the food corporation of india regional …fci.gov.in/app2/webroot/upload/tenders/tender notice...

94
THE FOOD CORPORATION OF INDIA REGIONAL OFFICE: LUCKNOW Sealed tenders are invited from financially sound parties for appointment of contractors for handling and transportation (as specified in column 2) of under mentioned depots for a period of two years with right on option to extend the same as per provision of MTF on same rate terms and condition. Sl No. Name of Depot Name of FCI District Estimated value of contract (Rs in Lakh) Earnest Money ( Rs.) Security Money (Rs.) Cost of tender + (VAT) (Rs.) (1) (2) (3) (4) (5) (6) (7) 1. HTC Lalpur CAP Bulandshahar 45.00 90000/- 225000/- 500/-+ 75/- 2. ITC Gonda Gonda 5.00 10000/- As per the MTF 500/-+ 75/- 3. RTC Varanasi to Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi to Mirzapur Varanasi 5.00 10000/- As per the MTF 500/- + 75/- NOTE: 1-No negotiation will be conducted with any of the bidders who participate in this tender. 2- Indicate whether the Tenderer or the Firm or any of the Partners, Directors, Associates, Proprietor of the said Firm have been convicted by a Court for imprisonment, if yes, please furnish details regarding conviction such as terms of conviction, date of order, copy of the court order etc.

Upload: doanngoc

Post on 03-May-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

THE FOOD CORPORATION OF INDIA

REGIONAL OFFICE: LUCKNOW

Sealed tenders are invited from financially sound parties for appointment of contractors for handling and transportation (as specified in column 2) of under mentioned depots for a period of two years with right on option to extend the same as per provision of MTF on same rate terms and condition.

Sl No.

Name of

Depot

Name of FCI District

Estimated value of contract (Rs in Lakh)

Earnest Money

( Rs.)

Security Money

(Rs.)

Cost of tender + (VAT)

(Rs.)

(1) (2) (3) (4) (5) (6) (7)

1. HTC Lalpur CAP Bulandshahar 45.00 90000/- 225000/- 500/-+ 75/-

2. ITC Gonda Gonda 5.00 10000/- As per the MTF

500/-+ 75/-

3. RTC Varanasi to Robertsganj

Varanasi 9.37 18800/- As per the

MTF

500/- + 75/-

4. RTC Varanasi to Mirzapur

Varanasi 5.00 10000/- As per the

MTF

500/- + 75/-

NOTE:

1-No negotiation will be conducted with any of the bidders who participate

in this tender.

2- Indicate whether the Tenderer or the Firm or any of the Partners,

Directors, Associates, Proprietor of the said Fi rm have been convicted by

a Court for imprisonment, if yes, please furnish details regarding

conviction such as terms of conviction, date of order, copy of the court

order etc.

Page 2: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

3-Tenderer is not eligible for award of the tender, if the Tenderer or the Firm

or any of the Partners, Directors, Associates, P roprietor of the said Firm

have been convicted by a Court for imprisonment for a period of 3 years or more.

4- In case of Road Transport Contracts/ITC having v alue less than Rupees One Crore, the Tenderers without experience can also participa te in the tender by giving undertaking for depositing additional Bank Guarantee @ 10% valu e of contract after award of contract.

The tenderers are required to give their offers in two separate envelopes. The required documents of eligibility i.e. in support of financial soundness and experience of work are to be furnished in the envelope marked as TECHNICAL BID and price bid will contain the rates in percentage to be given in separate envelope marked as PRICE BID.

The tender forms (non transferable) containing detailed terms and conditions and NIT can be downloaded from our website at http://www.fciweb.nic.in. In case of downloaded tender forms, the cost of tender forms i.e. Rs.575/- shall be paid separately at the time of depositing the tender i.e. on 17.08.2011 by way of DD/pay order payable in favour of Sr. Regional Manager FCI Lucknow payable at Lucknow. The tender forms (non transferable) containing detailed terms and conditions can also be purchased from the Food Corporation of India Regional Office TC/3V Vibhuti Khand Gomti Nagar Lucknow and from the concerned District Offices mentioned above in all working days between 11.00 AM to 3 PM and up to 12.00 Noon on 16.08.2011. The tenders duly filled along with required documents and prescribed earnest money in the form of demand draft/local pay order/ Bankers cheque issued by any scheduled bank in favour of Sr. Regional Manager FCI Lucknow payable at Lucknow will be received up to 3.00 PM on 17.08.2011 at Regional Office Luckcnow as well as at the concerned District Office mentioned above.

The Technical Bids will be opened on same day i.e. 17.08.2011 at 3.15 PM in presence of tenderer or their authorized representative.

The PRICE BID envelopes will be opened only of those tenderers who are found technically qualified at Regional Office Lucknow in presence of tenderer or their authorized representative. The date of opening of price bid shall be fixed later on and shall be intimated to all technically qualified tenderers.

No adjustment of previous earnest money deposit shall be allowed and tenders not accompanied with prescribed earnest money in prescribed forms shall be summarily rejected. The tender on plain paper will not be accepted. The tenderers are required to quote uniform percentage of rate either at par below or above schedule of rate in respect of HTC tender.

Every handling and transport contractor whose tender is accepted by the Corporation shall immediately apply for license to the prescribed licensing authority through the FCI (Principal Employer) in terms and Section 12 of the Contract Labour (R&A) Rules 1971 before entering upon any work under the contract.

Page 3: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

Every HTC/RTC/ITC shall abide to provide the trucks everyday as per requirement at depot level.

THE DETAILS OF DOCUMENTS REQUIRED IN TECHNICAL BID FOR HTC TENDER

1. Certified/ attested copy of Partnership deed/ Articles of Association/ Memorandum of Association/ Bye Laws etc. as applicable.

2. Attested certificate regarding registration of Firm/ Company etc. 3. Original Authorization/ Power of attorney in favour of person signing the tender and

other documents. 4. Attested copy of certificate of work experience for rake handling and transportation duly

obtained from Manufacturer/ Handling Agency/ Govt. department/ PSU/ Public Limited Company dealing in fertilizer, food grain, cement or similar product executed during preceding three years, out of which, in the immediately preceding two years, the total value of which is not be less than 50% of the estimated value of present contract to be awarded or the tenderer should have executed in the immediately preceding two years any single contract, the value of which is not less than 25% of the estimated value of the present contract to be awarded.

5. Attested Letter from the Bank on credit limit enjoyed and solvency assessed by the bank.

6. Attested Bank transaction statement for the last six months. 7. Details of immovable properties owned by the tenderer supported with attested

documentary evidence of ownership of properties and latest non encumbrance certificate issued by appropriate authority. In case of Firms having no property of its own, the property should be owned by all the partners of firm with attested documentary evidence of ownership of the property along with latest non encumbrance certificate issued by State competent Authority.

8. Latest valid solvency certificate issued by State competent authority. 9. Latest Income Tax clearance certificate if applicable. 10. Duly audited Profit and Loss account for preceding three years. 11. Duly audited balance Sheet for preceding three years. 12. List of trucks owned by the tenderer with copy of registration certificate duly attested. 13. Photograph and proof of age certificate duly attested. 14. Demand draft/Pay order/ bankers cheque of earnest Money deposit.

THE DETAILS OF DOCUMENTS REQUIRED IN TECHNICAL BID FOR RTC/ ITC

1. Certified/ attested copy of Partnership deed/ Articles of Association/ Memorandum of Association/ Bye Laws etc. as applicable.

2. Original Power of attorney in favour of person signing the tender and other documents. 3. Certificate of experience and details thereof (as per para-3 of MTF of RTC/ITC) 4. Duly audited P&L account and Balance Sheet of preceding three years 5. Copy of Income Tax PAN 6. In case of Road Transport Contracts/ITC having valu e less than Rupees One

Crore, the tenderers without experience can also pa rticipate in the tender by giving undertaking for depositing additional Bank G uarantee @ 10% value of contract after award of contract.

Page 4: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

The eligibility criteria in respect of RTC/ITC tender shall be applicable as per RTC MTF clause.3 & 4 respectively.

The Food Corporation of India reserves the right to reject any or all tenders without assigning any reasons.

No.F.1 (17)/RO LKO/Tender Notice/2011/

Date: 20.07.11 Asstt. General Manager (Cont.)

For General Manager (UP)

Page 5: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

Tender No………………………………….. Date:

HTC TENDER FORM

(TECHNICAL BID)

FOOD CORPORATION OF INDIA

TC/3V VIBHUTI KHAND GOMTINAGAR

LUCKNOW (UP)-226010

Page 6: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

Tender No……………… Dated…………………….

THIS DOCUMENT IS NOT TRANSFERABLE THE TENDER IS ISSUED IN

DUPLICATE: ONE COPY SHALL BE RETAINED BY THE TENDERER

Receipt No. Dated

Cost Rs.500/- + 75/- (VAT) = 575/-(Rupees Five Hundred seventy five only )

THE FOOD CORPORATION OF INDIA

REGIONAL OFFICE LUCKNOW

INVITATION TO TENDER AND INSTRUCTIONS TO TENDERERS FOR

APPOINTMENT OF LOADING/UNLOADING/HANDLING AND TRANSPORT

CONTRACTORS AT FOOD CORPORATION/ GODOWNS AND RAILHEADS

TENDER SERIAL NO : ……………..

A. Last date for receipt of tender up to 3.00 P.M. on 17.08.2011

B. Tender to be opened at 3.15 P.M. on 17.08.2011

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

holiday, the tenders will be opened on the next working day following the

holiday but there will be no change in the time for opening indicated above.

C. Tender to remain open for acceptance upto and inclusive of 01.10.2011

NOTE:

1. The Senior Regional Manager, Food Corporation of India Lucknow may at his

discretion, extend this day by 30 (thirty) days and extension shall be binding

on the tenderers.

2. If the date upto which the tender is open for acceptance is declared to be

holiday the tender shall deemed to remain open for acceptance till the next

following working day.

3. “The tenerers are required to quote their rates inclusive of all taxes, duties,

Cess etc. The taxes shall be recoverable from the hills of the contractors as

per law governing to all taxes, duties. Cess etc.” .

Telegraphic & Telex Telephone 2720940

Address: PBX No.272036-37

ROODCORP

LUCKNOW Telex No. 2720940

FROM:

The Senior Regional Manager/G.M. (R)

Food Corporation of India, R. O.

Lucknow.

To

Sarvashri

Dear Sir (s),

For and on behalf of the Food Corporation of India (hereinafter called the Corporation) the

Senior Regional Manager, Food Corporation of India Lucknow Invites tenders UNDER TWO BID SYSTEM

for appointment of contractors, for loading/ unloading and transport of food grains and allied material

Page 7: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

etc; in an around……………….for a period of two years from date of joining or such later date as may be

decided.

GENERAL INFORMATION

A. Place of Operation:

The words in and around ………………...in these presents shall mean and include the area comprised

within a radius of ………………. Kilometer (s) from the Municipal Office/Railway Station of

……………………

The Food Corporation of Depot………consists of the following groups of godowns:

Existing Godowns

I. Godowns served by Railway siding Estimated storage capacity Siding

a) …………..comprising …………………

…………..sheds/godowns

(or any future god owns/sheds

Constructed/added) normally served

From Railway Siding

b) ………….comprising

…………..sheds/god owns

(or any future god own/Sheds

Constructed/added) normally served

from Railway Siding

c) ………….. comprising

Sheds/ godowns

1. (or any future god owns/ sheds

Constructed/ added)

Normally served from

Railway Siding. ------------------------------

Total:------------------------------

2. Godowns situated at a considerable

Distance from the Railway siding in

the same premises requiring the use

of trucks for carrying bogs

a) ……………..Comprising ……………sheds/god owns ……………..

(or any future sheds/god owns constructed) requiring use of truck for carrying use of trucks

for carrying

Bags from ……………Railway siding

b) -------------Comprising --------------sheds/god owns ………….

-------------sheds/god owns

(or any future sheds/god owns

Constructed/added) requiring use of trucks

For carrying bags

From………..Railway siding

c) ………......Comprising ……………

………….sheds/god owns

(or any future sheds/god owns

Page 8: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

Trucks for carrying bags from…… -------------------------

Railways Siding Total:--------------------------

3. Godowns served by Railway ……………..

Station/Goods Shed.

a) ……….Comprising

…….....sheds/godowns

(or any future sheds/godowns

Constructed/added/ normally served

From………………….

b) ………….Comprising…………………sheds/godowns

(or any future sheds/ godowns

Constructed/added) normally served from

Railway Station.

c) …………Comprising------------shes/godowns

(or any future sheds/godowns

Constructed/ added) normally served from

Railway Stations --------------

Etc. etc. Total:---------------

Grand total Items 1,2 and 3 above

II. God owns expected to be constructed/acquired during the proposed contract period:.

1. ………..Comprising

………..sheds/god owns

(or any future shads/god owns

Constructed/added) normally served from

--------------Railway Siding.

2. …………..Comprising …………

…………..sheds/god owns

(or any future sheds/god owns

Constructed /added) requiring use of Trucks

or carrying bags from-----------Railway Siding.

3. ………….Comprising

……….....sheds/god owns

NOTE:

Not with standing the number and storage capacity of the existing godowna and those

expected to be constructed/ acquired during the contract period the description of which

is given in the tender, the Corporation may, during the currency of the contract, take over/

acquire/construct more godowns for storage as and when necessary. Alternatively, it may

also necessary for the Corporation to give up or release one or more godowns out of

those, the description of which are constructed/acquired later during the pregnancy of the

contract. In such an event the contract shall not be rendered valid and the contractors shall

be bound to perform all the services/ duties and execute all the works as per terms and

conditions and rates of the contract and they shall not be entitled to make any claim

whatsoever against the Corporation for compensation revision of rates or otherwise due to

increase/ decrease in the number of godowns or the storage capacity of the godowns.

2. Ordinarily the bagged grain may be expected to be turned over thrice in two yeas

Page 9: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

3. Weight of the stocks will be required to be physically verified once in a years

4. Non- standard on receipt will be weighed per cent while standaed bags will generally be

weighed only 10 per cent

5. Non-standard bags may be required to be standardized in the godowns.

6. The particulars given above are intended merely to help tendereres to from their own idea of

the approximate quantum of work involved in this contract. The tenderers must acquaint

themselves fully with the size and location of godowns vis-a-loading/points. They are warned

not to rely on the particulars given in the notes above. No guarantee is given that all the items

of work shown above will be recuired to be performed. The successful tenderers shall be

bound to execute all works as required under the terms of contract and shall not be entitled to

make any claim whatsoever against the Corporation, revision of rates or otherwise on the basis

of particulars referred above.

B. Brief description of work: Unloading/Loading of food grains bags from/ into railway wagons,

trucks etc. stacking the food grains in bags, bagging, weightment, standardization, cleaning of

food grains, etc., and transporting of foodgrains from Railway Station to Corporation Godowns

or vice versa or transporting them from any place to any other place in and

around……………………..(elaborate description of service given in CL.XIX of Annexure terms &

conditions).

The tenders must get themselves fully acquainted with the size and location of godowns vis a

into/unloading points before submission of tender and rates quoted by them for loading into/

unloading from trucks, wagons shall be deemed to have been done after such acquaintance.

Once a tender is submitted by a party, he shall be deemed to have full acquainted himself with

the size and location of godowns vis a vis loading/ unloading points and he shall not be entitled

to any compensation arising out of any discrepancy in the size and location of godowns/ group

of godowns found later on, or the ground that the workers employed by him are demanding

higher rates of wages or load involved in certain operation(s) is more or the bags to be

handled are heavier.

The services required to be performed under the contract have been categorized in two parts,

viz. Part I-Receipts Dispatch Deliveries and part II other services, Based on the local market

trend and other relevant factors, the Corporation has prescribed 8rates for each of the service

described in each Part which are shown in the PRICE BID (Schedule of Rates) for services

covered by the two parts detailed in CL.XIX annexure containing the terms and conditions in

the render form annexed as PRICE BID and to indicate if the offer to work on the basis of the

rates shown in the schedule of rates for services or offer a uniform percentage of reduction or

enhancement, as the case may be, in the rates mentioned in the said schedule of Rates.

C. Volume of work (a): No definite volume of work to be performed can be performed can be

guaranteed during the currency of the contract, However, some items of general information

are given in Appendix are intended merely to give the tenderers an idea of the approximate

quantum of work, to facilitate and to make their own assessment for giving quotation in

accordance with the conditions of the contract. It should be clearly understood that no

guarantee is given that all the items of works as shown in the annexure to tender will be

Page 10: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

required to be perfomed.

b) Provided always that corporation undertake that during the period of the contract, the

successful tenderers shall in any event be entrusted with work which would entitle him to a

remuneration of an amount which would not be less than

Rs………………………(Rupees………………….) only.

2. The contract, if any, which may eventuate from this tender, shall be governed by the terms and

conditions of contract as contained in the invitation/instructions to the tenderer and as given

in the annexure to the form of this tender.

3. The instructions to be followed for submitting the tender are set out below:.

(a)

Information about tenderers: The tenderers must furnish full, precise and accurate details in

respect of information asked for in Appendix .1 I attached to the form of tender.

b) Signing of tenders: person or persons signing the tender shall state in what capacity he is or

they are signing the tender, e.g. as sole proprietor of a firm or as a secretary/Manager/Director

etc., of a Limited Company. In the case of a partnership firms, the names of all the partners

should be disclosed and the tender shall be signed by all the partners or their duly constituted

attorney, having authority to bind all the partners in all matter pertaining o the contract. The

original or an attested copy of the partnership deed should be furnished along with the tender.

In case of a limited company, the names of the Directors shall be mentioned and it shall be

certified that the person signing the tender is empowered to do so on behalf of the Company.

A copy of the Memorandum and articles of Association of the Company shall be attached to

the tender. In the case of Hindu undivided family, the names of the family members should be

disclosed and the Karta, who can bind the firm, should sign the form and indicate his status

below his signature.

(II) The persons signing the tender form or any document forming part of the tender on behalf of

another or on behalf of a firm of a firm shall be responsible to produce a proper power of

attorney duly executed in his favour, stating that he has authority to bind such other person or

the firm as the case may be, in all matters pertaining to the contract. If the person so signing

the tender. Fails to produce the said power of attorney his tender shall be liable to summary

rejection without prejudice to any other right of the Corporation under the Law.

The “Power of Attorney” should be signed by all the partners in the case of partnership

concern, by the proprietor in the case of the proprietor in the case of the proprietary concern,

and by the person who by his signature can bind the company in the cases of a limited

company. In the cases of Hindu undivided family the poser of Attorney should be signed by the

Karta who by his signature can bind the firm.

4. Earnest Money: Each tender must be accompanied by an Earnest Money of

Rs……………………………………….(Rupees………………………………………………) only in the form of a

Demand Draft issued by a Scheduled Bank in favour of the senior Regional Manager, Food

Corporation of India. Tenders not accompanied by earnest money in the form prescribed above

shall be summarily rejected.

Page 11: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

The earnest money shall be liable to forfeiture if the tenderer after submitting his tender

resizes from or modifies his offer and or the terms and conditions there of in any manner, it

being understood that the tender documents have been made available to him and he is being

permitted to tender in consideration of his of his agreement to this stipulation.

The earnest money is also liable to be forfeited in the event of the tenderers failure, after the

acceptance of his tender, to furnish the requisite security deposit by the due date without

prejudice to any other rights and remedies of corporation under the contract and law. The

earnest money will be returned to all unsuccessful tenderes, as soon as practicable after

decission on tenders and a to a successful tenderer, after he has furnished a security deposit, if

the successful tenderer does not desire the same to be adjusted towards the security deposit,

if the successful tenderer does not desire the same to be adjusted towards the security

deposit, No interest shall be payable on the amount of earnest money, in any case.

In addition to above that the tenerers/ parties resiling from their tendered rate before validity

period shall be back listed and in case of parties not submitting the documents for verification,

the earnest money shall also be forfeited besides blacklisting them.

ANNEXURE

TERMS AND CONDITIONS GOVERNING CONTRACTS FOR TRANSPORT, UNLOADING/LOADING

OF FOODGRAINS ETC; AT FOOD CORPORATION DEPOTS/GODOWNS

1. Definitions:-

(i) The terms ‘Contract’ shall mean and include the invention to tender, incorporating also the

instruction to tenderers, the tender, its annexure and schedules, acceptance of tender and

such general and special conditions as may be added to it.

(ii) The terms ‘Corporation’ and the ‘Food Corporation’ wherever occur shall mean the Food

Corporation of India established under section 3 of the Food Corporations Act, 1964 and will

include its Managing Director/Secretary, and its successor or successors and assigns.

(iii) The terms ‘Sr. Regional Manager’ shall mean the Sr. Regional Manager under the Food

Corporation of India under whose administrative jurisdiction, the Food Corporation

Depots/God owns to which the Contract relates fall. The term ‘Sr. Regional Manager’ shall also

include the District Manager and every other officer authorized for the time being execute

contract on behalf of Food Corporations of India.

(iv) The term ‘Contractors’ shall mean and include the person or persons, firm or company with

whom the contract has been placed including their heirs, executors, administrators, successors

and their permitted assigns as the case may be.

