food corporation of india regional office: lucknow ,...
TRANSCRIPT
Page 1 of 107
Bid Document
For Engagement of Private Parties for procurement of
paddy under MSP scheme from farmers at sector level
procurement centres and delivery of resultant Custom
Milled Rice on Principal to Principal Basis Under Two
Bid System Through e-Tender For KMS-2015-16 to
KMS 2017-18 in the Cluster-3 (Ambedkarnagar, Basti,
Santkabirnagar, Siddarthnagar) Of State of Uttar
Pradesh.
Food Corporation Of India
Regional Office: Lucknow , Uttar Pradesh
Page 2 of 107
Part – A
Technical Bid
Page 3 of 107
Disclaimer
The information contained in this Bid document or subsequently provided
to Bidder, whether verbally or in documentary or any other form by or on behalf
of the FCI or any of its employees or advisers, is provided to Bidder on the terms
and conditions set out in this Bid document and such other terms and conditions
subject to which such information is provided. This information is on a wide
range of matters, some of which depends upon interpretation of law. The
information given is not an exhaustive account of statutory requirements and
should not be regarded as a complete or authoritative statement of law. The FCI
accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein.
This Bid document is not an agreement. The purpose of this Bid
document is to provide interested parties with information that may be useful to
them in the formulation of their Proposals pursuant to this Bid document. This
Bid document includes statements, which reflect various assumptions and
assessments arrived at by the FCI in relation to the assignment. Such
assumptions, assessments and statements do not purport to contain all the
information that each Bidder may require. This Bid document may not be
appropriate for all persons, and it is not possible for the FCI, its employees or
advisers to consider the objectives, technical expertise and particular needs of
each party who reads or uses this Bid document. The assumptions, assessments,
statements and information contained in this Bid document, may not be
complete, accurate, adequate or correct. Each Bidder should, therefore, conduct
its own investigations and analysis and should check the accuracy, adequacy,
correctness, reliability and completeness of the assumptions, assessments and
information contained in this Bid document and obtain independent advice from
appropriate sources.
The FCI, its employees and advisers make no representation or warranty
and shall have no liability to any person including any Bidder under any law,
statute, rules or regulations or tort, principles of restitution or unjust enrichment
or otherwise for any loss, damages, cost or expense which may arise from or be
incurred or suffered on account of anything contained in this Bid document or
otherwise, including the accuracy, adequacy, correctness, reliability or
completeness of the Bid document and any assessment, assumption, statement
or information contained therein or deemed to form part of this Bid document or
arising in any way in this Selection Process.
Page 4 of 107
FCI also accepts no liability of any nature whether resulting from
negligence or otherwise however caused arising from reliance of any Bidder
upon the statements contained in this Bid document.
FCI may in its absolute discretion, but without being under any obligation
to do so, update, amend or supplement the information, assessment or
assumption contained in this Bid document.
The issue of this Bid document does not imply that the FCI is bound to
select any Bidder or to appoint the Selected Bidder, as the case may be, for the
assignment and the FCI reserves the right to reject all or any of the Proposals
without assigning any reasons whatsoever.
The Bidder shall bear all its cost associated with or relating to preparation
and submission of its Proposal including but not limited to preparation, copying,
postage, delivery fees, expenses associated with any demonstrations or
presentations which may be required by the FCI, formation of consortium or any
other costs incurred in connection with or relating to its Proposal. All such costs
and expenses will remain with the Bidder and the FCI shall not be liable in any
manner whatsoever for the same or for any other costs or other expenses
incurred by an Bidder in preparation or submission of the Proposal, regardless of
the conduct or outcome of the Selection Process.
General Manager (Region)
Page 5 of 107
Engagement Of Private Parties on Principal to Principal Basis
Under Two Bid System Through e-Tender For Procurement Of
Paddy Under MSP Scheme From Farmers At Sector Level
Procurement Centres and Delivery Of Resultant Custom Milled
Rice (CMR) in the Specified Godowns as Per Govt. Of India
Specifications during KMS-2015-16 to KMS 2017-18 in the
Cluster-3 (Ambedkarnagar, Basti, Santkabirnagar,
Siddarthnagar) Of State of Uttar Pradesh.
(Bid No.Proc/03/2015-16)
FROM:
The General Manager (Region)
Food Corporation of India
Regional office:
Lucknow, Uttar Pradesh
Tel. No. 0522-2720862, 0522-2720863 FAX No. 0522-2720946
E-mail: [email protected]
Dear Sir(s),
For and on behalf of the Food Corporation of India online bids in the
prescribed Bid Document under two bid system are invited from interested,
eligible bidders for “Engagement of Private Parties on Principal to Principal basis
under two bid system through e-tender for procurement of paddy under MSP
scheme from farmers at sector level procurement centres and delivery of resultant
custom milled rice (CMR) in the specified godowns as per Govt. of India
specifications during KMS 2015-16 to KMS 2017-18 in the Cluster-3
(Ambedkarnagar, Basti, Santkabirnagar, Siddarthnagar)of State of Uttar Pradesh.”
No manual bids shall be accepted.
The contract will be for a period covering three Kharif Marketing Seasons
i.e. KMS 2015-16 to KMS 2017-18 as declared by Govt. of India for which this bid
is invited. However, the time schedule of procurement and milling/ delivery shall
be as prescribed by GOI for the State/ part of the State for each KMS.
The Bid Document and other detailed terms & conditions are available in
the Food Corporation of India website www.fciweb.nic.in (for reference only)
Page 6 of 107
as well as at https://eprocure.gov.in/eprocure/app (for reference and
online bidding).
Bidders are advised to follow the instructions provided in the ‘Instructions
to the Bidders for the e-submission of the bids online through the Central Public
Procurement Portal for e-Procurement at https://eprocure.gov.in/eprocure/app’.
The last time and date for submission of the online Bids is at 15:00 Hrs of
19.10.2015and Technical Bids will be opened online at 16:00Hrs on the same day
in the presence of the intending bidders/their authorized representatives who may
wish to be present.
Bids to remain open for acceptance up to and inclusive of 60 days from the
date of opening of the Bid. The Food Corporation of India, may, at its discretion,
extend this date by 30 days and such extension shall be binding on the Bidders. If
the date up to which the Bid is open for acceptance is declared to be a closed
holiday/Sunday, the Bid shall be deemed to remain open for acceptance till next
following working day.
The prospective bidders are advised to refer to the CPPP website for any
modification tothe Bid Document and the bidders shall ensure that the Bid
Documents submitted by them shall contain such modifications, failing which the
bids shall be liable to be rejected.
The bidders shall deposit along with the Technical Bid through RTGS /
NEFT/ ELECTRONIC MODE an amount of Rs. 10,00,000/-(Rupees Ten Lakh only)
towards Earnest Money and INR 500/- (Rupees Five Hundred only), inclusive of
taxes, towards cost of tender form (non refundable) in the Food Corporation of
India, Regional Office, Lucknow CC Account No 010864106873, IFSC Code
No. SBIN0000125 in State Bank of India at Main Branch Hazratganj of
Lucknow and the scanned copy / soft copy of RTGS / NEFT/ ELECTRONIC
MODE acknowledgment of such deposit shall be uploaded along with the
Technical Bid.
Food Corporation of India reserves the right to cancel the Bid enquiry at
any stage without assigning any reason.
General Manager (Region)
Page 7 of 107
FORWARDING LETTER
From
(Full Name of the bidder Organization) ----------------------------------------------
Address ----------------------------------------------
----------------------------------------------
----------------------------------------------
----------------------------------------------
Phone No.:____________________________
Fax: ____________________________
Email id: ____________________________
Website: ____________________________
To
The General Manager (Region.)
Food Corporation of India
Regional office:
Lucknow, Uttar Pradesh.
Dear Sir,
With reference to your Bid No…………………… dated ……………………, I/we submit
the online bids under two-bid system for engagement of Private Parties on
Principal to Principal basis under two bid system through e-tender for
procurement of paddy under MSP scheme from farmers at sector
levelprocurement centres and delivery of resultant custom milled rice (CMR) in the
specified godowns as per Govt. of India specifications during KMS-2015-16 to KMS
2017-18 In the Cluster-3 (Ambedkarnagar, Basti, Santkabirnagar, Siddarthnagar)
Of State of Uttar Pradesh.
