Bids will be intimated to the technically

qualified Bidders.

17. Bid Evaluation Criteria:

17.1 The evaluation committee, after determining whether the Price Bids are

complete and without errors shall determine the lowest Price Bid for award

of contract. Selections of Bidders are entirely at the discretion of the FCI

and FCI shall not be required to provide any explanation or justification in

respect of any aspect of the Selection Process or Selection.

17.2 The total amount of incidentals forming part of the acquisition cost, based

on the provisional cost sheet issued by GOI for the State for the KMS

concerned shall be the bench mark for evaluating the reasonableness of

rates quoted in the tender. In case the provisional cost sheet of KMS

concerned is not available, then the available provisional cost sheet of

latest KMS may be adopted by indexing with CPI as per prevailing norms

for arriving at the benchmark. Rates quoted beyond benchmark shall not

be accepted. The Bench Mark rates are only indicative rates, which shall act

as upper ceiling for evaluation of the bid. The payment, in any case, shall

be regulated as per rates accepted in the tender.

18. Award Of Contract:

The contract shall be awarded to the successful lowest Bidder by way of issuance

of acceptance letter by FCI by post/e-mail/hand delivery under acknowledgment

and the bidder shall immediately act upon such acceptance letter. Acceptance

conveyed by FCI will constitute the contract between the successful Bidder and

FCI and the contract shall be effective from the date of issue of acceptance letter

or such later date as may be specified in the acceptance letter.

FCI reserves the right to accept or reject any or all the Bids without assigning any

reason/notice whatsoever and does not bind itself to accept the Lowest Bid or any

Bid and reserves the right to scrap the Bid enquiry at any stage without assigning

any reasons and corporation will not be liable for any costs and consequences

thereof.

Page 28: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 28 of 109

19. Commencement Of Services

The successful bidder shall commence the Services from the time stipulated by

FCI.

20. Amounts Payable To The Bidder:

20.1 Subject to the terms & conditions of the contract, the following amounts

shall be payable to the bidder for the stocks procured by the bidder at MSP

as per specifications and accepted by FCI:

i) MSP of Paddy and bonus if any. ii) Statutory taxes(such as mandi charges, fees, levies, duties on Paddy, as

applicable) as paid by the private parties from procurement of paddy till the delivery of rice to the Corporation. The same is exclusive of tax on rice, which will be a component of tax invoice

iii) Margin towards its cost and profit(rates as per Accepted Bid).

20.2 The payment shall be made by FCI to the bidder only in respect of those

quantities of Paddy, whose proportionate quantity of CMR, as per

prescribed OTR, has been accepted by FCI at its specified godowns.The

quantities procured by the bidder but not accepted by FCI either due to

poor quality or due to failure of the bidder to timely deliver to FCI or for

any other reason, shall not be payable.Hence, documentary evidences

regarding acceptance of Quality and Quantity by FCI shall be provided by

the bidder while claiming his bills.

20.3 On delivery of CMR, Private Parties shall be paid MSP along with the bonus,

if any declared by the GOI and the statutory charges paid by them upon

production of proof of payment and relevant supporting documents.

However,VAT on Paddy will not be reimbursed by FCI as the private player

will get VAT on Rice and will get input tax credit on VAT paid on Paddy. In

case only Paddy is liable for VAT and Rice is exempt, then VAT on Paddy

will be reimbursable by FCI.

20.4 MSP shall be paid to the bidder upon production of documentary evidence that the payment of MSP was timely made to the farmers into their bank account by RTGS/NEFT/Electronic mode only by the Private Parties.

Page 29: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 29 of 109

20.5 For payment of State Bonus, if any, to the farmers, the bidder shall obtain

prior written permission from FCI. GOI vide letter No.16-19/2013-Py.I

dated 12.06.2014 has directed that in a Non DCP State, if a State

announces bonus over and above MSP, the FCI will not take part in MSP

operations in the State concerned. As such, the private party engaged by

FCI in such State will also not participate in MSP operations in such State.

However, in future, in case these instructions are modified by GOI and FCI

is allowed to participate in the MSP operations in such State, then GM(Uttar

Pradesh) shall first obtain sufficient funds from the State Govt. in advance

for the estimated quantity to be procured by FCI along with its private

parties. GM(Uttar Pradesh) shall also give a written permission to the

private parties to pay State bonus after obtaining such advance from the

State Govt. and after carefully complying such instructions of

GOI/Headquarters. Private party shall maintain proper records for payment

of such State bonus and shall furnish details thereof to GM(Uttar Pradesh)

from time to time as may be required by GM(Uttar Pradesh).

20.6 For MSP and Bonus, the supporting document shall be the bank document

evidencing payment by the bidder to the farmers by way of

RTGS/NEFT/Electronic mode only and such other documents as prescribed

in this bid document or which may be prescribed by FCI.

20.7 All the Statutory taxes, cess, levies, fees and duties shall be paid by the

bidder to the concerned authorities as a principal, well within the time

limits prescribed for the same and in the manner prescribed thereof. A

statement tallying the quantity procured, delivered & accepted by FCI and

Statutory taxes, cess, levies, fees and dutiespaid thereon, shall also be

provided as supporting document along with the documents like copies of

challan, Bank document etc. and/or any other documentswhich may be

prescribed by FCI.

20.8 The above documents are only indicative and the exhaustive list of

supporting documents for claiming the bills have been prescribed at

Annexure - X.

20.9 The bidder shall raise a Tax invoice alongwith acost sheet wherein the

following components must be separately stated:

(I) MSP of Paddy and bonus if any.

Page 30: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 30 of 109

(II) Statutory taxes(such asMandi charges, fees, levies duties on Paddy, as applicable) as paid by the private parties from procurement of paddy till the delivery of rice to the Corporation. The same is exclusive tax on rice which will be a component of tax invoice

(III) Margin towards its cost and profit(rates as per Accepted Bid).

20.10 All admissible payments shall be made by FCI, as early as possible, within

15 days from the date of submission of the bills by the bidder along with

required supporting documents as prescribed, into the bank account of the

bidder in India onlyby electronic modethrough RTGS/ NEFT etc. All

payments shall be in Indian Rupees only.

20.11The submission of bills by the Bidder shall be in electronic mode only. If any

bill submitted electronically is found to be incomplete, it shall be returned

to the bidder electronically only by the office of FCI within 3 (three)

working days, clearly giving the reasons thereof.The bills shall be

considered as submitted only if the same are complete in all respect along

with all the supporting documents.

20.12 In case FCI does not have storage space at the specified godown and due

to which the bidder could not deliver Rice to that godown, storage charges

shall be payable to the bidder at the prevailing CWC rate for covered

storage approved by the GOI prevailing at that point of time provided such

period exceeds 15 days and a certificate from the concerned depot in–

charge is produced by the bidder regarding non availability of the storage

space.

20.13 The bidder is not entitled to any other payment whatsoever other than the

above.

20.14 TDS as applicable shall be made by FCI as per relevant tax provisions.

20.15 Since VAT rules vary from State to State, therefore VAT on rice payable to

the Bidder shall be governed by prevailing law and subject to modification

thereto as modified by the State Govt. GM(Uttar Pradesh) shall ensure that

VAT on rice payable to the Bidder does not become a source of unjust

enrichment to them.

20.16With the onset of GST in near future, the tax as applicable will be borne by

the Corporation. The credit of any tax relief in the matter accrued to the

private parties would be passed on to the Corporation and similarly any

Page 31: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 31 of 109

additional tax imposed will be borne by the Corporation. The estoppel of

unjust enrichment will be applicable in the matter

21. Payment Terms & Schedule:

21.1 Admissible Payment shall ordinarily be made within 15 (fifteen) days

following the online submission of pre receipted invoices/bills along with all

required supporting documents in duplicate as prescribed and within 30

(Thirty) days in the case of the final payment subject to the conditions of

the Bid and upon furnishing the supporting documents to the satisfaction of

the Corporation.

21.2 All payments to the bidder shall be made in INR in accordance with the

provisions of this Bid document. The payments shall be made in India only

by way of RTGS/NEFT/ ELECTRONIC MODE for which necessary bank

details shall be furnished by the bidder.

21.3 If admissible payments to Bidder are delayed by any office of FCI beyond 15 days without any valid reasons, interest @ of FCI’s Cash Credit rate applicable at that time shall be payable to the bidder.

.

21.4 The bidder shall claim his bills as early as possible, on day to day basis,

regularly, instead of bunching the bills. In case of delay in payment due to

bunching of bills by the bidder, interest shall not be payable by FCI.

22. Corrupt Practices:

22.1 Any bribe, commission, or advantage offered or promised by or on behalf

of the bidder to any officer or official of FCI shall (in addition to any

criminal liability which the bidder may incur) debar his Bid from being

considered. Canvassing on the part of, or on behalf of the bidder in any

manner will also make his bid liable to rejection.

22.2 In case of any clear indication of cartelization, the Corporation shall reject

the Bid(s) without prejudice to the right of Corporation to initiate

appropriate legal recourse as deemed fit, including Blacklisting/ debarring

the bidder.

22.3 If the information given by the Bidder in the Bid Document is found to be

false/ incorrect at any stage, Food Corporation of India shall have the right

to disqualify/summarily terminate the contract, without prejudice to any

other rights that the Corporation may have under the Contract and Law

against the Bidder.

Page 32: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 32 of 109

23. No Negotiation:

23.1 FCI will not enter into any negotiation even with the Lowest Bidder.

23.2 The Bidder shall not use these bid documents or any part thereof for

purposes unrelated to this Contract without the prior written approval of

the Corporation.

24. No Subletting:

The bidder shall not sublet, transfer, or assign the Contract to a third party.

In case of subletting, the Contract shall be summarily terminated at the risk

& cost of the bidder and Security Deposit shall be forfeited, without

prejudice to any rights or remedies the Corporation may have under the

Contract and Law. However, for carrying out procurement at Purchase

Centres, the Private Parties shall be permitted to appoint their local

representatives in villages/ remote areas.

25. Liability Of Personnel

25.1 The bidder shall be solely responsible for complying with all statutory

responsibilities and liabilities in respect of the personnel engaged by him

and liable for obtaining all mandatory registrations, Licenses, approvals and

timely deposit of contributions under various enactments and to maintain

all prescribed Records, Registers and such other particulars in respect of

the personnel engaged by him and file the prescribed returns from time to

time. FCI is/will in no way responsible for the bidders’ liability & obligations

in respect of the personnel engaged by him. Notwithstanding the same, If,

on account of default of the bidder, FCI is compelled to make any

payments/contributions or discharge any responsibility/liability of the

bidder, FCI shall be entitled to recover and/or set off such

amounts/expenses incurred from the amounts due to the bidder under this

or any other contract with FCI without prejudice to the right of FCI to

initiate appropriate legal proceedings for recovery of such amounts. The

bidder shall indemnify the FCI against all claims whatsoever arising out of

his default in respect of the personnel engaged by him under any

Statute/Law in force. FCI shall in no way be responsible for any liabilities

arising out of the bidder’s contractual obligation with the bidder’s

personnel. Similarly, the bidder shall in no way be responsible for any

liabilities arising out of FCI’s personnel.

25.2 The contract as entered into between FCI and the bidder shall in no way

nullify, reduce, mitigate or absolve the parties of any responsibility,

Page 33: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 33 of 109

obligation or liability that may devolve upon them under any

statutory/mandatory provisions prevailing in India. Liabilities of the bidder

in respect of obligatory laws remain unaffected and bidder shall remain

responsible for settlement of claims, if any of third parties who may suffer

damages either due to the fault of the bidder or its employees and

Associates.

25.3 The bidder shall be solely responsible for all claims arising out of any

accident, death etc. in respect of the personnel engaged by the bidder

under the contract.

26 A) Obligations of the Bidder

The bidder shall perform and carry out their obligations under the contract with all

due diligence, efficiency, and economy in accordance with terms& conditions of

the Bid and generally accepted professional ethics and practices, and shall

observe sound management practices, and employ appropriate advanced

technology and safe methods. The bidder shall always act, in respect of any

matter relating to this Contract and support and safeguard the Corporation’s

legitimate interests in any dealings with the third parties.

Details of activities to be performed by the bidder have been prescribed at

Annexure -XI.

26 B) Role of FCI

26.1 To timely check the quantity of Rice brought by the bidder at the receiving

depot.

26.2 To timely check the quality of Rice brought by the bidderat the specified

depot. Details of the Quality checking Procedure is prescribed at

Annexure XII.

26.3 To check the quality and tare weight of gunny bags at the time of

acceptance of rice at the specified depots.

26.4 To make timely payment of bills.

26.5 To prescribe the areas/points from where the bidder has to carry out

procurement. Details are prescribed at Annexure XIII

Page 34: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 34 of 109

26.6 To prescribe the documents which shall be checked by the bidder for

verification of farmers.Such documents have been specified at Annexure

XIV

26.7 To prescribe the documents which shall be attached by the bidder for

claiming his bills.Such documents have been specified at Annexure X.

26.8 To verify that the payment of MSP has been made by the bidderwithin 2

(two) working days by RTGS/NEFT/Electronic mode before payment of the

same to the bidder.

26.9 To verify that the payment of Statutory liabilities like taxes, cess, levies,

fees and duties have been made by the bidderwithin prescribed time

limits to the concerned authorities as a Principal, before paymentof the

same to the bidder.

26.10 To provide weight check memo (certificate for quantity) in respect of the

stocks accepted within 24 hours by email/online mode.

26.11 To provide acceptance notes (certificate for quality) in respect of the

stocks accepted within 24 hours of acceptance by email/online mode.