(v) The term ‘Services’ shall mean the performance of any of the items of work enumerated in

schedule of services as elaborated in Clause XIX herein including such auxiliary, additional and

incidental duties, services and operations as may be indicated by the Sr. Regional Manager, or

an officer acting on his behalf.

(vi) The term Contract rates shall mean the rates of payment accepted by the Sr. Regional Manager

for and on behalf of the Food Corporation of India.

(vii) The term ‘Godown’ shall mean and include depots, godowns, silos, bins already belonging to or

Page 12: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

in occupation of the Food Corporation or may hereafter be constructed or acquired by it at any

time and shall also mean and include open platform/plinths built or constructed for storage of

food grains inside or outside the depot premises.

(viii) The term “Food grains” shall mean and include food grains products of food grains, fertilizers,

sugar and ground nut foods etc.

(ix) The term ‘Truck’ wherever mentioned shall mean mechanically driven vehicles such as lorries

etc., and shall exclude animal driven vehicles.

II Object of the Contract

The contractors shall render all or any of the services given in Clause XIX and schedule of rates

as and when necessary as directed from time to time by the Sr. Regional Manager or an officer

acting on his behalf together with such additional, auxiliary and incidental, auxiliary and

incidental duties, services and operations as may be indicated by the Sr. Regional Manager or

an officer acting on his behalf and are not inconsistent with these terms and conditions.

III Parties of the Contract:

(a) The parties to the contract are the contractors and the Food Corporation of India, represented

by the Sr. Regional Manager and/or any other person authorized and acting on his behalf.

(b) The person signing the tender or any other documents forming part of the tender on behalf of

any other person or a firm shall be deemed to warrant that he has authority to bind such other

person or the firm as the case may be in such matters pertaining to the contract. If, on enquiry,

it is found that the person concerned has no such authority, the Food Corporation of India

represented through the Sr. Regional Manager may without prejudice to other civil and

criminal remedies terminate the contract and held the signatory liable for all costs and

damages.

(c) Notice or any other action to be taken on behalf of the Food Corporation of India may be

given/ taken by Sr. Regional Manager or any other officer so authorized and acting on his

behalf.

IV Constitution of Contractors

(a) Contractors shall at the time of submission of tender declare whether they are sole proprietory

concern or registered partnership firm or private limited company or a public limited company

incorporated in India or a Hindu undivided firm. The composition of the partnership, names of

the Karta of Hindu undivided family shall also be indicated. The Contractors shall also nominate

a person in whose hands the active management and control of the work relating to the

contract during the tenure the tenure of the contract would lie. The persons so nominated

shall be deemed to have power of Attorney from the Contractors in respect of the contract and

whose acts shall be binding on the contractors.

(b) The Contractors shall not, during the currency of the contract, make without the prior approval

of the Corporation the death/ resignation of any of their partner/ directors immediately on the

occurrence of such an event. On receipt of such notice, the Corporation shall have the right to

terminate the contract.

V Subletting

The Contractors, shall not sublet, transfer or assign the contract or any part there of without

Page 13: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

the previous written approval of the Corporation. In the event of the contractors contravening

this condition, the Corporation shall be entitled to place the contract elsewhere on the

contractors account and at their risk and the contractors shall be liable for any loss or damage

which the Corporation may sustain in consequence or arising out of such replacing of the

contract.

IV Relationship with third parties:

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

principals without reference in any event to the Corporation. The contractors shall also

undertake to make the third parties fully aware of the position aforesaid.

VII All persons employed by the contractors shall be engaged by them as their own

employees/workers in all respects and the responsibility under the India factories Act, or the

Worker’s Compensation Act or Employees Provident Fund Act, or any other similar enactments

in respect of all such personnel shall be that of the contractors. The contractors shall be bound

to indemnify the Corporation against all claims whatsoever in respect of the said personnel

under the workmen’s Compensation Act, 1923 or any statutory modification thereof, or

otherwise for in respect of any damage or compensation payable inconsequerice of any

accident or injury sustained by any workmen; or other person whether in employment of the

contractor or not.

(b) Liability for personnel:- The contractor shall be liable for making contributions in accordance

with the provisions of the Employees provident Fund Act, 1952, and the scheme framed there-

under in respect of the labour employed by him. The contractor shall recover the amount

payable by such employees and pay to the Corporation i.e. the principal employer under the

said Act, the amount of member’s contribution together with an equal amount of his

contribution. If, on account of the default of the contractor in making such payments or for any

other reason, the Corporation makes such contributions on behalf of the contractor, the FCI

shall be entitled to set off against the amount ri’le to the contractor, the contributions made by

it on account of his default in making payments or otherwise in respect of the labour employed

by the Contractor.

The Contractor shall also maintain such records and also submit such returns as may be

prescribed under the Act to the Authority designated in the GPF Act, 1952 and the scheme

framed there-under, and to the Sr. Regional Manager, Food Corporation of India. The

contractor shall also make available such records and returns as may be prescribed and/or

demanded for inspection to the Officers of the Sr. Regional Manager Commissioner and to the

Sr. Regional Manager, Food Corporation of India or and Officer authorized by him or acting on

his behalf.

(C) In complying with the said enactments or any statutory modifications thereof, the contractors

shall also comply with or cause to be complied with the labour regulations enactments made

by the state Govts./Central Govt. from time to time in regard to payment of wages to the

workers, wages to the workers, wage period, deduction from wages, recovery of wages not

paid and deductions unauthorized made, maintenance of wage book of wage slip, publication

of the scale of wages and other terms of employment, inspection and submission of periodical

returns and all other matters of like nature.

Page 14: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

(D) Notwithstanding the fact whether the said legislations, enactments or any statutory

modifications thereof, are applicable or not to the employees/workers employed by the

contractor he shall pay the followings to them:i. payment of Wages to workers

i. Payment of wages to workers

The contractors shall pay not less than minimum wages to the workers engaged by them on

either time, rates bases or piece rate work shall mean the rate(s)” notified by approlJriate

authority at the time of inviting tenders for the work. Minimum wages have not been so

notified by the appropriate authority, the wages prescribed by the Regional Manager as

minimum wages shall be made applicable. The contractor shall maintain necessary records and

registers like wage book and wage Slip etc. Register og unpaid wages and register of fines and

Deductions giving the particulars as indicated in Apppendix I11, The minimum wages

prescribed for the time being for piece rate and time rate workers are as indicated below:

• Time rate worker (‘Male’)

-do- (‘Female’)

• Piece Rated workers

Provided that equal wages to women labour on par with men shall be paid for

similar nature of work.

ii. Weekly off:-

The contractors shall allow or cause to be allowed to the workers directly or indirectly

employed in the work on days rest for six days continuous work and pay wages at the same

rate as for duty.

iii. Attendance Allowance

The contractor shall pay attendance allowance and Re.I.00(Rupee one) only one day to the

regular workers generally employed by him on piece rate or time rate bases when such worker

report for duty on the day but is not booked or given work for the day shift.

Aforesaid wages/ benefits at Clause vii(d)(i)to(iii) shall be deemed to be a part of the Sr.

Regional Manager shall have the right to deduct from moneys due to the contractor any sum

required for making food the loss suffered by a worker or workers by reasons of non-fulfillment

of the condition of the contract for the benefit workers, non-payment of wages, or of

deductions made from his or their wages which are not justified or non observations of the

regulations/enactments mentioned in clause VIII(a).

(e) Welfare and Health of Contract Labour: Duties and responsibilities of the contractors:-

CANTEEN;-

i) Under section 16 of the contract Labour (Regulation & Abolition) Act,1970 the contractor shall

provide within 60 days from the commencement of the employment of contract labour or

Page 15: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

where the employment of contract labour is likely to continue for six months and wherein

contract labour numbering one hundred or more are employed and adequate canteen ii) If the

contractor fails to provide the canteen fails to provide the canteen within the time laid down in

Para(i) the same shall be provided by the principal employer. All expenses incurred by the

principal employer in providing this amenity shall be recovered by the principal employer from

the contractor either from the admitted bills submitted by the contractor from time to time or

shall be treated as a debt payable by the contractor;

i) The canteen shall be maintained by the contractor in accordance with the provisions of the

relevant laws, rules and regulations;

i)

ii)

The food stuffs and other eatables to be served in the canteen shall in conformity with the

normal habits of the contract labour.

The charges for foodstuffs, beverages and other eatables served in the canteen shall be based

on “no profit, no loss” and shall be conspicuously displayed in the canteen.

iii) In arriving at the prices of foodstuffs and other articles served in the canteen the following

items shall not be taken into consideration as expenditure, VIZ;

• the rent for land and building;

b) The depreciation and maintance charges for the building and equipments

including furniture, crockery, cutlery & untensils;

• The water charges and other charges incurred for lighting and ventilation;

• The interest on the amount spent on the provision and maintenance of

furniture and equipment provided in the canteen.

• The books of accounts and registers and other documents used in connection

with the running of the canteen shall be produced on demand for

inspection

• The accounts pertaining to the canteen shall be audited once every 12 month

by registered auditor accountants and auditors.

Provided that the Chief Labour Commissioner (central) or an officer authorized by

the appropriate Govt. may approve of any other person to audit the accounts, if he

is satisfied that it is not feasible to appoint a registered accountant and auditor in

view of the site or location of the canteen.

Rest Rooms:-

i) In every place wherein contract labour is required to halt at night in connection with working

and employment of contract which is likely to continue for 3 months or more the contractor

shall provided and maintain rest rooms within 15 days of the commencement of the

employment of contract labour;

ii) If the amenity referred to in sub-rule (i) is not provided by the contractor within the prescribed

period, the principal employer shall provide the same after the expiry of the same period laid

down in Sub-rule (ii) and expenses as incurred deducted as per clause 1 (2).

iii) Separate rooms shall be provided for the women employees’

iv) Effective and suitable provision shall be made in every room for securing and maintaining

Page 16: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

adequate ventilation by the circulation of fresh air and there shall also be provided and

maintained sufficic lit and suitable natural of artificial lighting;

vi) The rest room(S) shall be of such dimensions as provided for in rules framed under the contract

Labour (Regulation & Abolitions) Act of the appropriate Government.

vii) The height of the shelter shall not be less than 11 feet from the floor level to the lowest part of

the roof. The sheds shall be roofed with at least thatch and mud flooring with a draw wall a

around not less than 2 & half feet sheds as provided should be kept clean and should be able

to provide adequate protection against heat, wind, rain and shall have smooth, hard and

impervious floor surface;

3. LATRINES AND URINALS:-

i) Under section 18 of the contract labour (Regulation and Abolition) Act, 1970 it shall be the

duty

of the contractor to provide adequate number of latrines so that;

a) Where females are employed, there shall be at least one latrine for every 25 females;

b) ) Where males are employed, there shall be at least one latrine for every 25 males

Provided that where the number of males of females exceeds 100, it shall be sufficient if there

is

one latrine for every 25 males or females upto the first 100, and one for every 50 thereafter.

ii) Every latrine shall be under cover and so partitioned off as to secure privacy and shall have

proper doors and fastenings.

iii) where workers of both sexes shall be employed there shall be displayed outside each block of

latrine and urinal a notice in the language understood by majority of workers “for men only”

and “for women only” bearing the figure of a man or a women as the case may be.

iv) There shall be at least one urinal for male workers upto 50 and one female workers upto 50 at

a

time.

Provided that where the number of males or females exceeds 500, there should be one urinal

for every 50 males or females upto the first 500 and one for every 100 or part thereof

Thereafter.

(v) (i) The latrines and urinals shall be conveniently situated and accessible to workers at all times.

(ii) The inside walls shall be constructed of masonry or some suitable heat resisting non

absorbant materials and shall be cement washed inside and outside at least once a year. The

Page 17: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

rates’ of cement washing shall be noted in the register maintained for the purpose and kept

available for inspection. LATRINES AND urinals other than those connected with a flush sewage

system shall comply with the requirements of the public health authorities;

(iii) Water shall be provided by means of a top otherwise so as to be conveniently accessible in

or near the latrine & unirals.

4. WASHING FACILITIES

(i) Adequate and suitable washing and bathing places, separately for men and women, shall be

provided by the contractor.

(ii) Such facilities shall be conveniently accessible and shall be kept clean and in hygienic

conditions.

5. WASHING FACILITIES

(i) The contractor shall provide and maintain readily available first aid boxes during all the

working

hours at the rate of not less than one box for 150 contract labour or part thereof.

(ii) The first aid box shall be distinctively marked with a red cross on a white ground and shall;

contain the equipments as provided for in the contract Labour (Regulation & Abolitions) Act of

the “appropriate” Government.

(iii) Adequate arrangement should be made for immediate recoupment of the requirement

whenever necessary.

6. If the amenity is not arranged by the contractor within thirty days from the commencement of

the contract labour, the same shall provided by the principal employer after the expiry of the

said period and the expenses incurred shall be either deducted from the admitted bills of the

contractor or treated as debt payable by the contractor.

7. Nothing expect the prescribed contents shall be kept in the first aid box.

8. The first Aid box shall be kept readily available incharge of person trained in First Aid treatment.

Vii(f) Every tenderer whose tender is accepted by the Corporation shall immediately apply for license to the prescribed licensing authority through the FCI (principal employer) in terms of Section 12 of the contract labour (R&A) Rules, 1971 before entering upon any work under the contract. The contractor shall also obtain temporary licenses whenever required under rule 32 of the relevant Rules incases where he intends to employ more labour in number than that mentioned in the regular license for short durations not exceeding 15 days. The contactors shall also make an application through the principal employer (FCI) for renewal of the expiring of the regular license. The contractor shall also get the temporary license renewed whenever necessary through the principal employer. If for any reason, the application for a license is finally rejected by the licensing appellate authority, the contract shall be liable to be terminated at the risk and cost of the contractor and the decision of the SRM in this behalf shall be final and binding on the contractor. Every contractor shall also abide by all the provisions of the Contract Labour (R&A) Act, 1970 and the Rules framed there-under”

Page 18: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

VIII Bribes, Commission, corrupt gifts etc

Any bribe, commission, gift or advantage given promised or offered by or on behalf of the contractors or anyone or more of their partners/Directors/Agents or servant or anyone-else on their behalf any officer, servant, representative or agent of the Food Corporation or any person on his or their behalf for showing or for showing or for bearing favour disfavor to any person in relation to the contract, shall subject the contractors to the cancellation of this contract or any other contract with Corporation and also to payment of any loss or damage resulting from such cancellation.

IX Period of Contract:-

(i) The contract shall remain enforce for a period of two years from the date of joining or such later date as may be decided by the Senior Regional Manager but the Senior Regional Manager reserves the right:-

(ii) Senior Regional Manager at his sole discretion may extend the period of contract by three months further beyond the original contract period for two years on the some rates, terms and conditions.

(iii) To terminate the contract at any time during its currency without assigning any reason therefore by giving thirty days notice in writing to the contractors at their last known place of residence/business and the contractors shall not be entitled to any compensation by reason of such termination.

The action of the Sr. Regional Manager, Food Corporation of India, under this clause shall be final, conclusive and binding on the contractor and shall not be called into question.

X Summary Termination:

(a) In the event of the contractors having been adjusted insolvent or gOing into liquidation or winding up their business or making arrangements with their creditors or failing to observe any of the provisions of this contract or any of the terms and conditions governing the contract, the Sr. Regional Manager shall be liberty to terminate the contract forthwith without prejudice or any other rights or remedies under the contract and to get the work done for the unexpired period of the contract at the risk and cost of the contractors and to claim from the contractors any resultant loss sustained or costs incurred.

(b) The Sr. Regional Manager shall also have without prejudice to other rights and remed ies, the right, in the event of breach by the contractors of any of the terms and conditions of the contract to terminate the contract forthwith and to get the work done for the unexpired period of he contract at the risk and cost of the contractors and/ or forfeit the security deposit or any part thereof for the sum or sums due for damages, losses, charges, expenses or costs that may be suffered or incurred by the Corporation due to the contractor’s negligence or unwork-man like performance of any of the services under the contract.

(c) The contractors shall be responsible to supply adequate and sufficient labour, scales/trucks/carts/carts/any other transport vehicle for lading/unloading, transport &carrying out any other services under the contract in accordance with the instructions issued by the Sr. Regional Manager or an officer acting on his behalf. Ifthe contractors fail to supply the requisite

Page 19: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

number of labour scales and trucks/carts, the Sr. Regional Manager shall at his entire discretion without terminating the contract be at liberty to engage other labour, scales, trucks/carts, etc. at the risk and cost of the contractors, who shall be liable to make good to the Corporation all additional charges, expenses, cost or losses that the Corporation may incur or suffer thereby. The contractors shall not, however, be entitled to any gain resulting shall be final and binding on the contractors.

XI Security Deposit

(a) The contractor shall furnish within a week of the acceptance of their tender, security deposit as prescribed in the invitation to tender failing which the contract shall be liable to cancelation at the risk and cost of the contractors and to subject such othe remedies as may be open to the Sr. Regional Manager under the terms of the contract. The contractors at their option may deposit 50 per cent of the prescribed security in any of the prescribed forms at the time of award of the contract while the balance 50 per cent may be paid by the contractors by deductions at the rate of 5 per cent from the admitted bills of the contractors..

(b) The security deposit will be refunded to the contractors on due and satisfactory performance of the services and on completion of all obligations by the contractors under the terms of the contract and on submission of a No Demand Certiticate, subject to such deduction from the security as may be necessary for making up the Corporations claims against the contract.

(c) In the event of termination of the contract envisaged in Clause-X, the Sr. Regional Manager shall have the rights to forfeit the entire or part of the amount of security deposit lodged the contractors or to appropriate the security deposit or any part, thereof in or towards satisfaction of any sum due to the claimed for any damages. Losses charges, expenses costs that may be suffered or incurred by the Corporation.

d) The decision of the Sr. Regional Manager in respect of such damages, charges, or expenses shall be final and biding on the contractors.

e) In the event of the security being insufficient or if the security has been wholly forfeited, balance of the total sum recoverable as the case may be shall be deducted form any sum the due or which at any time thereafter may become due to the contractors under this or other contract with the Corporation. Should that sum also be not sufficient to cover the amount recoverable the contractors shall pay to the Corporation on demand the remain balance due.

f) Whenever the security deposited falls short of the specified amount the contractors shall make good the deficit so that the total amount of security deposit shall not at any time be

XII Liability of Contractors for losses etc. suffered by Corporation

a) The contractors shall be liable for all costs, damages, demurrages, wharfages, forfeitures wagon, registration fees, charges and expenses suffered or incurred by the Corporation to the contractor negligence and un-workman like performance of any services under contract or breach of any terms thereof or their failure to carry out the work with a vie avoid incurrence of demurrage, etc. and for all damages or losses occasioned to Corporation due to any act whether negligent or otherwise of the contractors themselves their employees. The decision of the Sr. Regional Manager regarding such failure on contractors and their liability for the losses, etc. suffered by Corporation shall be final binding on the contractors.

b) The Corporation shall be at liberty to reimburse themselves of any damages losses, chalk costs or expenses suffered or incurred by them due to contractors negligence and workmanlike performance of service under the contract or breach of any terms thereof total sum claimed shall be deducted from any sum than due or which at any time have may become due to the contractors under this or any other contract with the Corporation the event of the sum which may be due from the Corporation as aforesaid being insufficient the balance of the total sum

Page 20: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

claimed and recoverable from the contractors as aforesaid be deducted from the security deposit furnished by the contractors as specified in par Should this sum also be not sufficient to cover the full amount claimed by the Corporation the contractors shall pay to the Corporation on demand the remaining balance aforesaid sum claimed.

C)(I) In the event of failure of the contractor to provide number of trucks per day, LD (Liquids Damager)@ Rs. 300/- per track per day for a 9 MT truck will be levied from the contain upto the minimum number of trucks required per day. For higher capacity trucks the LD shall be increased proportionately.

The levey of LD amount can be increase upto Rs.450/- or reduced to Rs. 150/- per day for a 9 Mt truck with the prior approval of ED(ZONE) if the local condition so demand. if for any particular local case because of the prevailing local conditions, a greater enhancement or relaxation is required ,it can be done with the prior approval of Chairman and Managing Director. However, this should be done before the press advertisement for the tender is published and should be clearly mentioned in the contract terms & condition in the tender documents.

II. In the event of delay on the part of contractor in providing other services as mentioned in the MTF i.e. labour weightment machines weights and any other sevices mentioned in the agreement, efficiently and to the entire satisfaction of the GM (Region) or any other officer acting on his behalf, the G.M. (Region) without prejudice to any other right and remedies under the agreement have the lawful right to levy to levy LD from the contractor @ Rs.2000/- per day or such lesser amount per day or part of the day in case of delay as the G.M. (Region) in his absolute discretion may determine subject to total LD not exceeding 15% of the contract value during the operation period of the contract.

Further it is clarified that the levy of above said LD for delay or inability in providing a

particular service which is other then providing desired number of trucks, in other words it has

no bearing on the levy of LD being imposed as per Para(I) above.