1. I/We have thoroughly examined and understood all the terms & conditions
as contained in the complete set of Bid document and agree to abide by
them.
2. I/We agree to keep the offer open for acceptance up to and inclusive of 60
days from the date of opening of the Financial Bid and to the extension of
the said date by another 30 days in case it is so decided by FCI. I/We shall
be bound by communication of acceptance of the offer dispatched by FCI
Page 8 of 107
within the time. I/we also agree that if the date up to which the offer
would remain open is declared a holiday for FCI, the offer will remain open
for acceptance till the next working day.
3. I/We hereby upload along with the Technical Bid the scanned copy / soft
copy of RTGS / NEFT/ ELECTRONIC MODE acknowledgment of depositing
INR 10,00,000/- (Rupees Ten Lakhs only) towards Earnest Money and INR
500/- (Rupees Five Hundred only), inclusive of taxes, towards cost of
tender form (non refundable) in the stipulated FCI account.
4. In the event of my/our Bid being accepted, I/We agree to furnish, within 7
(seven) working days from the date of issue of acceptance of the Bid,
Security Deposit as stipulated in the Bid.
5. I/We do hereby declare that the entries made in the bid document are true
and also that I/We shall be bound by the acts of my/our duly constituted
Attorney.
6. I/We do hereby declare that the bidder Firm/ Organization/ Company/
Cooperative has not been blacklisted/ debarred by any Govt.
Department/Public sector undertaking. (*)
OR
I/We hereby declare that the bidder entity was blacklisted/ debarred
by______________ (here give the name of the Department/ Private Party)
for a period of _________, which period has expired on _________. (Full
details of the reasons for blacklisting/debarring, and the communication in
this regard, should be given)(*)
(*) (Strike out whatever is not applicable)
7. I/We hereby declare that the contract entered into by the bidder entity with
any Govt. Department/Public sector undertaking has not been terminated
before the expiry of the contract period at any point of time during the last
five years for breach of any terms and conditions.
8. I/We hereby declare that the Earnest Money Deposit and/or Security
Deposit of the bidder Firm / Company/ Cooperativehas not been forfeited
or adjusted by FCI or central/state Govt. or any central/ State PSU
/Statutory Corporations during the last five years, for breach of any terms
and conditions.
9. I/We hereby declare that the Bidder entity, its proprietor/ any of the
partners / any of the Directors has not been, at any time, convicted by any
Page 9 of 107
court for any offence and sentenced to imprisonment for a period of three
years or more.
10. I/We certify that all information furnished by the bidder entity is true &
correct and in the event that the information is found to be
incorrect/untrue, the FCI shall have the right to disqualify the entity without
giving any notice or reason therefore or summarily terminate the contract,
without prejudice to any other rights that the FCI may have under the
Contract and Law.
(Signature of Bidder)
(Authorized Signatory)
(Seal of Bidder entity)
Page 10 of 107
Instructions To Bidders
1. Introduction
The Food Corporation of India was set up under an Act of Parliament, the
Food Corporations Act, 1964 (Act No. 37 of 1964) in order to fulfil following
objectives of the Food Policy of the Government of India:
a) Effective price support operations for safeguarding the interests of the
Farmers;
b) Distribution of food grains throughout the country for public Distribution
System and other Schemes of Government of India; and
c) Maintaining satisfactory level of buffer stocks of food grains to ensure
national food security.
1.1 The above objectives of the National Food Policy are being achieved by the
Corporation through its main operations of procurement, transportation,
storage and distribution of foodgrains. FCI played a significant role in
India's success in transforming the crisis management oriented food
scenario into a stable food security system, providing farmers with
remunerative prices through procurement of food grains (Rice &Paddy),
distribution of food grains throughout the country for the Public Distribution
System (PDS), particularly to vulnerable sections of the society, and also
maintaining buffer stocks of food grains in order to ensure national food
security.
1.2 The High Level Committee constituted for reorienting the role and
restructuring of FCI has recommended that FCI should move to states
where farmers suffer most from distress sales (at prices much below MSP),
and which are dominated by small holdings (e.g., Eastern Uttar Pradesh,
Bihar, West Bengal, Assam etc). This is the belt from where second green
revolution is expected, and where FCI needs to be pro-active, mobilizing
state and other parties to provide benefits of MSP and procurement to
larger number of farmers, especially small and marginal ones.
1.3 GOI Policy for engagement of Private Parties on Principal to Principal basis
under two bid system through e-tender by FCI for Paddy/Rice Procurement
under MSP Scheme is the basis for the terms and conditions hereafter
stipulated in this tender document. In case of conflict, the provisions of the
Policy will supersede the tender clause.
Page 11 of 107
2. Objective
Engagement of Private Parties on Principal to Principal basis under two bid system
through e-tender for procurement of paddy under MSP scheme from farmers at
sector level procurement centres and delivery of resultant custom milled rice
(CMR) in the specified godowns as per Govt. of India specifications during KMS
KMS-2015-16 to KMS 2017-18 In The Cluster-3 (Ambedkarnagar, Basti,
Santkabirnagar, Siddarthnagar) of State of Uttar Pradesh to ensure that the
benefit of MSP scheme reaches the farmers especially small and marginal farmers.
3. Contract Period
The contract will be for a period covering three Kharif Marketing Seasons
i.e. KMS 2015-16 to KMS 2017-18 as declared by Govt. of India for which this bid
is invited. However, the time schedule of procurement and milling/ delivery shall
be as prescribed by GOI for the State/ part of the State for each KMS.
4. Validity Period Of Bid:
Bids shall remain open and valid for acceptance up to 60 days from the date of
opening of Bid. However, the bid validity period can be extended by another 30
days at the discretion of FCI and such extension shall be binding on the Bidders.
The EMD of the Bidder not keeping the offers open for the prescribed period shall
be forfeited without prejudice to any other rights and remedies of FCI against the
bidder and will be debarred from participating in any other Bid Enquiry with FCI
for a period of five years. Bids shall be submitted in English only.
5. Scope Of Work:
5.1 To procure Paddy from farmers at sector level Procurement Centresat MSP,
including bonus, if any, within the cluster in the State as per GOI
specifications &as per the permitted procurement period allowed by GOI for
the State/ part of the State for each of the three KMS.
5.2 The quantity procured from each farmer shall normally not exceed 50 qtl.
Necessary details of the farmer concerned, along with his area of
landholdings, land under paddy cultivation and its location along with
copies of necessary documents should be maintained by the bidder.
However, quantity in excess of 50 qtls from a farmer can be procured after
obtaining written confirmation regarding the land area under cultivation by
the farmer from Village Sarpanch/ President or Patwari or BDO or SDM or
concerned Area Manager of FCI.
Page 12 of 107
5.3 Clusters have been identified by State Govt. concerned in consultation with
GM (Region), FCI for engagement of Private Parties on Principal to Principal
basis under two bid system through e-tender in areas where FCI/ State
Govt. Agencies are not in a position to procure. Cluster have been
demarcated is such a way so that each cluster may ideally have estimated
total procurement of minimum of one lakh MT of Paddy in terms of rice.
Each cluster consisting of one or more FCI districts or part (s) thereof,
keeping in view the geographical situation, area under cultivation,
production of paddy in the area and potential for procurement. Separate
tenders are to be invited for each such cluster for engagement of Private
Parties on Principal to Principal basis under two bid system through e-
tender for carrying out procurement in that cluster.However, no specific
quantity of procurement can be guaranteed.
5.4 Bidders shall open as many centres as possible in the allotted cluster.
However, at least one purchase centre shall be opened by them in each
sector(a group of few villages having minimum 500 hectares and maximum
1000 hectares cultivated area of paddy) of the cluster so as to provide
effective coverage of MSP operations. Minimum number of centres to be
opened by the private player in the cluster shall not be less than the
number of Sectors in the cluster. Hence, not less than 45 (forty five)
purchase centres shall be opened within the cluster. FCI will have right to
ask the bidder to open additional procurement centres, as per requirement.
5.5 Estimated Procurement within the cluster is expected to be 1.25 LMT for
ensuing KMS 2015-16.