26.12 To scrutinise the daily procurement report and other reports provided by

the bidder and timely report discrepancies, if any.

26.13 To provide instructions relating to MSP, Bonus, GOI specifications,

procurement period and such other instructions which may be required by

the bidder to carry out the operations.

26.14 To provide instructions relating to colour coding, stencilling and stitching.

26.15 To exercise supervision and control on the bidder.

26.16 To inspect the purchase centres/storage points of the bidder/millers.

26.17 To recover from the bidder,20% of MSP of any quantity of paddy

remaining un-milled/ due CMR remaining undelivered after cessation of

the prescribed time period for milling/ delivery prescribed by GOI for the

State/ part of the State in which the allotted cluster falls, as penalty.

27. Certificate Of Completion

Page 35: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 35 of 109

The assignment under the contract shall be deemed to have been completed in all

respects after delivery of resultant CMR against the procured quantity of Paddy to

FCI and accepted by FCI and only when so certified by FCI. The decision of FCI in

this regard shall be final and binding on the bidder.

28. Bidder Not To Benefit From Commissions, Discounts, Etc.

The rate quoted by the bidder and accepted by FCI towards cost and marginof the

bidder shall constitute his/their sole remuneration in connection with this Contract,

and the bidder or its Personnel shall not accept for their own benefit, any trade

commission, discount, or similar payment or any other benefits in connection with

activities under the Contract.

29. Prohibition Of Conflicting Activities

Neither the bidder nor their Personnel shall engage, either directly or

indirectly, in any such activities which conflicts with their role under the

assignment. The bidder shall provide professional, objective, and impartial service

and, at all times, hold the FCI’s interests paramount, avoid conflicts with other

assignments or its own interests and act without any consideration for future

work. Neither the bidder nor their Personnel shall engage, either directly or

indirectly into procurement of paddy for either self or for other entities, except for

FCI, in the cluster where the contract is in operation. The decision of FCI as to

what constitutes conflicting activities shall be final and binding on the bidder.

30. Relationship With Third Parties

All transactions between the Bidder and third parties shall be carried out as

between two principals without reference in any event to the Corporation. The

Bidder shall also undertake to make the third parties fully aware of the position

aforesaid.

31. Indemnity

The Bidder shall indemnify, defend and hold harmless the FCI during and after the

term of this contract from and against all liabilities, damages, loses, expenses,

demands, actions, proceedings, costs and claims of any nature whatsoever arising

out of the acts, omissions, negligence and breach of this contract.

32. Additional Information:

In case if any additional clarification on the contract is required, the Bidder should

be in a position to give such clarification/refinements at no additional cost.

33. Performance Standards:

Page 36: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 36 of 109

The Bidder shall perform the services under the contract with the highest

standards of professional and ethical competence, integrity and transparency.

34. Breach & Damages:

34.1 The Bidder shall be liable for all costs, damages, compensation, fees,

charges, levies, and expenses suffered or incurred by FCI due to their

negligence and/or deficient/ unprofessional like performance of any

services under this Contract, or breach of any terms of the Contract, or

failure to carry out any of the obligations under the Contract. The decision

of the FCI regarding such failure of the Bidder and their liability for the

losses, etc. suffered by FCI, and quantum of such losses, shall be final and

binding on the Bidder and FCI is entitled to recover all such losses from

them.

34.2 If in the opinion of FCI the performance of procurement operations is

delayed unduly due to the reasons attributable to the Bidderit shall be

lawful for FCI to terminate the contract at the risk and cost of such Bidders

and to forfeit the Security Deposit for recovery of all losses, damages, costs

and expenses which may be incurred by FCI consequent to such

termination.

35 Defaults & Penalties:

In addition to the penalties prescribed elsewhere,like in Clause 26.17 &

45(n),in this tender document, the following indicative acts & omissions

and defaults, but not restricted to,on the part of the Bidder shall attract

penalties:

35.1 Delay in making payment of MSP to a farmer beyond2 (two) working days

of procurement by RTGS/NEFT/Electronic mode;

35.2 Non discharge of Statutory Liabilities within the prescribed time period;

35.3 Not ensuring quality of procured food grains within the specifications

prescribed by GOI.

35.4 Failure to verify identity of the farmer from whom Paddy has been

procured.

35.5 Failure to start the procurement operations within specified time frame.

Page 37: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 37 of 109

35.6 Failure to procure Paddy and deliver equivalent quantity of Rice as per GOI

specifications during the permitted procurement period as allowed by GOI

for the State/ part of the State in which the allotted cluster falls.

35.7 Non-reporting of daily procured stocks on any given day.

35.8 Not carrying out stencilling as prescribed;

35.9 Not carrying out stitching as prescribed;

35.10 Not bringing representative sample in respect of stocks offered for

acceptance.

35.11 Offering food grains in poor quality and substandard gunny bags.

35.12 Failure to lift rejected stocks from the specified depot within stipulated time

period.

35.13 Failure to provide replacement stocks within stipulated time period as per

the GOI specifications against the stocks rejected by FCI.

The Bidder shall be given an opportunity to tender his explanation in writing

before any penalty is imposed by the GM (Region) on the recommendation of the

Area Manager. The decision of General Manager (Region), after recording reasons

thereof, as to what acts & omission and defaults are liable for penalties or not will

depend on the facts & circumstances of each case and shall be final and binding

on the Bidder. The amount of penalty shall not exceed Rs. 10,000/- (Rupees Ten

Thousand only) for each instance. Without prejudice to the right of FCI to

terminate the contract in the manner otherwise provided for, in case the total

penalty levied exceeds Rs. 2,00,000/- (Rupees Two Lakh only), then also the

contract is liable to be terminated at the risk & cost of the Bidder. The right of FCI

to levy penalty is without prejudice to other legal remedies available to FCI

against the Bidder in law.

In addition to payment of penalty, the Bidder shall pay the unpaid/partially paid

MSP/ bonus or Statutory Charges, if any, to the farmer and appropriate authorities

as the case may be immediately and shall produce proof of the same to FCI.

For any reason whatsoever, if liability for payment of MSP/ bonus or Statutory

Charges falls on FCI, in which case FCI will recover such payments from the

Page 38: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 38 of 109

Bidder by forfeiture of Security deposit, either part or in full, and/or such other

dues of theBidder.

In case the total penalty levied on the Bidder exceeds Rupees Two lakhs during

the contract period, the contract is liable to be terminated at the risk and cost of

the Bidder in which case Security deposit furnished by the Bidder shall be forfeited

and the Bidder shall be blacklisted for a period which may extend up to 5 years.

36. Termination Of Contract:

36.1 By Corporation

(i) In the event of the bidder having been adjudged as insolvent or going into

liquidation or winding up their business or making arrangement with their

creditors, the FCI shall be at liberty to terminate the contract forthwith and

to realize from the bidder all resultant losses, damages, costs incurred

without prejudice to any other rights or remedies under the contract and

law at the risk and cost of the bidder.

(ii) In the event of breach by the bidder of any of the terms and conditions of

the contract, or failing to observe any of the provisions, obligations

governing the contract, the FCI shall also have, without prejudice to other

rights and remedies, the right to terminate the contract forthwith at the risk

and cost of the bidder and to forfeit the Security Deposit or any part

thereof for recovery of all losses, damages, costs and expenses which may

be incurred by FCI consequent to such termination and/ or in completing

the assignment. FCI may also effect recovery from any other sums then

due to the bidder or which at any time thereafter may become due under

this or any other contract with FCI. In case the sum is not sufficient to

cover the full amounts recoverable, the bidder shall pay FCI on demand the

entire remaining balance due.

(iii) FCI may at any time without assigning any reason terminate the contract

without any liability by giving thirty (30) days’ notice to the Bidder in which

case Bidder is not entitled to any compensation whatsoever.

36.2 By Bidder

The Bidder may terminate this Contract, by not less than thirty (30) days’ written

notice to the Corporation if the Corporation fails to pay any undisputed amount

due to the Bidder under the Contract, provided that if the corporation pays such

amount within the notice period such termination notice shall become infructuous.

37. Payment Upon Termination

Page 39: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 39 of 109

The Corporation shall pay due amount at the accepted rate for the quantity of rice

delivered as per GOI specifications prior to the effective date of termination

subject to other terms & conditions.

38. Force Majeure

38.1 A Force Majeure means any event or circumstance or a combination of

events which are beyond the reasonable control of the affected Party,

which such Party could not have prevented or reasonably overcome with

the exercise of reasonable skill and care in relation to the implementation

of this Agreement, which do not result from the negligence of such Party or

the failure of such Party to perform its obligations hereunder which are of

an incapacitating nature and of a severe magnitude and have a Material

Adverse Effect on the affected Party’s obligations under this Agreement. A

Party shall be entitled to suspend or excuse performance of its respective

obligations under this Agreement to the extent such performance is

impeded by a Force Majeure event.

38.2 Procedure for Force Majeure

If a Bidder claims relief on account of a Force Majeure, then the Bidder

claiming to be affected by the such event shall, as soon as reasonably

practicable and in any event within three days of becoming aware of the

Force Majeure, give notice of and describe in reasonable detail the effect of

such Force Majeure to the FCI in writing, including the dates of

commencement and estimated cessation of such Force Majeure and its

effects on the Bidder’s obligations under this Agreement. Upon cessation

of the situation which led to a Bidder claiming Force Majeure under this

section the Bidder shall within two days thereof notify the Corporation in

writing of the cessation and the Bidder shall as soon as practicable

thereafter continue performance of all obligations under this Agreement but

without prejudice to the excuse of performance of all obligations during the

continuance of the Force Majeure.

38.3 Prolonged Force Majeure

(i) In the event Force Majeure continuously impedes or prevents a Bidder’s

performance for longer than seven consecutive days from the date of

commencement of such Force Majeure, notwithstanding the suspension of

the obligations of the Bidder, they shall decide by mutual consent through

consultation either the terms upon which to continue the performance of

this Agreement or to terminate this Agreement.

Page 40: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 40 of 109

(ii) Any period within which a Party shall, pursuant to this Contract, complete

any action or task, shall be extended for a period equal to the time during

which such Party was unable to perform such action as a result of Force

Majeure.

(iii) The Bidder is entitled to the payments for the portion of the work already

completed before the happening of any event constituting force Majeure

culminating in termination of contract. Decision of the FCI in this regard

will be final.

39. Notices

Any notice, request, or consent made pursuant to this Contract shall be in writing

and shall be deemed to have been made when delivered by post/e-mail/hand

delivery under acknowledgment to an authorized representative of the respective

Parties.

40. Governing Laws And Jurisdiction

40.1 The Contract will be governed by the Laws of India for the time being in

force. Any dispute arising out of this Contract will be settled in the Court of

law of competent jurisdiction. The Courts in Uttar Pradesh shall have

exclusive jurisdiction to adjudicate the disputes arising under the Contract.

40.2 The commercial disputes between PSE inter se and PSE in Govt. Department

shall be settled through instructions issued by GOI on Permanent Machinery

of Arbitration vide OM No. 7(3)2014-DPE(PMA) dt.14th July, 2014 and as

amended from time to time.

41. Confidentiality & Non-Disclosure

Any information pertaining to the FCI or any other Governmental Agency involved

in the Contract that comes to the knowledge of the Bidder in connection with this

contract, unless already available in public domain, shall be deemed to be

confidential and the Bidder will be fully responsible for the same being kept

confidential and held in trust, as also for all consequences of its concerned

personnel failing to do so. The Bidder shall ensure due secrecy of information and

data not intended for circulation in public.

42. Meetings And Coordination:

Page 41: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 41 of 109

FCI may review with the Bidder, during the period of Contract, any or all of the

documents and records related to performance of the contract, in weekly/

fortnightly meetings which will be held at the concerned FCI District/ Regional

office. The expenses for attending such meetings shall be borne by the Bidder.

43. Standards of Performance:

The Bidder shall perform the Services and carry out its obligations

hereunder with all due diligence, efficiency and economy, in accordance with

generally accepted professional ethics and practices, and shall observe sound

management practices, and employ appropriate advanced technology and safe

and effective equipment, machinery, materials and methods. The Bidder shall

always act, in respect of any matter relating to this Agreement or to the Services,

as a faithful Private Party to the FCI, and shall at all times support and safeguard

the FCI's legitimate interests.

44. No Waiver of Rights:

No forbearance, indulgence or relaxation or inaction or delay in exercising or

omission to exercise any right, power or remedy accruing to any Party upon any

default under or breach of this Agreement shall impair any such right, power or

remedy nor shall the same be construed to be a waiver or any acquiescence

thereof, nor shall any action or inaction on the part of that Party in respect of any

such default or waiver affect or impair any right, power or remedy of that Party in

respect of any other or continuing default or waiver.

45. Special conditions applicable to procurement of Paddy &delivery of

resultant CMR by Bidderunder the contract.

a) The quality specifications applicable for Paddyto be procured and Resultant

Rice to be delivered shall be as fixed by the Government of India or as

amended from time to time for relevant KharifMarketing Season (KMS). A

copy of such specifications for KMS2015-16 are at Annexure-XV

b) The indicative list of godowns where Rice shall be delivered by the Bidder is

at Annexure-XVI. Any change in the list will be suitably and timely

communicated to the Bidder which shall be binding on the Bidder.

c) FCI will have right to ask the bidder to open additional procurement

centres, as per requirement. The indicative list of Areas where Procurement

is to be performed by the Bidder is at Annexure-XIII.