The decision of the corporation in regard to levy of LD under Para (I) &(II) above shall be final

and binding on the parties. The contractor shall abide to provide minimum number of trucks

as per requirement at depot level.

d) The Contractor shall be responsible for the safety of the goods from the time they are loaded

on their truck from Railway Station or siding Godowns, until they have been unloaded from

their trucks at godwns or at other trunks at, so as to avoid loss grain, etc. through the holes

crevices in the decks of the trucks. They shall driver the number of bags and the weight of

food grains, fertilizer etc. received by them and loaded on their trucks and shall be liable to

make good the value of any loss, shortage or damage during transit. The Sr. Regional Manager

will be the sole judge for determining after taking into consideration all the relevant

circumstances the quantum and value, of loss and also as regards the liability of the

contractors for such loss and the amount to be recovered from them. The decision of the Sr.

Regional Manager in this regard shall be final and binding on the contractors.

Page 21: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

e) A set off any sum of money due and payable to the contractors (including security deposit

returnable to them) under this contract may be appropriated by the Corporation and set-off

against out any claim of the Corporation for the payment of any contractors with the

Corporation.

XIII

Book Examination

The contra or shall whenever required produce or cause to be produced for examination by the Sr. Regional Manager or any other officer authorized by him in this behalf, any cost or other accounts book of accounts, vouchers, receipts letters, memorandum or writings or any copy of or extract from any such document and also furnish information and returns, verified in such manner as may be required relating to the execution of this contract. The decision of Sr. Regional Manager on the question of relevancy of any documents information or return Shall be final and binding on the contractor. The contractor shall produce the required documents information and returns at such time and place as may be directed by the Sr. regional manager.

XIV Volume of Work

(a) Subject as, hereinafter mentioned the corporation do not guarantee any definite volume of work or any particulars pattern of service at any time or throughout the period of the contract. The mere mention of any item of work in this contract does not by itself confirm a right on the contractor to demand that the work relating to all or any item there of should necessarily or exclusively be entrusted to them. The corporation will also have the exclusive right to appoint one or more contractors at any time viz at the time of at the time of award of the contractor and/or during the tenure of contract of any or all the services mentioned here under and to divide the work as between such contractors in any manner that the corporation may divide and no claim shall lie against the corporation by reason of such division of work.

(b) Provided always that the corporation under take during the period of the contract the

contractors shall in an event be entrusted with the works which would entitle them to a

remuneration of an amount which would not be less than Rs

__________________(Rupees______________________________________

______________________________________only)

Note-

Not with standind the numbers and storage capacity of the existing godowns and those

expected to be constructed/acquired during the contract period description of which is given

in the tender, the corporation may, during the currency of the contract, take

over/acquire/construct more godowns for storage as and when necessary. Alternatively, it

may also be necessary for the corporation to give up or release one or more godowns out of

those, the description of which is given in the tender or out of those contract shall not be

rendered void and the contractors shall not be entitled to make any claim what so ever against

the corporation for compensation revision of rates or otherwise due to increase/decrease in

the number of godowns or the storage capacity of the godowns.

XV Remuneration

(a) The contractors shall be paid the remunerations in respect of the services describe in para XIX and performed by them at the contract rate.

(b) If the contractors are required to perform any service in addition those specifically provide for in the contract and the annexed schedule of contractors remunera ion for the same will be paid

Page 22: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

at the tates as negotiated and fixed by mutual agreemtent

(c ) The question whether a particular services is or is not covered by any of the service specifically described and provided for in the contract, or is not auxiliary or incidental any of such services shall be decided by the Senior Regional Manager whose decision shall be final and binding on the contractors.

(d) The contractors will have the right to represent in writing to the Senior Regional Manager that a particular service that they are being called upon to perform is not covered by bound to perform all the services/duties and execute all the works as per terms and conditions and rates of the contract and they shall not be an of the services specifically provided’ for in the contract or as the case may be, is not auxiliary or incidental to such services, provided that such representation in writing must be made within 15 days after the date of actual performance of such services. If no such representation in writing is received within the said time, the contractor’s right in this regard will be deemed to have been waived.

XVI PAYMENT

(a) Payment will be made by the concerned Regional/District Manager of the Food Corporation of India on submission of bills, in triplicate duly supported by consignee receipts/or work certificate issued by the senior Religional Manager or an officer acting on his behalf as the case may be.

(b) The contractor should submit all their bills not later than 2 month from the date of expiry of the contract so that the refund of the security deposit may be speeded up. In order to facilitate disposal of bills the contractors are advised to submit their bills weekly/ fortnightly.

NOTE: The Sr. Regional Manager may at his discretion make an “on account” payment to the extent of 50 percent of the value of work done in cases where the contractors are not in a position to submit their final bills due to operational or any other difficulties, after the satisfactory performance of the services provided in the contract. The Corporation shall not be liable for payment of any interest on any bill outstanding for payment.

XVII Delays, Strikes etc.

The contractors will not be responsible for delays which may arise on account of reasons beyond their control of which the Sr. Regional Manager shall be the final Judge. Strikes by contractor’s workers on account of any dispute between the contractors and their workers as to wages or to otherwise will not be deemed to be a reason beyond the contractors control and the contractors shall he responsible for any loss or damage which the Corporation may suffer on this account.

XVIII Laws governing the contact The contract will be governed by the laws of India for this the

being in force. XIX Services to be performed by the Contractors

Note(A) Godowns in and around under the purview of this contract are as under:-

(i) Godowns served by the Railway siding:-

Page 23: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

a) Group of godowns comprising sheds (or any futher sheds/godowns construsted or added normally served from Railway Siding at_________________known as_________godowns____________

b) Group of god owns comprising sheds (or any future_________

c) Group of comprising sheds (or any further sheds

etc.______________

ii) Godowns situated at a considerable distance from the railway siding the same premises

requiring the use of trucks for carrying bags:-

a) Group of godowns comprising__________sheds(or any future sheds constructed or added

requiring the use of trucks for carrying the food grain bags from Railway Siding at

8_______known as godowns.

b) Group of godowns comprising sheds (or any future…………………………….

c) Group of godowns comprising sheds (or any future etc…………………………….

iii) Godowns served by Railway Station:-

a) Group of godowns comprising…………………….sheds (or any future sheds/ Godowns

construction or added) normally served from Railway Station known as______godowns.

b) Group of godowns comprising sheds (or any future…………………………….

c) Group of godowns comprising sheds (or any future etc…………………………….

NOTE:- Notwithstanding the number of storage capacity of the existing godowns and those expected

to be constructed/acquired during the contract period, the description of which is given in

the tender the corporation may during the currency of the contract, take

over/acquire/construct more godows for storage as and when necessary. Alternatively it

may also be necessary for the Corporation to give up or release one or more godowns out of

those. Description of which is given in these documents or out of those which are

constructed or acquired later, during the pendency of the contract. In such an event the

contract shall not be rendered void and contractors shall be bound to perform all the

services/duties and execute all the works as per terms and conditions and rates of the

contract and they shall not be entitled to make any claim whatsoever against the

Corporation for compensation, revision of rates or otherwise due to increase/decrease in the

number of the godowns or the storage capacity of the godowns.

B) Remuneration for stacking in the Shed/platform/Ground wherever necessary as required

while performing the services of loading, unloading etc; will be deemed to be included in the

relevant services and no separate remuneration will be paid for such stacking.

C) Kacha or interim stacking whether inside or outside the Godowns wherever necessary in the

services of physical verification and standardization, cleaning, drying, filling etc., shall be

deemed to be included in the relevant service and no separate remuneration for such kacha

sacking will be paid on any account.

D) Similarly carriage of bags whether by change of headloads or by using hand trolleys,

handcarts or any other mode of carriage, provided by the contractors, shall be deemed to be

Page 24: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

included in the relevant services and no separate remuneration shall be paid for such

carriage, unless otherwise provided for.

E) For service of standardization, retagging, filling, loose grains and such other allied services,

bags supplied by the Corporation will ordinarily be new “SBT” bags and66.5 grams

approximately in-weight., but the Sr. Regional Manager reseves. The right to use any type of

bags. The jute twine used for stitching of the bags after bagging/ rebagging

cleaning/standardization, etc. shall be 3 ply double up and shall be supplied by the

Corporation.

F) Extra charges as provided in terms 17 & 18 of the schedule of rates for services shall be paid

only for loading and unloading of open wagons and Box wagons (open) respectively, the flap

door of which open down-ward/upward or sideward and wherein the filled bags cannot e

carried in our taken out of such wagons by the worker directly as back or head load.

G) For purposes of transport of foodgrains in this contract use of animal driven carts in place of

trucks will not be allowed unless the Sr. Regional Manager, in his sole discretion, specifically

permits such use in writing. Such use of animal driven carts if permitted by the Sr. Regional

Manager, shall be at 25 percent less than the contract rates for trucks.

SERVICES

PART-I FOR STOCKS RECEIVED AT OR DESPATCHED FROM RAILWAY STATION/RAILWAY

SIDING OR FOR STOCKS DELIVERED TO RECEIPIENTS.

1. UNLOADING FROM WAGONS AT RAILWAY STATION/RAIL SIDING LOADING INTO

TRUCKS/ANY OTHER VEHICLES:-

b) The contractors shall unload the foodgrains bags from wagons placed at the Railway Station

or at the Railway Siding as the case may be, or unload the foodgrain bags from trucks/or any

other transport vehicles, carry them and directly load them into the trucks/any other

transport vehicle or into wagons after stacking the bags wherever necessary in the Shed/on

the platform/Ground in accordance with the instructions of the Sr. Regional Manager or any

officer acting on his behalf.

2.

TRANSPORT OF FOODGRAINS BAGS FROM THE RAILWAY STATION TO VARIOUS GODOWNS

AND VICE-VERSA:-

The Constructor shall transport by trucks to be arranged by them such number of bags of

foodgrains, sweepings, spilling etc; as may be required from day today by the Sr, Religion

Manager ot an officer acting on his behalf from the Railway station to the various Godowns

or vice-versa. The contractors shall take care not to mix bags of different kind of foodgrains

bags containing different qualities of the same foodggrains, and containing wet/damaged

grains, sweepings etc; with bags of sound grains etc.

The contractors shall obtain from the Sr. Regional Manager or an officer on his behalf every

evening particulars of the number of bags of foodgrains etc; required to be transported the

next day, the place where the trucks/carts should report for loading and the destinations to

which the goods would be required to be transported. In special cases, they may require to

arrange transport at shorter notice and they shall be bound to comply with such requisitions.

Payment for this service will be in accordance with the stipulation given in notes below the

schedule of Rates.

Page 25: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

3. UNLOADING FROM WAGONS AT RAILWAY SIDING OR FROM TRANSPORT VEHICLES AND

STACKING THE FOODGRAINS BAGS IN GODOWNS:-

The contractors shall unload the foodgrain bags from wagons placed at the Railway Siding or

from the truck; stack the foodgrain bags on the platform/Ground whenever necessary, carry

them by head loafs or change of head loads or by using hand trolleys, handcarts or any other

mode of carriage provided by them and stack them in godowns up to the required height,

the bags shall be stacked either in the form of conventional stack for bagged storage or in

the form of side

6. CARRYING BY MEANS OF TRUCKS FROM RAILWAY SIDING TO THE GODOWNS OR VICE

VERSA:-

The contractors shall as and when required by the Sr. Religion Manager or an officer acting

on his his behalf use trucks for carrying bags of foodgrains from the godowns to the Railway

siding or from the Railway siding to the godowns which are situated in the same premises

but at a considerable distance from the Railways siding to the godowns which are situated in

the same premises but at a considerable distance from the Railway siding. The contractors

shall be entitled for remuneration under this item for godowns which are indicated in the

invention to tender under para-A place of operation titled General Information. If, however,

any shed/ Godowns constructed or added during the currency of the contract require the

use of trucks for such services as provided herein, the use of trucks in such cases shall be

specifically permitted by the Sr. Religion Manager or an officer acting on his behalf whose

decision shall be final and binding on the contractor.

The remuneration under this item is inclusive of the operation of loading into and unloading

from trucks. Payment for this service will be in accordance with the stipulations give in notes

below the schedule of rates. The payment under this item shall be in addition to item 3 or 4

or 5 of the schedule of Rates.

7. TRANSPORT OF FOODGRAINS (NOT PROVIDED FOR UNDER ITEM (2) AND (6):-

The contractors shall transport by trucks to be arranged for such quantity of foodgrains as

may be required from day to day by the Sr. Regional Manager or an officer acting on his

behalf from one god own to another godown or from any place to another place to another

place in and around……………….the contractors shall take care not to mix bags of different

kinds of different kinds of foodgrain bags containing different qualities of the same

foodgrains and bags containing wet/damaged foodgrains, sweepings,etc, with bags of sound

grains etc. the contractors shall obtain from the Sr.Regional Manager or an officer acting on

his behalf every evening particulars of the number of bags foodgrains etc; required to be

transported the next day, the place where the trucks should report for loading and the

destination to which the goods would be required to be transported. In special cases, the

contractors may be required to arrange transport at short-notice and they shall be bound to

comply with such requisitions payment for this service will be in accordance with the

stipulation given in notes below the schedule of rates.

8. WEIGHMENT:-

Page 26: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

The contractor shall with their lavour and scales, and under their supervision weigh such

number of bags of foodgrains as maybe required of foodgrains after placing the bags

wherever necessary before weighment or by plaving the bags wherever necessary after

weighment/ The remuneration for this service shall be deemed to be included placing of

bags wherever necessary near the scali either before or after weighment, carrying out the

weighment by placing the bags on the scale and removing the bags from the scale.

Weighment of foodgrains as described above, shall be done in conjunction with any other

service like receipt, dispatch etc. either at Godown/Railway Platform/Railway siding/shed or

anywhere else as directed by the Sr.Regional Manager or an officer acting on his behalf.

Payment under this sevice for actul number of bags weighed will be made in addition to the

service in conjunction with which weighment is performed unless weighment is included

specifically in a service like physical verification, standardization, cleaning etc. The

contractors shall be responsible to supply adequate and sufficient number of scales for

weighment. Provided always that the contractors shall not use their own scales, whether the

same are available with the corporation and contractors shall be liable to pay hire charges

for the same at the rates prescribed in the schedule.

9. REMOVING BAGS FROM STACKS AND POURING CONTENTS INTO FLAT STORAGE:-

The contractors shall, when required, remove foodgrain bags from stacks in the same or any

other godown or from the side wall of a flat storage, cut open month of the bags pour the

grain into flat storage and carry out shoveling and leveling of the foodgrains.

10. FILLING LOOSE GRAINS FROM FLAT STORGE:-

Foodgrains from flat storage will normally to be taken out by vacuvators or grainveyors

supplied and operated by the corporation. The vacu-vators will either discharge the grain

into the baby pit or feed the hoppers the automatic/weighing and filling machinces (velosac

machines) which are designed to fill the bags upto a prescribed weight. The contractors shall

supply the number of casual labour required in the operations of these machines in

accordance with the instructions of the Sr. Regional Manager or an officer acting on his

behalf.However, thecontractors, when required shall with their labour, take thelosse grains

out of the flat storage pit, making a baby bulk grain pit. If necessary, and fill the loose

foodgrains into empty gunnies, carry them to scales, buring them upto a prescribed standard

weight, stitch the bags with at least 16 stitches and stack them in same or any other

godown(s) or load them into wagons/transport vehicles.

PART-II OTHER SERVICE

11. PHYSICAL VERIFICATION:-

The contractor shall, with their labour and scales and under their supervision, weigh such

number of bags of foodgrains as may be required for physical verification. Weighment for this

service shall be deemed to include carrying bags from stacks, doing kacha stacking inside or

outside the godowns as and where necessary carrying the weighed bags and stacking them upto

10,16, or 20 high as may be directed by Sr. Regional Manager or an officer on his behalf.

Normally, the weighed bags will be required to be restacked in the same godown or outside the

same godown. It may, however, be necessary to restack the weighed bags in another godown.

12. STANDARIDISATION:-

The contractor shall, with their labour and scales and under their supervision, standardize such

Page 27: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

number of bags of foodgrains as be required by the Regional Manager or an officer acting on his

behalf. Standardization shall be deemed to include carrying bags from stacks to weighing scales,

cutting open the mouth of the bags putting bags on the scales, putting in or taking our grains

from each bag as may be necessary in order that each bag contains the standard weight of

foodgrains as fixed by the Sr. Regional Manager or an officer acting on his behalf, removing the

bags from the scales; rest itching the bags with at-least 16 stitches on each bag, doing kacha

stacking inside or outside the godown as and where necessary, carrying the standardized bags

and stacking upto 10,16 and 20 high, or loading into wagons/trucks or any other vehicke as

directed.

When the standardized bags are not required to be restacked or loaded, such bags shall be left in

a countable position on the floor of the godown. The standardized bags shall be stacked in the

same godown or in another godown as directed by Sr. Regional Manager or an officer acting on

his behalf. In all such cases payment will be done for actual number pf bages received after

standardization.

13. FALLING GUNNIES WITH LOOSE GRAINS TO A PRESCRIBED WEIGHT, STITCHING AND STACKING

LOADING DELIVERY

Contractor shall, where necessary, make heap (or palla) or any loose grains, sweeping, damaged

grains, etc, available in the god own or any where else and fill the same into empty gunny bags.

The filled bags shall be carried to scales, brought to the prescribed standard weight, stitched with

a least 16 stitches and stacked or dispatched/ delivered as required.

14. CLEANING

The contractor shall as and when required with their labour, clean the foodgrains, sweeping etc;

cleaning shall be deemed to include restacking the bags, weighing them to ascertain the pre-

cleaned weight carrying them to the place assigned for cleaning and subject to such process as

winnowing. Sifiting, passing through the sieves or other methods of cleaning by machines, etc,

removing the cleaned grains, filling the grains in bags, weighing them to a standard weight

prescribed by the Sr. Regional Manager or any officer acting on his behalf, stitching the bags

firmly with at least 16 stitches and carring the standardized bags and stacking them upto 10,16

or 20high loading them into wagons/truck/transport vehivles as directed, collecting the

refraction, filling them in bags as directed, weighing them and stacking upto 10, 16 or 20 loading/

delivering them a directed. Payment will be made for the number of bags received after cleaning

and standardization. No separate payment for the bags filled with refractions will be made.

Tender No……………. Dated………………….

Re 20 high or loading /delivering them as directed. Payment will be only for the number of bags

received after cleaning and standardization. No separate payment for the bags filled with

fractions will be made.

15. DRYING OF DAMAGED FOODGRAINS:

The contractors shall undertake drying of damaged foodgrains whenever required. Drying shall

be deemed to include carrying foodgrains bags, from stacks or anywhere else from the godown,

cutting open the mouthof the bags spreading the foodgrains inside or outside the god own and

after drying making them into a palla, filling loose grains into empty gunnies upto a prescribed

weight, stitching and stacking the bags in the same or another godown upto 10, 16 or 20 high or

loading/ delivering them as directed. If weighment is required to be done before cutting open

the bags it will be paid for separately.

Payment under this service will be made only for the number of bags received after

drying and standardization.

16. REBAGGING:-

Page 28: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

The contractors shall rebag loose grains or the contents of unserviceable bags into new bags

supplied by the Corporation. Rebagging shall be deemed to include breaking the stacks,

emptying contents of unserviceable gunnies, making a palla, if necessary filling new bags upto a

prescribed weight, stitching them, doing kacha stacking inside or outside the Godowns as and

when necessary and stacking them into 10, 16 or 20 high or delivering/ dispatching as directed.

17. LOADING OF OPENWAGONS:-

The contractors shall load or unload open Railway wagons, wherever necessary. In addition to

the normal duties and responsibilities attached to the service of loading/ unloading covered

wagons, the contractors shall also perform all. other Auxiliary services incidental to handling of

pen wagons.

18. LOADING OF BOXWAGOS:-

The contractor shall load/unload Box Type (Open) wagons wherever necessary, In addition to

the normal duties and responsibilities attached to the services incidental to the handling of box

type wagons.

19. BREAKING OF STACKS AND RESTACKING:-

The contractors shall as and when required remove bags from any stack(s) In the god own and

restack in the same or another god won into 10 16 or 20 high.

20 COLLECTING OF SCATTERED BAGS:-

The contractors shall as and when required remove/ collect the scattered bags from the god

owns and stack them in the same or another god own upto 10, 16 or 20 high.

21. BUNDLING OF EMPTY GUNNIES:-

The contractors shall collect the empty gunnies released after various operations, rebagging,

cleaning etc; and bundle them into bundles of 25 or 50 each as directed by the Sr. Regional

Manager or an officer acting on his behalf. The bundles shall be neatly made to allow verification

and the twine required for tying or stitching the outer surface of the bundles shall be supplied by

the contractors. The bundles so made shall be carried to the place assigned storage of empty

gunnies, and stacked in accordance with the rnstructions of the Sr. Regional Manager or an

officer acting on his behalf. The remuneration for this service shall be deemed to be inclusive of

the cost of twine required to be supplied by the contractors.

22. STENCILLING OF BAGES:-

The contractor shall, with their workers and stenciling materials, stencil such number of bags as

may be directed by the Sr. Regional Manager or an officer acting on his behalf. In full wagon

loads the name of destination station in block English letters shall be stenciled on such number

of bags as may be required in the particulars of the consignee, commodity and weight of the

contents, shall also be stencilled. The contractors may with the prior permission manner with

brush and inedible ink instead of stencilling.