5.6 To check quality of Paddy before procurement and ensure that only
Paddyconforming to the specifications prescribed by GOI/FCI for the
relevant crop year is procured.
5.7 To make payment to the farmers by RTGS/NEFT/Electronic mode from the
bank account of the Bidder to the bank account of the farmers (preferably
Aadhar linked Bank A/c) within 2 (two) working days of Procurement and
keep proper records thereof for scrutiny by FCI.
5.8 To furnish to FCI the proof of payment of MSP to the farmer within next
3(three) working days of the procurement.
Page 13 of 107
5.9 To discharge all statutory liabilities like taxes, cess, levies, duties etc., by
making payments to concerned authorities well within prescribed time
limitsby RTGS/NEFT/Electronic mode/account payee cheque/DD and keep
proper records thereof. These liabilities shall be discharged by the bidder as
a Principal and proof in the form of challan and bank documents be
provided to FCI promptly after discharge of liability.
5.10 To arrange sufficient gunny bags for procurement of Paddy and new
SBTwill 50 Kg.Gunny bags conforming to BIS specifications for delivery of
resultant custom milled rice (CMR).
5.11 To fill the Paddy, meeting the prescribed quality specifications,in the gunny
bags.
5.12 To assess the milling capacity in the cluster and ensure availability of
sufficient milling capacity for timely milling of procured paddy within time
schedule for milling/ deliveryprescribed by GOI for the State/ part of the
State and intimate the same to GM (Region) before start of work.
5.13 To provide copies of milling agreements entered by the bidder with various
millers for milling of procured paddy and to intimate total quantity of paddy
allotted to each miller for milling within 15 (Fifteen) working days of
entering into such an agreement/ paddy allotment to millers.
5.14 To declare in writing the location details of all procurement centres opened,
storage points utilized by the bidder for storage of paddy/rice and
millingcentres for milling of paddy, to FCIwithin 3 (Three) working days
from issue of order engaging the procuring Private Party. If any new
purchase centre/storage point is opened and/or new milling centre is
identified the bidder shall intimate in writing to GM (R) the details thereof
within 3 working days from the date of opening of such purchase
centre/storage point/milling centre. FCI shall have the right to inspect all
such procurement centres/ storage points/ milling centres as and when
required.
5.15 To transport the Paddy from purchase point to the mills and resultant Rice
from Mills to the specified godowns and get the paddy converted into Raw/
Parboiled rice meeting the prescribed specifications at the prescribed Out
Turn Ratio (OTR) as stipulated by GM (Region), subject to any change in
the percentage by the Government of India from time to time.
Page 14 of 107
5.16 To ensure delivery of the stipulated quantity of resultant rice against the
procured paddy as per the Out Turn ratio (OTR) and quality specifications
stipulated by the GOI/ FCI for raw and/orparboiledrice, subject to any
change in the percentage by the Government of India from time to time.
Bidder shall delivery Raw Rice or Par Boiled Rice or both as per proportion
prescribed by GM (Uttar Pradesh)(Annexure –XXV) and the bidder shall
get the Paddy milled accordingly. The present OTR for Raw Rice is 67%
and for Parboiled Rice is 68%. The OTR as decided by GOI/FCI from time
to time shall be applicable.
5.17 To ensure delivery of quantities of raw and parboiled rice against the
procured paddy in the ratio as prescribed by GM (Region).
5.18 To ensure stencilling, stitching and colour coding of gunny bags as
prescribed by FCI.
5.19 To ensure that texture and tare weight of gunny bags in which CMR is
delivered is as per the specifications of FCI/ GOI.
5.20 To ensure that the resultant CMR is delivered only in new SBT 50 Kg gunny
bags conforming to BIS specifications with a net filling of 50 Kg in each
bag.
5.21 To store and preserve the food grains from the point of purchase till final
acceptance of the resultant Rice by the FCI at the specified godowns.
5.22 To fill the resultant CMR, meeting the prescribed quality specifications, in
the gunny bags and make standard fillings of 50 kg net of rice in each bag.
5.23 To carry out all incidental and associated activities relating to procurement
of paddy from the point of procurement till final acceptance of the resultant
Custom Milled Rice (CMR) by FCI at the specified godowns.
5.24 To ensure delivery of the resultant rice against the procured paddy in the
specified godowns of FCI upto the weighment/ scale point. The bidder shall
be responsible for dumping of the rice stocks on the platform of the
specified godowns at its own cost and stacking in the godown will be done
by FCI.
Page 15 of 107
5.25 To assist QC staff of FCI to draw samples and conduct quality checks as
per prescribed methodology.While bringing the rice for delivery, the bidder
shall bring a representative sample with each truck/ consignment.
5.26 To report centre wise procurement of paddy on daily basis and final centre-
wise procurement during the entire season, within 2 (two) days of the
closure of the procurement period and deliver the entire quantity of
resultant CMR against procured paddy with FCI within the time schedule of
milling/ delivery prescribed by GOI for the State/ part of the State.
5.27 To ensure delivery of resultant CMR strictly as per the plan linking the
Milling centre with the specified godowns/ delivery point/centre given by
the concerned Area Manager of FCI.
5.28 To deliver resultant CMR stocks in FCI specified godowns only after
payment of MSP of such stocks to the farmers. The bidder shall submit an
undertaking in this respect at the time of delivery of resultant CMR stock in
the FCI specified godowns. FCI shall not accept any rice stocks for which
MSP has not been paid to the farmer by the Bidder.
5.29 To ensure delivery of resultant CMR to FCI against the procured quantity of
paddy normally within 30 days of procurement of paddy.
5.30 To ensure arrangement of temporary storage of CMR in case there is
paucity of storage space in specified godowns. If such temporary storage
period exceeds 15 days, then the Bidder shall be entitled to claim storage
charges @ prevailing CWC rates for covered storage approved by the
Government prevailing at that point of time, for such storage period subject
to submission of a certificate of non-availability of storage space in the
specified godown by the concerned Depot In-charge.
5.31 To replace Beyond Rejection Limit (BRL) Rice stocks detected by any senior
officer/ Squad of FCI with the rice stocks conforming to the specifications
at its owncost and expenses.
5.32 To carry out handling and all incidental and associated activities from the
point of procurement of paddy till final acceptance of resultant rice by FCI.
5.33 To carry out any other related activities, which are not included in above
clauses but may be necessary for effective procurement of paddy/ rice,on
the directions of the GM (Region), FCI.
Page 16 of 107
Details of activities to be performed by the bidder have been prescribed at
Annexure –XI, which may be read as part of the scope of work.
Note:-
i) Certain parameters like MSP, Bonus, Quality Specifications, Colour Coding
etc. are different for different KMS. Therefore, the same shall refer to the
relevant KMS, wherever these are used in this tender document and shall
apply to both Bidder and FCI.
ii) The data/ information which is KMS dependent shall be provided by GM
(Region) to the Bidderbefore onset of each KMS.
iii) Bidder shall also intimate changes, if any, for each KMS before onset of
KMS to FCI
6. Clarifications & Amendments To Bid Documents.
6.1 FCI may, at any time prior to the due date of the bid and for any reason,
whether at its own initiative or in response to any clarification sought by
any bidder, modify the Bid document. Any corrigendum / addendum thus
issued will be posted on the website of the corporation(www.fciweb.nic.in)
as well as Central Public Procurement Portal
(https://eprocure.gov.in/eprocure/app) and such modification will be
binding on all. In order to afford the prospective bidders to take into
account the modification or for any other reasons, FCI may, at its discretion
extend the due date for the proposal.
6.2 Corporation may, at its discretion, seek from any or all bidders,
clarification(s) in respect of any particulars furnished in their offer. The
request for such clarifications and the response will be in writing to be
submitted within the stipulated time.
6.3 Corporation at its sole discretion may ignore minor omission in the
submission of Technical Bid such as omitting to give number on a page etc.
in the interest of increasing the competition.
6.4 Corporation at its sole discretion may require any Bidders to rectify any
discrepancies noticed in the Technical Bids submitted by them such as
serial numbers, missing seal, Attestation etc. It is further clarified that no
new document shall be accepted.