Page 42: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 42 of 109

d) The Action Plan for the Bidder to help/achieve objectives of procurement of

Paddy during KMS 2015-16 and gear up the procurement operations is

atAnnexure-XVII.

e) The details of the activities to be performed by the Bidder are at

Annexure – XI.

f) The procedure for acceptance of Rice stocks from the Bidder by FCI at a

specified depot is elaborated at Annexure - XII.

g). The procurement period permitted by the Government of India for the

Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur) Of State of Uttar

Pradesh is from October, 2015 to February, 2016 Any change in the permitted

procurement period shall be communicated to the Bidder timely in writing.The

milling/delivery period prescribed by the Government of India for the State/ part

of State in which the allotted cluster falls is from October, 2015 to June, 2016.

Any change in the milling/delivery period shall be communicated to the Bidder

timely in writing.

h) The Bidder shall deliver resultant CMR stocks in FCI specified godowns only

after ensuring payment of MSP of such stocks to the farmers. The Bidder

shall submit an Undertaking in this respect at the time of delivery of

resultant CMR stock in the FCI specified godowns. FCI shall not accept any

rice stocks for which MSP has not been paid to the farmer by the Bidder.

i) The Bidder shall deliver the resultant Rice to the FCI godowns as early as

possible on day to day basis unless FCI issues instruction to stop the

delivery in writing due to non-availability of storage space or for any other

reason.

j) In case stocks offered by the Bidder for delivery is found beyond prescribed

specifications, the Bidder shall immediately replace the same with the

stocks conforming to the specifications at the cost and expenses of the

Bidder, failing which the same will be treated as a material breach.

k) The Bidder shall maintain proper records of Paddy in terms of quantity

brought by farmers for sale (arrival), quantity procured and quantity

rejected, if any, along with reasons for rejection, quantity paid for, quantity

yet to be paid, quantity of rice delivered, quantity of rice yet to be

delivered, quantity of rice accepted by FCI, quantity of rice yet to be

accepted by FCI and shall send day to day reports on Paddy procurement

and rice delivery to FCI, as may be prescribed (details at Annexure-

XVIII) to the e- mail ID to be indicated by the authorised officer of FCI.

Page 43: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 43 of 109

l) The Bidder shall ensure that all the instructions issued by GOI/FCI/State

Govt. from time to time relating to procurement of Paddy and delivery of

rice are strictly complied with. These instructions shall be communicated to

the Bidder by post/email/fax/by hand.

m) The Bidder shall specify email address/local address/ fax/phone

number/authorised officer to which all instructions shall be communicated

by FCI. Further communication of instructions to his field functionaries shall

be the responsibility of the Bidder.

n) After acceptance of stocks by FCI from the Bidder, if for any reason the

Bidder fails to submit documents evidencing payment of MSP, Bonus (if

applicable) or statutory charges, Bidder shall be liable to pay liquidated

damages @ twice the cost of MSP in respect of quantity of stocks for which

the documents have not been submitted, without prejudice to right of FCI

to terminate the contract treating the same as material breach.

o) The Bidder shall be present in all the areas of the cluster for procurement

and open procurement centres at Sector Level to procure the stocks from

the Farmers.Any failure in this regard will be treated as material breach and

FCI reserves the right to initiate risk and cost proceedings against the

bidderfor the cause and consequences of which the Bidder shall be liable.

p) Arrangement of Gunny Bags by the Bidder:

The Bidder shall ensure that the resultant Rice is bagged in new SBTwill 50

Kg.gunny bags of prescribed specifications with net weight of 50 Kg Rice in

each bag.

q) The Bidder shall ensure that the Paddy is procured by him only from

farmers/cultivators. For this, he shall check and verify the identity of

farmers by way of required supporting documents and shall retain copies of

such documents for producing before FCI for claiming his bills. A List of

documents to be checked by the Bidder for verification of farmers is at

Annexure-XIV.

r) The Bidder shall intimate to FCI the proof of payment of MSP to the farmer

within next 3(three) working days of the procurement.

s) The Bidder shall follow the instructions issued by the authorised officers of

FCI. A List of Authorised officers of FCI is at Annexure-XIX.

Page 44: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 44 of 109

t) The Bidder, before starting the work, shall also submit a list of its

Authorized Officers, duly authorized by the Bidder, to maintain liaison with

FCI as per Annexure – XX.

u) The Bidder shall declare the location of all procurement centres opened,

storage points utilized for storage of paddy/rice and milling centres to FCI.

FCI shall have the right to inspect all such procurement centres, storage

points, milling centres as and when required.

v) 20% of MSP of any quantity of paddy remaining un-milled/ due CMR

remaining undelivered after cessation of the prescribed time periodfor

milling/ delivery prescribed by GOI for the State/ part of the State in which

the allotted cluster falls, shall be recovered by FCI from the Bidder as

penalty.

w) The Bidder shall also carry out any other related activities, which are not

included in above clauses but may be necessary for effective procurement

of paddy/ riceon the directions of the GM (Region), FCI.

46. Set–Off

Any sum of money due and payable to the Bidder (including Security Deposit

refundable to the Bidder) under this Contract may be appropriated by the

Corporation and set off against any claim of the Corporation for the payment of

any sum of money arising out of, or under this contract or any other Contract

made by the Bidder with the Corporation.

Page 45: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 45 of 109

Annexure- I

Procedure For Online E-Tender:

i) The offer should be submitted under two Bid System

(I) A-Technical Bid (II) B-Price Bid

ii) FCI is using services of Central Public Procurement Portal for e-Procurement at

https://eprocure.gov.in/eprocure/app, for appointment ofPrivate Party.

iii) The detailed Tender document along with Instructions to the Bidders for the e-

submission of the bids can be viewed and downloaded from e-Procurement

website https://eprocure.gov.in/eprocure/app or FCI website: www.fciweb.nic.in.

iv) Tender must be electronically submitted (on-line at

https://eprocure.gov.in/eprocure/app) within the prescribed date and time as

mentioned in the e-Procurement portal/ as mentioned in the Critical date Sheet.

Hard copy of the Tender documents will not be accepted at this stage.

v) Possession of valid Digital Signature Certificate (DSC) and registration of the

Bidders on the e-procurement/e-tender portal is a prerequisite for e-tendering.

The details are available at https://eprocure.gov.in/eprocure/app

vi) Bidder should do the registration in the e-Procurement site using the “Click

here to Enroll” option available on the home page. Portal enrolment is generally

free of charge. During enrolment/registration, the Bidders should provide the

correct/true information including valid email-id. All the correspondence shall be

made directly with the Bidders through email-id provided.

vii) Bidder need to login to the site through their user ID/ password chosen during

registration.

viii) Then the Digital Signature Certificate (Class II or Class III Certificates with

signing key usage) issued by SIFY/TCS/n-Code/e-Mudra or any Certifying

Authority recognized by CCA India on e-Token/Smart Card, should be registered.

ix) The DSC that is registered only should be used by the Bidder and should

ensure safety of the same.

x) Bidder may go through the tenders published on the site and download the

required tender documents/schedules for the tenders he/she is interested.

xi) After downloading / getting the tender document/schedules, the Bidder should

go through it carefully and then submit the documents as stipulated, otherwise

bid will be rejected.

Page 46: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 46 of 109

xii) If there are any clarifications, this may be obtained online through the tender

site, or through the contact details. Bidder should take into account the

corrigendum published before submitting the bids online.

xiii) Bidder then logs in to the site through the secured login by giving the user id/

password chosen during registration and then by giving the password of the e-

Token/Smart Card to access DSC.

xiv) Bidder selects the tender which he/she is interested in by using the search

option & then moves it to the “my tenders‟ folder.

xv) From my tender folder, he selects the tender to view all the details indicated.

xvi) It is construed that the Bidder has read, understood and accepted all the

terms and conditions before submitting their offer. Bidder should go through the

tender schedules carefully and upload the documents as asked; otherwise, the bid

will be rejected.

xvii) 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/jpg/dwf formats. If there is more than one document, they can be

clubbed together and can be provided in the requested format. Each document to

be uploaded through online for the tenders should be less than 2 MB. If any

document is more than 2MB, it can be reduced through zip/RAR and the same can

be uploaded, if permitted. Bidders Bid documents may be scanned with minimum

100 dpi with black and white option. However if the file size is less than 1 MB the

transaction uploading time will be very fast.

xviii) If there are any clarifications, this may be obtained through the site or

during the pre-bid meeting, if any up to four days before the date of opening of

the bid. Bidder should take into account any corrigendum/addendum published

from time to time and such modifications will be binding on the bidder

notwithstanding whether the Bidder has uploaded his bid document or not.

xix) The Bidders can upload well in advance, the documents such as certificates;

experience certificate etc., under My Space/Other Important Documents option

and these can be selected as per tender requirements and then send along with

bid documents during bid submission. This will facilitate the bid submission

process faster by reducing upload time of bids.

xx) Bidder should submit the Tender Fee/ EMD as specified in the tender in the

form of RTGS/NEFT/Fund Transfer in FCI Account No. 010864106873, IFSC Code:

SBIN0000125,State Bank of India, &Main Branch Hazratganj, Lucknow. Scanned

copy of the proof of payment i.e. UTR number/Fund transfer challan should be

Page 47: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 47 of 109

uploaded as part of the Proof of Payment along with the Technical Bid. While

submitting the bids online, the Bidder should read the terms & conditions and

accepts the same to proceed further to submit the bid packets.

xxi) The Bidder has to digitally sign and upload the required bid documents one

by one as indicated. Bidders to note that the very act of using DSC for

downloading the bids and uploading their offers shall be deemed to be a

confirmation that they have read and accepted all sections and pages of the bid

document including General conditions of contract without any exception and

have understood the entire document and are clear about the requirements as

specified in the tender document.

xxii) The Bidder has to upload the stipulated documents as indicated in the MTF,

failing which the bid will be summarily rejected.

xxiii) The price bid format is provided in a spread sheet file like Bill of Quantity

(UPBOQ.xls), the rates offered should be entered in the allotted space only and

uploaded after filling the relevant columns. The Price Bid/BOQ template shall not

be modified/ replaced by the Bidder; else the bid submitted is liable to be rejected

for this tender.

xxiv) The Bidders are requested to submit the bids through online e-tendering

system to the Tender Inviting Authority (TIA) well before the bidsubmission end

date & time (as per Server System Clock). The TIA will not be held responsible for

any sort of delay or the difficulties faced during the submission of bids online by

the Bidders at the eleventh hour.

xxv) After the bid submission (i.e. after Clicking “Freeze Bid Submission” in the

portal), the acknowledgement number, given by the system should be printed by

the Bidder and kept as a record of evidence for online submission of bid for the

particular tender and will also act as an entry pass to participate in the bid

opening date.

xxvi) The time settings fixed in the server & displayed at the top of the tender

site, will be valid for all actions of requesting, bid submission, bid opening etc., in

the e-tender system. The Bidders should follow this time during bid submission.

xxvii) All the data being entered by the Bidders would be encrypted using PKI

encryption techniques to ensure the secrecy of the data. The data entered will not

viewable by unauthorized persons during bid submission & not be viewable by any

one until the time of bid opening.

xxviii) Any bid document that is uploaded to the server is subjected to symmetric

encryption using a system generated symmetric key. Further this key is subjected

Page 48: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 48 of 109

to asymmetric encryption using buyers/bid opener’s public keys. Overall, the

uploaded tender documents become readable only after the tender opening by

the authorized bid openers.

xxix) The confidentiality of the bids is maintained since the secured Socket Layer

128 bit encryption technology is used. Data storage encryption of sensitive fields

is done.

xxx) The Bidder should logout of the tendering system using the normal logout

option available at the top right hand corner and not by selecting the (X) exit

option in the browser.

xxxi) For any queries regarding e-tendering process, the Bidders are requested to

communicate before opening of the Tender using the contact details as provided

in the tender document. Simultaneously, for any further queries related to

technical issues, the Bidders are asked to contact over phone: 1800-3070-2232 or

send a mail over to – [email protected]. Non receipt of response/clarification shall

not be a ground for extension of time of bid submission or cancelling the bid

process.

xxxii) The TECHNICAL BIDS will be opened at prescribed time and date as

mentioned in the critical date sheet.

xxxiii) FCI may at any time prior to the opening of the Tender and for any reason,

whether at its own initiative or in response to any on-line query sought by a

Bidder modify the Tender document by way of an addendum/corrigendum to the

original Tender and such modification will be binding on all Bidders.

xxxiv) The addendum/corrigendum would be uploaded on

https://eprocure.gov.in/eprocure/app and www.fciweb.nic.in. In order to afford

the prospective Bidder to take into account the modification or for any other

reasons, FCI may, at its discretion extend the due date for submitting the Tender.

xxxv) In acceptance of all the terms & conditions stipulated in the bid

document, a declaration in the format prescribed at Annexure-XXIshall be

submitted by the bidder.

xxxvi) All the certificates which are to be signed by the professionals like Company

Secretary/ Chartered Accountant shall be on the letter head with Membership

number and duly stamped.

Page 49: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 49 of 109

Annexure- II

Experience Certificate

Certified that M/s ________________________ having its Registered Office at ____________ has experience of ______ years in the physical procurement/storage of Wheat/Paddy/Rice/Coarse grains/other food grains/pulses/oilseeds. The details of the experience are as under:

FY Experience in Procurement

(Yes/No)

Experience in Storage

(Yes/No)

Commodities handled

(Name of commodity)

Quantum handled

(Lakh MT)

Revenue from such procurement/storage

(Rs. In Crores)

This certificate is issued based on documentary evidences and audited Accounts produced to me and copies of which are available with me which I shall be able to produce if required by the FCI. The certificate is true and correct to the best of my knowledge and belief.