23. SUPPLY OF TRUCKS FOR WARAFFER WITH TWO WARNERS

The contractors shall, whenever required by the Sr. Regional Manager or an officer acting on his

behalf, supply one or more trucks for waraferi with two warners for full day or half day for

transporting foodgrains from one god own to another or for miscellaneous transport

operations. The charges for supply of trucks shall be deemed to include the charge for the

supply of two warner and no seprate remunerate on shall be paid thereof.

24. CONTRACTORS TO ENSURE VOMPLIANCE OF ORDERESS

The contractor shall provide of mail/female causal labours whenever asked to do so at court

Page 29: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

notice during day or night by Sr. Regional or an officer acting on his behalf. The contractor shall

be responsible t comply with the provision of different labour laws as would be applicable to

comply with the provision of different labour laws as would be applicable at the relevant point

of time.

It shall be the responsibility of the contractor to follow the directions of the SRM or an officers

acting on his behalf to under take the following services.

1. Loading/ unloading of crates, tarpaulins/ gunny bales fumigation covers.

2. Shifting/ transfer of filled bags with grains etc. from one truck vehicle to another truck vehicle.

3. Any other related work including dusting, fumigation brushing spraying or pumping synages

with feet pump etc

CLAUSE-XX: DUTIES AND RESPONSIBILITIES OF THE CONTRACTORS:-

The con tractor shall carry out all items of services assigned or entrusted to

them by the Sr. Regional Manager or an officer acting on his behalf and shall

abide by all instruction issued to them from time to time by the said officer.

They shall render the services to the satisfaction of the Regional Manager or

an officer acting on his behalf together with such auxiliary and incidental

duties, services and operations as may be indicated by the said officer(s) and

are not inconsistent with the terms and conditions of the contract.

Remuneration for all auxiliary and incidental duties and services specifically

provided for in the in the Schedules of Rates for services shall be deemed to

be included in the Remuneration for all auxiliary and incidental duties. Some

of such auxiliary and incidental duties are mentioned below :

1. The contractors shall always be bound to act with reasonable diligence in a

businesslike manner and to use such skills as accepted of men of ordinary

prudence in the conduct of there activities.

2. The contractors shall engage competent and adequate staff and labour to

the satisfaction Sr. Regional Manager or an officer acting on his behalf for

ensuring efficient handling and transport of food grains etc. and furnishing

correct and upto date and position/ information/ progress of work

statement and account. The contractor shall be responsible for the good

conduct of their employees and shall compensate the Corporation for looses

arising from neglect carelessness, want of skill or misconduct of them selves,

their servants or agents or representatives. The Sr. Regional Manager shall

have the right to ask for the dismissal of any employee of the contractors.

Who in his opinion, is hampering the smooth execution of the work and his

Page 30: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

decision regarding losses caused by neglect and misconduct, etc; of the

contractor their servants or agents or representatives shall be final and

binding on the contractors.

3. The contractors shall advice the Sr. Regional Manager or an officer

authorized to act on his behalf, the name of one or more responsible

representatives authorized to act on their behalf in day today working of the

contract. It shall be the duty of those representative to call at the office of

the Sr. Regional Manager or an officer acting on his behalf, everyday and

generally to remain in touch, with them, to obtain information about the

programme of arrivals and dispatches to various recipients and other

godowns activities and to report the progress of loading/ unloading/

transport work, etc. and generally to take instructions in the matter.

4. The contractors shall take adequate steps and necessary precautions to

avoid wastage damage to the food grains etc; during the loading/unloading

of trucks/cart wagons/any other transport vehicle at the Railhead/ Godowns

or any other loading/unloading point. The contractors shall be liable for any

loss which the corporations may suffer on account of the bags not properly

handled the decision f the Regional Manager regarding such loss shall be

final and binding on the contractors. They shall spread their own tarpaulins

or gunny bales at the loading/ unloading points to avoid wastage and

damage.

5. The contractors shall provide sufficient number of tarpaulins for each

truck/card/ any other transport vehicle to cover the bags of food grains etc.

during the rains and shall be responsible, if the food grains etc; are damaged

by rain through their contractors failure to supply adequate number of

tarpaulins or to take reasonable precaution. The decision of the Sr. Regional

Manager in this matter shall be final and binding on the contractors.

6. The contractors shall provided their own planks and supporting bags to

serve ad ladders for the purpose of loading/ unloading into / from trucks/

carts/wagons or stacking no field backs with grains etc; shall be used the

operations.

7. The contractors shall insure that their workers do not use large hooks for

handing food grains bags or any hook for handing flour, sugar and fertilizer

bags at any stage. The use of hooks other than those approved by the Sr.

Regional Manager or an officer acting on his behalf, for food grains or flour,

sugar and fertilizer will render the contract liable to cancellation. The

contractors shall also be liable to , make good to corporations any losses

caused by the use of unauthorized hooks. The decision of the Sr. Regional

Manager regarding such losses shall be final and binding on the contractor.

The contractor shall supply some regulations size hooks approved by the Sr.

Regional Manager for handing food grains bags.

8. The contractors shall obtain from the Sr. Regional Manager or an officer

acting on his behalf, particular of consignments expected to be received

and/ or proposed to be dispatched from / at godowns/ Railheads as the

cause may be. In the case of receipt of food grains etc/the contractors shall

be collect the relevant Railway receipt and arranged to take delivery of

consignments of food grains etc; at short notice and they be bound to

Page 31: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

comply with such requests.

9. The contractors shall prepare necessary forwarding notes, risk note for, etc;

in the respect of consignments intend for dispatch by Railway.

10. If any consignments received has been booked “freight to pay” the

contractors shall pay freight by mean of firms credit-note which they shall

obtained from the Sr. Regional Manager or an officer acting on his behalf.

But if for any reason these are not issued, the contractors shall themselves

pay the freight in the first instance and then get resubmitted the same by

submitting at stamped and pre receipted bill supported by the vouchers.

11. The contractors shall insure before the commencement of unloading of

each wagon that the wagon seals are intact and if any wagon seal is found

to be tempered with, they shall be bring the matter to be notice of the

Railway authorities and delivery such consignments shall be taken in the

presence of the Railways representative. The contractors shall promptly

report it in writing the Sr. Regional Manager or an officer acting on his

behalf.

12. The contractors shall keep a complete and accurate record/ account of

number of bags unloaded of from each wagon and in the event of any

shortage being notice, shall bring in writing such shortage promptly to

notice of the Sr. Regional Manager or an officer acting on his behalf and the

Railway authorities concern. They shall keep aside any stocks of damaged

bags received in the wa0gons and after as certaining the loss by weighment,

report the fact to the concern authorities viz, Sr. Regional Manager or an

officer acting on his behalf and the Railways.

13. The contractor shall as and when required be also responsiable for the

cleaning for the interior of any type of wagon prior to loading to the

satisfaction of the officer(s) supervising loading/ despatches. The

remunaeration for loading the wagons shall be deemed to include the

remuneration for such routine cleaning of wagons as and when to the

extent found necessary.

14.

The The contractor shall as and when requried be also responsible for hand

shunting of wagons to/from/loading/unloading points the remuneration for

loading/unloading of wagons shall be deemed to include the remuneration

for such hand shunting of wagons and to the extent found necessary.

15. The contractor shall as and when requried be also responsible for and

sealing of the doors of the wagons a the time of dispatch, or temoving rivets

or seals at the time of recepits.”

16. The contractor shall obtain clear RAILWAY RECEIPTS in respect of

consignments booked by them. If in any case the Railway refuses to issue

clear railways receipts, the contractors shall bring the matter in writing to

the notice of the Regional Manager or an officer acting on his behalf. If the

contractors find any difficulty in getting clear R.R. in respect of consignment

packed in new bags, they shall take up the matter with the Railways. Copies

of all correspondence in the matter shall be sent by the contractors to the

Sr. Regional Manager/ and or to the officer acting on his behalf.

17. The contractor shall obatain railway receipts expeditiously from the Railway

and immediately after obtaining them submit them to the Sr. Regional

Page 32: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

Manager/ and or to the officer acting on his behalf.

18. The contractor shall also responsible (as an when required) to put 6 lables

each of the size 6”x9” bearing the name of the destination station in each

wagon at the time of despatch.

19. Sr. Regional Manager also provide adequate number of stitchers and

sweepers at their own cost at all loading/unloading and other opertional

points to carry out minor repairs to leaking bags with twine. The provided

shall be three ply doubled up.

20. The contractor shall collect all sweepings and spillings of food grains from

wagons floors, loading/unloading points/godowns and fill them after

cleaning, if necessary , in slack bags or in other empty bags supplied by

corporation and firmly stitch them with at least 16 stitches. The twine for

this purpose shall be three ply doubled upon and shall be provided by the

corporation.

21. The contractor shall responsible for loading/unloading the wagons within

the free period allowed by the Railways and alsofor loading/unloading the

trucks/carts/any other treansport vehicles expenditiously. The contractor

shall be liable to make good any compensation demurrage/ wharfage as per

railways rules in force during the period of contract, or other charges or

expenses that may be incurred by the corporation an account of delays in

loading/unloading if trucjs(carts and loading/unloading if wagons unless the

delay is for reasons beyond the contractors control. The decision of the Sr.

Regional Manager in this respect shall be final and binding on the

contractors.

22. The contractor shall for obtaining consignee’s receipts of all bags entrusted

to them for carrying and for handing over the receipt over the receipt next

day to the Sr. Regional Manager or an officer acting on his behalf.

23. The contractor shall strictly abide by all rules and regulatiions of Railways

and Police/ Municipal authorities.

24. The contractor shall required to re-stack the bags without payment of any

extra charges, if the directions for stacking the bags are not observed by

them payment of any extra charges, if the directions for stacking the bags

are not observed by them or if the stacking in faulty and not to the

satisfaction of Sr. Regional Manager or an officer acting on his behalf. The

contractors shall also be responsible for any loss which the corporation may

suffer on account of the bags not being properly<1. The decision of the Sr.

Regional Manager regarding such loss shall be final and bmding on the

contractors.

The contractor shall at the time of standardization, cleaning etc; ensure that

mouth if each bag is cut open cautiously and with utmost care so as to avoid

any damage or loss to the bags and wastage of food grains. The contractor

shall be liable for any loss to the corporations on this account and the

decision of the Sr. Regional Manager in the matter shall be final and binding

on the contractors.

The contractor shall carry empty bags from the gunny storage godowns or

from any other place indicated by the Sr. Regional Manager or an officer

acting on his behalf to the place(S) of operations for bagging, rebagging etc.

Page 33: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

and no extra remuneration for such carriage of empty bags will be payable

on any account.

25. In carrying out the various operations involving carriage of bags inside or,

outside godowns, it is desirable that the use of wheeled contrivance like

hand trolleys in progressively introduced for the alleviation of the lot of the

labourers. Such trolley or wheeled contrivances will be supplied to the

labourers by the contractors at their own cost, no extra remuneration,

whatsoever for the use of hand trolleys etc; for carriage of bags will be

payable as it shall be deemed to be included in the rates provided for the

relevant services.

26. The contractor shall be responsible for keeping a complete and accurate

account of all supplies of food grains etc; and empty gunny bags received by

them the corporation and shall render accounts and furnish returns and

statements in such a manner as prescribed by the Sr. Regional Manager or

the officer acting on his behalf from time to time.

27. The contractor shall be responsible for the safety of the goods while in

transit in their trucks/carts/any other transport vehicles and for delivery of

quantity dispatched from the Railhead/ Godowns etc; as the case may be to

the destination or to the recipients to whom the grain etc; is required to be

transported by the contractors. They shall provide tarpaulins of decks of the

trucks, so as to avoid loss of the grains etc; through the holes/ services in

the decks of the trucks. They shall also exercise adequate care and take

precautions to ensure that the food grain bags are not damaged while in

transit their trucks/ carts/ any other transport vehicles. They shall deliver

the number of bags and the weight of food grains, fertilizers; etc; received

by them and loaded on their trucks. They shall be liable to make good he

value of any shortage, wastage, losses or damage to the goods in transit at

twice the average acquisition cost as applicable from time for all food grains

and commodities other than sugar and thrice the average acquisition cost as

applicable from time to time in respect of sugar except when the

SRM(whose decision shall be final) decides that the difference between the

weight taken at the dispatching and receiving ends is negligible and is due to

the discrepancies between the scales, gain or loss in moisture or other

causes beyond contractor control at the dispatching and receiving ends in

negligible and is due to discrepancies between the scales, grain or loss in

moisture or other causes beyond the contractors control. Such recovery

shall be effected without prejudice to the right of FCI to initiate civil/

criminal proceedings against the defaulting contractors wherever it is

suspected that the shortages/ losses occurred due to deliberate/ willful

omission, theft, misappropriation, irregularities etc. committed by the

contractors or their representatives/ employees.

28. The contractor shall when required supply petromax lamps for carrying out

work during night. The actual charges not exceeding rupee one per light per

night/ day for lights hired by the contractors for working at night or during

day time in such godowns which are insufficiently lighted, will be paid by the

corporation on submission of bills supported by relevant vouchers in

original. The bilt’s for hire charges for light will be required to be certified by

the Sr. Regional Manager or an office;- acting on his behalf.

Page 34: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

29. The contractor shall be liable for all costs, damages, charges and expenses

suffered or incurred by the corporation due to the contractors, negligence

and unworkman like performance of any service under this contract or

breach of any terms thereof or their failure to catty out the work with a

view t o avoid incurrence of demurrage; wharfage etc; and for all damages

or losses occasioned to the corporation in particular to any property or plant

belonging to the corporation due to any act whether negligent of otherwise

of the contractors themselves or their employees. The decision of the Sr.

Regional Manager regarding such failure of the contractors and their liability

for the losses etc suffered by corporation shall be final and binding on the

contractors.

31. The contractor shall provide and maintain correct weights and scales on

catty out all the weighments accurately. The Sr. Regional Manager or an

officer acting on his behalf shall have the right to check the weights, scales

and weight of any bag or bags to open any bag for examination.

32. The contractor shall, when directed to do so, arrange to obtain tarpaulins/

ropes/ lashes supplied by the Railway, transport them, if necessary, spread

tarpaulins over or inside open box type or leaky covered wagons as the case

may be and tie the ropes/ lashes over the consignments of food grains

loaded in such wagons, with a view to ensure the safety of goods in rail

transit and also untie ropes/ lashes and remove the tarpaulins from the

from tarpaulins from the wagons and perform all other auxiliary services

connected with the handling of such wagons the remuneration for

unloading of such wagons shall be deemed to include the remuneration for

the aforesaid services also.

33. The contractor shall display prominently on their trucks two or more sign

boards as prescribed by the corporation painted in black and in white

indicating that the stocks carried therein belong to the Food corporation of

India. No extra remuneration, whatsoever will be payable for displaying

such sign boards. The SRM or an officer acting on his behalf shall have the

right to disallow loading of any truck with FCI stocks if the contractors do

not display prominently the sign boards of the aforesaid type.

Page 35: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

Tender No. ……………………………….. Dated…………………………..

APPENDIX-I

(Reference para 3(a) of invitation to tender (General Information) and Clause-IV of Annexure to tender)

(To be filled in by the tenderer)

I. Name date of birth address of the tenderer and telegraphic address:-

II. COMPOSITION OF TENDERER

It should be stated whether the tenderer is a Hindu joint Family business,

proprietorship concern or registered partnership firm or a Limited Company.

The names and date of birth o Lall partners/ Directors, proprietors, Karta of

Joint Family should be given. It should be certified that there are no

undisclosed partners. In the case of Limited Companies, the authorized and

paid up capital be stated.

III. BUSINESS IN WHICH THE TENDERER IS EMPLOYED

The nature of business in which the tenderer or partners of the tenderer”s

firm are engaged should be stated together with particulars or where head

office and branches, if any are located.

IV. EXPERIENCE OF WORKING

Full particulars should be given if the tenderer has worked as a labour and

transport contractor of the Central Government, state Government or

publice/private companies. The period for which the work has been done

should be clearly indicated clearly whether they are woeking as contractors

on behalf of any Departments of central or state governments or Railways

etc.

IV. TENDERERS BANKS:-

The names of the bank of banks and the branches with which the tenderer

has dealing and who can certify tenderer”s financial status should be given.

Place______________ (Signature of Tenderer)

DATED____________ (Capacity in which signing)

Page 36: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

FOOD CORPORATION OF INDIA

TECHNICAL BID

FINACIAL SOUNDNESS AND

BUSINESS COMPETENCY DATE

OF

HANDLING & TRANPORT CONTRACTOR

FOR

RAILWAY SIDING AND FCI DEPOT

(i) Terms and conditions (signed under seal)

(ii) List of documents enclosed (only as peer instructions given in Sr. No.6) Yes/No

Document

No.

I. Certificate copy of partnership deed/ Articles of

Association/Memorandum of Association/ Byelaws etc. as applicable

Yes/No

2. Certificate regarding Registration of Firm/ company Yes/no

3. Authorization letter/power of Attorney in favour of person signing the

Tender and other documents

Yes/No

4. Cerficate of experience for preceding three years Yes/No

5. Letter from the bank on credit/ limits enjoyed and solvency assessed

by the bank

Yes/No

6. Bank Statement for the last 6 months from banker(s) Yes/No

7. Attested copies of immovable properties supported with attested

documentary evidence of ownership of property

Yes/No

8. Solvency Certificate Yes/No

9. Latest income tax clearance certificate If

applicable

10. Duly audited P & L account of preceding three years Yes/No

11. Duly audited balance sheet of preceding three years Yes/No

12. List of trucks owned with zerox copiecs of R.C. Books Yes/No

13. Photograph and proof of age certificate duly attested Yes/No

14. Earnest Money Deposit: Yes/No

DO/Pay order/ banker cheque no………………date……….

For Rs………………..issued by …………………payable at…………..

15. The tenderer of the firm or any of the partners/ Directors, associates,

proprietors of the said firms have been convicted by a Court for

imprisonment; if yes furnish details regarding conviction. Such as term

of convection by a court to imprisonment for a period three years or

more.

Yes/No

Page 37: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

Iii TECHNICAL EXPERTISE

I) WORK EXPERIENCE: for preceding three years.

(Enclose experience certificate for rake handling and transportation duly

obtained from Manufacturer/Handling agency/ Govt. Deptt. IPSU/ public Ltd.

Company dealing in fertilizers, food grains, cement or similar products during the

preceding three years of which the value of single contract should not be less

than 25% of the estimated value of present contract (for amount please refer

press advertisement with respect to corresponding centre) in any of those three

years, otherwise work experience will not be considered)

Document No. I

Sl. No Name of the

Client served

Contract

period.

Product

handled

Volume in Mt Value of

contract

executed (Rs.)

2. Whether your firm/ company is blacklisted by FCI or any other

publice sector/ Govt.1 Quasi-Govt. Organization/ any other client.

Yes/No

3. Whether your contract was terminated before expiry of contract

period or security Deposit IEMD forfeited by FCI or any other public

sector/ Govt. Govt.1 Quasi-Govt. Organization/ any other client.

Yes/No

4. Whether proprietor/ partner/ Director (as applicable) has been

prosecuted by any judicial court for any criminal breach of trust.

Yes/No

5. DET AILS OF SISTER CONCERNS

(a) Name & Address

(b) Activities engaged in by sister concern

( C) Names, address & Telephone Nos. Of Proprietors/ Director/ Prtners of sister

Concern.

Note:

(i) The blacklisted parties by FCI Govt.1 Quasi-Govt. Organization will not be

qualified.

(ii) The parties whose EMD is forfeited by for will not be qualified.

(iii) FCI reserves the right not to consider parties having any dispute with FCI in order

to corporation interest.

Page 38: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

IV. FINANCIAL SOUNDNESS: APPENDIX-II

I. Name of banker, addresses & Telephone Nos.

2. Details of credit limits/ facilities enjoyed (please give certificate

from the bank)

Document No.2

Sl. No. Name of the bank Type of credit

(i.e.C/C, O/D etc.)

Amount of Credit Limit

sanctioned (Rs.)

3. Details of solvency of the Firms as assessed by banks:-

Name of the bank Amount of solvency

Certificate (Rs.)

Date of solvency certificate

(Please give solvency certificate from the Bank giving the amount issued not earlier

than three month from the date of application.

Document No.3

4. Income Tax PAN Number of the Firm______________

Document No.4

5. Details of Balance Sheet of the Firm for the preceding three

years. (Please enclose copies for the preceding three financial

years (duly audited)

Document No.5

6. Income Tax PAN Number of the Firm______________

Document No.6

7. Details of immovable property owned by Firm/ Proprietor/

Director/ Partners.

Page 39: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

Sl. No. Type of

property

Identification

No. with

address

Owned in

the name of

Present

value

(Rs.)

Details of Document

attached

DECLARA TION

I/We hereby solemnly declare that II we Proprietor/ Director/Partner/Firm do not own

any property.