Page 17 of 107
6.5 The Bidders may contact Central Public Procurement Portal Help Desk with
regard to technical issues relating to functioning of e-Procurement platform
or any doubts regarding online submission of Bid Document in the under
mentioned Contact:
Dedicated helpline: 1800 233 7315 (24x7)
e- mail: [email protected]
The procedure for online e-tendering has been detailed in Annexure-
Iwhich may be referred to.
7. Administrative Contact & Address For Communication:
All communications concerning the various issues pertaining to the
bid/assignment shall be directed on the address listed below. Unauthorized
contact with other FCI officials may result in disqualification. Any oral
communications will be considered unofficial and is not binding on FCI.
Bidder shall rely only on written instructions issued by the authorized
Officer of FCI.
Authorized FCI Officer General Manager (Region), Uttar Pradesh
Address FCI,TC/3V,Vibhutikhand,Gomtinagar,Lucknow
Phone 0522-2720862, 0522-2720863
FAX 0522-2720946
Email [email protected]
Authorized Bidder
Representative
Address
Phone
FAX
Any action required or permitted to be taken, and any document required
or permitted to be executed, under this contract by the FCI or the Bidder,
may be taken or executed by the respective Authorized Officers which shall
be binding on the parties.
Page 18 of 107
For effective procurement operations, FCI reserves the right to nominate
Authorised Officers in every District Office in the State, whose instructions
shall be acted upon by the Bidder.
CRITICAL DATES SECTION:
Bid Publish Date 28/09/2015; 09:00
Tender document Download start date & time 28/09/2015; 11:00
Pre bid meeting date& time 06/10/2015; 14:00
Tender Document Download End Date & Time 19/10/2015; 14:00
Bid Submission End Date & Time 19/10/2015; 15:00
Technical Bid Opening Date & Time 19/10/2015; 16:00
8. MINIMUM ELIGIBILITY CRITERIA:
8.1 The bidder shall have at least 2 (Two) years of Experience in the physical
procurement and/or storage of Food Grains such as Wheat/Paddy/ Rice/
Coarse grains or any other food grains, pulses, oilseeds in any of the
immediate preceding 5 (Five) Financial Years (i.e.2010-11 to 2014-15). In
support of this criteria, experience certificate in the proforma prescribed at
Annexure- II shall be submitted.
8.2 The bidder shall have a sales turn-over of at least Rs. 200 Crores and net
profit (i.e. Profit After Tax) of at least Rs. 2 Crores during each of the
immediate preceding 3 (Three) Financial Years (i.e.2012-13 to 2014-15)
out of which at least Rs. 50 crore of turnover shall be contributed by
agribusiness. In support of this criteria, a certificate in the proforma
prescribed at Annexure- III shall be submitted.
8.3 The bidder shall have existing credit facility from any scheduled bank in
India for at least Rs.100 crores during the current financial year (i.e.2015-
16). In support of this criteria, a certificate in the proforma prescribed at
Annexure- IV shall be submitted.
8.4 The bidder firm shall open at least one office in the State of Uttar Pradesh,
within 2 weeks of allotment of the contract, in case it does not have an
office in the State. An Undertaking in this regard shall be submittedin the
proforma prescribed at Annexure- V
Page 19 of 107
8.5 The bidder firm shall have at least 50 regular employees on its roll as on
30/09/2015. In support of this criteria, a certificate in the proforma
prescribed at Annexure-VI shall be submitted.
8.6 The bidder shall be a registered Partnership firm/ LLP/ Company/
Cooperative incorporated in India. In support of this criteria, the bidders
who is a Partnership shall submit self-attested copy of Registered
Partnership deed, bidder who is an LLP shall submit Registered agreement
of LLP & Certificate of incorporation, bidder who is a Company shall submit
Memorandum & Articles of Association and Certificate of incorporation of
the Company and bidder who is a Cooperative shall submit Certificate of
Registration along with Articles and Memorandum of Association. The
Memorandum/Deed shall authorise the bidder to carry out the assignment
under this bid. In support of this, the bidder shall produce a certificate in
the proforma prescribed at Annexure – VII.
8.7 The bidder shall provide copies of Audited Profit & Loss Account and
Balance sheet for the last 3 financial years (i.e. FY 2012-13, 2013-14 &
2014-15).In case Audit of last financial year has not yet been completed,
Accounts with limited review by chartered Accountant will be acceptable.
8.8 The bidder shall have PAN, TAN, VAT and Service Tax Registration No. in
its name and shall provide copies of the same.
8.9 The bidders who fulfil the minimum eligibility criteria alone shall apply. The
bids submitted by the bidders who do not fulfil the minimum eligibility
criteria will be rejected.
9. Disqualification Conditions:
9.1 Bidder, any of its Partners or its sister concern, who have been blacklisted
or otherwise debarred by FCI or central/state Govt. or any central/ State
PSU /Statutory Corporations will be ineligible during the period of such
blacklisting / debarment or for a period of five years from the date of
blacklisting / debarment whichever is later.
9.2 Any Bidder whose contract with FCI or central/state Govt. or any central/
State PSU/ Statutory Corporations, has been terminated before the expiry
of the contract period for breach of any terms and conditions at any point
of time during the last five years, will be ineligible.
9.3 Bidder whose Earnest Money Deposit and/or Security Deposit have been
Page 20 of 107
forfeited by the FCI or central/state Govt. or any central/ State
PSU/Statutory Corporations, during the last five years, for breach of any
terms and conditions will be ineligible.
9.4 If any of the partners of the Bidder firm/any of the Directors of the Bidder
Company/ any member of Managing Committee of the Cooperative have
been, at any time, convicted by a Court for an offence involving moral
turpitude, such Bidder will be ineligible.
9.5 While considering ineligibility arising out of any of the above clauses,
incurring of any such disqualification in any capacity whatsoever (even as a
proprietor, partner, Member in another firm, or as a director of a company
or as a member of Managing Committee in another cooperative etc.) will
render the Bid disqualified.
9.6 An unregistered firm shall not be eligible to apply for the bids.
10. Constitution Of Bidders
Bidder shall, in the Bid, indicate their Legal status i.e., whether it is a
Registered Partnership Firm/ LLP or a Private/Public Limited Company or a
Cooperative incorporated in India. The composition of the partnership and
particulars of all partners, or names of all Directors of Company, or names of all
members of the Managing Committee of the Cooperatives as applicable, shall be
indicated.
10.1 If the Bidder is a Partnership Firm, there shall not be any re-constitution of
the partnership without the prior written consent of the Corporation till the
satisfactory completion of the Contract, failing which the Contract shall
forthwith be liable for termination treating it as breach of Contract by the
Bidder with consequences flowing there from, without prejudice to any
other rights or remedy, Corporation may have under the Contract and Law.
10.2 The detailed bidder profile be furnished as per Annexure – VIII.
11. Signing Of Bids.
11.1 Person(s) signing the bids shall state in what legal capacity he / she is, or
they are signing the bids, e.g. as partner of the firm/LLP, or as a Secretary
Page 21 of 107
/ Manager / Director etc., of a Company, or Chairman/ Managing Director
of a Cooperative etc.
11.2 In case of Partnership firm, the names of all partners should be disclosed
and the bids shall be signed by all the partners. The attested copy of the
registered partnership deed shall be furnished along with the Bid.
11.3 In case of companies/LLP, the names of all the Directors/Partners shall be
mentioned and a self-attested copy of the Resolution passed by the
Company/LLP authorizing the person signing the Bid to do so on behalf of
the company/LLP shall be attached with the Bid along with self-attested
copy of the Memorandum & Articles of Association of the Company/
Registered agreement of LLP, certificate of incorporation etc. Such
resolution should in clear and unambiguous terms provide the details &
identity of the Authorised person and attest his signature.
11.4 In case of a Cooperative, the names of all members of the Managing
Committee shall be mentioned and a self-attested copy of the resolution
passed by the Managing Committee authorizing the person signing the Bid
to do so on behalf of the Cooperative shall be attached with the Bid. Such
resolution should in clear and unambiguous terms provide the details &
identity of the Authorised person and attest his signature.