Signature:

Name of the person signing:

Designation: Company Secretary/Chartered Accountant

Name of the firm:

Registration No./Membership No.

Address

Email address:

Contact Numbers:

Date:

Place:

Page 50: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 50 of 109

Annexure- III

Certificate for Sales Turn over and Profit

Certified that M/s ________________________ having its Registered Office at

____________ has been having a sales turnover of at least Rs. 200 Crores and

net profit (i.e. Profit After Tax) of at least Rs. 2 crores during each of the last 3

Financial Years viz. _____ to ______ and out of which at least Rs. 50 Crores of

turn-over was contributed by agribusiness. The details are as under:

Financial Year Turn Over

(Rs. Crore)

Profit

(Rs Crore)

Agribusiness turn

over(in Rs. Crore)

This certificate is issued based on documentary evidences and Audited Accounts

produced to me and copies of which are available with me which I shall be able to

produce if required by the FCI. The certificate is true and correct to the best of my

knowledge and belief.

Signature:

Name of the person signing:

Designation: Company Secretary/Chartered

Accountant

Name of the firm:

Registration No./Membership No.

Address

Email address:

Contact Numbers:

Date:

Page 51: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 51 of 109

Place:

Annexure- IV

Certificate for Credit facility

Certified that M/s ________________________ having its Registered Office at

____________ has been sanctioned credit facility by our bank for an amount not

less than Rs.100 Crore during the current Financial Year (FY _________). The

credit history of M/s _________________ has been satisfactory. Our bank is a

scheduled bank. The details of the credit facility extended are as under:

FY Credit facility

provided by the

bank

(Rs. Crore)

Performance has

been satisfactory

(Yes/No)

This certificate is issued based on documentary evidences available with the bank.

The certificate is true and correct to the best of my knowledge and belief.

Signature:

Name of the person signing:

Designation:

Name of the Bank:

Branch:

Address

Email address:

Contact Numbers:

Date:

Page 52: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 52 of 109

Place:

Annexure- V

Undertaking

(To be given in case the bidder firm does not have any office in the State where

tender is invited)

I, on behalf of M/s _____________ having its registered office at

__________ , do hereby undertake to open at least one office in the State of

______within 2 weeks from the date of award of allotment of the contractand

intimate the same to GM (Region), FCI and the State Food Department.

I am authorised to give the above said undertaking.

Signature:

Name of the person signing:

Designation:

Name of the Company/Firm:

Registration No./Membership No.

Address

Email address:

Contact Numbers:

Date:

Place:

Page 53: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 53 of 109

Annexure- VI

Certificate Regarding Number Of Employees

Certified that M/s ________________________ having its Registered Office at

____________was having at least 50 regular employees on roll as on

_____________ (dd/mm/yyyy). Actual number of regular employees as on

_______________(dd/mm/yyyy) was _______.

This certificate is issued based on documentary evidences and audited Accounts

produced to me and copies of which are available with me which I shall be able to

produce if required by the FCI. The certificate is true and correct to the best of my

knowledge and belief.

Signature:

Name of the person signing:

Designation: Company Secretary/Chartered

Accountant

Name of the Company/Firm:

Registration No./Membership No.

Address

Email address:

Contact Numbers:

Date:

Place:

Page 54: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 54 of 109

ANNEXURE- VII

Certificate that Memorandum/ Articles of Association/ Partnership Deed of the

bidder authorises the bidder to carry out procurement assignment under the

contract.

Certified that M/s __________ having its registered office at _____ is authorized

to carry out the assignment as stipulated in bid no. _____________ dated

________ of FCI as per Clause _______ of the Memorandum/ Articles of

Association/ Partnership Deed.

Signature:

Name of the person signing:

Designation: Company Secretary/Chartered

Accountant

Name of the Company/Firm:

Registration No./Membership No.

Address

Email address:

Contact Numbers:

Date:

Place:

Page 55: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 55 of 109

Annexure- VIII

Particulars of Bidder

1. Name of the Bidder

2.

1. Office Address

2. Telephone Number

3. Fax No.

4. Mobile Number

5. Email Id

6.

Nature of the Firm i.e., whether Registered

Partnership Firm/ LLP, or a Private Limited

Company, or a Public Limited Company

incorporated in India or a Cooperative

Registered in India.

7.

Names of all Partners/Directors/ members

of Managing Committeeofthe bidder on the

date of submission of Bid.(Separate sheet

may be attached)

8.

a) Name of the Contact Persons authorized

to sign tender documents

b) Telephone No.

c) Mobile No.

d) Email ID

e) Photo ID Card No.

9. PAN No. of Bidder(enclose a scanned copy

of PAN Card of the firm)

10.

Service Tax Registration No. (enclose a

scanned copy of proof of service tax

registration number of the firm)

11.

VAT Registration No.(enclose a scanned

copy of proof of VAT Registration Number

of the firm)

12.

TAN Registration No. (enclose a scanned

copy of proof of TAN Registration Number

of the firm)

Page 56: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 56 of 109

13.

EPFO Registration No. (enclose a scanned

copy of proof of EPFO Registration

Number of the firm)

14.

ESIC Registration No. (enclose a scanned

copy of proof of EPFO Registration

Number of the firm)

15.

Details of

Bidders Bank

Account

Account Name

Bank Name & Branch

Account Number

IFSC

16. (A)

Turn-over and

profit during

the immediate

preceding

3years.

(Enclose

scanned copies

of Audited

Profit & Loss

account &

Balance

Sheets)etc

Year Turn-over

(Rs. Crores) Profit (Rs. Crores)

16 (B)

Turnover from Agribusiness :-

Financial

Year

Name of the

Agri Commodity

For whom

procured/stored

Quantity (in LMT) Revenue

(Rs.

Crores) Procured Stored

17

Credit

Facility

available

a) Name of the Bank with Branch Name and

Address

b) Amount of Credit facility available (Rs.

Crores

Page 57: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 57 of 109

18

Number of

Regular

Employees

(Signature of Authorized Signatory)

NOTE:

1. For detailed Terms & Conditions the respective clause (s) in the Bid

document clause may be referred.

2. In support of all the minimum eligibility criteria, Bidders shall furnish and

upload along with Technical bid self- attested copies of documentary proof

failing which the Bids are liable to be rejected.

3. The Bidder shall furnish and upload self-attested copies of the Audited

Profit & Loss Accounts and Balance Sheet of the immediate preceding three

financial years (2012-13, 2013-14& 2014-15), in case audit of a year has

not been completed, then Bidder shall furnish and upload self-attested

copies of Accounts with limited review by chartered accountants and the

documentary proof of the PAN, TAN, VAT, Service Tax registration, EPFO

Registration, ESIC Registration.

Page 58: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 58 of 109

Annexure-IX

Proforma of Bank Guarantee towards Security Deposit

(TO BE EXECUTED ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

In consideration of the Food Corporation of India, ……………….. at

………………………………………(hereinafter called FCI) having stipulated furnishing

the security deposit in the form of Bank Guarantee under the terms and conditions

of the contract No._________________, dated ___________ made between the

FCI and M/s ………………………………… (hereinafter called the Bidder) to undertake

procurement of Paddy at MSP and sale of the same to FCI(hereinafter called the

‘contract’) for the due performance and fulfillment by the said Bidder of the terms

and conditions and obligations contained in the said contract, we (NAME OF

BANK), (hereinafter referred to as `the Bank') at the request of M/s

…………(BIDDER/S) do hereby undertake to pay on demand by FCI an amount not

exceeding Rs 5,00,00,000 (Rupees Five Crore only).

We (NAME OF BANK) do hereby undertake to pay the amounts due and payable

under this guarantee without any demur, merely on a demand from the FCI. Any

such demand made on the Bank shall be conclusive as regards the amount due

and payable by the Bank under this guarantee.

However, the Bank’s liability under this guarantee shall be restricted to an amount

not exceeding Rs 5,00,00,000 (Rupees Five Crore only).

We undertake to pay to the FCI any money so demanded not withstanding any

dispute or disputes raised by the Bidder(s) in any suit or proceeding pending

before any Court or Tribunal relating thereto our liability under this present being

absolute and unequivocal.

The payment so made by us under this bond shall be valid discharge of our

liability for payment there under and the Bidder shall have no claim against us for

making such payment.

We, (NAME OF THE BANK) further agree that the guarantee herein contained

shall remain in full force and effect during the period that would be taken for the

performance of the said contract and for a period of 42 months from the date of

issue of this Guarantee and that it shall continue to be enforceable till all the dues

of the FCI under or by virtue of the said contract have been fully paid & its claims

satisfied or discharged or till the FCI certifies that the terms and conditions of the

Page 59: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 59 of 109

said contract have been fully and properly carried out by said Bidder(s) and

accordingly, discharges this guarantee. Unless, a demand or claim under this

guarantee is made on us in writing on or before (date) (42 months to be

indicated) we shall be discharged from all liability under this guarantee thereafter.

We, (NAME OF THE BANK) further agree with the FCI that the FCI shall have

the fullest liberty without our consent and without affecting in any manner our

obligation hereunder, to vary any of the terms and conditions of the said contract

or to extend time of performance by the said Bidder(s) from time to time or to

postpone for any time or from time to time any of the powers exercisable by FCI

against the said bidder and to forbear or enforce any of the terms and conditions

relating to the said contract and we shall not be relieved from our liability by

reason of any such variation, or extension being granted to the said Bidder(s) or

for any forbearance, act or commission on the part of the FCI or any indulgence

by the FCI to the said Bidder(s) or by any such matter or thing whatsoever which

under the law relating to sureties would, but for this provision, have effect of so

relieving us.

This guarantee will not be discharged due to the change in the Constitution of the

Bank or the Bidder(s).

The guarantor hereby declare that it has power to execute this guarantee and the

executant has full power to do so on its behalf under the proper authority granted

to him/them by the guarantor.

We, (NAME OF THE BANK) lastly undertake not to revoke this guarantee during

its currency except with the previous consent of the FCI in writing.

Dated the day of for (NAME OF THE BANK)

For ..............................................................

Name of Bank:

Seal of the Bank:

Dated, the ...........................day of ................., 20......

(Signature, name and designation of the authorised signatory)

NOTES:

Page 60: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 60 of 109

1. The Bank Guarantee should contain the name, designation and code

number of the officer(s) signing the Guarantee.

2. The address, telephone no. and other details of the Head Office of the

Bank as well as of issuing Branch should be mentioned on the covering

letter of issuing Branch.

Page 61: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 61 of 109

Annexure- X

The documents which shall be attached by the Bidder for claiming its bills

(a)The following documents required at the time of delivery of resultant Rice in Depot

:

1. Movement Challan in original (includes name of supplier, Truck No., Driver ‘s

signature with name, Lot No., No. of bags, Quantity., commodity and Variety with

remarks FAQ or URS and signature of despatching officer)

2. Undertaking in original issued by party –

It is certified that the rice is milled from the Paddy, purchased only from the

farmers and the MSP, thereof, has been paid to them.

3. Any other document, as required by FCI, as and when required.

(b)The following documents required along with Bill for payment of resultant Rice

1. ID proof of farmer (PAN card/AAdhar card/Voter Id card)

2. Jot/KhetBahi/KisanBahikhata / Khasara- Khatuani

3. Bank account details and proof of payment (Copy of Bank transaction statement)

4. Movement Challan in original (includes name of supplier, Truck No., Driver ‘s signature with

name, Lot No., No. of bags, Quantity., commodity and Variety with remarks FAQ or URS and

signature of despatching officer)

5. Acknowledgement slip of Depot Officer in original (Signature with Name of Depot

Officer)

6. Weight Check Memo in original. ( 10% weighment of Lot in beam scale and tare weight of gunny to ascertain that Lot is not of non

standard weight and the gunny is used of standard weight. )

7. Acceptance Note of QC in original only

8. Analysis report of QC in original only

9. 6R (for Proof of purchase of quantity and payment of MSP to farmer) in original

only

10. 7R (for Proof of payment of Mandishulk) in original only

11. Tax invoice in original

12. Affidavit for VAT as per circular No. 7

13. Certificate issued by the village Sarpanch/President/Patvari/BDO/SDM/Area

Manager concerned, in case of purchase of paddy more 50 quintals from a single

farmer in terms of clause 5.2 of MTF.

14. All the documents to be verified by party or authorised person.

Page 62: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 62 of 109

15. Any other document, as required by FCI, as and when required.

Note:

I. Statutory taxes (such as mandi charges, fees, levies, duties on Paddy, as applicable) as paid by the private parties from procurement of paddy till the delivery of rice to the

Corporation. The same is exclusive of tax on rice, which will be a component of tax invoice

II. VAT on Paddy will not be reimbursed by FCI as the private player will get VAT on Rice and will get input tax credit on VAT paid on Paddy. In case only Paddy is liable for VAT and Rice is exempt, then VAT on Paddy will be reimbursable by FCI.

Page 63: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 63 of 109

Annexure - XI

Activities To Be Performed By The Bidder

1. Procurement of Paddy from the farmers from sector Level procurement

centresthroughout the allotted clusterand ensure delivery of equivalent rice

as per GOI specifications during the permitted procurement period

asallowed by GOI for the State/ part of the State in which the allotted

cluster falls.

2. To assess the milling capacity in the cluster and ensure availability of

sufficient milling capacity for timely milling of procured paddy within time

schedule for milling/ delivery prescribed by GOI for the State/ part of the

State in which the allotted cluster falls and intimate the same to GM

(Region) before start of work.