(Signature & Seal)

(Authorized Signatory)

(Strike off whichever is not applicable)

List of Partners/ Directors

SI.No. Full Name of the Partner/Director

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

I/ We herby solemnly declare that the Proprietor/Partner/Director of this Firm/ Company mentioned at Sl. Nos. is/ are common/ not common (Strike off whichever is not applicable) with any other Firm/Company who has applied for pre-qualification against same advertisement. In case of common Proprietor/ Partner/Director in other firm who has also applied for pre-qualification against same advertisement, please mention the name of the Firm/Firms.

(Signature & Seal) (Authorized Signatory) Declaration about relationship with Employee of FCI. I/ We hereby solemnly declare that the Proprietor/one or more Partners/Directors of this finn/company has relationship/has no relationship (Strike off whichever is not applicable with the employee of FCI. (Signature & Seal) (Authorized Signatory) Declaration of membership of any Goods Transport Association. Give details if so; Name & Address of the Association; With Telephone/ Fax No. I/We certify that all information furnished by me/us is correct and true and in the event that the

Page 40: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

information given is found to be incorrect/ untrue, FCI shall have the right to disqualify me/us without giving any notice or reasons thereof . (Signature & Seal) (Authorized Signatory)

APPENDIX- III

(Reference Clause VII the terms and conditions governing the contract.)

I WAGE BOOK AND WAGE SLIPSETC:-

i) The contractors shall maintain a Wage Book of each worker in such form as may be

convenient at the place of work, but the same shall include the following particulars:-

a) Name of the Worker;

b) Rate of Daily or Monthly wages.

c) Nature of work on which employed.

d) Total number of days worked during each wage period.

e) Dates and periods for which worked overtime.

t) Gross wages payable for the work during each wage period.

g) All deductions made form the wage with an indication in each case of the ground for which

the deduction is made.

h) Wages actually paid for each wage period.

i) Signature or thumb impression to the worker.

ii) The Contractor shall also issue a wage slip containing the aforesaid particulars to each

worker emplnyed by him on the work at least a day prior to the day of disbursement of

wages.

iii) The Contractor shall issue an Employment Cark in the prescribed Form at Appendix/vi(a) to

each worker oil the day of work or entry into his employment. If the worker has already any

such card with him from the previous employer, the contractor shall merely endorse that

Employment Card shall again be endorsed by the contractor and returned to the worker.

II REGISTER OF UNPAID WAGES:-

The contractor shall maintain a Register of unpaid wages in such form as may be

convenient at the place of work but the same shall include the following particulars:-

a) Full particulars of the work whose wages have not been paid.

b) Refernce number of the Muster Roll whose wage Register.

c) Rate of wages.

d) Wage period.

e)

Total amount not paid.

f) Reasons for not making payment.

g) How the amount of unpaid wages was utilized.

h) Acquaintance with dates.

Page 41: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

III

FINES AND DEDUCTIONS WHICH MAYBE MADE FROMW AGES:-

The wages of a worker shall be paid to him without any deductions of any kind except the

following:-

a)

Fines

b) Deductions for absence from duty i.e. from the place or the places where by the terms

of his employment, he is required to work. The amount of deduction in shall be in

proportion to the period for which he was absent.

c) Deduction for damage to or loss of goods expressly entrusted to the employed person

for custody, or for loss of money or any other deduction which he is required to

account, where such damage or loss is directly attributable to his neglect or default.

d) Deduction for recovery of advances or for adjustment of over payment of wages,

advances granted shall be entered in a register.

e) Any other deductions which the Central Govt. may from to time allow.

IV REGISTER OF FINES ETC:-

The contractors shall maintain a register of fines and a register of unpaid wages of

deductions for damage or loss inform No.1 and 2 as per Annexure- VI (b) and

VI(c)respectively which should be kept at the place work.

ii) The contractor shall maintain both in English and the local Indian Language, a list

approved by the Chief Labour Commissioner clearly stating the acts and omissions for

which penalty or fine may be imposed on a workman and display it in a good condition

in a conspicuous place of the work.

V PRESERVATION OF REGISTERS:-

The wage book, wage slips, the register of unpaid wages, the register of accidents, the

register of fines, deductions required to be maintained under these regulations shall be

preserved for 12 months after the date of last entry made in them shall be made avail

able for inspection by the Engineer-In-Charge Lobour Welfare Officer or any other

Officer authorized by the Ministry of W&H in this behalf

Page 42: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

APPENDIX-III

TEMPORARY CONTCARATOR LAVOBOUR’S EMPLOYMENT CARD

1. Name of the Labourer/Worker ________________________________________

2. Father’s/ Husband’s Name___________________________________________

3. Date of Birth _____________________________________________________

4.(i) Address (Local)___________________________________________________

(ii) Permanent _______________________________________________________

5. Name & Address of FCI Contractor___________________________________

________________________________________________________________

6. Valid*

(* Period of the Contractor) From________________________to_____________

Signature of the Contractor/

Authorised Representative

Back Side of the Card

Countersigned by

Asstt. Manager (Depot)/Depot Incharge

Valid from__________________________to_________________________________

(Ref. No,______________________________________)

Seal of AM (Depot)/Depot Incharge

Name of Depot

Page 43: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

Tender No……………………………

Dated……………………………….

FORM-I

APPNDIX – III (b)

REGISTER OF FINES

SL.

No.

NAME Father’s/

Husband’s

name

Sex Department Nature &

date the

offence

for which

fine

imposed

Rate of

Wages

Date

and

amount

of fine

imposed

Date on

which

fine

realized

REMARKS

Page 44: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

Tender No……………………………

Dated……………………………….

APPNDIX – III (C)

REGISTER OF DEDUCTIONS FOR DAMAGES OR LOSS CAUSED TO THE EMPLOYER BY THE NEGLECT OR

DEFAULT OF

THE EMPLOYED PERSONS

SL.

No

.

NAM

E

Father’s

/

Husband

’s name

Se

x

Departme

nt

Damag

e of

loss

caused

with

date

Whether

worker

showed

cause

against

deductio

n, if so,

enter

date

Date

and

amoun

t of

fine

impose

d

Number

of

installme

nt, if any

Date

on

which

fine

realize

d

REMAR

KS

Page 45: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

Tender No………………………

PRICE BID

Page 46: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

Tender No. ……………….. Dated …………………..

PRICE BID

SCHEDULE OF RATES AND SERVICES FOR HANDLING & TRANS PORT CONTRACTOR AT FSD

SL. Description of Services RATE PER HUNDRED BAGS No For bags weighing For bags weighing For bags eighing Upto 50 kg more than & upto more than 75Kg 75 Kg

1. (a) For unloading foodgrain bags from wagons/trucks or any other transport vehicles, and stacking the bags in the Shed on the Platform/ground or vice-versa as mentioned in Clause – XIX, Part 1. I (a)

Rs 23.00 Rupees Twenty three only

Rs. 34.00 Rupees Thirty Four only

Rs. 45.00 Rupees Forty Five only

(b) For unloading foodgrains bags from wagons/trucks for any other transport vehicles, and directly loading on trucks (or any other transport vehicles into wagons as mentioned in Clause – XIX, Part 1(b)

Rs. 45.00 Rupees Forty Five only

Rs 68.00 Rupees Sixty eight only

Rs 90.00 Rupees Ninty only

2. For transporting foodgrains bags to and from Railheads to the following godowns mentioned in Clause – XIX, Part 1(2)

i) Upto 3 Kms …………………….. Rs 180.00 (Rs. One hundred eighty only) per 100 qtl.

ii) Above 3 Kms but upto 10 Kms. Further increase at the rate of

Rs. 15.00 (Rs. Fifteen only) per Kms per 100 Qtl.

iii) Above 10 Kms but upto 20 Kms. Further increase at the rate of

Rs. 9.00 (Rs. Nine only) per Km per 100 qtl.

iv) Above 20 Kms but upto 30 Kms. Further increase at the rate of

Rs. 6.00 (Rs. Six only) per Km per 100 qtl.

v) Above 30 Kms but upto 40 Kms. Further Rs 4.50 (Rs.

Page 47: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

increase at the rate of

Four & paise fifty only) per Km per 100 qtl.

vi) Above 40 Kms but upto 50 Kms. Further increase at the rate of

Rs. 3.00 (Rs. Three only) per Km per 100 qtl.

Note : The distance will be rounded of to the nearest 1 K.M. In case the distance is below 0.50 KM it will be ignored and in case it is 0.50 KM & above it will be treated as 1 KM. 3. For unloading foodgrains bags from wagons/trucks/any other transport vehicles, stacking them on the platform/ground if necessary, carrying by head-loads/change of head load or wherever necessary by using hand-trolleys, carts etc. ; and stacking them inside the godowns after stacking the bags wherever necessary on the platform/ground as mentioned in Clause- XIX, Part – I (3). (a)

In the form of conventional stacks : Upto 10 high.

Rs. 45.00 Rupees Forty Five only

Rs 68.00 Rupees Sixty eight only

Rs 90.00 Rupees Ninety only

(b) Upto 16 high (for actual number of bags stacked

Rs. 54.00 (Rupees Fifty Four only)

Rs. 81.00 (Rs. Eighty one only)

Rs. 108.00 (Rs. One hundred eight only)

(c) Upto 20 high (for actual number of bags stacked over 16 heigh)

Rs. 63.00 (Rs. Sixty three only)

Rs. 95.00 (Rs ninety five only)

Rs. 126.00 (Rs. One hundred twenty six only)

ii) In the form of a side wall or flat storage :-

a) Upto 10 high Rs. 45.00 Rupees Forty Five only

Rs 68.00 Rupees Sixty eight only

Rs 90.00 Rupees Ninety only

b) Upto 16 high (for actual number of bags stacked above 10 high)

Rs. 54.00 (Rupees Fifty Four only)

Rs. 81.00 (Rs. Eighty one only)

Rs. 108.00 (Rs. One hundred eight only)

c) Upto 20 high (for actual number of bags stacked above 16 high)

Rs. 63.00 (Rs. Sixty three only)

Rs. 95.00 (Rs ninety five only)

Rs. 126.00 (Rs. One hundred twenty six only)

4. For unloading foodgrains bags from wagons/trucks/any other transport vehicles,

Page 48: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

stacking the bags, wherever necessary on the platform/ground, carrying the bags to the flat storage pit carrying by head loads or change of head loads or where necessary by using handtrolleyes, carts etc; cutting open the mouth of the bags and putting the loosegrains into the pit including levlling and shoveling as mentioned in Clause – XIX, Part –I (4)

• For baby bulk pit Rs. 45.00 Rupees Forty Five only

Rs 68.00 Rupees Sixty eight only

Rs 90.00 Rupees Ninety only

b)

For Regular flat storage pit inside the godowns

Rs.59.00 Rupees Fifty Nine only

Rs.88.00 Rupees Eighty eight only

Rs.117.00 Rupees One hundred seventeen only

5. For carrying the bags of foodgrains From stacks by head loads or change of headloads or wherever necessary using hand trolleys carts etc; and Loading into wagons/trucks/any other transport vehicles, or putting them in accountable position after stacking the Bags wherever necessary on the platform/ground as mentioned in Clause – XIX, Part – 1 (5)

Rs.54.00 Rupees Fifty Four only

Rs.81.00 Rupees Eighty One only

Rs.108.00 Rupees One hundred eight only

6. For carrying the foodgrains bags by means of trucks from the Railway to the Godowns situated in the premises or ice-versa as mentioned in Clause – XIX, Part –I (6)

Rs.41.00 Rupees Forty One only

Rs.61.00 Rupees Sixty One only

Rs.81.00 Rupees eighty one only

7. For transporting by trucks/animal animal driven carts from one point to another point for which rates have not been specifically fixed, as mentioned in Clause – XX, Part – I (7)

Rate payable Under item Part

I(2) will be applicable.

8. For weighment of foodgrains (as mentioned in Clause – XIX, Part – I (8)

Rs.18.00 Rupees eighteen only

Rs.27.00 Rupees twenty seven only

Rs.36.00 Rupees thirty six only

Note : Whenever weighment is done in conjunction with any other services (s), the weighment charges will be paid in addition for the number of bags actually weighed, provided always that the contractors shall not use their own weighing scales, where the same are available with the

Page 49: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

Corporation and the contractors shall be liable to pay a hire charges per scale per month or part of a month as indicated below :-

a) Beam Scale Rs. 18.00 (Rs. Eighteen only)

b) Weighing Machine Rs. 225.00 (Rs. Two hundred twenty five only)

PART – 11- OTHER SERVICES

SL. Description of Services RATES FOR HUNDRED BAGS No For bags For bags For bags weighing weighing weighing Upto 50 kg more than more than 50 kgs. 75Kg & upto 75 Kg 9. For removing the foodgrains bags from the stack in the same or any other godowns or from the side wall of a flat storage, cutting open the mouth of bags and putting the grains into the flat storage including leveling and shoveling as mentioned in Clause – XIX, Part – 11 (9) :-

• For baby bulk pit Rs. 41.00 (Rupees Forty one only)

Rs 61.00 (Rupees Sixty one only)

Rs. 81.00 (Rs. Eighty one only)

• For Regular flat storage Rs. 59.00 (Rs. Fifty nine only)

Rs. 88.00 (Rs. Eighty eight only)

Rs. 117.00 (Rs. One hundred seventeen only)

10. For filling gunnies upto a prescribed weight with loose grain taken from the flat Storage stitching the gunnies as mentioned in Clause – XIX, Part – II (I0) ; and

i) Stacking in the same godowns

a) Upto 10 high Rs. 63.00 (Rs. Sixty three only)

Rs. 95.00 (Rs ninety five only)

Rs. 126.00 (Rs. One hundred twenty six only)

b) Upto 16 high (for Actual number of bags stacked over 10 high)

Rs. 72.00 (Rs. Seventy Two only)

Rs. 108.00 (Rs. One hundred eight only)

Rs. 144.00 (Rs. One hundred forty Four only)

c) Upto 20 high (for Actual number of bags stacked over 16 high)

Rs. 81.00 (Rs. Eighty one only)

Rs. 122.00 (Rs. One hundred twenty two only)

Rs. 162.00 (Rs. One hundred sixty two only)

OR

Page 50: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

ii) Stacking in another Godown :-

a) Upto 10 high Rs. 72.00 (Rs. Seventy Two only)

Rs. 108.00 (Rs. One hundred eight only)

Rs. 144.00 (Rs. One hundred forty Four only)

b) Upto 16 high (for Actual number of bags stacked over 10 high)

Rs. 81.00 (Rs. Eighty one only)

Rs. 122.00 (Rs. One hundred twenty two only)

Rs. 162.00 (Rs. One hundred sixty two only)

c) Upto 20 high (for Actual number of bags stacked over 16 high)

Rs 90.00 (Rupees Ninety only)

Rs. 135.00 (Rs. One hundred thirty five only)

Rs. 180.00 (Rs. One hundred eighty only)

OR

iii) Loading into wagons/trucks/any other vehicles Or placing bags outside the godowns in a countable Position.

Rs. 72.00 (Rs. Seventy Two only)

Rs. 108.00 (Rs. One hundred eight only)

Rs. 144.00 (Rs. One hundred forty Four only)

11. PHYSICAL VERIFICATION :- For breaking the stacks, weighing the bags and restacking the bags as mentioned in Clause – XIX, Part – II (II) i) In the same godowns or Outside the godown :-

• Upto 10 high Rs. 36.00 (Rupees Thirty Six only)

Rs. 54.00 (Rupees Fifty Four only)

Rs. 72.00 (Rs. Seventy Two only)

b) Upto 16 high (for Actual number of bags stacked over 10 high)

Rs. 63.00 (Rs. Sixty three only)

Rs. 95.00 (Rs ninety five only)

Rs. 126.00 (Rs. One hundred twenty six only)

c) Upto 20 high (for Actual number of bags stacked over 16 high)

Rs. 72.00 (Rs. Seventy Two only)

Rs. 108.00 (Rs. One hundred eight only)

Rs. 144.00 (Rs. One hundred forty Four only)

ii) In other godowns :-

a) Upto 10 high Rs. 63.00 (Rs. Sixty three only)

Rs. 95.00 (Rs ninety five only)

Rs. 126.00 (Rs. One hundred twenty six only)

b) Upto 16 high (for Actual number Rs. 72.00 Rs. 108.00 Rs. 144.00

Page 51: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

of bags stacked over 10 high) (Rs. Seventy Two only)

(Rs. One hundred eight only)

(Rs. One hundred forty Four only)

c) Upto 20 high (for Actual number of bags stacked over 16 high)

Rs. 81.00 (Rs. Eighty one only)

Rs. 122.00 (Rs. One hundred twenty two only)

Rs. 162.00 (Rs. One hundred sixty two only)

12. STANDARDIZATION :- For standardization of bags as mentioned in Clause – XIX, Part – II (12) including :-

• Stacking in the same godown :- a) Upto 10 high Rs. 63.00

(Rs. Sixty three only)

Rs. 95.00 (Rs ninety five only)

Rs. 126.00 (Rs. One hundred twenty six only)

c) Upto 16 high (for Actual number of bags stacked over 10 high)

Rs. 72.00 (Rs. Seventy Two only)

Rs. 108.00 (Rs. One hundred eight only)

Rs. 144.00 (Rs. One hundred forty Four only)

c) Upto 20 high (for Actual number of bags stacked over 16 high)

Rs. 81.00 (Rs. Eighty one only)

Rs. 122.00 (Rs. One hundred twenty two only)

Rs. 162.00 (Rs. One hundred sixty two only)

• Stacking in another godown :-

a) Upto 10 high Rs. 72.00

(Rs. Seventy Two only)

Rs. 108.00 (Rs. One hundred eight only)

Rs. 144.00 (Rs. One hundred forty Four only)

b) Upto 16 high (for Actual number of bags stacked over 10 high)

Rs. 81.00 (Rs. Eighty one only)

Rs. 122.00 (Rs. One hundred twenty two only)

Rs. 162.00 (Rs. One hundred sixty two only)

iii) Loading into wagons/trucks/any other vehicles Or placing the foodgrains bags outside the godown in a countable Position.

Rs. 72.00 (Rs. Seventy Two only)

Rs. 108.00 (Rs. One hundred eight only)

Rs. 144.00 (Rs. One hundred forty Four only)

13. For filling gunnies with loose grains upto a prescribed weight and stitching the gunnies as mentioned in Clause – XIX, Part – II (13), and

• Stacking in the same godown :-

Page 52: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

a) Upto 10 high Rs. 63.00

(Rs. Sixty three only)

Rs. 95.00 (Rs ninety five only)

Rs. 126.00 (Rs. One hundred twenty six only)

c) Upto 16 high (for Actual number of bags stacked over 10 high)

Rs. 72.00 (Rs. Seventy Two only)

Rs. 108.00 (Rs. One hundred eight only)

Rs. 144.00 (Rs. One hundred forty Four only)

c) Upto 20 high (for Actual number of bags stacked over 16 high)

Rs. 81.00 (Rs. Eighty one only)

Rs. 122.00 (Rs. One hundred twenty two only)

Rs. 162.00 (Rs. One hundred sixty two only)

• Stacking in another godown :-

a) Upto 10 high Rs. 72.00 (Rs. Seventy Two only)

Rs. 108.00 (Rs. One hundred eight only)

Rs. 144.00 (Rs. One hundred forty Four only)

b) Upto 16 high (for Actual number of bags stacked over 10 high)

Rs. 81.00 (Rs. Eighty one only)

Rs. 122.00 (Rs. One hundred twenty two only)

Rs. 162.00 (Rs. One hundred sixty two only)

c) Upto 20 high (for Actual number of bags stacked over 16 high)

Rs 90.00 (Rupees Ninety only)

Rs. 135.00 (Rs. One hundred thirty five only)

Rs. 180.00 (Rs. One hundred eighty only)

OR

iii) Loading into wagons/trucks/any other vehicles Or placing the foodgrains bags outside the godown in a countable Position.

Rs. 72.00 (Rs. Seventy Two only)

Rs. 108.00 (Rs. One hundred eight only)

Rs. 144.00 (Rs. One hundred forty Four only)

14. CLEANING/SOLVING:- For carrying the bags from stacks in the godown (or from any other place in the godown premises) weighing them passing the contents through sieves or cleaning machines filling the, cleaned grains into the bags upto a prescribed weight, stitching the bags and then stacking as mentioned in Clause – XIX, Part – II (14) :-

a) Upto 10 high Rs. 72.00 (Rs. Seventy Two only)

Rs. 108.00 (Rs. One hundred eight only)

Rs. 144.00 (Rs. One hundred forty Four only)

b) Upto 16 high (for Actual number Rs. 81.00 Rs. 122.00 Rs. 162.00

Page 53: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

of bags stacked over 10 high) (Rs. Eighty one only)

(Rs. One hundred twenty two only)

(Rs. One hundred sixty two only)

c) Upto 20 high (for Actual number of bags stacked over 16 high)

Rs 90.00 (Rupees Ninety only)

Rs. 135.00 (Rs. One hundred thirty five only)

Rs. 108.00 (Rs. One hundred eight only)

OR

d) Loading into wagons/trucks/any other vehicles Or placing the foodgrains bags outside the godown in a countable Position.