11.5 The person signing the Bid or any other documents forming part of the Bid,
on behalf of any other person or a Firm shall be responsible to produce a
proper Power of Attorneyduly executed on a non-judicial stamp paper of
appropriate value, duly attested by a Notary Public in his favour, stating
that he has authority to bind such other person(s), or the firm, as the case
may be, in all matters, pertaining to the Contract.If at any stage it is found
that the person concerned had no such authority FCI may, without
prejudice to other civil/criminal remedies, terminate the Contract and hold
the signatory & the Firm liable for all costs and damages.
11.6 If the person so signing the bids fails to produce necessary documentary
proof of his Authority as indicated above, his Bid shall be summarily
rejected without prejudice to any other rights of the Corporation under the
law.
11.7 The entire bid document and all its annexures and copies of the supporting
documents shall be signed on each page by the authorized signatory.
11.8 FCI will evaluate only those Bids that are received in the prescribed formats
and complete in all respects. Incomplete and /or conditional Bids shall be
Page 22 of 107
liable to be rejected. The Bid and all related correspondence and
documents in relation to the Bid Process shall be in English language only.
Supporting documents and printed literature furnished by the Bidder with
the Bid may be in any other language provided that they are accompanied
by translations in the English language, duly authenticated and certified by
the Bidder. Supporting materials, which are not translated into English, may
not be considered. For the purpose of interpretation and evaluation of the
Bid, the English language translation shall prevail.
12. Earnest Money Deposit (EMD) & cost of tender form .
12.1 Bid must be accompanied by cost of tender form (non-refundable) of INR
500/- (Rupees Five Hundred only),inclusive of all taxes, and an Earnest
Money Deposit (EMD) of INR 10,00,000/- (Rupees Ten Lakh only) by way
of RTGS / NEFT/ ELECTRONIC MODE to the Food Corporation of India,
Regional officeLucknow ,CC Account No 010864106873, IFSC CODE
No. SBIN0000125in State Bank of India at Main Branch
Hazratganj of Lucknow and the scanned copy / soft copy of
acknowledgment of deposit through RTGS / NEFT/ ELECTRONIC MODE in
favour of FCI Regional Office, must be uploaded along with the technical
bid. FCI shall not pay any interest on the EMD. Bids not accompanied by
proof of deposit of EMD & cost of tender form shall be summarily rejected.
The Bidders are permitted to bid on the express condition that in case
he/she resiles, or withdraws his/her offer, or modifies terms & conditions
thereof, after submitting his/her bid for any reason whatsoever during the
Bid process, the Earnest Money Deposited by the bidder shall stand
forfeited without prejudice to any other rights and remedies of FCI against
the bidder under the contract and law and the Bidder shall be liable for any
loss suffered by FCI on account of such withdrawal/modification etc. and
the bidder will also be debarred from participating in any other Bid Enquiry
with FCI for a period of five years.
12.2 The Earnest Money (without interest) shall be returned to all unsuccessful
Bidders as early as possible within a period of 30 days from the date of
issue of the acceptance letter to the successful bidder.EMD of the
successful bidder will get converted into security deposit (SD). No interest
shall be payable on Earnest Money, in any case.
13. Security Deposit (SD):
Page 23 of 107
13.1 EMD of the successful bidder will get converted into Security Deposit (SD).
In addition to this, the successful bidder shall, within 7 (seven)working
days from the date of acceptance of his offer, shall furnish to FCI a SD of
Rs. 5,00,00,000/- (Rupees Five Crore only) in the form of a BG issued by a
scheduled bank in India, in the format prescribed at Annexure-IX.
13.2 The security deposit will remain with FCI throughout the contract period
and six months thereafter.
13.3 If the successful Bidder having been called upon by the FCI to furnish
Security Deposit fails to do so within the specified period, it shall be lawful
for the FCI to cancel the contract, forfeit the EMD and to award the
contract at the Risk and Cost of such Bidder.
13.4 If the successful Bidder had previously held any contract and furnished
Security Deposit, the same shall not be adjusted against this Bid and a
fresh Security Deposit will be required to be furnished.
13.5 No claim shall lie against the Corporation either in respect of interest on SD
or any depreciation in value of any Security.
13.6 If the successful Bidder fails or neglects to observe or perform any of his
obligations under the contract, it shall be lawful for FCI to forfeit either in
whole or in part, in its absolute discretion, the Security Deposit furnished
by the Bidder and to appropriate the Security Deposit furnished by the
bidder or any part thereof towards the satisfaction of any sum due to be
claimed for any damages, losses, charges, expenses or costs etc. that may
be suffered or incurred by the Corporation. Save as aforesaid if the Bidder
duly performs and completes the contract in all respects and presents a
“NO DEMAND CERTIFICATE”, the FCI shall refund the Security Deposit to
the successful Bidder after deducting all costs and other expenses that the
Corporation may have incurred and all dues and other money including all
losses and damages which the Corporation is entitled to recover from the
successful Bidder. The decision of the Corporation in respect of damages,
losses, charges, costs or expenses shall be final and binding on the
successful Bidder.
13.7 Whenever the Security Deposit falls short of the specified amount, the
Bidders shall, make good the deficit so that the total amount of Security
Deposit shall not at any time be less than specified amount.
Page 24 of 107
14. Submission Of Bids
14.1 Before the last date & time as notified in critical date sheet, the bids shall
be submitted online in two parts, viz., Technical bid and Price bid at Central
Public Procurement Portal (https://eprocure.gov.in/eprocure/app). The Bids
complete in all respect along with duly filled and signed Attachments
including Appendices, Annexures, and Supporting Documents etc. are to be
scanned and uploaded at the space/packet provided in the CPP portal by
the Authorized Signatory as stipulated in the Bid Document. Hard copy of
the Tender Documents will not be accepted repeat will not be accepted at
this stage. FCI may extend the deadline for submission of Bids by issuing a
Notice in the website/ portal in which case all rights and obligations of FCI
and the Bidders previously subject to the original deadline will then be
subject to the new deadline.
14.2 The onus of ensuring fulfillment of the eligibility condition would be on the
Bidder and any Bid, if subsequently found ineligible would be summarily
rejected.
If any of the documents are found to be forged / fabricated at any stage or
any concealment on the part of the Bidder is found at any stage, the FCI
shall have the right to take action for banning the bidder from participation
in any tenders of FCI apart from initiating legal action under the applicable
law for causing any loss/damage and to disqualify/summarily terminate the
Contract without prejudice to any other rights or remedies that the
Corporation may have under the Contract and Law.
The original/attested copies of the Attachments from the successful bidder
may be collected on the date to be notified to enable the Corporation to
physically verify the authenticity of the documents scanned and uploaded in
the e-Procurement portal.
Price Bid as submitted by the Bidder in BOQ format of only those bidders
who qualify in the Technical bid would be opened.
The list of documents to be submitted along with Bid is at Annexure –
XXVI.
14.3 Bids which do not comply with these instructions shall be summarily
rejected.
Page 25 of 107
14.4 Price bid shall be prepared using the price bid template provided along with
this Bid/bid in the websites. The bid document shall be filled in by the
bidder without any overwriting/ inter-lineation clearly, neatly and
accurately. Any erasures or corrections would render the proposal invalid
unless the same is carried out neatly and attested by the authorized
signatory with full signature.
14.5 The bidders shall not incorporate any condition in the bids as conditional
Bids and Bids which are not submitted strictly in accordance with the Bid
terms are liable to be rejected.
14.6 It should be clearly understood by the bidder that no opportunity shall be
given to them to withdraw any offer at any stage after submission of the
bids.
14.7 While preparing the Technical and Price Bid, Bidders are expected to
provide correct and relevant information. If at any stage it is found that the
information supplied by the Bidder is incorrect FCI reserves the right to
initiate appropriate legal proceedings including Termination of the contract
& forfeiture of Security deposit.
14.8 The Technical Bid shall not include any information sought in the Price Bid.
All other Bid documents, except Price Bid, shall be enclosed with the
Technical Bid.
14.9 Price Bid shall be submitted quoting the rates as stipulated in the price bid
template provided along with this bid online.
14.10 Bids are invited online only. If any of the attached documents are found to
be forged/ fabricated/ false, the EMD & Security Deposit of the Bidder shall
be liable to be forfeited without prejudice to the right of the corporation to
proceed against the bidder legally.