3. To provide copies of milling agreements entered by the bidder with various

millers for milling of procured paddy and to intimate total quantity of paddy

allotted to each miller for milling within 15 (Fifteen) working days of

entering into such an agreement/ paddy allotment to millers.

4. To declare the location of all procurement centres opened, storage points

utilized by the bidder for storage of paddy/rice and milling centres for

milling of paddy to FCI within 3 (Three) working days. FCI shall have the

right to inspect all such procurement centres/ storage points/ milling

centres as and when required.

5. Checking of quality of Paddy before procurement to ensure that the Paddy

conforming to GOI specifications for the relevant crop year only is

procured.

6. Checking of identity documents of farmers including their land revenue

records as per the list provided by the GM(R) at Annexure-XIV so as to

ensure that Paddy is procured only from the farmers.

7. Making payment of MSP to the farmers into their bank accounts within 2

(two) working days from the date of procurement by way of

RTGS/NEFT/Electronic mode from their account.

Page 64: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 64 of 109

8. Tofurnish to FCI the proof of payment of MSP to the farmer within next

3(three) working days of the procurement.

9. Arranging funds for timely payment to farmers and concerned tax

authorities.

10. Assist farmers in opening their bank accounts, if they do not have one.

11. Making payments in respect of all statutory liabilities like VAT on rice,

Mandi Fee, taxes, duties, cess and levies to the respective tax authorities

within stipulated time frame and keeping proper records thereof to provide

proof to FCI.

12. Arranging sufficient number of gunny bagsfor procurement of paddy and

new SB Twill gunny bags of prescribed specifications for delivery of

resultant Custom Milled Rice (CMR) and transportation thereof up to his

point of filling.

13. Arranging funds in respect of the gunny bags.

14. Cleaning, drying, weighment and packing of paddy and weighment of rice

produced out of paddy procured at MSP & its standard filling of 50 Kg. net

per bag for delivery to FCI.

15. Stitching and stencilling of bags as prescribed by FCI.

16. Temporary stacking/storage, if required.

17. Transportation of the procured Paddy from purchase centres to his

temporary storage point and from temporary storage point to mill point and

that of resultant rice from the mill point to the FCI’s delivery point.

18. Security, storage and preservation of the procured Paddy/ rice from the

point of procurementtill final acceptance of resultant rice by FCI at the

delivery point.

19. Delivery of resultant rice to FCI’s delivery point, unloading from his trucks

and dumping on the platform,getting it accepted after proper quality check

by the concerned quality officer of FCI.

Page 65: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 65 of 109

20. Getting riceweighed at FCI delivery point or designated weigh bridge for

that delivery point.

21. Obtaining proper Weight Check Memo and Acceptance Note from the

concerned officers of FCI for the stocks accepted by FCI. FCI shall

invariably issue Acceptance Note electronically to the bidder.

22. In case the resultant rice is not found within the prescribed specifications at

the delivery point, the same shall be taken back by the bidder immediately

for upgradation/ replacement. If anysuch stock is left at FCI delivery point,

it will be at the risk and cost of the bidder.

23. Preparation of bills with all supporting documents as prescribed by

concerned Area Manager/GM(R) and timely submission thereof

electronicallyon day to day basis instead of bunching of bills.

24. Arranging moisture meters and other equipment for quality checking of

Paddy at the procuring points.

25. Arranging man power for carrying out procurement operations.

26. Arranging spaces for carrying out cleaning, drying, stencilling, filling,

weighing, stitching operations and temporary stacking/storage of procured

Paddyand resultant rice.

27. Making arrangements for transportation of gunny bags, and procured

stocks.

28. Obtaining required licences/permissions from the concerned Central/ State

Government/ localauthorities for carrying out the procurement operations.

29. Keeping proper records and details of all the paddy/riceprocurement

related activities likerejections along withreasonsthereof, payments made,

received, transportation, quality checks, weighments, storage etc.

30. Furnishing daily information to FCI in respect of procurement, payment,

storage, transportation etc. as may be prescribed by the concerned Area

Manager/GM(R) of FCI.

31. Carrying out all incidental and ancillary activities relating to the

procurement of Paddy from the time of procurementof paddy till final

Page 66: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 66 of 109

delivery of resultant rice at specified godown and acceptance thereof by

FCI.

32. Bear the losses/shortages, if any, in the handling/ transportation/ storage

of paddy and rice till the time of delivery of rice to FCI.

33. Assist FCI in carrying out investigation in respect of complaints, if

anyreceived.

34. Any other related work, which is not included in above clauses but found

necessary for effective procurement of paddy/ rice by the GM (Region), FCI

shall also be carried out by the bidder.

Page 67: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 67 of 109

Annexure- XII

Inspection, sampling and analysis procedure to be followed in

acceptance/purchase of rice stocks during

Kharif Marketing Season 2015-16

The detailed guidelines and instructions regarding sampling & analysis

procedure and inspection to be followed in acceptance of rice stocks, during Kharif

Marketing Season 2015-16 for strict compliance by all concerned officials/officers

are as under :-

1. The rice stocks shall be accepted/ purchased as per specifications, laid down

by the GOI for Kharif marketing season 2015-16 as referred above.

2. The method of sampling is to be followed as per the BIS method for

sampling of food grains, as instructed vide this office letter

No.QC/2(1)/2002/Vol.I, dated 13.11.2012 and 09.12.2002.

3. Each and every bag of rice for inspection and acceptance must bear proper

and legible stencilling/tag so that the crop year, name of supplier,

lot/consignment/contract number, class/group of Rice, name of centre etc. are

clearly visible on the bags. Rice bags/lots without proper, clear and legible

stencilling are not to be inspected/accepted and such lots are to be rejected out-

rightly. It should be ensured that in no case dumping/stacking of any lot of rice

should be allowed inside godowns before final acceptance. Rice consignments are

weighed on 100% weighment on weighbridges. It is necessary that standard

nature of consignment is invariably checked through test weighment in the depot

before final acceptance. Manager (D)/ Depot Staff should check and record

weighment of 10% of the bags in all the consignments on daily basis. Non-

standard bags (i.e.+ 250 gms against 50 Kg packing) due to excess or less weight

will be rejected. The tare weight of atleast 2% gunnies should also be checked

and recorded in Wt. check memo by the depot staff. Final weight of consignment

will be arrived at 10% weighment basis. The quality and condition of the gunnies

used in the packing of rice should also be checked carefully by the depot staff. A

certificate about the quality of the gunnies used will be given by the depot officer.

Every day’s operation should be planned in advance in such a way that it may not

result in large scale dumping in the godown premises. It will be the responsibility

of Depot staff to maintain a register indicating all above particulars, therein.

Page 68: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 68 of 109

4. The size of each lot/consignment must be 27 MT (540 bags 50 Kg. packing)

uniformly throughout the country except in case of last or only consignments of

the bidder. The violation of this standard and consequent financial implication will

be viewed seriously and the violator will be held responsible.

5. Manager (QC)/TA shall accept 10 consignments in single day and

during peak season in heavy procurement Region, single Manager

(QC)/TA may accept a maximum 15 consignments in a day without

compromising with the laid down procedures in any manner.

6. The moisture content shall be recorded by the Technical Assistant in the

presence of depot staff for the lots accepted at the time of acceptance of stocks in

the depot which will be final for all purposes. Moisture meters calibrated for

different commodities, raw and parboiled rice etc. should be used at the rice

acceptance points. A separate register will be maintained for recording moisture

contents at the time of acceptance of rice at the depot which will be jointly signed

by TA/Manager (QC)/Manager (D). Similarly moisture contents will be jointly

checked at the time of issues/disposal of stocks.

7. As stipulated in the uniform specification for determination of broken grain,

average length of principal class/group of rice is to be taken into account

uniformly without any exception.

8. One sample will be drawn jointly with miller by the Technical Assistant for

the purpose of analysis to determine acceptability of the consignment as per the

uniform specifications.

9. Finally accepted consignment shall be stacked in depot on day to day basis

and triplicate samples (Mill-wise/TA-wise) would be drawn as per standing

instructions. The composite analysis results of the stack will be recorded by

accepting TA / Manager (QC) after completion of the stacks on the basis of

analysis of one sample out of three samples drawn from the stack. The remaining

two sealed samples shall be kept in duplicate jointly tied in the depot for future

reference and collection by the District/Regional office squads for 10% and 5% of

the stacks for test analysis. The period of retention of sample in the depot should

be three months. The stack wise analysis results must be checked and signed by

supervisory Manager (QC) of the centre/depot for verifying the result of stack by

inspecting officers of Regional office/District office representatives.

10. To have a proper check of rice accepted by each TA at the depot, 10% &

5% samples of rice from the stack (duplicate), accepted by each TA at each depot

Page 69: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 69 of 109

of FCI District will be collected by the representatives of Area Manager and

General Manager (Region) on fortnightly and monthly basis respectively, for test

analysis in District and Regional labs to verify the results of concerned TAs and for

taking necessary action as may be deemed fit. The stacks from which samples

have been collected by District / Regional lab should not be moved till the receipt

of analysis results from the respective labs. District/Regional office should convey

the results to concern centres/depots invariably within a week’s time. Ensuring

genuinity of the samples so collected shall be the responsibility of

Squad/Representative of General Manager (Region) and Area Manager. Second

sample after analysis in the labs should not be destroyed for a period of 3 months.

In the event, if any, sample is found beyond specifications, immediate joint

analysis be carried out with the concerned TAs and Manager (QC) and disciplinary

action may be taken as deemed fit. Timely collection, analysis and

communicating of analysis results and joint analysis of samples will be the

responsibility of concerned District/Regional Heads.

It is further clarified that the unit of sampling for test check at

Regional/District labs is a Stack and not a consignment / lot. Therefore, it must

be ensured that the samples collected from the stack are truly representative in

nature.

11. As the acceptance of rice stocks at depot level by TA / Manager (QC) is

final and binding, the quality certificate / acceptance note will be signed by TA /

Manager (QC) himself and will form the basis along with other relevant documents

for release of payment by the District Office. Copy of ‘Acceptance Note’ should be

kept by the QC official for record.

12. The Technical Assistants / Manager (QC) shall record full particulars of

analysis in the depot acceptance register while conveying acceptance/rejection of

the stocks. Besides this, each TA will also keep his separate analysis register with

full particulars of analysis.

13 In no case repeat in no case, ad-hoc payment will be released till the sample

is completely analysed and stocks accepted by issue of analysis report /

acceptance notes by TA/Manager (QC) to District Office.

14. In case of rejection of Rice consignment by Technical Asstt., requisite

details shall be maintained by him in the inspection Register along with the

analysis results. Such rejected lots shall necessarily be re-inspected by Manager

(QC) concerned and observation recorded. In case, the Rice consignment has

been rejected by officer of the rank of Manager (QC), then re-inspection of the

Page 70: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 70 of 109

consignment by another officer of the same rank of Manager (QC) is not required.

if Manager (QC) on re-inspection of Rice consignment decides that the same

meets quality parameters then he will decide that the consignment be accepted.

In case of rejection of the consignment by Manager (QC) after re-inspection of

stocks, he will inform the Depot Officer on rejection of stock for duly informing the

concerned supplier in writing requiring him to lift the rejected Rice consignment

immediately failing which storage charges shall be levied. The Depot Manager

shall also inform the concerned supplier in writing that he may prefer appeal

against the decision of Manager (QC) by submitting an application in writing with

the Depot Manager within two days of receipt of the decision of rejection in

writing.

15. At the time of procurement of CMR and in the event of rejection and appeal

thereof, in such consignment four (04) sealed joint samples will be drawn by

Manager (QC), associating the representative of the Private Party concerned/rice

millers. Three samples will be sent to District Lab immediately alongwith the

appeal. 4th sealed sample will be given to Private Party or its representative. On

first appeal of Distt lab, One of the samples may be used by AGM (QC) for

analysis jointly with the representative of the Private Party. AGM (QC) shall inform

the Private Party concerned through e-mail and in writing about the outcome of

the analysis. If the dispute regarding rejection still persists, the 2nd Appeal can be

made at Regional level and DGM (QC) of Regional Office concerned will decide the

Appeal by analysing the 2nd sealed sample. Private Party will be associated in the

analysis of rice samples at Regional level also. The outcome of the analysis shall

be communicated by Regional Office to the Private Party through e-mail and in

writing. In case the dispute still persist, the Private Party can refer the matter to

the Ministry of CA,F&PD and Central Grain Analysis Laboratory, (CGAL)

KrishiBhawan, New Delhi, which will act as Referral Lab for analysis of the 3rd

sealed sample of the disputed lot. In case Private Party wants to request for

review of analysis result of CGAL, he should communicate and provide review

sample to CGAL for analysis.

In order to ensure that appeals are disposed of well within a reasonable

time, the following time frames are fixed for disposing appeals at various levels:-

(i) First Level Appeal (AGM QC) : 3 working days

(ii) Second Level Appeal (DGM QC) : 3 working days

(iii) Referral Lab (CGAL) : 5 working days

(iv) 4th Level (review of sample analysis: 5 working days

result of CGAL)

Page 71: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 71 of 109

S.