Rs. 81.00 (Rs. Eighty one only)

Rs. 122.00 (Rs. One hundred twenty two only)

Rs. 162.00 (Rs. One hundred sixty two only)

15. DRYING For carrying the godowns bags from the stacks or Anywhere in the god own premises, cutting open the mouth of bags, spreading out the foodgrains and after drying making them into a palla filling the loose grains into empty gunnies upto a prescribed weight, stitching the bags and then stacking the bags in the same or another godown as mentioned in Clause – XIX, Part – I (15) :-

a) Upto 10 high Rs. 72.00 (Rs. Seventy Two only)

Rs. 108.00 (Rs. One hundred eight only)

Rs. 144.00 (Rs. One hundred forty Four only)

b) Upto 16 high (for Actual number of bags stacked over 10 high)

Rs. 81.00 (Rs. Eighty one only)

Rs. 122.00 (Rs. One hundred twenty two only)

Rs. 162.00 (Rs. One hundred sixty two only)

c) Upto 20 high (for Actual number of bags stacked over 16 high)

Rs 90.00 (Rupees Ninety only)

Rs. 135.00 (Rs. One hundred thirty five only)

Rs. 180.00 (Rs. One hundred eighty only)

OR

d) Loading into wagons/trucks/any other vehicles Or placing the foodgrains bags outside the godown in a countable Position.

Rs. 81.00 (Rs. Eighty one only)

Rs. 122.00 (Rs. One hundred twenty two only)

Rs. 162.00 (Rs. One hundred sixty two only)

16. For rebagging contents of unserviceable Bags of loose grains into bags to a prescribed Weight and stacking in the godown as godown as Mentioned in Clause – XIX, Part – II (16) ,

a) Upto 10 high Rs. 63.00 Rs. 95.00 Rs. 126.00

Page 54: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

(Rs. Sixty three only)

(Rs ninety five only)

(Rs. One hundred twenty six only)

c) Upto 16 high (for Actual number of bags stacked over 10 high)

Rs. 72.00 (Rs. Seventy Two only)

Rs. 108.00 (Rs. One hundred eight only)

Rs. 144.00 (Rs. One hundred forty Four only)

c) Upto 20 high (for Actual number of bags stacked over 16 high)

Rs. 81.00 (Rs. Eighty one only)

Rs. 122.00 (Rs. One hundred twenty two only)

Rs. 162.00 (Rs. One hundred sixty two only)

OR

d) Loading into wagons/trucks/any other vehicles Or placing the foodgrains bags outside the godown in a countable Position.

Rs. 72.00 (Rs. Seventy Two only)

Rs. 108.00 (Rs. One hundred eight only)

Rs. 144.00 (Rs. One hundred forty Four only)

17. Additional charges for unloading/loading of open wagons as mentioned in Clause – XIX, Part – II (17) ,

Rs. 9.00 (Rs. Nine only)

Rs. 14.00 (Rs. Fourteen only)

Rs. 18.00 (Rs. Eighteen only)

18. Additional charges for unloading/loading of Box wagons as mentioned in Clause – XX, Part – II (17) ,

Rs. 18.00 (Rs. Eighteen only)

Rs. 27.00 (Rs. Twenty seven only)

Rs. 36.00 (Rs. Thirty six only)

19. For breaking up the stacks and restacking as mentioned in Clause – XIX, Part – II (19) ,

i) In the same godown :-

a) Upto 10 high Rs. 36.00 (Rupees Thirty Six only)

Rs. 54.00 (Rupees Fifty Four only)

Rs. 72.00 (Rs. Seventy Two only)

b) Upto 16 high (for Actual number of bags stacked over 10 high)

Rs. 45.00 Rupees Forty Five only

Rs 68.00 Rupees Sixty eight only

Rs 90.00 Rupees Ninety only

c) Upto 20 high (for Actual number of bags stacked over 16 high)

Rs. 54.00 (Rupees Fifty Four only)

Rs. 81.00 (Rs. Eighty one only)

Rs. 108.00 (Rs. One hundred eight only)

In another godown :

a) Upto 10 high Rs. 45.00 Rupees Forty Five only

Rs 68.00 Rupees Sixty eight only

Rs 90.00 Rupees Ninty only

Page 55: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

b) Upto 16 high (for Actual number of bags stacked over 10 high)

Rs. 54.00 (Rupees Fifty Four only)

Rs. 81.00 (Rs. Eighty one only)

Rs. 108.00 (Rs. One hundred eight only)

c) Upto 20 high (for Actual number of bags stacked over 16 high)

Rs. 63.00 (Rs. Sixty three only)

Rs. 95.00 (Rs ninety five only)

Rs. 126.00 (Rs. One hundred twenty six only)

20. Removing/collecting scattered bags of food grains and stacking them as mentioned in Clause – XIX, Part – II (20) ,

a) Upto 10 high Rs. 27.00 (Rs. Twenty seven only)

Rs. 41.00 (Rs. Forty one only)

Rs. 54.00 (Rupees Fifty Four only)

b) Upto 16 high (for Actual number of bags stacked over 10 high)

Rs. 36.00 (Rupees Thirty Six only)

Rs. 54.00 (Rupees Fifty Four only)

Rs. 72.00 (Rs. Seventy Two only)

c) Upto 20 high (for Actual number of bags stacked over 16 high)

Rs. 45.00 Rupees Forty Five only

Rs 68.00 Rupees Sixty eight only

Rs 90.00 Rupees Ninety only

21. Removing/collecting empty bags Bundling them as stacking the bundles in the godowns as mentioned in Clause – XIX, Part – II (21) ,

Rs. 18.00 (Rs. Eighteen only)

22. For stenciling of bags as mentioned in Clause – XIX, Part – II (22) ,

Rs. 18.00 (Rs. Eighteen only)

23. For trucks supplied for waraferi with two warners as mentioned in Clause – XIX, Part – II (23) ,

a) For full day over 5 hours and upto 8 hrs.

Rs. 630.00 (Rs. Six hundred thirty only) (per 10 ton trucks)

b) For half day upto 5 hours Rs. 450.00 (Rs. Four hundred fifty only) (per 10 ton trucks)

Page 56: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

24. For supply of casual labour as mentioned in Clause – XIX, Part – II (24) ,

i) Male labour per head per day Casual male and female unskilled Labour will be paid wages all inclusive fixed by the competent authority for time rates workers of this category under the minimum wages Act 1948 and as amended from time to time. This rate will fix and no ASOR/BSOR will be applicable in case of any dispute the decision of DM/SRM will be final.

ii) Male labour per head per half day (upto 5 hours) iii) Male labour per head per night iv) Female labour per head per day Female labour per head per half day (Upto five hours) 25. (a) Loading/Unloading of crates, As per schedule attached. These are fixed rates and

No percentage of ASOR/BSOR will be applicable. Tarpaulins gunny bales fumigation Covers and stacking in a Countable position.

CHARGES FOR HANDCLING & TRANSPORT OF GUNNY BAGS FUMIGATION COVER RUBBERSIED

I.GUNNY BALES CHARGES PER PIECE

• Unloading from wagons & loading into carts/trucks or vice versa

Rs. 9.00(Rs. Nine only).

• Unloading from trucks/wagons & stacking inside or outside godowns upto 3 bales high in accountable position or vice versa.

Rs. 11.00(Rs. Eleven only)

• Transportation from Rly. Station to any godown with radious of or vice versa.

KMS

• Upto 5 Kms Rs. 15.00(Rs. Fifteen only)

• Beyond 5 Km to 10 Kms Rs. 1.00 (Rs. One only) per Km. or part thereof will be applicable in addition to rates indicated at item (a) above.

• For long route distance Rates of foodgrains will be applicable for full truck load.

Page 57: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

II. CRATES

• or vice versa Re. 1.00

(Re. One only)

• Unloading from wagons & loading into trucks/wagons & stacking inside or outside godowns upto 10 high or above in countable position or vice versa

Re. 1.00

(Re. One only)

• Transportation from Rly. Station to any godown within Radious of KMs or vice versa.

• Upto 5 Km Rs. 3.00 (Rs. Three only)

• Beyond 5 Km to 10 Km Rs. 0.10 (Ten paise only) per Km in addition to rates indicated at (a) above.

• For long route distance Rates of foodgrans will be applicable for full trucks load at T.C.Rate.

III. POLYTHENE COVERS/TARAPULINES

• Unloading wagons & loading into carts/trucks or vice versa.

Rs. 1.20

(Rs. One & paise twenty only)

• Unloading from trucks/wagons & stacking inside or outside godowns upto 10 high or above in countable position or vice versa.

Rs. 1.20

(Rs. One & paise twenty only)

• Transportation from Rly. Station to any goodown within radious of KMs or vice versa.

• Upto 5 Kms. Rs. 1.20

(Rs. One & paise twenty only)

• Beyond – Kms to 10 Kms or vice versa.

Rs. 0.10 per Kms

(Ten paise only) per Km or part thereof will be applicable in addition to rates indicated At (a) above.

• For long route distance Rates of foodgrans will be applicable for full trucks load.

Page 58: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

IV. POLYTHENE ROLLS

• Loading from wagons & loading into carts/trucks or vice versa

Re. 1.00 (Re. One only)

• Unloading from trucks/wagons and stacking inside or outside Godowns in countable position or vice versa.

Re. 1.00 (Re. One only)

• Transportation from Rly. Station to any godowns within Radiouis of Kms or vice versa

i) Upto 5 Kms Rs. 3.00 (Rs. Three only)

ii) Beyon 5 Kms to 10 Kms Re. 0.10 (Ten paise) per Kms or part thereof will be applicable in addition to rates indicated at (i) above.

iii) For long route distance Rates foodgrans will be applicable for full trucks load at TC rates.

V. PATERAMA TE/BAMBO MATES

i) Unloading from wagons and

loading into carts/trucks or vice

versa.

Rs. 0.60 (sixty) paise per bundle of ten sheets each.

ii) Unloading from trucks /wagons

and stacking inside or outside

godowns upto 10 high or above in

countable position or vice versa.

Rs. 0.60 (sixty) paise per bundle of ten sheets each.

iii)Transportation from Rly.Station to

any godowns within Radious of

Kms or vice bersa.

• Upto 5 Kms )

• Beyond 5 Kms to 10 Km ) Same as applicable for polythene roll.

• For long route distance )

Page 59: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

VI. LOOSE GUNNY BUNDLES

• Unloading from wagons and loading into carts/trucks or vice versa.

Rs. 0.30(Thirty) paise per bundle of 25 gunnies and

Rs. 0.60(sixty) paise per bundle of 50 gunnies.

• Unloading from trucks/wagons and stacking inside or outside the godown in countable position or vice versa.

Rs. 0.30(Thirty) paise per bundle of 25 gunnies and

Rs. 0.60(sixty) paise per bundle of 50 gunnies.

• Transportation from Rly.Station to any godown within Radious of Kms or vice versa.

• Upto 5 Kms )

• Beyond 5 Kms to 10 Kms )12 bundles of 25 gunnies each will be treated equal to one gunny ble and 6 bundles of 50 gunnies will be treated as one gunny bles & transportation charges admissible to gunny bales will be paid accordingly.

• For long distance )

26. Transfer/Shifting of bags from one truck/vehicle to the other truck/vehicle as mentioned clause XIX part-II(26). Note: The rate of transport of foodgrains quoted in preceeding schedules for items 2, 6, & 7 is subject to the following terms and conditions:- 1. The rate for transport of foodgrains etc. is on the basis of net weight of

goodgrains. 2. No separate remuneration will be payable for part of gunnies as the remuneration

therefore shall be deemed to be included in the rates for transport of net weight of foodgrains.

3. The transport charges are payable for the distance covered by loaded lorries/any

other vehicle and not for distance covered on return journey or from garage to place of loading or back to garage. Payment on net weight basis envisaged in the note above applies to handling operations also.

4. Transport charges shall be payable for 1 kilometer when the distances covered

by a loaded/lorry/any other vehicle per trip is less than one kilometer, for distance

Page 60: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

over one kilometer per trip, the distance covered by a lorry/any other vehicle shall in all cases by rounded off to the nearest 0.50 kms.(applicable to item – 7).

5. The distance will be reckoned as fixed by the Chief Engineer PWD or any officer

nominated by him or by the Sr. Regional Manager Food Corporation of India or checked by an officer action on his behalf rounded off to the nearest 0.50 kms(applicable to item-7).

6. No compensation shall be admissible to the contractors in respect of the

detention of trucks/any other vehicle at godowns, railway station/railway siding or any other loading/unloading point(s) or any other place(s) unless such detention be of extraordinary kind and the decision of the Sr. Regional Manager, Food Corporation of India on all such claims shall be final both as regards the admissibility and an amount, ifany, of the compensation.

7. No compensation shall be admissible to the contractors on account of non-

availability of work sufficient to engage the number of trucks/carts/or any other vehicles/labour specified in any programme issued by the Sr.Regional Manager, Food Corporation of India or an officer acting on his behalf.

8. The weight of bags of foodgrains etc. loaded/unloaded into from trucks/carts/or

any other vehicles/wagons at the Railway siding/Railway station/godowns/other loading and unloading point(s), shall be worked out on the basis of cent per cent weightment, if the bags are non-standardized, and on a check weighment of percentage of bags not exceeding 10 per cent, if the bags are standardized, before being loaded/unloaded. The representative of the contractors shall be present at the time of checking of weights at the loading/unloading points etc.

9. The rates for item 6 of the schedule of the rates is applicable to the godowns

situated at a considerable distance from the Railway siding in the same premises which have been indicated in the invitation to tender (under place of operation)titled General Information. This rate includes the remuneration for loading into and unloading from trucks and will be paid in addition to the rate fixed for service item no. 3 or 4 or 5, when the Sr. Regional Manager is satisfied that the trucks are actually engaged for carrying the bags from the railway siding. The decision of the Sr. Regional Manager regarding the admissibility of this claim shall be final and binding on the contractors.

NOTE No.2. Charges other than those mentioned above shall be payable in respect of the

services described in parts-I and II of the schedule of the services or any other duties, services and operations which are auxiliary and/or incidental to the principal services.

“The tenderers are required to quote their rates inclusive of all taxes, duties Cess etc. The taxes shall be recoverable from the bills of the contractors as per law governing to all taxes, duties, cess etc.”

Page 61: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

APPENDIX – IV

Tender’s • Telegraphic address……………… • Telephone no. if available………..

From :- ……………………………………………………. ……………………………………………………. ……………………………………………………. To Senior Regional Manager/G.M. (R) Food Corporation of India R.O., Lucknow ……………………………….. Dear Sir, I/we submit the sealed tender for appointment as loading/unloading/handling and transport etc. contractors at Food Corporation of India depot/godowns at……… 2. I/we have thoroughly examined and understood instructions to tenderers. Terms and conditions of contract given in the invitation to tender titled as

General Information and those contained in general conditions of contract and its appendixes, and schedules and agree to abide by them. I/we offer to work:- • At the rates given in the schedule of rates for services, or • At……………..per cent (……………) (Indicate percentage in words) above

the rates given ini the schedule ofrate for services, or • At…………….per cent………………..indicate percentage in words) below

the rates given in the schedule of rates for services, and it is confirmed that no other charges would be payable to me/us.

3. I/we agree to keep the offer open for acceptance upto and inclusive of ……..... and to the extension of the said date by thirty days in case it is so decided by the Senior Regional Manager. I/we shall be bound by communication of acceptance of the offer dispatched within the time and I/we also agree that if the date upto which the offer would remain open be declared a holiday for the Corporation, the offer will remain open for acceptance till the next working day.

4. Demand draft no. ………………. Dated………………on………………..(name of Schedule bank), for Rs………………….(Rupees…………..only) is enclosed as earnest money. In the event of my/our tender being accepted, I/we agree to furnish a security deposit as follows……………………………….. here indicate the manner in which the security is deemed to be furnished).

Page 62: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

5. I/we do hereby declare that the entries made in the tender and appendixes/schedules attached therein are true and also that oblige. We shall be bound by the act of my/our duly constituted attorney Shri……………………

Whose signature is appended hereto in the space specified for the purpose and of any other person who in future may be appointed by me/us instead to carry on the business of the concerned, whether any intimation of such change is given to the Senior Regional Manager, Food Corporation of India or not.

6. The following documents are enclosed with this tender ……………………………………………..duly filled and signed :- 1) 2) 3) 4) 5) 6) Yours faithfully,

Signature of tenderer Capacity in which signing

Signature of constituted attorney Name :

Address : Date :

Name, date of birth And address of attorney :- Signature of witness with date : Name and address of witness.

Page 63: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

TENDER FORM FOR RTC/ITC

PART – A

TECHNICAL BID

Address :

Food Corporation of India Regional office TC/3V vibhuti khand,

Gomti Nagar, Lucknow-226010

1

Page 64: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

Tender No. Dated :

NOT TRANSFERABLE

THE TENDER FORMAT IS ISSUED IN DUPLICATE

(ONE COPY SHALL BE RETAINED BY THE TENDERER)

Receipt No …………… Dated ……………

Cost Rs 500/ + 75/- (VAT) = Rs. 575/- (Rupees Five Hundred Seventy Five only)

FOOD CORPORATION OF INDIA,

REGIONAL OFFICE LUCKNOW

INVITATION TO TENDER AND INSTRUCTIONS TO TENDERERS FOR APPOINTMENT OF ROAD TRANSPORT CONTRACTOR AT DEPOTS/MANDIS/RAILHEADS ETC.

A. Last date for receipt of tender up to 3.00 P.M. on 17.08.2011

B. Tender to be opened at 3.15 P.M. on 17.08.2011

Note : If the date fixed for opening of tenders is declared a holiday, the tenders will

be opened on the next working day following the holiday but there will be no change

in the time for opening as indicated above.

C. Tender to remain open for acceptance up to and inclusive of 01.10.2011

Note: (1) The General Manager, Food Corporation of India, may, at his discretion,

extend this day by a fortnight and such extension shall be binding on the tenderers.

(2) If the date up to which the tender is open for acceptance is declared to be a

closed holiday/Sunday, the tender shall be deemed to remain open for acceptance

till next following working day.

2

Page 65: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

Invitation to Tender

From:

The General Manager (R),

Food Corporation of India,

Regional Office, Lucknow

To

_______________________

_______________________

_______________________

Dear Sir (s),

For and on behalf of the Food Corporation of India (hereinafter called the Corporation)

the General Manager, Food Corporation of India (hereinafter called General Manager)

invites tenders for appointment of Contractors for transport of food grains and allied

materials etc.

from ______________to _________________for a period of two years.

(Signature of General Manager)

3

Page 66: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

GENERAL INFORMATION TO TENDERERS

1. Place of operation will be the Depots/Mandis/Rai l Heads of …………….to various destinations as per Appendix – I.

(A) Object of the Contract

The Contractors shall transport the food grains/sugar etc. from FCI owned/hired designated depots/mandis/railheads to various destinations as directed from time to time by the General Manager (Region) or an officer acting on his behalf along with such additional ancillary and incidental duties, services and operations as may be instructed by the General Manager or any officer acting on his behalf and not inconsistent with terms and conditions of this contract.

(B) Brief description of work

i) Transportation of foodgrains from Depots/Mandis/Rail Heads of …………….to various Destinations as per Appendix – I.

ii) The Tenderer must get themselves fully acquainted with the size and location of godowns vis-à-vis loading/unloading points before submission of the tender. The rates quoted by Tenderer shall be deemed to have een done after such acquaintance. No Tenderer will be entitled to any compensation arising out of any misapprehension in this regard. Before tendering, the Tenderer must also get acquainted with the conditions of route to be taken by him for transportation of foodgrains/sugar etc. Once the tender is submitted, the Tenderer will be deemed to have fully acquainted himself with the route and he will not be entitled for any compensation on account of road blockade, diversions etc. on the route.

(C) Volume of work

No definite volume of work to be performed can be guaranteed during the currency of the contract. However, some items of general information are given in Appendix – I to the tender. The particulars given in the Appendix – I are intended merely to give the Tenderer an idea of the approximate quantum of work so as to help in making their own assessment for quoting the rates in accordance with the conditions of the Contract. It should be clearly understood that no guarantee is given that all the items of work as shown in the Annexure to tender will be required to be performed.

2. The Contract, if any, which may arise from this tender shall be governed by the

terms and conditions of the Contract as set out in the invitation/General

Information to the Tenderer and as given in the Annexures and appendices to

this tender. 4

Page 67: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

3. Qualification conditions for Bidding :

(I) Tenderer should have experience of road transport contracts in the field of

Fertilizer, Food grains, Cement, Sugar, Coarse grains or any other bagged

commodity of a value of :

(a) At least 25% of the estimated contract value in one single contract :

OR

(b) 50% of the estimated contract value in different contracts during any two

consecutive years.

(II) Experience certificate shall be produced from customers stating proof of

satisfactory execution and completion of the contract (s) besides duly certifying

nature, period of contract, and value of work handled.