14.11 Bids along with Annexures/ supporting documents etc. must be serially
numbered and signed (wherever applicable these should be digitally
signed) by the bidder. The Bidders shall submit the scanned self-attested
copies of the supporting documents along with the Technical bid document
to enable the Corporation to verify & evaluate the bids. After evaluation of
the online bids those Bidders who are meeting the criteria for technical
qualification may be advised by FCI to produce the original copies of
documents furnished with the Technical Bids for verification on the date &
time to be stipulated. Bids of Bidders who fail to furnish the Original
Page 26 of 107
Documents for verification on the date & time fixed for verification will be
summarily rejected.
14.12 Bidder must examine all terms and instructions included in the Bid
Documents. Failure to provide complete and accurate information with
supporting documents may result in rejection of Bids.
14.13 The costs and expenses incurred by the Bidder in connection with
submission of these documents etc. are not reimbursable. The Bidder shall
bear all costs associated with the preparation and submission of its Bid, and
the FCI will in no case, be responsible or liable for these costs, regardless
of the conduct or outcome of the Biding process.
14.14 The Bidder shall submit the financial proposal in the price bid template
provided along with this Bid (PART-B) online, clearly indicating the total
cost of the Bid in both figures and words, in Indian Rupees (INR), and
signed/digitally signed by the Bidder’s Authorized Representative.
14.15 The FCI shall not be liable for any omission, mistake or error on the part of
the Bidder while submitting the Bid.
14.16 While submitting the bid, wherever the Power of Attorney is to be
submitted by the bidder such Power of Attorney shall be duly notarized by
a Notary Public.
15. Opening Of Bids
The Technical Bids will be opened online at Food Corporation of India, Regional
Office, Lucknow(U.P) at the fixed time and date indicated in the Bid
document/Notice Inviting Tender or any amendments thereof. The bidders will be
at liberty to be present either in person or through an authorized representative at
the time of opening of the Technical Bid. They can view the Bid opening online
also. Price Bids of only technically qualified bidders will be opened at the time and
place for which separate notice will be given. Technically qualified bidders will be
at liberty to be present either in person or through an authorized representative at
the time of opening of the Price Bids or view online.
16. Bid Evaluation:
16.1 Bid evaluation will be carried out through “Technical Evaluation committee”
(TEC) which must include a member from the State Govt.
16.2 A two-stage procedure shall be adopted in evaluating the proposals.
Technical evaluation shall be carried out first, followed by the Price Bid evaluation.
During the Scrutiny of the Technical bid by the designated Bid evaluation
Page 27 of 107
committee appointed by the competent authority, necessary clarification, if any,
required by the corporation shall be furnished by the Bidder within time given by
the Corporation for the same. The Corporation is at liberty to verify any or all the
documents submitted by the Bidders even by referring to third parties. After the
technical evaluation is completed, opening of the Price bids will be done online.
Date and time of opening of the Price Bids will be intimated to the technically
qualified Bidders.
17. Bid Evaluation Criteria:
17.1 The evaluation committee, after determining whether the Price Bids are
complete and without errors shall determine the lowest Price Bid for award
of contract. Selections of Bidders are entirely at the discretion of the FCI
and FCI shall not be required to provide any explanation or justification in
respect of any aspect of the Selection Process or Selection.
17.2 The total amount of incidentals forming part of the acquisition cost, based
on the provisional cost sheet issued by GOI for the State for the KMS
concerned shall be the bench mark for evaluating the reasonableness of
rates quoted in the tender. In case the provisional cost sheet of KMS
concerned is not available, then the available provisional cost sheet of
latest KMS may be adopted by indexing with CPI as per prevailing norms
for arriving at the benchmark. Rates quoted beyond benchmark shall not
be accepted. The Bench Mark rates are only indicative rates, which shall act
as upper ceiling for evaluation of the bid. The payment, in any case, shall
be regulated as per rates accepted in the tender.
18. Award Of Contract:
The contract shall be awarded to the successful lowest Bidder by way of issuance
of acceptance letter by FCI by post/e-mail/hand delivery under acknowledgment
and the bidder shall immediately act upon such acceptance letter. Acceptance
conveyed by FCI will constitute the contract between the successful Bidder and
FCI and the contract shall be effective from the date of issue of acceptance letter
or such later date as may be specified in the acceptance letter.
FCI reserves the right to accept or reject any or all the Bids without assigning any
reason/notice whatsoever and does not bind itself to accept the Lowest Bid or any
Bid and reserves the right to scrap the Bid enquiry at any stage without assigning
any reasons and corporation will not be liable for any costs and consequences
thereof.
Page 28 of 107
19. Commencement Of Services
The successful bidder shall commence the Services from the time stipulated by
FCI.
20. Amounts Payable To The Bidder:
20.1 Subject to the terms & conditions of the contract, the following amounts
shall be payable to the bidder for the stocks procured by the bidder at MSP
as per specifications and accepted by FCI:
i) MSP of Paddy and bonus if any. ii) Statutory taxes(such as mandi charges, fees, levies, duties on Paddy, as
applicable) as paid by the private parties from procurement of paddy till the delivery of rice to the Corporation. The same is exclusive of tax on rice, which will be a component of tax invoice
iii) Margin towards its cost and profit(rates as per Accepted Bid).
20.2 The payment shall be made by FCI to the bidder only in respect of those
quantities of Paddy, whose proportionate quantity of CMR, as per
prescribed OTR, has been accepted by FCI at its specified godowns.The
quantities procured by the bidder but not accepted by FCI either due to
poor quality or due to failure of the bidder to timely deliver to FCI or for
any other reason, shall not be payable.Hence, documentary evidences
regarding acceptance of Quality and Quantity by FCI shall be provided by
the bidder while claiming his bills.
20.3 On delivery of CMR, Private Parties shall be paid MSP along with the bonus,
if any declared by the GOI and the statutory charges paid by them upon
production of proof of payment and relevant supporting documents.
However,VAT on Paddy will not be reimbursed by FCI as the private player
will get VAT on Rice and will get input tax credit on VAT paid on Paddy. In
case only Paddy is liable for VAT and Rice is exempt, then VAT on Paddy
will be reimbursable by FCI.
20.4 MSP shall be paid to the bidder upon production of documentary evidence that the payment of MSP was timely made to the farmers into their bank account by RTGS/NEFT/Electronic mode only by the Private Parties.
Page 29 of 107
20.5 For payment of State Bonus, if any, to the farmers, the bidder shall obtain
prior written permission from FCI. GOI vide letter No.16-19/2013-Py.I
dated 12.06.2014 has directed that in a Non DCP State, if a State
announces bonus over and above MSP, the FCI will not take part in MSP
operations in the State concerned. As such, the private party engaged by
FCI in such State will also not participate in MSP operations in such State.
However, in future, in case these instructions are modified by GOI and FCI
is allowed to participate in the MSP operations in such State, then GM(Uttar
Pradesh) shall first obtain sufficient funds from the State Govt. in advance
for the estimated quantity to be procured by FCI along with its private
parties. GM(Uttar Pradesh) shall also give a written permission to the
private parties to pay State bonus after obtaining such advance from the
State Govt. and after carefully complying such instructions of
GOI/Headquarters. Private party shall maintain proper records for payment
of such State bonus and shall furnish details thereof to GM(Uttar Pradesh)
from time to time as may be required by GM(Uttar Pradesh).
20.6 For MSP and Bonus, the supporting document shall be the bank document
evidencing payment by the bidder to the farmers by way of
RTGS/NEFT/Electronic mode only and such other documents as prescribed
in this bid document or which may be prescribed by FCI.
20.7 All the Statutory taxes, cess, levies, fees and duties shall be paid by the
bidder to the concerned authorities as a principal, well within the time
limits prescribed for the same and in the manner prescribed thereof. A
statement tallying the quantity procured, delivered & accepted by FCI and
Statutory taxes, cess, levies, fees and dutiespaid thereon, shall also be
provided as supporting document along with the documents like copies of
challan, Bank document etc. and/or any other documentswhich may be
prescribed by FCI.
20.8 The above documents are only indicative and the exhaustive list of
supporting documents for claiming the bills have been prescribed at
Annexure - X.
20.9 The bidder shall raise a Tax invoice alongwith acost sheet wherein the
following components must be separately stated:
(I) MSP of Paddy and bonus if any.