No

Level of Appeal No. of working days to

respond for opting next

level of Appeal

No. of working

days for analysis

of Appeal Samples

1 First Level Appeal

(AGM QC)

Same day 3

2 Second Level

Appeal (AGM QC)

2 3

3 Referral Lab (CGAL)

2 5

4 Review at Referral

Lab

3 5

16. During the pendency of appeal against the rejection of a particular

rice lot, the Private Partywill be allowed to deliver rice till final out-

come of the appeal i.e. within the stipulated mandatory period. If the

appeal is upheld at any level, FCI will accept the stock and separate

departmental action will be initiated against the delinquent officers. In

case appeal is rejected at all the 3 levels, the storage charges will be

levied by FCI from the date of delivery of lot of rice for acceptance as

per procedure. Further, the Private Party will have to lift the rejected

stock within 24 hours, if he fails to do so, his further delivery of stocks

will be stopped. In order to avoid frivolous appeals a caution notice

may be issued to the Private Partyin the event of rejection of appeal at

all levels as above and for repeated occurrence of such appeal, other

punitive action can be considered against the Private Party.

17. In case of rejection of any consignment due to non-conforming to the

class/group offered, Private Party shall take back the consignment and may re-

offer the above to the lower class/group after changing the gunnies with

‘Common’ stencilling. The consignment shall be examined/analysed for

considering its acceptance in re-offered group.

18. In view of instructions at Para No.3, it is mandatory that acceptance of

consignment in each stack is done by single TA, thereby TA-wise, identity of stack

will be maintained. Area Manager will accordingly be allocating sheds/stacks in

the depot to a particular TA and Manager (QC) deputed for

procurement/acceptance of rice. The Depot Officer concerned will maintain a

separate register with necessary details besides the names of TA / Manager (QC)

deputed for the purpose. Concerned depot officials / officers will be responsible

to ensure that the rice consignments accepted by TA /Manager (QC) are not

mixed up with the stocks accepted by another TA/Manager (QC). It may be noted

Page 72: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 72 of 109

that TA / Manager (QC) deputed for the procurement/acceptance of rice

consignments shall be responsible for the quality of rice accepted in the depot.

19. The Assistant General Manager (QC) In-charge for Q.C. and Procurement

operations of the District, will keep a close watch on the quality of stocks being

procured under his jurisdiction through a systematic and regular monitoring. He

will also carry out regular checks of the stocks being procured in a manner to

ensure thorough checking of at least 10 % of rice consignments accepted by each

TA in each depot on fortnightly/monthly basis as the case may be.

20. In order to ensure acceptance of rice conforming to laid down specification

only, the following super inspection shall be conducted :-

Sl.

No. At the level of office % of Test check

1. Manager (QC) concerned 25% rice consignments accepted by each TA at

each Depot on day to day basis.

2. Asstt. General. Manager

(QC) concerned.

10% rice stocks (consignment wise / stack

wise) accepted by each TA on fortnightly basis

at each Depot.

However, 10% rice stocks (consignment-

wise/stack-wise) accepted by each TA on

monthly basis at each depot wherein District

has more than 15 procuring centres.

3 Area Manager concerned 2% rice consignments/stocks accepted by each

TA on fortnightly basis at each Depot.

However, 2% rice stocks (consignment

wise/stack wise) accepted by each TA on

monthly basis at each depot wherein District

has more than 15 procuring centres.

4. Dy. General Manager

(QC) of Region

10 Depots during each month spread over at

least 3 (three) FCI Districts by

drawing/analysing samples of rice of at least

2% of the stocks accepted in the Depot under

the supervision of different Managers (QC).

Inspection to be carried out in such a way that

all the Procurement Districts of the Region are

covered once in 3 (three) months.

However, out of the total quantity to be

checked by Dy. General Manager (QC) Region

according to the prescribed scale of inspection,

Page 73: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 73 of 109

21. The official found guilty and indulging consistently in procurement of rice

beyond the specified limits of uniform specification are not to be spared and

immediately removed from procurement work beside disciplinary action. While

carrying out inspections, the plan/schedule of inspection by the inspecting officer

should be drawn in such a way that inspection of notorious centres are accorded

priority. In order to keep constant vigil on such depots, the frequency of

inspection and number of samples to be drawn by the inspecting officers and

squads should be intensified.

22. Proper records/documents relating to acceptance, analysis etc. shall be

maintained correctly with complete details of the stock accepted and rejected in

the Depot/Acceptance point by the TA indicating the name of supplier, serial

number, contract/ACK/consignment/stack number along with analysis result in the

prescribed proforma. These records are to be verified by Senior Officers visiting

the Depots. Any lapse in maintaining the records shall be viewed seriously and

action as deemed fit is to be initiated against defaulters. There should not be any

overwriting / cutting in the Register.

23. The inspection report of Asstt. General Manager (QC), Area Manager, Dy.

General Manager (QC) and General Manager(QC/Region) will be sent to Regional

Office and Zonal Office only. Regional office and Zonal Office should critically

minimum of 10% should be the same stocks as

inspected by a subordinate authority during

inspections.

5.

General Manager(Region)

At least 4 (four) Depots every month spread

over at least two FCI Districts by

drawing/analysing samples from four different

stacks at each Depot. Minimum of 10% should

be the same stocks as inspected by subordinate

authority during inspections.

6. General Manager (QC)

and Dy. General Manager

(QC) Zonal Office.

A minimum of two Depots in different procuring

Regions each month by drawing/analysing

samples of at least 2% stocks of rice already

accepted in the Depot. Next month, different

Regions should be covered. General Manager

(QC) of Zonal Office should verify the stocks

inspected by a subordinate authority to the

extent of 10%minimum of the scale prescribed

for him for periodical inspection.

Page 74: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 74 of 109

examine these reports and ensure action on the discrepancies reported by the

inspecting authority. FCI, Headquarters shall monitor timely and frequent

inspection by the officers as per standing instructions. For enabling this, Zonal

office is required to furnish fortnightly statements as per the format already sent

vide this office letter no. QC.2 (1)/KMS/2010-11 dated 20.9.2010.

24. Creation of unique code system for detection of BRL Rice for monitoring of

replacement of BRL rice on real time basis has been evolved and contained in this

office circular no. QC.7/Fortnightly Inspection statement/ Zone/2012-13 dated

27.06/03.07.2013, which should be strictly followed.

25. Non-submission of report by Manager (QC), AGM (QC), Area Manager etc. and

by all squads of the respective offices as indicated above shall be construed as

willful disobedience and connivance with delinquents officers/officials.

26. The Area Manager and AGM (QC) shall have overall responsibility for

procuring the rice stocks, as per laid-down standards and specification, at all the

centres in his Districts.

27. The stocks identified as BRL on subsequent inspection should

immediately be got replaced by the concerned Rice Miller within 24

hours failing which no further dumping will be allowed.

Page 75: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 75 of 109

Annexure- XIII

The indicative list of Areas where Procurement is to be

Performed

(This list may be amended from time to time and the same shall be communicated

to the Bidder timely)

Cluster: Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Sr.

No

.

FCI

District

Office

Revenu

e

District

Tehs

il Block

Location Of The

Procurement Centres

Where FCI/ Sgas Will

Procure

Area/Sector

Where

Bidder Will

Procure

1

Allahab

ad

Allahab

ad

Pho

olpu

r

Phoolpur Phoolpur Babuganj

2 Bahadurpur Deoria,Sahaso Andava

3 Bahariya Bahariya Badalpur

4

Han

dia

Handia Handia Mankanpur

5 Pratappur Sarai

Mamrez

6 Chaka Janghal Chaka

7 Dhanupur Dhanupur Bhagautipur

8 Saidabad Dhudhuwa Benipur

9

Sora

on

Soraon Soraon Panilla

10 Kaudihar Kaudihar Baksi Mod

11 Holagarh Holagarh Hasanpur

12 Mau-Aima Mau-Aima Jamui

13 Mez

a

Meza

Meza Road, Meza

Tehsil,Pathra,Kodhar,Pipr

aon,Kanigara

-

14 Manda Manda Bharari

Page 76: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 76 of 109

15 Kora

on

Koraon Sikro,Badwari,Khajuri,Ayo

dhya,Koraon

MawaiyanM

od

16 Urua Urua Dighiya

17 Bara

Jasra Jasra,Jari,Ghurpur,Mahori

,Khataiya,Bundawa -

18 Shankargarh Naribari,Mawaiya Sundarpur

19 Karc

hana Karchana

Karchana,Baraon,Puraini,

Rampur,Dharibazaar Dando

20

Kaun

dhiy

ara

Kaundhiara Karma,Kaundhiara,Garwa Rajapur

21

Kausha

mbhi

Chail

Newada Saraiakil, Newada Beniramkatr

a

22 Chail Manauri,Chail Chauradlh

Bazar

23 Muratganj Bharwari Arailchaurah

a

24 Sirat

hu

Kada Ajuha,Dormasaini Daranagar

25 Sirathu Samsabad, Udhin Sanwarai

26

Man

jhan

pur

Sarsanwa Kumhiawa, Bharsanwa,

Sarwasa, Paschimsharia Bairampur

27 Manjhanpur Manjhanpur, Bairagi Dehwan

28 Kaushambi - champaha

bazaar

29

Pratap

garh

Sada

r

Sadar Baheliya Bhojpur

30 Mandhata Sarai devrai,Sarainaharrai Mandhata

31 Sandvachand

rika Gobari Babuganj

Page 77: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 77 of 109

32

Patti

Patti

Parsani,badhvabazar,sard

eeh,harikapura,muraini,

mahdaha

-

33 Aaspurdevsa

ra Daudpur,aaspur, devsara Sultanpur

34

Baba

Belkharnathd

ham

Udaiyadeeh Khujikala

35 Mangraura Parsanda,barauli,mangra

ura,konibazar Itwa

36 Rani

ganj

Shivgarh Puradeeh,raniganj,durgag

anj Aadharganj

37 Gaura Suvansa,saultanpur,gaura Banvarpur

38

Lalg

anj

sangipur Aaharbihar Sangipur

39 Lalganj Lalganj Arjunpur

40 sangramgarh - Sangramgarh

41 lakshmanpur - Lakshmanpu

r

42

Kun

da

Kunda Kunda,bhadri(chauraha) Deeha

43 Kalakankar Kalakankar Vajidpur

44 Babaganj

Babaganj,nariyanva,mang

arh,azadnagar,gopalpur,d

eehbalai

Baharatgarh

45 Bihar bihar,chhajalpur,ikapurw

a,garibpur Baaro

46 Faizaba

d

Sultanp

ur

Sada

r

Dubepur

Naveen

mandisthalamhat,dikhaul

i,bankepur

karampurpar

vaarbhar

47 Kurebhar katka,fulauna Chandpur

saidopatti

Page 78: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 78 of 109

48 Kudvar aliganj,sadarnarahi Maniyari

49 Dhanpatganj Dhanpatganj ramnagardha

bia

50 Balderai Balderai,kanpa Barsawan

51

Lam

bhua

lambhua lambhua,suryabhanpatti

gopalpurmag

haaya

52 bhadaiyan Bhadaiyan

rampurhanu

manganj

53 pratappur

pratappur,kuthrakalan,ch

itwanpur

Hariyasarpat

ha

54

Kadi

pur

kadipur kadipur, rampurkarpi

baurhiyabaln

aoo

55 dostpur

rihayakpur,imligaonbalwa

re halapur

56 karaudikalan

partapur,nagnathpur,sha

hbuddinpur karaudikalan

57 akhandnagar

akhandnagar,devnagar,d

omapur sansarpur

58 Jaisi

nghp

ur

jaisinghpur jaisinghpur,diwas basakpur

59 motigarpur Paraspatti hansapur

Remark:

The list above is the proposed location of the centre. The area/sector will comprise of nearby

villages. The location of the centre can be modified with the approval of FCI and State

Government.

Page 79: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 79 of 109

Page 80: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 80 of 109

Annexure -XIV

List of documents to be checked by the Bidder for verification of Farmer

Sr.

No.

Purpose of

Document

Name of Document (Any one of the following)

1 Identity i)PAN Card ii)Voter I Card iii) Aadhar Card

iv) Driving License v) Bank Pass Book with Photo

2 Land Records i)Jot Bahi ii) Khatauni iii) Kisan Credit Card

iv)SadhanSahakariSamiti Pass Book

Remark:

The list of documents above can be modified.

Page 81: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 81 of 109

Page 82: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 82 of 109

Annexure- XV

Prescribed Quality Specifications (FAQ) for KMS 2015-16

(This may be amended from time to time by government of india and same shall be communicated by GM(R)to the bidder)

UNIFORM SPECIFICATIONS OF ALL VARIETIES OF PADDY (KHARIF MARKETING SEASON 2015-16)

Paddy shall be in sound merchantable condition, dry, clean, wholesome, of good

food value uniform in colour and size of grains and free from moulds, weevils, obnoxious

smell, Argemonemexicana, Lathyrussativus(Khesari) and admixture of deleterious

substances.

Paddy will be classified into Grade “A” and “Common” groups.

SCHEDULE OF SPECIFICATION

S No. Refractions Maximum Limit(%)

1 Foreign matter (a) Inorganic (b) Organic

1.0% 1.0%

2 Damaged,discoloured,sprouted and weeviled grains

5.0%*

3 Immature, Shrunken and shriveled grains 3.0%

4 Admixture of lower class 6.0%

5 Moisture content 17.0%

*Damaged, sprouted and weevilled grains should not exceed 4%.

N.B.

1. The definitions of the above refractions and method of analysis are to be followed as

per BIS ‘Method of analysis for foodgrains’ Nos. IS:4333(Part I): 1996, IS: 4333(Part II):

2002 and ‘Terminology for foodgrains’ IS: Nos. 2813-1995, as amended from time to

time.

2. The method of sampling is to be followed as per BIS method for sampling of Cereals

and Pulses IS: 14818-2000 as amended from time to time.

3. Within the overall limit of 1.0% for organic foreign matter, poisonous seeds shall not

exceed 0.5% of which Dhatura and Akra seeds (Vicia species) not to exceed 0.025% and

0.2% respectively.