(III)Where the estimated contract value of Road Transport Contract is less than

Rupees One Crore, Tenderer without the requisite experience as mentioned

above may also participate subject to providing an undertaking that an additional

Performance Guarantee in the form of Bank Guarantee of 10% of the contract

value from any Nationalized Bank will be given, if selected. The format of the

Bank Guarantee to be provided in such cases is at Appendix – V

(IV) If the Tenderer is a partnership firm, there shall not be any re-constitution of the

partnership without the prior written consent of the Corporation till the

satisfactory completion of the contract.

4. Disqualification Conditions.

(I) Tenderer who have been blacklisted or otherwise debarred by FCI or any

department of Central or State Government or any other Public Sector

Undertaking will be ineligible during the period of such blacklisting or for a

period of 5 years, whichever is earlier. 5

Page 68: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

(II) Any Tenderer whose contract with the Food Corporation of India, or any

department of Central or State Government or any other Public Sector

Undertaking has been terminated before the expiry of the contract period at

any point of time during last five years, will be ineligible.

(III)Tenderer whose Earnest Money Deposit and/or Security Deposit has been

forfeited by Food Corporation of India, or any department of Central or State

Government or any other Public Sector Undertaking during last five years, will

be ineligible.

(IV) If the proprietor/any of the partners of the Tenderer firm/any of the Director of

the Tenderer company have been, at any time, convicted by a court of an

offence and sentenced to imprisonment for a period of three years or more,

such Tenderer will be ineligible.

(V) While considering ineligibility arising out of any of the above clauses, incurring of

any such disqualification in any capacity whatsoever (even as a proprietor,

partner in another firm, or as director of a company etc.) will render the

Tender disqualified.

(VI) A Hindu Undivided Family shall not be entitled to apply for tender. Any tender

submitted in the capacity of Hindu Undivided Family shall be summarily

rejected.

5. Instructions for submitting Tender

The instructions to be followed for submitting the tender are set out below :

(a) The Tenderer must fill up and sign the forwarding letter in the format given in Appendix-II and also furnish full, precise and accurate details in respect of information asked for in Appendix-III attached to the form of tender.

6

Page 69: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

(b) Signing of Tender

(i) Person (s) signing the tender shall state in what capacity he is, or they are

signing the tender, e.g., as sole proprietor of the firm, or as a

Secretary/Manager/Director etc., of a Limited Company. In case of Partnership

firm, the names of all partners should be disclosed and the tender shall be

signed by all the partners or their duly constituted attorney, having authority to

bind all the partners in all matters pertaining to the contract. The original or an

attested copy, of the partnership deed should be furnished along with the

tender. In case of limited company, the names of all the Directors shall be

mentioned, and a copy of the Resolution passed by the Company authorizing

the person signing the tender to do so on behalf of the company shall be

attached to the tender along with a copy of the Memorandum and Articles of

Association of the Company.

(ii) The person signing the tender, or any documents forming part of the tender, on behalf of another, or on behalf of a firm shall be responsible to produce a proper power of attorney duly executed in his favour, stating that he has authority to bind such other person, or the firm, as the case may be, in all matters, pertaining to the Contract. If the person so signing the tender fails to produce the said Power of Attorney his tender shall be summarily rejected without prejudice to any other right of the Corporation under the law.

(iii) The Power of Attorney should be signed by all the partners in the case of a partnership concern, by the proprietor in the case of proprietary concern, and by the person who by his signature can bind the company in the case of a limited company. The entire tender document must also be signed on each page by the authorized person.

6. Earnest Money (i) Each tender must be accompanied by an Earnest Money of Rs

……………(Rupees …………………..) in the form of a D.D/Pay Order issued by a Scheduled Bank in favour of the GM (Region), FCI. Tender not accompanied by Earnest Money shall be summarily rejected. The Tenderer shall be permitted to bid on the express condition that in case he resiles, or modifies his offer, or terms & conditions thereof, after submitting his tender, for any reason whatsoever during the tender process, the Earnest Money Deposited by him shall stand forfeited, without prejudice to any other rights and remedies of the Corporation under the contract and law, and the Tenderer will be liable for any loss suffered by the Corporation on account of its withdrawal/modification etc

Page 70: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

besides forfeiture of EMD. He will also be debarred from participating in any other Tender Enquiry with FCI for a period of 3 years.

(ii) The Earnest Money will be returned to all unsuccessful Tenderer as soon as practicable after decision on the tenders, and to a successful Tenderer, after he has furnished the Security Deposit, if he does not desire the same to be adjusted towards the Security Deposit. No interest shall be payable on Earnest Money, in any case.

7. Security Deposit (i) The successful Tenderer shall furnish, within fifteen days of acceptance of his

tender, a Security Deposit for the due performance of his obligations under the contract. The Security Deposit shall consist of ;

(a) A sum equivalent to 5% of the value of the Contact in the form of demand draft or Pay Order issued by a scheduled bank in favour of the General Manager, Food Corporation of India; and

(b) Another sum equivalent to 15% of the value of Contact, in the form of an irrevocable and unconditional Bank Guarantee issued by any Nationalized Bank in the format prescribed in Appendix –IV which shall be enforceable till six months after the expiry of the contract period.

(c) If applicable, an additional sum equivalent to 10% of the value of the contract, in terms of an undertaking provided by the tenderer for relaxation of eligibility conditions, in the form of an irrevocable and unconditional Bank Guarantee issued by any Nationalized Bank in the format prescribed in Appendix – V which shall be enforceable till six months after the expiry of the contract period.

(ii) The Security Deposit furnished by the Tenderer will be subject to the terms and conditions given in the Annexure and the Corporation will not be liable for payment of any interest on the Security Deposit.

(iii) In the event of the Tenderer failure, after the communication of acceptance of the tender by the Corporation, to furnish the requisite Security Deposit by the due date, his Contract shall be summarily terminated besides forfeiture of the Earnest Money and the Corporation shall proceed for appointment of another contractor. Any losses or damages arising out of and incurred by the Corporation by such conduct of the contractor will be recovered from the contractor, without prejudice to any other rights and remedies of the Corporation under the contract and Law. The contractor will also be debarred from participation in any future tenders of the Corporation for a period of three years. After the completion of prescribed period of three years, the party may be allowed to participate in the future tenders of FCI provided all the recoveries/dues have been effected by the Corporation and there is no dispute pending with the contractor/paty.

Page 71: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

8. Submission of Tender (a) The tender shall be submitted in two parts, viz., technical bid and price bid. (b) The original copy of the tender alongwith the documents required under the

technical bid is to be kept in one sealed envelope superscribed ‘A’ – Technical Bid and the price bid will be kept in another sealed envelope superscribed ‘B’ – Price Bid. Both the bids then will be kept in another sealed envelope superscribing “Tender No ………..for ………” and addressed to the General Manager (Region), Food Corporation of India with the name and address of the tenderer.

(C)The envelope containing the Technical Bid shall include the following :

(i) The tender document alongwith all its Annexures & Appendices duly signed on each page by the Tenderer.

(ii) Earnest Money Deposit.

(iii) List of Documents attached, as per the format in Appendix III, duly signed by the Tenderer.

(d)Tender which do not comply with these instructions shall be summarily rejected.

(e) Outstation Tenderer may send their tenders by Registered Post. (f) The tender form shall be filled in by Tenderer clearly, neatly and accurately. Any

alteration, erasures or overwriting should be duly initialed by the authorized signatory.

(g) It should be clearly understood by the Tenderer that no opportunity shall be given to them to alter, modify or with-draw any offer at any stage after submission of the tender.

9. Opening of tenders

The Technical Bid will be opened in the Office of the General Manager, Food Corporation of India, Lucknow at the fixed time and the date indicated in the NIT. The Tenderer will be at liberty to be present either in person or through an authorized representative at the time of opening of the Technical Bid. Price Bids of only those tenderes shall be opened whose technical bids qualify, at a time and place of which notice will be given. The Tenderer technically qualified will be at liberty to be present either in person or through an authorized representative at the time of opening of the Price Bids.

10. Corrupt practices

Page 72: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

Any bribe, commission, or advantage offered or promised by or on behalf of the Tenderer to any officer or official of the Corporation shall (in addition to any criminal liability which the Tenderer may incur) debar his tender from being considered. Canvassing on the part of, or on behalf of, the Tenderer will also make his tender liable to rejection.

11. Food Corporation of India reserves the right to reject any or all the tenders without assigning any reason. The successful Tenderer will be intimated of the acceptance of his tender by a letter/telegram/fax/email.

12. In case of any clear indication of cartelization, the Corporation shall reject the tender (s), and forfeit the EMD.

13. If the information given by the Tenderer in the Tender Document and its Annexures & Appendices 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.

General Manager (Region) Food Corporation of India

10

Page 73: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

ANNEXURE – I

TERMS AND CONDITIONS GOVERNING CONTRACTS FOR TRANSP ORTATION OF FOODGRAINS FROM DEPOTS/MANDIS/RAILHEADS ETC.

I. Definitions

(i) The term ‘Contract’ shall mean and include the Invitation to Tender incorporating also the instructions to Tenderer, the Tender, its Annexures, appendices, acceptance of tender and such general and special conditions as may be added to it.

(ii) The term ‘Contractor’ shall mean and include the person (s), Firm or Company with whom the contract has been placed including their heirs, executors, administrators and successors and the permitted assignees as the case may be.

(iii) The term ‘Contract Rates’ shall mean the rates of payment accepted by the General Manager for and on behalf of the Food Corporation of India.

(iv) The term ‘Corporation’ and the ‘Food Corporation’, wherever they occur, shall mean the Food Corporation of India established under the Food Corporations Act, 1964, and will include its Managing Director/Secretary, and its successor (s). (v) The term ‘General Manager’ shall mean General Manager of Food Corporation of India under whose administrative jurisdiction, Depots/Mandis/Rail heads to which the contract relates fall. The term ‘General Manager’ shall also include the Area Manager and every other officer authorized for the time being to execute contracts on behalf of the Food Corporation of India.

(vi) The term ‘Godowns’ shall mean the Food Corporation Depots Depots/Godowns/Mandis belonging to or in occupation of the Corporation at any time and shall also mean and include open platform/plinth built or constructed for storage of Foodgrains inside or outside the owned/hired depot premises.

(vii) The term ‘Foodgrains’ shall mean and include any item of foodgrains dealt by Food Corporation of India including sugar.

(viii) The term ‘Services’ shall mean performance of any of the items of work enumerated in the tender document or as may be indicated by the General Manager or an officer acting on his behalf. 11

Page 74: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

(ix).The terms ‘Trucks’ wherever mentioned shall mean mechanically driven vehicle such as Lorries etc., and shall exclude animal driven vehicles.

II. Parties to the Contract

(a) The parties to the Contract are Contractor and the Food Corporation of India represented by the General Manager (Region) and/or any other person authorized and acting on his behalf. (b) The person signing the tender, or any other documents forming part of the tender, on behalf of any other person or a Firm shall be deemed to warrant that he has the authority to bind such other person 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 the Food Corporation of India may, without prejudice to other civil/criminal remedies, terminate the Contract and hold the signatory liable for all costs and damages. (c) Notice or any other action to be taken on behalf of the Food Corporation of India may be given /taken by the General Manager (Region) or any officer so authorized and acting on his behalf.

III. Constitution of Contractors (a) Contractors shall, in the tender, indicate whether they are a Sole Proprietary Concern, or Registered Partnership Firm, or a Private Limited Company, or a Public Limited Company. The composition of the partnership, or names of Directors of Company, as applicable, shall be indicated. The Contractor shall also nominate a person for the active management and control of the work relating to the Contract during the tenure of the Contract. The person so nominated shall be deemed to have full authority from the Contractor in respect of the Contract and his acts shall be binding on the Contractor. (b) If the Tenderer is a partnership firm, there shall not be any re-constitution of the partnership without the prior written consent of the Corporation till the satisfactory completion of the Contract, failing which the Contract shall be forthwith liable for termination treating it as breach of Contract by the Contractor with consequences flowing there from. (c)The Contractor shall notify to the Corporation the death/resignation of any of their partners/directors immediately on the occurrence of such an event. On receipt of such notice, the Corporation shall have the right to terminate the Contract. IV Subletting

The Contractor shall not sublet, transfer, or assign the Contract, or any part thereof. 12

Page 75: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

(V) Relationship with third parties

All transactions between the Contractor and third parties shall be carried out as between two principals without reference to the Corporation in any event. The Contractor shall also undertake to make third parties fully aware of the position aforesaid. (VI) Liability for Personnel

(a) All persons employed by the Contractor shall be engaged by him as own employees in all respects, and all rights and liabilities under the Indian Factories Act, or the Workmen’s Compensation Act, or Employees Provident Fund Act, and other applicable enactments, in respect of all such personnel shall exclusively be that of the Contractor. The Contractor shall be bound to indemnify the Corporation against all the claims whatsoever in respect of its personnel under the Workmen’s Compensation Act, 1923, or any statutory

modification thereof or otherwise for or in respect of any damage or compensation payable in consequence of any accident or injury sustained by any workmen or other person whether in employment of the Contractor or not. (b) Contractor shall also comply with all Rules and Regulations/Enactments

made by the state Govt./Central Govt. from time to time pertaining to the Contract including all Labour Laws.

(VII) Bribe, Commission, Gift etc.

An Act of bribe, gift or advantage, given, promised or offered, by or on behalf of the Contractor, or any one of their partners/Directors/Agents or officials, or any person on his or her behalf to any officer, officials, representative or agent of the Corporation, or any person on his or their behalf, for showing any favour or forbearing to show any disfavor to any person in relation to the Contract, shall make the Contractor liable for termination of this Contract or any other Contract with the Corporation and the Contractor shall be liable to reimburse the Corporation of any loss or damage resulting from such cancellation. (VIII) Period of Contract

(i) The Contract shall remain in force for a period of two years from or such later date as may be decided by the General Manager.

(ii) The period of contract may be extended after expiry of original period of two years for a period up to six months at the same rates, terms and conditions by General Manager. This should be done only in exceptional circumstances for the reasons to be recorded in writing by the General Manager (Region). 13

Page 76: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

(iii) The General Manager reserves the rights to terminate the Contract at any time during its currency without assigning any reasons thereof by giving Thirty Days Notice in writing to the Contractor at the notified address and the Contractors shall not be entitled to any compensation by reason of such termination. The action of the General Manager (Region) under this clauses shall be final, conclusive and binding on the Contractor.

IX. Security Deposit (a) The successful Tenderer shall furnish within fifteen days of acceptance of his

tender, a Security Deposit for the due, proper and complete discharge of all their obligations under the Contract. The Security Deposit will comprise of the total of the amounts specified in following clauses (i) (ii) and (iii) :

(i) A sum equivalent to 5% of the value of the Contract in the form of Demand Draft or Pay order issued by a scheduled bank in favour of the General Manager, Food Corporation of India. The Contractor at their option may deposit 50 (fifty) percent of this amount within fifteen days of acceptance of his tender while the balance 50 (fifty) percent may be paid by the Contractors by deductions at the rate of 10 (ten) percent from the admitted bills. The Security Deposit shall not earn any interest. (ii) another sum equivalent to 15% of the value of Contract, in the form of an irrevocable and unconditional Bank Guarantee issued by any Nationalized bank in the format prescribed in Appendix – IV which shall be enforceable till six months after the expiry of contract period.

(iii) If applicable, an additional sum equivalent to 10% of the value of Contract, in terms of the undertaking provided by the Tenderer for relaxation of eligibility conditions, in the form of an irrevocable and unconditional Bank Guarantee issued by a Nationalized Bank in the format prescribed in Appendix – V which shall be enforceable till six months after the expiry of contract period.

(b) The Security Deposit will be refunded to the Contractors on due satisfactory performance of the services, and on completion of all obligations by the Contractor under the terms of the Contract, and on submission of a ‘No demand certificate’ , subject to such deduction from the Security as may be necessary for recovering the Corporation’s claims against the Contractor. The Corporation will not be liable for payment of any interest on the Security Deposit.

(c) Whenever the Security Deposit falls short of the specified amount, the Contractors shall make good the deficit so that the total amount of Security Deposit shall not at any time be less than specified amount.

(d) In the event of the Tenderer failure, after the communication of acceptance

Page 77: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

of the tender by the Corporation, to furnish the requisite Security Deposit by the due date, his Contract shall summarily terminated besides forfeiture of the Earnest Money and the Corporation shall proceed for appointment of another contractor. Any losses or damages arising out of and incurred by the Corporation by such conduct of the contractor will be recovered from the contractor, without prejudice to any other rights and remedies of the Corporation under the Contract and Law. The contractor will also be debarred from participating in any future tenders of the Corporation for a period of three years. After the completion of prescribed period of three years, the party may be allowed to participate in the future tenders of FCI provided all the recoveries/dues have been effected by the Corporation and there is no dispute pending with the contractor/party.

X. Liability of Contractor for losses suffered by C orporation

(a) The Contractor shall be liable for all costs, damages, registration fees, charges and expenses suffered or incurred by the Corporation due to the Contractor’s negligence and un workmanlike performance of any services under this Contract, or breach of any terms of the Contract, or failure to carry out the work under the Contract, and for all damages or losses occasioned to the Corporation, or in particular to any property or plant belonging to the Corporation, due to any act, whether negligent or otherwise, of the Contractor or his employees. The decision of the General Manager regarding such failure of the Contractor and their liability for the losses, etc. suffered by the Corporation, and the quantification of such losses, shall be final and binding on the Contractor.

(b) Without prejudice to the generality of the foregoing, it is a further condition of the Contract that in the event of failure of the Contractor to provide the number of trucks per day as indented by the Corporation, the Contractor will be liable to pay the Corporation Liquidated Damages @ Rs. @ Rs. 300/- with maximum of Rs. 1000 (One Thousand) per truck per day for a 9 MT truck which the parties to the contract having agreed to as a reasonable estimate of the losses to the Corporation arising on account of such failure.

(c)The Contractor shall provide sufficient number of tarpaulins for each truck to cover the bags of foodgrains etc. and take reasonable precautions to avoid wetting/damage/loss to foodgrains during the transport. In the event of deficiency in service by contractor in not providing the tarpaulins for spreading on the decks of trucks or for covering the truck after loading, Liquidated Damages @ Rs. 200/- per truck will be imposed by the concerned General Manager/Area Manager without prejudice to any other right or remedies under the contract and law.

15

Page 78: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

(d) Without prejudice to the rights of the Corporation under Sub-clause (a) of this Clause, it is a further condition of the Contract that in respect of any shortage, wastage, loss or damages to the goods in transit, the Contractor is liable to pay to the Corporation Liquidated Damages at twice the average acquisition cost, as applicable from time to time, for all food grain and commodities other then sugar, and thrice the average acquisition cost as applicable from time to time in respect of sugar, except when the General Manager (whose decision shall be final) decides that the difference between the weights taken at the dispatching and receiving ends is negligible and is due to discrepancies between the scales, gain on loss in moisture, or other causes beyond the Contractor’s control. The parties to the Contract have agreed that the amount of Liquidated Damages specified above represents a genuine estimate of the loss likely to be caused to the Corporation by the shortage, wastage, loss or damage to the goods in transit. Such recovery of Liquidated Damages shall be effected without prejudice to the right of FCI to initiate civil/criminal proceedings against the defaulting Contractors wherever it is suspected that the shortage/losses occurred due to deliberate/willful omission, theft, misappropriation, irregularities etc. committed by the Contractors or their representatives/employees.

XI. Summary termination of the Contract

(a) In the event of the contractors having been adjudged insolvent or going into liquidation or winding up their business or making arrangement with their creditors or failing to observe any of the provisions of this contract or any of the terms and conditions governing the contract, the General Manager shall be at Liberty to terminate the contract forthwith without prejudice to any other right or remedies under the contract and law and to get the work done for the unexpired period of the contract at the risk and cost of the contractors and to claim from the contractors any resultant loss sustained or cost incurred.

(b) The General Manager shall also have without prejudice to other rights and remedies, the right, in the event of breach of the contract of any o th terms and conditions o the contract to terminate contract forthwith and to get the work done for the unexpired period of the contract at the risk and cost of the contractors and/ or forfeit the security deposit or any part thereof for the sum or sums due for any damages, losses, charges, expenses or cost that may be suffered or incurred by the Corporation due to the contactor’s negligence or unworkman like performance of any of the services under the contact.

16

Page 79: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

(c) The contractors shall be responsible to supply adequate and sufficient labour/tucks and any other transport vehicles for loading/unloading transport and carrying out any other services under the contract in accordance with the instructions issued by the General Manager or an officer acting on his behalf. If the contractors fail to supply the requisite number of labour & trucks the General Manager shall at his entire discretion, without terminating the contract be at liberty to engage other labour/trucks etc. at the risk and cost of the contractors, who shall be liable to make good to the Corporation all additional charges, expenses, costs or losses that the Corporation may incur or suffer hereby. The contractors shall not, however, be entitled to any gain resulting from entrustment of the work to another party. The decision of the General Manager shall be final and binding on the contractors.