Page 30 of 107
(II) Statutory taxes(such asMandi charges, fees, levies duties on Paddy, as applicable) as paid by the private parties from procurement of paddy till the delivery of rice to the Corporation. The same is exclusive tax on rice which will be a component of tax invoice
(III) Margin towards its cost and profit(rates as per Accepted Bid).
20.10 All admissible payments shall be made by FCI, as early as possible, within
15 days from the date of submission of the bills by the bidder along with
required supporting documents as prescribed, into the bank account of the
bidder in India onlyby electronic modethrough RTGS/ NEFT etc. All
payments shall be in Indian Rupees only.
20.11The submission of bills by the Bidder shall be in electronic mode only. If any
bill submitted electronically is found to be incomplete, it shall be returned
to the bidder electronically only by the office of FCI within 3 (three)
working days, clearly giving the reasons there of.The bills shall be
considered as submitted only if the same are complete in all respect along
with all the supporting documents.
20.12 In case FCI does not have storage space at the specified godown and due
to which the bidder could not deliver Rice to that godown, storage charges
shall be payable to the bidder at the prevailing CWC rate for covered
storage approved by the GOI prevailing at that point of time provided such
period exceeds 15 days and a certificate from the concerned depot in–
charge is produced by the bidder regarding non availability of the storage
space.
20.13 The bidder is not entitled to any other payment whatsoever other than the
above.
20.14 TDS as applicable shall be made by FCI as per relevant tax provisions.
20.15 Since VAT rules vary from State to State, therefore VAT on rice payable to
the Bidder shall be governed by prevailing law and subject to modification
thereto as modified by the State Govt. GM(Uttar Pradesh) shall ensure that
VAT on rice payable to the Bidder does not become a source of unjust
enrichment to them.
20.16With the onset of GST in near future, the tax as applicable will be borne by
the Corporation. The credit of any tax relief in the matter accrued to the
private parties would be passed on to the Corporation and similarly any
Page 31 of 107
additional tax imposed will be borne by the Corporation. The estoppel of
unjust enrichment will be applicable in the matter
21. Payment Terms & Schedule:
21.1 Admissible Payment shall ordinarily be made within 15 (fifteen) days
following the online submission of pre receipted invoices/bills along with all
required supporting documents in duplicate as prescribed and within 30
(Thirty) days in the case of the final payment subject to the conditions of
the Bid and upon furnishing the supporting documents to the satisfaction of
the Corporation.
21.2 All payments to the bidder shall be made in INR in accordance with the
provisions of this Bid document. The payments shall be made in India only
by way of RTGS/NEFT/ ELECTRONIC MODE for which necessary bank
details shall be furnished by the bidder.
21.3 If admissible payments to Bidder are delayed by any office of FCI beyond 15 days without any valid reasons, interest @ of FCI’s Cash Credit rate applicable at that time shall be payable to the bidder.
.
21.4 The bidder shall claim his bills as early as possible, on day to day basis,
regularly, instead of bunching the bills. In case of delay in payment due to
bunching of bills by the bidder, interest shall not be payable by FCI.
22. Corrupt Practices:
22.1 Any bribe, commission, or advantage offered or promised by or on behalf
of the bidder to any officer or official of FCI shall (in addition to any
criminal liability which the bidder may incur) debar his Bid from being
considered. Canvassing on the part of, or on behalf of the bidder in any
manner will also make his bid liable to rejection.
22.2 In case of any clear indication of cartelization, the Corporation shall reject
the Bid(s) without prejudice to the right of Corporation to initiate
appropriate legal recourse as deemed fit, including Blacklisting/ debarring
the bidder.
22.3 If the information given by the Bidder in the Bid Document is found to be
false/ incorrect at any stage, Food Corporation of India shall have the right
to disqualify/summarily terminate the contract, without prejudice to any
other rights that the Corporation may have under the Contract and Law
against the Bidder.
Page 32 of 107
23. No Negotiation:
23.1 FCI will not enter into any negotiation even with the Lowest Bidder.
23.2 The Bidder shall not use these bid documents or any part thereof for
purposes unrelated to this Contract without the prior written approval of
the Corporation.
24. No Subletting:
The bidder shall not sublet, transfer, or assign the Contract to a third party.
In case of subletting, the Contract shall be summarily terminated at the risk
& cost of the bidder and Security Deposit shall be forfeited, without
prejudice to any rights or remedies the Corporation may have under the
Contract and Law. However, for carrying out procurement at Purchase
Centres, the Private Parties shall be permitted to appoint their local
representatives in villages/ remote areas.
25. Liability Of Personnel
25.1 The bidder shall be solely responsible for complying with all statutory
responsibilities and liabilities in respect of the personnel engaged by him
and liable for obtaining all mandatory registrations, Licenses, approvals and
timely deposit of contributions under various enactments and to maintain
all prescribed Records, Registers and such other particulars in respect of
the personnel engaged by him and file the prescribed returns from time to
time. FCI is/will in no way responsible for the bidders’ liability & obligations
in respect of the personnel engaged by him. Notwithstanding the same, If,
on account of default of the bidder, FCI is compelled to make any
payments/contributions or discharge any responsibility/liability of the
bidder, FCI shall be entitled to recover and/or set off such
amounts/expenses incurred from the amounts due to the bidder under this
or any other contract with FCI without prejudice to the right of FCI to
initiate appropriate legal proceedings for recovery of such amounts. The
bidder shall indemnify the FCI against all claims whatsoever arising out of
his default in respect of the personnel engaged by him under any
Statute/Law in force. FCI shall in no way be responsible for any liabilities
arising out of the bidder’s contractual obligation with the bidder’s
personnel. Similarly, the bidder shall in no way be responsible for any
liabilities arising out of FCI’s personnel.
25.2 The contract as entered into between FCI and the bidder shall in no way
nullify, reduce, mitigate or absolve the parties of any responsibility,
Page 33 of 107
obligation or liability that may devolve upon them under any
statutory/mandatory provisions prevailing in India. Liabilities of the bidder
in respect of obligatory laws remain unaffected and bidder shall remain
responsible for settlement of claims, if any of third parties who may suffer
damages either due to the fault of the bidder or its employees and
Associates.
25.3 The bidder shall be solely responsible for all claims arising out of any
accident, death etc. in respect of the personnel engaged by the bidder
under the contract.
26 A) Obligations of the Bidder
The bidder shall perform and carry out their obligations under the contract with all
due diligence, efficiency, and economy in accordance with terms& conditions of
the Bid and generally accepted professional ethics and practices, and shall
observe sound management practices, and employ appropriate advanced
technology and safe methods. The bidder shall always act, in respect of any
matter relating to this Contract and support and safeguard the Corporation’s
legitimate interests in any dealings with the third parties.
Details of activities to be performed by the bidder have been prescribed at
Annexure -XI.
26 B) Role of FCI
26.1 To timely check the quantity of Rice brought by the bidder at the receiving
depot.
26.2 To timely check the quality of Rice brought by the bidderat the specified
depot. Details of the Quality checking Procedure is prescribed at
Annexure XII.
26.3 To check the quality and tare weight of gunny bags at the time of
acceptance of rice at the specified depots.
26.4 To make timely payment of bills.
26.5 To prescribe the areas/points from where the bidder has to carry out
procurement. Details are prescribed at Annexure XIII
Page 34 of 107
26.6 To prescribe the documents which shall be checked by the bidder for
verification of farmers.Such documents have been specified at Annexure
XIV
26.7 To prescribe the documents which shall be attached by the bidder for
claiming his bills.Such documents have been specified at Annexure X.
26.8 To verify that the payment of MSP has been made by the bidderwithin 2
(two) working days by RTGS/NEFT/Electronic mode before payment of the
same to the bidder.
26.9 To verify that the payment of Statutory liabilities like taxes, cess, levies,
fees and duties have been made by the bidderwithin prescribed time
limits to the concerned authorities as a Principal, before paymentof the
same to the bidder.
26.10 To provide weight check memo (certificate for quantity) in respect of the
stocks accepted within 24 hours by email/online mode.
26.11 To provide acceptance notes (certificate for quality) in respect of the
stocks accepted within 24 hours of acceptance by email/online mode.