UNIFORM SPECIFICATIONS FOR GRADE ‘A’ & ‘COMMON’ RICE

Page 83: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 83 of 109

(KHARIF MARKETING SEASON 2015-16)

Rice shall be in sound merchantable condition, dry, clean, wholesome, of good

food value uniform in colour and size of grains and free from moulds, weevils, obnoxious

smell, admixture of unwholesome poisonous substances, Argemonemexicana,

Lathyrussativus(Khesari) in any form, or colouring agents and all impurities except to the

extent in the schedule below. It shall also conforming to prescribed norms under Food

Safety & Standards Act, 2006/Rules prescribed thereunder.

SCHEDULE OF SPECIFICATION

S. No. Refractions Maximum Limit(%)

Grade ‘A’ Common

1 Brokens*

Raw 25.0 25.0

Parboiled/single parboiled rice

16.0 16.0

2 Foreign Matter** Raw/Parboiled/single parboiled rice

0.5 0.5

3 Damaged#/slightly damaged grains

Raw 3.0 3.0

Parboiled/single parboiled rice

4.0 4.0

4 Discolored Grains Raw 3.0 3.0

Parboiled/single parboiled rice

5.0 5.0

5 Chalky Grains Raw 5.0 5.0

6 Red Grains Raw/ Parboiled/single parboiled rice

3.0 3.0

7 Admixture of lower class Raw/Parboiled/single parboiled rice

6.0 --

8 Dehusked Grains Raw/Parboiled/single parboiled rice

13.0 13.0

9 Moisture content@ Raw/Parboiled/single parboiled rice

14.0 14.0

* Not more than 1% by weight shall be small broken.

**Not more than 0.25% by weight shall be mineral matter and not more than 0.10% by

weight shall be impurities of animal origin.

# Including pin point damaged grains

@ Rice(both raw and parboiled/single parboiled) can be procured with moisture content

upto a maximum limit of 15% with value cut. There will no value cut upto 14%. Between

14% to 15% moisture, value cut will be applicable at the rate of full value.

Page 84: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 84 of 109

Annexure- XVI

List Of Godowns/Delivery Points Where Rice Can Be Delivered

This list may get amended from time to time and the same shall be communicated

to the Bidder timely.

Cluster: Cluster-2 (Allahabad,Kaushambhi,Pratapgarh,Sultanpur)

FCI

District

Revenu

e District

Godown

Email address Contact

No. Address Officer in charge

Name Type

(Owned/

Hired)

Capac

ity (in MT)

Allaha

bad

Allahab

ad

FSD

Naini

owne

d

51970 [email protected]

830363

5901

COD

ROAD,NAINI

ALLD

Sh.ManjarFaro

okh

CWC Naini

hired 25320 n/a 9451324497

Karchana,

Allahabad

Sh.MoolchandDiwakar

SWC

Alopibag

hired 24360 n/a 941566

2857

Alopib

ag,Allahabad

Sh.D.N.Mishra

SWC

Naini

hired 14000 n/a 941563

2482

Karcha

na, Allahab

ad

Sh.D.S.Tripathi

Kausha

mbhi

SWC

Manjha

npur

hired 10000 n/a 872647

3169

Manjh

anpur,

Kaushambi

Sh.AmarSinghA

rya

Pratap

garh

SWC

Pratapgarh

hired 6720 n/a 983829

2355

Mahuli,

Pratapgarh

Sh.Ajay Kumar

PEG

Pratapgarh

hired

5000

n/a

9452078588

Raniganj, Pratapgarh

Sh.Mahendra Pandey

Faizabad

Sultanpur

PEG Katka

hired 5000 [email protected]

8765525622

Katkakhanpursultanpur

Sh.MohammadJasheem

Page 85: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 85 of 109

SWC MandiS

ultanpur

hired 6540

Naveenmandisultanpur

Page 86: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 86 of 109

Annexure- XVII

Action Plan For The Bidder For

Kharif Marketing Season 2015-16

1. The Price Policy announced by the GOI for Kharif Crops of 2015 -16 season,

to be marketed in Kharif marketing season 2015-16, circulated by GOI vide

letter no. 4(4)/2014-Py.I dated 26/06/2015 is at Annexure – XXII.

2. Instructions of the GOI for colour coding of gunny bags to facilitate

identification of crop year of stock for KMS 2015-16 circulated vide letter No.

15(1)/2012-Py.III/318639 dated 10th April 2015 are at Annexure – XXIII.

3. Necessary steps must be taken to ensure that the impact of presence of

Bidder and its readiness in all respects for Kharif operations is felt and

appreciated by all.

4. To ensure that there is no inadequacy in arrangements for smooth

procurement operations. Staffs at each of the Procurement Centres have to

be positioned well in time and clear instructions given to them regarding

their role. Appointment of the Private Parties, provision of labour, placement

of gunnies, wooden crates, moisture meters, polythene covers and all other

arrangements be kept ready. Adequate arrangements must be made in time

to save stocks from rain, rodents and pests.

5. Weights in use should be duly stamped by Weights and Measurement

Department. The uniform specifications for Paddy for KMS 2015-16 as

circulated by the QC division of FCI Hqrs. vide letter No. QC/2(1)K.M.S/2015

dated 19/08/15 are at Annexure – XV.

6. Make necessary arrangement for procurement so that no FAQ Paddy is sold

below MSP.

7. The Estimated procurement targets and period of procurement of Paddy for

KMS 2015-16 for the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh,

Sultanpur) of State of Uttar Pradesh as prescribed by GOI, are as under:-

Page 87: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 87 of 109

(Figures in lakh tonnes)

Cluster Procurement targets PROCUREMENT PERIOD

FROM TO

Cluster-2

(Allahabad,Kaushambhi,

Pratapgarh,Sultanpur)

1.00 October, 2015 February, 2016

Time schedule of Milling/ delivery prescribed by GOI for the State/ part of the

State in which the cluster falls:

From October, 2015 to June, 2016.

8) All out and concerted efforts be made for achieving the targets and

responsibility for achieving the above targets may be assigned to field

officers/officials.

9) A monitoring mechanism may be kept in place to ensure that effective and

close liaison is maintained with the concerned Authorities at all levels. The

Bidder must remain actively in touch to sort out day-to-day operational

problems relating to procurement. Bidder shall send Monthly/Weekly

procurement highlights.

10) Equipment For Purchase

i) Every Purchase Centre be fully equipped with mini-kit as prescribed by GM

(R),FCIand moisture meter duly calibrated and certified by concerned

Competent Authority. In addition, the deployed personnel must carry with

them the Govt. of India’s specifications for Paddy applicable for KMS 2015-16

season in local language, official language and English.

ii) Personnel at Procurement Centres must ensure that the specifications and

support prices are prominently displayed in vernacular language for the

information of the farmers who bring their produce for sale.

iii) Purchase personnel must have adequate number of cloth bags and

polythene bags for drawing samples.

11) Procurement Prices Of KMS 2015-16 :-

i) Minimum Support Price for Paddy so fixed by GOI vide letter no. 4(4)/2014-

Py.I dated 26th June 2015 is given below for ready reference:-

Page 88: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 88 of 109

CROP MINIMUM SUPPORT PRICE(RS./QTL.)

PADDY(COMMON) 1410

PADDY(Grade –A) 1450

ii) Whenever State Governments announce any ‘State Bonus’ over and above

MSP fixed by the Govt. of India, Bidder shall obtain prior permission of FCI

before making payment of any such bonus to any farmer.

12) Stocks brought by the farmers would be heaped separately to maintain

individual identity. The deployed personnel should test check the stocks,

heap-wise, by drawing samples from each heap to assess the quality and

advise cultivators/ farmers to do the necessary cleaning/drying/up-gradation,

wherever necessary.

13) Recheck the Paddy stocks by drawing samples from different points of the

heap to assess the quality of the heap as per the Govt. of India’s

specifications in the presence of officials of the farmers and the stocks

conforming to the Govt. of India’s specifications shall be purchased.

14) Convince the farmers about the reasons for the rejection, if any, by

analysing the stocks on the spot, wherever necessary. Record indicating the

reasons for rejection of each lot must be maintained in the prescribed

register. This is very important to cross check objections/complaints

received, if any.

15) Instructions of the Government of India for Uniform Specifications for Paddy

for KMS 2015-16 shall be strictly followed.

16) Make all-out efforts to achieve or even surpass the estimated targets.

17) Maximize procurement of paddy of prescribed specification.

18) Purchase staff is required to be in position, well before the commencement

of the season. Labs.etc. be kept ready and functional in all respects.

19) Stocks must be procured on ‘First come first served’ basis.

20) Proper cleaning of the stocks must be ensured before stocks are purchased.

Page 89: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 89 of 109

21) Procurement staff should endeavour to win the confidence and trust of the

farmers by offering correct advice regarding upgrading of lots wherever

necessary so that the cultivators are not put to any inconvenience.

22) Proper liaison with State Food Department/State Agencies and District/State

Administration should be maintained.

23) Sort out bottlenecks, if any, by rendering necessary assistance, coordination

etc. in operational matters.

24) Immediate clearance and transportation of the procured stocks must be

ensured.

25) Supervisory and other Senior Officers should be on the move for close

supervision of procurement operations.

26) Procurement of Paddy should be strictly as per quality specifications laid

down by the Govt. of India for KMS 2015-16.

27) In order to achieve the goal of procuring Paddy to the maximum extent and

to give benefit of MSP to the farmers, wide publicity should be given through

Radio, TV, Pamphlets and Banners etc. regarding the MSP announced by the

GOI, quality specifications, number and location of purchase centres, facility

provided in effecting procurement like prompt payment to farmers, correct

weight etc. It must be ensured that the support price and specifications are

prominently displayed in all the purchase points for the information of

cultivators/farmers. Hand bills should be displayed and distributed to the

farmers giving the necessary guidelines and explaining the need for bringing

clean and dry stocks to get the MSP fixed by GOI.

28) Grievance redressal mechanism should also be put in place and contact

information of responsible officers be displayed/publicized prominently.

29) Special Attention / Emphasis Points:

i) The heap of the Paddy should not be on “Katcha” ground/floors so as to

avoid mixing of mud, sand, pebbles, and stones with the sound grains.

ii) There should not be shortage of covering materials, such as, tarpaulins etc.

Non-availability of the same may cause the possibilities of damage to the

Paddy purchased in case of sudden rains at the purchase centres.

iii) Govt. of India letter No15 (1)/2012-Py.III/318639 dated 10th April, 2015

(Annexure – XXIV) regarding stitching of all bags of rice.

Page 90: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 90 of 109

30) Stencilling: The stencilled matter on gunnies should indicate:

a) Name of the commodity.

b) Name of the Region.

c) Year of purchase

d) Name of the Purchase Centre/ Point.

e) Net weight.

f) Name of the Bidder.

Stencilling should be made in the Blue colour prescribed by GOI for Kharif

Marketing season 2015-16.

31) Record of Purchase:

Name of the cultivator, approximate quantity brought and quantity procured

shall be properly recorded. Similar details should be maintained for the

rejected lots recording reasons for rejections.

32) Information of Daily Arrivals And Purchases:

The Biddermust send, promptly, the details of daily arrivals and purchases

made by them alongwith prevailing market rates to the respective Area

Managers. A control room may be set up to ensure prompt gathering,

reporting & entering of data.

33) Transportation of Stocks Purchased:

i) The stocks purchased will then be dispatched to the milling centres.

Maintain proper records of dispatches showing name of the consignee milling

center and send complete dispatch documents to the consignee milling

center concerned. Obtain clear acknowledgement from the consignee milling

center regarding the quantity and quality of Paddy.

ii) All the Paddy purchased in a day should be moved on the same day or on

the next day. There should not be any delay in movement. There should be

periodical reconciliation of stocks purchased, stocks dispatched and stocks

received and payment against stocks purchased. Gunny account should also

be reconciled periodically. Periodicity in reconciliation of stocks as well as

gunnies should not be more than one week.

iii) Proper protection/security arrangements for the same should be ensured.

Page 91: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 91 of 109

34) Payments:

Payment to the farmers shall be ensured within 2 (two) working days after

effecting the purchases as per extant instructions.

35) Procured stocks must be preserved properly.

36) Team/Squads of Quality Control Officers and other Senior Officers shall be

formed by the Bidderand assigned the task of continuous touring and

thorough inspection of all aspects of the operation. Quality examination

should be made by random checking of the bags.

37) Distress Sale Complaints:

All such complaints are to be attended on “TOP PRIORITY” for remedial

action. Sincere efforts must be made to avoid any scope for such complaints

altogether. If complaints are received, these must be meticulously gone into,

sorted out/settled and Action Taken Report be furnished.

38) Important:

“Action plan” outlined above contains only broad guidelines. Compliance to

the instructions issued separately by FCI for various specific subjects

mentioned in this “action Plan”, must be ensured.

39) The Bidder shall take suitable actions to plug any loopholes in the system to

safeguard the interest of the FCI.

40) The Bidder shall undertake any operation/ activity which is essential for

completion of the contract which may be missing from the items given

above, as observed by GM (Region).