XII. Recovery of losses suffered by the Corporation

(a) The Corporation shall be at liberty to reimburse themselves for any damages, losses, charges, costs or expenses suffered or incurred by them, or any amount payable by the Contractor as Liquidated Damages as provided in Clauses X above. The total sum claimed shall be deducted from any sum then due, or which at any time thereafter may become due, to the Contractors under this, or any other, Contract with the Corporation. In the event of the sum which may be due from the Contractor as aforesaid being insufficient, the balance of the total sum claimed and recoverable from the Contractors as aforesaid shall be deducted from the Security Deposit, furnished by the contractor as specified in Clause IX. Should this sum also be not sufficient to cover the full amount claimed by the Corporation, the Contractor shall pay to the Corporation on demand the remaining balance of the aforesaid sum claimed.

(b) In the event of termination of this Contract, or in the event of any breach of any of the terms and conditions of this Contract by the contractor, the General Manager shall have the rights to forfeit the entire or part of the amount of Security Deposit of the contractor or to appropriate the Security Deposit or any part thereof in or towards the satisfaction of any sum due to be claimed for and damages, losses, charges, expenses or cost that may be suffered or incurred by the Corporation.

XIII. Responsibilities of the Contractor

(a)The Contractor shall be responsible to supply adequate and sufficient number of trucks for transportation of food grains and carrying out any other services under the Contract in accordance with the instructions issued by the General Manager or an officer acting on his behalf.

Page 80: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

(b) The Contractor shall be transport by trucks to be arranged by him such number of bags of foodgrains etc; as may be required from day to day by the General Manager or an Officer acting on his behalf. The Contractor shall take care not to mix bags of different kind of foodgrains, bags containing different qualities of the same foodgrains, and bag containing we/damaged grains, sweepings etc; with bags of sound grains.

(c) The Contractor shall obtain daily from the Area Manager or any officer acting on his behalf the programme of loading for the next date/day and shall provide adequate number of lorries/trucks in good condition in accordance with this programme and shall ensure that the lorries, trucks etc. are positioned at the different loading points as indicated by the Area

Manager or any officer acting on his behalf, daily at the time specified.

(d) In special cases the Contractor may also be required at short notice to arrange to transport bags of foodgrain, sugar etc. and shall bound to comply with such requests.

(e) The quantity mentioned in any programme given by the Area Manager or any other officer acting on his behalf may be altered and the Contractor shall b bound to supply lorries/trucks required for the quantity shown in the programme . He shall not be entitled to any compensation whatsoever for not entrusting him with the quantity of work specified in any programme issued to him.

(f) The Contractor shall be responsible for the safety of the goods from the time they are loaded on their truck from godowns/mandis/rail heads until they have been unloaded from the trucks at godowns or at other destinations as specified in the Contract or as directed by the General Manager/Area Manager or any other officer acting on his behalf. The contractor shall provide tarpaulins on decks of the truck so as to avoid loss of grain, etc. through the holes/crevices in the decks of the truck and shall b liable to make good the value of any loss, shortage or damage during transit. The weight of the bags of goodgrains etc. loaded/unloaded int/from trucks or any other vehicle shall be worked out on the basis of cent percent weighment. The representative of the Contractor shall be present at the time of checking of the weighment. The representative of the Contractor shall be present at the time of checking of the weights at the loading/unloading points etc. The General Manager/Area Manager of the Corporation as the case may be will be the sole Authority for determining the quantum of the loss.

Page 81: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

(g) The contractor shall be liable to obtain Transit Insurance Cover from a General Insurance Company in favour of the Corporation against loss or damage to the foodgrains entrusted to him for transportation.

(h) The loading of the stocks will be restricted to the rated axle load of the commercial vehicle prescribed under the Motor Vehicles Act and Rules there under as amended from time to time and the Contractor will abide by such rules in regard to loading of vehicles. If any penalty is imposed by any authority or any action is taken, in the event of overloading the vehicle, the Contractor shall be solely responsible for the same. Any Contractor resorting to overloading of the trucks in violation of the Rules will be treated as violating the terms & conditions of this Contract for which his liable to be terminated.

(i) The Contractor shall be liable for any loss/damage caused by any delay in the delivery of goods to the Corporation due to breakdown of vehicle or its detention by the police or other Authorities for non-compliance with any of the Rules and Regulations.

(j) The Contractor shall not allow any other goods to be loaded in the lorries/trucks in which the foodgrain etc. of the Corporation are loaded.

(k) The Contractor shall periodically inform in writing the registration numbers and description of the vehicles used for the transport of the goods of the Corporation so as to facilitate checking of the vehicles by the officers/officials of the Corporation.

XIV. Set-off

Any sum of money due and payable to the Contractor (including Security Deposit refundable to the Contractor) 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 Contractor with the Corporation.

XV. Book Examination

The Contractor shall, whenever required, produce or cause to be produced for examination by the General Manager or any other officer authorized by him in this behalf, any cost or other accounts books, account vouchers, receipts, letters, memoranda or writing, or any copy of, or extract from, any such document, and also furnish information and returns, verified in such manner as may be required, relating to the execution of this Contract. The decision of the General Manager on the question of relevancy of any document, information or return shall be final and

Page 82: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

binding on the Contractor. The Contractor shall produce the required documents, information and returns at such time and place as may be directed by the General Manager.

XVI. Volume of work

(a) Subject as hereinafter mention, the Corporation does not guarantee any definite volume of work or any particular pattern of service, at any time, or throughout the period of the Contract. The mere mention of any item of work in this Contract does not by itself confer a right and/or confirm any right to the Contractor to demand that the work relating to all or any item thereof should necessarily or exclusively be entrusted to him.

(b) The Corporation have the exclusive right to appoint one or more Contractors for any or all the services and to divide the work between such Contractors in any manner that the Corporation may decide and no claim shall lie against the Corporation by reason of such division of work.

(c) If the Contractor is required to perform any service in addition to those specifically provided for in the Contract and the annexed schedule of Contractor’s remuneration, the same will be paid at the rates as fixed by mutual agreement.

(d) The question whether a particular service is or is not covered by any of the services specifically described and provided for in the Contract, or is or is not auxiliary or incidental to any of such services, shall be decided by the General Manager whose decision shall be final and binding on the Contractor.

(e) The Contractor will have the right to represent in writing to the General Manager that a particular service which they are being called upon to perform is not covered by any of the services specifically provided for in the Contract, or, as the case may be is not ausiliary or incidental to such services, provided that such representation in writing must be made within 15 days after the date of actual performance of such services. If no such representation in writing is received within the said time, the Contractor’s right in this regard will be deemed to have been waived.

XVII. PAYMENT

(a) Payment will be made by the concerned General Manager/Area Manager of the Corporation on submission of bills, in triplicate, duly supported nby consignee receipts.

(b) The contractor should submit all the bills not later than 2 months from the date of expiry of the Contract so that the refund of the Security Deposit may

Page 83: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

be speeded up. In order to facilitate disposal of bills the Contractor is advised to submit bills weekly/fortnightly.

XVIII. RATES

(a)(i) All rates will be treated as firm for the period of the contract. No escalation whatsoever shall either be claimed or considered except as provided under sub-clause(b) below.

(ii) The rates for transportation of foodgrains etc. are on the basis of net weight of foodgrains.

(iii) No separate remuneration will be payable for the distance covered by the loaded lorries for the return journey, or from garage to place of loading, or back to garage.

(iv) For the purpose of calculation of transportation charges, the distance shall in all cases be rounded off to the nearest Kilo Meter.

(v) The distance will be reckoned as fixed by the Chief Engineer, PWD, or an officer nominated by him, or by the General Manager, or verified by an officer acting on his behalf and rounded off to the nearest Kilo Meter, which will be final and binding on the contractor.

(vi) No compensation shall be admissible to the Contractor in respect of detention of trucks at the godown or any other loading/unloading points or any other place unless such detention is of an extraordinary kind. The decision of the General Manager in all such matters shall be final.

(b) Revision of rates due to change in diesel prices

(i) An increase of 0.75 paise per KM/M.T. will be allowed on the base rate for every increase of 40 paise per litre in the price of diesel, in the event of increase in the retail price of diesel by more than 5% as compared to the base rate.

(ii) A decrease of 0.75 paise per KM/M.T. will be effected on the base rate for every decrease of 40 paise per liter in the price of diesel, in the event of decrease in the retail price of diesel by more that 2.5% as compared to the base rate.

(iii) The retail price of diesel prevail in on the date of submission of the tender will be taken as the base rate and the rate revision will be allowed from the next quarter commencement date i.e. 1st Jan, 1st April, 1st July or 1st Oct. following the date of revision of diesel, rates. The Diesel rate prevailing at the Indian Oil Corporation outlets at the concerned FCI District Headquarters will be taken into consideration for revision of rates. The contractor is, therefore, advised to ensure that all the necessary documents are properly furnished in time whenever revision is requested for.

Page 84: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

XIX. Force Majeure.

The contractor will not be responsible for delays which may arise on account of reasons beyond their control of which the General Manager shall be the final judge. Strikes by contractor’s workers on account of any dispute between the contractors and their workers as to wages or otherwise will not be deemed to be a reason beyond the contractors control and the contractors shall be responsible for any loss or damage which the Corporation may suffer on this account.

XX. Law Governing the Contract & Dispute resolution :

(a) The Contract will be governed by the Laws of India for the time being in force.

(b) In case of any disputes arising out of and touching upon the contract, the same will be first referred to the Dispute/Grievance Redressal ommittee constituted and functioning at the Zonal Office of the Corporation, with a view to settle the disputes. If any disputes remain thereafter, the same will be settled in the Court of Law having competent jurisdiction.

22

Page 85: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

Appendix-I

GENERAL INFORMATION

The Food Corporation depots/mandi/rail heads at …………………… consist of the following groups of godowns/mandis/railheads:-

The Contractors shall have to transport foodgrains from the Depots/Mandis/Railhead …………………………….to various destinations as per details given below:-

…………………………………………………………………

………………………………………………………………...

The particulars given above are intended merely to help the tenderer to form his own idea of the approximate quantum of work involved in this contract. The tenderer must acquaint himself fully with the size and location of godowns/mandis including the condition of the route to be taken by him for transportation of the foodgrains. NO guarantee is given that all the items of work shown above will be reuired to be performed. The successful tenderer shall be bound to execute all works as required under the terms of Contract and shall not be entitled to make any claim whatsoever against the Corporation for compensation/revision of rates or otherwise on the basis of particulars referred to above.

23

Page 86: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

Appendix-II

FORWARDINIG LETTER

Recent photograph of tenderer

From…(full name & address of the tenderer)……………………………………

……………………………………………………………..

To ………………………………………………………

THE GENERAL MANAGER,

FOOD CORPORATION OF INDIA

R.O. LUCKNOW

Sir,

1. I submit the Sealed Tender for appointment as Road Transport Contractor from ……………………. To………………….. .

2. I have thoroughly examined and understood all the terms & conditions as contained in the Tender document, invitation to tender, General Information to Tenderer and its annexure & appendices and agree to abide by them.

3. I agree to keep the offer open for acceptance upto and inclusive of 01.10.2011 and to the extension of the said date by a fortnight in case it is so decided by the General Manager. I/We shall be bound by communication of acceptance of the offer dispatched within the time. I/We also agree that if the date jupto which the offer would remain open is declared a holiday for the Corporation the offer will remain open for acceptance till the next working day.

4. Demand draft No………………… dated………………………drawn on the …………………for Rs…………………….Rupees …………………….(in words) is enclosed as Earnest Money. In the event of my/our tender being accepted, I/We agree to furnish within fifteen days of acceptance of the tender Security Deposit as stipulated in the Tender. 24

Page 87: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

5. I do hereby declare that the entries made in the tender and Appendices/Annexures attached therein are true and also that I/We shall be bound by the act of my/our duly constituted Attorney.

6. I hereby declare that my Firm/Company has not been blacklisted or otherwise debarred during the last five years by the Food Corporation of India, or any other Public Sector Undertaking or any Government, or any other client, for any failure to comply with the terms and conditions of any contract, or for violation of any Statute, Rule, or Administrative Instructions.(*)

OR

I hereby declare that my Firm/Company was blacklisted/debarred by……………………(here give the name of the client) 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 hereby declare that no contract entered into by my Firm/Company with the Food Corporation of India, or any other Public Sector Undertaking or any government, or any other client, has been terminated before the expiry of the contract period at any point of time during the last five years.

8. I hereby declare that the Earnest Money Deposit and /or Security Deposit has not been forfeited or adjusted against any compensation payable, in the case of any Contract entered into by me/us with the Food Corporation of India, or any other Public Sector Undertaking, or any government during the last five years.

9. I hereby declare that I have not been convicted at any time by a Court of Law of an offence and sentenced to imprisonment for a period of three years or more.

I/We certify that all information furnished by me/us is correct and true and in the event that the information is found to be incorrect/untrue, the Food Corporation of India shall have the right to disqualify me/us without giving any notice or reason therefor or summarily terminate the contract, without prejudice to any other rights that the Corporation may have under the Contract and Law.

(Signature of tenderer)

25

Page 88: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

Appendix-III

FOOD CORPORATION OF INDIA

TENDER FOR ROAD TRANSPORT CONTRACTOR FOR DEPORTS/MANDIS/RAIL HEADS

Details of tenderer

(TO BE FILLED IN BY THE TENDERER)

1. Name, date of birth and address of the tenderer, email id & contact No.

2. Composition of tenderer:- (state whether the tenderer is a proprietorship concern, or registered partnership firm, or a company). The name of the proprietor, or all Partners, or, the Directors of the company, as applicable, should be given

3. Business in which the tenderer is employed together with particulars of the Head office and branches, if any, are located.

4. Income Tax PAN of the tenderer.

List of Documents Attached 1. Forwarding Letter. 2. Part-A Technical Bid with all its Annexure & Appendices. 3. List of documents enclosed. Document No. 1. Attested copy of Registered Deed of Partnership/Memorandum and Articles of Association/By-laws/Certificate of Registration etc. as applicable. Yes/No. 2. Power of Attorney of person signing the tender. Yes/No. 3. Certificate of experience and details thereof (refer para 3 of invitation to tender)

Yes/No. 4. Duly audited P&L account and Balance Sheet of preceding three years, if

applicable. Yes/No. 5. Copy of income tax PAN Yes/No.

(Signature & Seal) (Authorized Signatory)

26

Page 89: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

Appendix-IV Proforma of Bank Guarantee of Security Money Deposit

(To be submitted on non-judicial stamp paper of appropriate value purchased in the name of the issuing Bank)

This Deed of Guarantee made this……….day of………..between …………..(Name of bank) having its registered office at………….(place) and one of its local offices at ………....(hereinafter reffered to as the Surety), and Sri……………………, Proprietor/Partner/Director of……………………….having its registered office at …………………(hereinafter referred to as Tenderer).

WHEREAS M/s……………………………(hereinafter referred to as Tenderer) and having its registered office at ……………………is bound to furnish security in the form of Bank Guarantee with FCI in connection with submission of tender for Road Transport Contract from ……………………to………………..(locations).

WHEREAS the Tenderer as per clause No…………..of terms & conditions of the Tender No. ………..dated………… has agreed to furnish Security by way of Bank Guarantee within fifteen days from the date of acceptance of Tender for Rs. …………. For due performance of all obligations under the contract. NOW THIS WITNESSETH : 1. That the Surety in consideration of the above tender made by the Tenderer to FCI hereby undertake to guarantee payment on demand without demur to FCI and without notice to the Tenderer the said amount of Rs…………….(Rupees…………...) Within one week from the date of receipt of the demand from FCI on presentation of this Deed of Guarantee which the Tenderer is bound to furnish with FCI towards Security in connection with his Tender. 2. This Guarantee shall not be affected/discharge by any infirmity or irregularity on the part of the Tenderer and by dissolution or any change in the constitution of FCI, Tenderer or the Surety. 3. The Surety shall not and cannot revoke this guarantee during its currency except with previous consent of FCI in writing. 4. Notwithstanding anything contained in the foregoing, the Surety’s liability under this Guarantee is restricted to Rs……………….(Rupees……………………….). 5. This Guarantee shall remain in force and effective upto…………..and shall expire and become ineffective only on written intimation given to the Surety by FCI for this purpose and in that case this Guarantee shall stand discharged. 6. The Surety will make the payment pursuant to the Demand issued by FCI not withstanding any dispute or disputes raised by the Tenderer against FCI, Bank or any other persons(s) in any suit or proceeding pending before any Court or Tribunal as the Surety’s liability under this guarantee being absolute and unequivocal.

Page 90: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

7. Any forbearance, act or omission on the part of FCI in enforcing any of the conditions of the said Tender or showing any indulgence by FCI to the Tenderer shall not discharge the Surety in any way and the obligations of the Surety under this Guarantee shall be discharged only on the written intimation thereof being given to the Surety by FCI. 8. Notwithstanding anything contained hereinabove, unless a demand or claim under this Guarantee is made on the surety in writing on or before………………the Surety shall be discharged from all liabilities under this Guarantee thereafter. 9. The Surety has the power to issue this Guarantee under its Memorandum and Articles of Association and the person who is hereby executing this Deed has the necessary power to do so under the authority conferred on him by the bank. SIGNED AND DELIVERED For and on behalf of For and behalf of above named Bank (Banker’s Name and Seal)

28

Page 91: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

Appendix-V

Proforma of Bank Guarantee to be furnished alongwith Security Deposit as Performance Guarantee (where Tenderer does not have requisite experience as stipulated in the Tender).

(To be submitted on non-judicial stamp paper of appropriate value purchased in the name of the issuing Bank)

This Deed of Guarantee made this ……………. Day of ………… between …………………… (Name of Bank) having its registered office at …………….(place) and one of its local offices at ……………….(hereinafter referred to as the Surety), and Shri ……………………. Proprietor/partner/Director of …………………………. having its registered office at …………………… (hereinafter referred to as Tenderer).

WHEREAS M/s …………………………….. (hereinafter referred to as “Tenderer”) having its registered office at …………………… is bound to furnish Performance Guarantee in the form of Bank Guarantee with FCI in connection with Tender for RTC from ……………. to………….at………………..(locations) WHEREAS the Tenderer as per clause no………….. of terms and conditions of the tender No. …………. dated ………….. has agreed to furnish Performance Guarantee by way of Bank Guarantee within fifteen days from the date of Acceptance of tender for Rs…………….. for due performance of all obligations under the contract.

NOW THIS WITNESSETH:

1. That the Surety in consideration of the above Tender made by the Tender to FCI hereby undertakes to guarantee payment on demand without demur to FCI and without notice to the Tenderer the said amount o Rs. ………….. (Rupees …………...)

Within one week from the date of receipt of the demand from FCI on presentation of this Deed of Guarantee which the Tenderer is bound to furnish with FCI towards

Performance Guarantee in connection with his Tender.

2. This Guarantee shall not be affected/discharge by any infirmity or irregularity on the part of the Tenderer and by dissolution or any change in the constitution of FCI, Tenderer or the Surety.

3. The Surety shall not and cannot revoke this Guarantee during its currency except with previous consent of FCI in writing.

29

Page 92: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

4. Notwithstanding anything contained in the foregoing, the Surety’s liability under the Guarantee is restricted to Rs……………. (Rupees ………………).

5. This Guarantee shall remain in force and effective upto ……………… and shall expire and become ineffective only on written intimation given to the Surety by FCI for this purpose and in that case this Guarantee shall stand discharged.

6. The Surety will make the payment pursuant to the Demand issued by FCI notwithstanding and dispute or disputes raised by the Tenderer against FCI, Bank or any other person(s) in any susit or proceeding pending before any Court or Tribunal as the surety’s liability under this Guarantee being absolute and unequivocal.

7. Any forbearance, act or omission on the part of FCI in enforcing any of the conditions of the said Tender or showing any indulgence by FCI to the Tenderer shall not discharge the Surety in any way and the obligations of the Surety under this Guarantee shall be discharged only on the written intimation thereof being given to the Surety by FCI.

8. Notwithstanding anything contained hereinabove, unless a demand or claim under this Guarantee is made on the Surety in writing on or before…………… the Surety shall be discharged from all liabilities under Guarantee thereafter.

9. The surety has the power to issue this Guarantee under its Memorandum and Articles of Association and the person who is hereby executing this deed has the necessary powers to do so under the ;authority conferred on him by the bank. SIGNED AND DELIBVERED For and on behalf of For and on behalf of above named Bank (Banker’s Name and Seal)

30

Page 93: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

PART – B

PRICE BID

31

Page 94: THE FOOD CORPORATION OF INDIA REGIONAL …fci.gov.in/app2/webroot/upload/tenders/Tender notice with...Robertsganj Varanasi 9.37 18800/- As per the MTF 500/- + 75/- 4. RTC Varanasi

PRICE BID

From …(Full name & address of the tenderer)……………………………

……………………………

……………………………

To

THE GENERAL MANAGER, FOOD CORPORATION OF INDIA R.O. LUCKNOW

Dear Sir,

I submit the PRICE BID of the Tender for appointment as Road Transport Contractor from …………………… to………………. .

2. I have thoroughly examined and understood all the terms & conditions as contained in the Tender document, Invitation to tender, and its annexures & appendices and agree to abide by them.

3. I offer to work at the following rates inclusive of all taxes, duties, cess etc.

From To Rate per M.T./Kilo Meter

…………. ……………….. …………………….

Yours faithfully,

(Signature of tenderer)

32