Page 92: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 92 of 109

Annexure- XVIII

List of Reports to Be Sent By the Bidder

1) Information Of Daily Arrivals And Purchases:

(Periodicity- Daily, Mode-email)

Name of

the centre

Paddy arrived

on date

Progressive

paddy

arrived

paddy

purchased on

date

Total Payment

made to farmers

till date

Prevailing

market rate

2) Information of Daily rice delivery:

(Periodicity- Daily, Mode-email)

Name of the

centre

Progressive paddy purchased

Resultant rice Due

Res. Rice delivered till

date

Res. Rice delivered on

date

Balanced rice to be delivered

3) Report of Storage of Rice delivered for storage at depot beyond

15 days of stipulated time:

(Periodicity- Fortnightly, Mode-email)

Name

of the centre

Progressive

paddy purchased

till date

Resultant

rice delivered

within 15 days

Resultant Rice Stored Beyond 15 days of

stipulated time

Payment

Claimed

Storage

Point

Qty. (Qtls.) No. of Days

(beyond 15 days)

Page 93: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 93 of 109

4) Information of Daily payment of MSP(Within 3 days of

procurement):

(Periodicity- Daily, Mode-email)

Name

of the

centre

Date of

purchase

Name

of the

farmer

Kisanbahi/Jot

bahi

No./Kisan

credit card

Quantity

purchased

(in lakhs)

Value

(in

Rs)

6 R

No.

and

date

RTGS/NEFT/

Electronic

mode No.&

date

A/C

no. of

farmer

A

B

C

05) Depot wise break up of rice delivered

(Periodicity- Fortnightly, Mode-email)

Centre name-

Name of depot Accepted quantity of rice

Rejected quantity of rice

Total

Page 94: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 94 of 109

06) Other documents:

i. Copies of milling agreements entered by the bidder with

various millers for milling of procured paddy and to intimate

total quantity of paddy allotted to each miller for milling

within 15 (Fifteen) working days of entering into such an

agreement/ paddy allotment to millers.

ii. List of the location details of all procurement centres opened,

storage points utilized by the bidder for storage of paddy/rice

and millingcentres for milling of paddy, to FCI within 3

(Three) working days from issue of order engaging the

procuring Private Party.

iii. If any new purchase centre/storage point is opened and/or

new milling centre is identified the bidder shall intimate in

writing to GM (R) the details thereof within 3 working days

from the date of opening of such purchase centre/storage

point/milling centre. FCI shall have the right to inspect all

such procurement centres/ storage points/ milling centres as

and when required.

07) Any other document as an when required by the FCI can be called in

the required format.

Page 95: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 95 of 109

Annexure – XIX

List of Authorised Officers Of FCI Along With Their Contact Details For

Communication

(To be provided by the GM(Region) in the following format for each KMS

separately)

Sr

No

.

Name of the

Officer

Designation Address Email address Phone Fa

x

Mobile No.

1. Sh.D.S.Chauha

n

GM(Region) FCI,TC/3V,

Vibhutikhand

Gomtinagar

,Lucknow

[email protected] 0522-

2720862,

0522-

2720863

3 Sh.Rajat

Sharma

DGM(Proc.) Dgmcommup.fci@

nic.in

4 Sh.BafpalbirSin

gh

AGM(Proc.) Agmcommlup.fci@

nic.in

5 Sh.Kumar

Abhishek

Area

Manager -

Allahabad

3A,Muir road

katra,

Allahabad

[email protected] 0532-

2548773

70801167

97

6 Sh.Pratyush

Kumar

Area

Manager -

Faizabad

3/19/141 AB

NiyawanFaiza

bad

[email protected] 87650001

28

Page 96: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 96 of 109

Annexure – XX

List of Authorised Officers Of The Bidder for the Cluster: Cluster-2(

Allahabad, Kaushambhi,Pratapgarh,Sultanpur)

(To be provided by the Bidder before starting the work in the following format.

Any changes to be timely intimated to GM (Region)/ Area Manager)

Sr No. Name of

the

Officer

Designation Address Email

address

Phone Fax Mobile

No.

ID

Card

No.

1

2

3

4

5

6

Page 97: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 97 of 109

ANNEXURE- XXI

DECLARATION

(on non-judicial stamp paper of appropriate value, attested by Notary Public)

1. I _____________________ Son/Daughter/Wife of ________________ am

the authorized representative of the bidder firm and I am competent to

sign this declaration and execute this Bid document.

2. I have carefully read and understood all the terms and conditions of the Bid

No……………………………………………………………………..and I agree, confirm

and undertake to abide by all the terms & conditions as stipulated in the

prescribed Bid document, its Annexures, Appendices and also to furnish

signed hard copy of bid document upon award of contract.

3. The information/documents furnished along with the above Bid are true

and authentic to the best of my knowledge and belief. I/We am/are well

aware of the fact that furnishing of any false or incorrect

information/fabricated document would lead to rejection of my Bid at any

stage without prejudice to any other rights that the Corporation may have

under the Contract and Law.

4. I further undertake that the personnel deployed under the contract services

upon completion of work will be removed from the procurement areas and

the entire responsibility of such personnel will be that of the Bidder.

Yours faithfully,

(____________________)

Signature of Bidder

(Capacity in which signing)

Seal

Page 98: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 98 of 109

Annexure – XXII

(The Price Policy announced by the GOI for Kharif Crops of 2015-16 season,

to be marketed in Kharif marketing season 2015-16, circulated by

Headquarters email dated 01/07/2015)

For subsequent KMSs, this shall be provided by GM (Region) before onset of

the season.

Page 99: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 99 of 109

Annexure – XXIII

(Instructions of the GOI for colour coding of gunny bags to facilitate

identification of crop year of stock for KMS 2015-16 circulated vide letter No.

15(1)/2012-Py.III/318639 dated 10th April 2015)

For subsequent KMSs, this shall be provided by GM (Region) before onset of

the season.

Page 100: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 100 of 109

Annexure – XXIV

(General Manager (Region) will provide instruction regarding stitching of all bags

of Rice and other relevant instructions on Stitching)

For subsequent KMSs, this shall be provided by GM (Region) before onset of the

season.

Page 101: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 101 of 109

For KMS 15-16 The colour of the stitching is “BLUE”

Double machine Stitching of good quality

Deduction on poor stitchingshallbe made as per the cost sheet/instructions.

Page 102: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 102 of 109

Annexure – XXV

In the Cluster, FCI requires resultant rice in the form of Raw Rice / Par Boiled Rice

or Both in the proportion given below:

Cluster Percentage of raw Rice required

(in %age)

Percentage of Par Boiled Rice required

(in %age)

Cluster: 2(Allahabad, Kaushambhi, Pratapgarh,Sultanpur)

100 0

Page 103: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 103 of 109

Annexure - XXVI

List of Documents to be uploaded in Technical bid folder/cover:

Serial no.

List of documents (Page no.)

1 Scanned copy of the prescribed Bid document comprising of Part- A complete in all respect along with all Attachments including Appendices, Annexures, and Supporting Documents etc. duly filled and signed on each page by the Bidder.

2 Self- attested scanned copy of documents in support of the Minimum eligibility criteria stipulated in the Bid Document along with Annexure-I to VI duly filled and signed (in PDF format).

3 Scanned copy of proof of payment of Tender fee by RTGS / NEFT/ ELECTRONIC MODE (in pdf format).

4 Scanned copy of proof of payment of of EMD RTGS / NEFT/ ELECTRONIC MODE (in PDF format).

5 Scanned copy of “Particulars of Bidder” as prescribed in Annexure-VIII

6 Scanned copy of Declaration as per Annexure-XXII.

7 Self- attested Scanned copy (in PDF format) of Registered Deed of partnership of the firm, Registered Partnership Agreement of LLP along with Certificate of Incorporation, Memorandum& Articles of Association and certificate of incorporation of company, certificate of registration of Cooperative etc. as applicable

8 Self- attested scanned copy (in PDF format) of Power of Attorney in respect of Authorized signatory for signing the bids, if applicable

9 Self -attested scanned copy (in PDF Format) of the Resolution passed by the Company/ LLP authorizing the person signing the Bid to do so on behalf of the company/ LLP, , if applicable

10 Self -attested scanned copy (in PDF format) of PAN card of the firm.

11 Self -attested scanned copy (in PDF format) of proof of TAN Numberof the firm.

Page 104: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 104 of 109

12 Self -attested scanned copy (in PDF format) of proof of Service Tax registration number of the firm

13 Self -attested scanned copy (in PDF format) of proof of VAT registration number of the firm

14 Self -attested scanned copy (in PDF format) of proof of EPFO registration number of the firm.

15 Self -attested scanned copy (in PDF format) of proof of ESIC registration number of the firm

16 Self- attested Scanned copy (in PDF format) of duly audited P&L Account and Balance Sheet of last 3 financial years i.e. 2012-13, 2013- 14 & 2014-15.

List of document(s) to be uploaded in Financial bid folder/cover:

Serial no.

List of documents Index giving page wise information of all documents. (Page no.)

1 Bid document PART – B, Forwarding letter of Price Bid cum Price bid undertaking.

2 UPBOQ.xls as per MTF

Note: All documents as required to be submitted needs to be digitally

signed/self-attested by authorized signatory. The above list of documents

are only indicative, the bidders are advised to refer to the respective Bid

document clause in respect of various documents to be submitted.

Page 105: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 105 of 109

Part – B

Price Bid

Page 106: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 106 of 109

Forwarding Letter

To

The General Manager (U.P)

Food Corporation of India,

Regional Office

Lucknow

Ref.Bid No.Proc/02/2015-16

Dear Sir,

I/We, submit the online price bid for engagement of Private Parties on

Principal to Principal basis under two bid system through e-tender for

procurement of paddy under MSP scheme from farmers at sector level

procurement centres and delivery of resultant custom milled rice (CMR) in the

specified godowns as per Govt. of India specifications during KMS 2015-16 to KMS

2017-18 in the Cluster-2(Allahabad,Kaushambhi,Pratapgarh,Sultanpur) of FCI

Region of Uttar Pradesh

2. I/We have thoroughly examined and understood all the terms & conditions

as contained in the Bid document and agree to abide by them.

3. I/We hereby offer to procure Paddyand deliver resultant rice to FCI at the

cost and marginindicated in the schedule of price Bid excluding MSP, bonus if any

and statutory levies & taxes till delivery of rice.

4. I/We undertake that I/We are not entitled to claim any enhancement of

cost and marginon any account during the tenure of the contract.

5. I/We undertake that the cost and margin quoted in the Price Bid is payable

on the quantity of rice accepted by FCI.

6. I/ We undertake that MSP, Bonus (if any) and statutory taxes, cess, levies,

duties on paddy, except VAT, are payable to me/ us,as applicable for relevant

KMS, on the equivalent quantity of paddy based on the prescribed out turn ratio

for the quantity of rice accepted by FCI, subject to production of relevant proofs

and supporting documents.

Yours faithfully,

(____________________)

Signature of Bidder

(Capacity in which signing)

Page 107: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 107 of 109

Stamp of Firm

Page 108: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 108 of 109

Schedule - I

Schedule Of Price Bid

The below mentioned Price bid format is provided as UPBOQ.xls along with

this Bid document at https://eprocure.gov.in/eprocure/app. Bidders are advised to

download this UPBOQ.xls as it is and quote their offer/rates in the permitted

column and upload the same in the Price bid which is payable to bidder towards

the cost & margin of rice delivered to and accepted by FCI, apart from MSP,

bonus, statutory charges like taxes, cess, levies and duties up to the point of

delivery of rice.

Sl.

No.

Description of work

Consolidated cost and margin in terms of

“Rupees per quintal” of resultant rice

delivered to and accepted by FCI *

Amount in Figures Amount in words

1 Procurement of paddy

under MSP scheme from

farmers at sector level

procurement centres and

delivery of resultant custom

milled rice (CMR) in the

specified godowns as per

Govt. of India specifications

during KMS-2015-16 to

KMS 2017-18 In The

Cluster-2 (Allahabad,

Kaushambhi, Pratapgarh,

Sultanpur) Of State of Uttar

Pradesh

*The Bidder shall quote Consolidatedcost and marginincluding

transportation and handling cost of Paddy and Rice dumped on the

platform of the godown by the Private Party at the delivery point of FCI

Page 109: Food Corporation Of India Regional Office: Lucknow …fci.gov.in/app2/webroot/upload/tenders/MTF_CLUSTER_2...KMS 2017-18 in the Cluster-2 (Allahabad, Kaushambhi, Pratapgarh, Sultanpur)

Page 109 of 109

(exclusive of MSP, Bonus, Statutory charges like taxes, cess, levies and

duties).

1. MSP, Bonus, Statutory charges like Taxes, cess, levies and duties on paddy,

except VAT, as applicable for relevant KMS,on the equivalent paddy for the

quantity of rice accepted by FCI shall be payable as part of cost of riceto

the bidder upon production of proof of their payment as stipulated in the

MTF.VAT on Paddy will not be paid by FCI as the bidder will get VAT on

Rice and will get input tax credit on VAT paid on Paddy. In case only Paddy

is liable for VAT and Rice is exempt, then VAT on Paddy will be paid by FCI

to the Bidder.

2. The consolidated pricequoted by the bidder shall include all his expenses

from procurement of paddy, getting it converted into rice and delivery to

the Corporation. The VAT on rice net of input tax credit on VAT paid on

paddywill be paid as per the provisions of the Law and at the rate

applicable from time to time. No other charges except taxes, cess and duty

shall be payable.

3. Rates quoted in any manner other than the above will be summarily

rejected. The quoted rates shall remain firm throughout the tenure of the

contract and no revision is permissible for any reason.

4. In case of any discrepancy/difference in the amounts indicated in figures

and words the amount in words will prevail and will be considered.

5. The Rate shall be quoted in Indian Rupee only.

6. TDS, as applicable, shall be deducted as per relevant provisions.

Yours faithfully,

(___________________)

Signature of Bidder

(Capacity in which signing)

Stamp of Firm