26.12 To scrutinise the daily procurement report and other reports provided by
the bidder and timely report discrepancies, if any.
26.13 To provide instructions relating to MSP, Bonus, GOI specifications,
procurement period and such other instructions which may be required by
the bidder to carry out the operations.
26.14 To provide instructions relating to colour coding, stencilling and stitching.
26.15 To exercise supervision and control on the bidder.
26.16 To inspect the purchase centres/storage points of the bidder/millers.
26.17 To recover from the bidder,20% of MSP of any quantity of paddy
remaining un-milled/ due CMR remaining undelivered after cessation of
the prescribed time period for milling/ delivery prescribed by GOI for the
State/ part of the State in which the allotted cluster falls, as penalty.
27. Certificate Of Completion
Page 35 of 107
The assignment under the contract shall be deemed to have been completed in all
respects after delivery of resultant CMR against the procured quantity of Paddy to
FCI and accepted by FCI and only when so certified by FCI. The decision of FCI in
this regard shall be final and binding on the bidder.
28. Bidder Not To Benefit From Commissions, Discounts, Etc.
The rate quoted by the bidder and accepted by FCI towards cost and marginof the
bidder shall constitute his/their sole remuneration in connection with this Contract,
and the bidder or its Personnel shall not accept for their own benefit, any trade
commission, discount, or similar payment or any other benefits in connection with
activities under the Contract.
29. Prohibition Of Conflicting Activities
Neither the bidder nor their Personnel shall engage, either directly or
indirectly, in any such activities which conflicts with their role under the
assignment. The bidder shall provide professional, objective, and impartial service
and, at all times, hold the FCI’s interests paramount, avoid conflicts with other
assignments or its own interests and act without any consideration for future
work. Neither the bidder nor their Personnel shall engage, either directly or
indirectly into procurement of paddy for either self or for other entities, except for
FCI, in the cluster where the contract is in operation. The decision of FCI as to
what constitutes conflicting activities shall be final and binding on the bidder.
30. Relationship With Third Parties
All transactions between the Bidder and third parties shall be carried out as
between two principals without reference in any event to the Corporation. The
Bidder shall also undertake to make the third parties fully aware of the position
aforesaid.
31. Indemnity
The Bidder shall indemnify, defend and hold harmless the FCI during and after the
term of this contract from and against all liabilities, damages, loses, expenses,
demands, actions, proceedings, costs and claims of any nature whatsoever arising
out of the acts, omissions, negligence and breach of this contract.
32. Additional Information:
In case if any additional clarification on the contract is required, the Bidder should
be in a position to give such clarification/refinements at no additional cost.
33. Performance Standards:
Page 36 of 107
The Bidder shall perform the services under the contract with the highest
standards of professional and ethical competence, integrity and transparency.
34. Breach & Damages:
34.1 The Bidder shall be liable for all costs, damages, compensation, fees,
charges, levies, and expenses suffered or incurred by FCI due to their
negligence and/or deficient/ unprofessional like performance of any
services under this Contract, or breach of any terms of the Contract, or
failure to carry out any of the obligations under the Contract. The decision
of the FCI regarding such failure of the Bidder and their liability for the
losses, etc. suffered by FCI, and quantum of such losses, shall be final and
binding on the Bidder and FCI is entitled to recover all such losses from
them.
34.2 If in the opinion of FCI the performance of procurement operations is
delayed unduly due to the reasons attributable to the Bidderit shall be
lawful for FCI to terminate the contract at the risk and cost of such Bidders
and to forfeit the Security Deposit for recovery of all losses, damages, costs
and expenses which may be incurred by FCI consequent to such
termination.
35 Defaults & Penalties:
In addition to the penalties prescribed elsewhere,like in Clause 26.17 &
45(n),in this tender document, the following indicative acts & omissions
and defaults, but not restricted to,on the part of the Bidder shall attract
penalties:
35.1 Delay in making payment of MSP to a farmer beyond2 (two) working days
of procurement by RTGS/NEFT/Electronic mode;
35.2 Non discharge of Statutory Liabilities within the prescribed time period;
35.3 Not ensuring quality of procured food grains within the specifications
prescribed by GOI.
35.4 Failure to verify identity of the farmer from whom Paddy has been
procured.
35.5 Failure to start the procurement operations within specified time frame.
Page 37 of 107
35.6 Failure to procure Paddy and deliver equivalent quantity of Rice as per GOI
specifications during the permitted procurement period as allowed by GOI
for the State/ part of the State in which the allotted cluster falls.
35.7 Non-reporting of daily procured stocks on any given day.
35.8 Not carrying out stencilling as prescribed;
35.9 Not carrying out stitching as prescribed;
35.10 Not bringing representative sample in respect of stocks offered for
acceptance.
35.11 Offering food grains in poor quality and substandard gunny bags.
35.12 Failure to lift rejected stocks from the specified depot within stipulated time
period.
35.13 Failure to provide replacement stocks within stipulated time period as per
the GOI specifications against the stocks rejected by FCI.
The Bidder shall be given an opportunity to tender his explanation in writing
before any penalty is imposed by the GM (Region) on the recommendation of the
Area Manager. The decision of General Manager (Region), after recording reasons
thereof, as to what acts & omission and defaults are liable for penalties or not will
depend on the facts & circumstances of each case and shall be final and binding
on the Bidder. The amount of penalty shall not exceed Rs. 10,000/- (Rupees Ten
Thousand only) for each instance. Without prejudice to the right of FCI to
terminate the contract in the manner otherwise provided for, in case the total
penalty levied exceeds Rs. 2,00,000/- (Rupees Two Lakh only), then also the
contract is liable to be terminated at the risk & cost of the Bidder. The right of FCI
to levy penalty is without prejudice to other legal remedies available to FCI
against the Bidder in law.
In addition to payment of penalty, the Bidder shall pay the unpaid/partially paid
MSP/ bonus or Statutory Charges, if any, to the farmer and appropriate authorities
as the case may be immediately and shall produce proof of the same to FCI.
For any reason whatsoever, if liability for payment of MSP/ bonus or Statutory
Charges falls on FCI, in which case FCI will recover such payments from the
Page 38 of 107
Bidder by forfeiture of Security deposit, either part or in full, and/or such other
dues of theBidder.
In case the total penalty levied on the Bidder exceeds Rupees Two lakhs during
the contract period, the contract is liable to be terminated at the risk and cost of
the Bidder in which case Security deposit furnished by the Bidder shall be forfeited
and the Bidder shall be blacklisted for a period which may extend up to 5 years.
36. Termination Of Contract:
36.1 By Corporation
(i) In the event of the bidder having been adjudged as insolvent or going into
liquidation or winding up their business or making arrangement with their
creditors, the FCI shall be at liberty to terminate the contract forthwith and
to realize from the bidder all resultant losses, damages, costs incurred
without prejudice to any other rights or remedies under the contract and
law at the risk and cost of the bidder.
(ii) In the event of breach by the bidder of any of the terms and conditions of
the contract, or failing to observe any of the provisions, obligations
governing the contract, the FCI shall also have, without prejudice to other
rights and remedies, the right to terminate the contract forthwith at the risk
and cost of the bidder and to forfeit the Security Deposit or any part
thereof for recovery of all losses, damages, costs and expenses which may
be incurred by FCI consequent to such termination and/ or in completing
the assignment. FCI may also effect recovery from any other sums then
due to the bidder or which at any time thereafter may become due under
this or any other contract with FCI. In case the sum is not sufficient to
cover the full amounts recoverable, the bidder shall pay FCI on demand the
entire remaining balance due.
(iii) FCI may at any time without assigning any reason terminate the contract
without any liability by giving thirty (30) days’ notice to the Bidder in which
case Bidder is not entitled to any compensation whatsoever.
36.2 By Bidder
The Bidder may terminate this Contract, by not less than thirty (30) days’ written
notice to the Corporation if the Corporation fails to pay any undisputed amount
due to the Bidder under the Contract, provided that if the corporation pays such
amount within the notice period such termination notice shall become infructuous.
37. Payment Upon Termination
Page 39 of 107
The Corporation shall pay due amount at the accepted rate for the quantity of rice
delivered as per GOI specifications prior to the effective date of termination
subject to other terms & conditions.
38. Force Majeure
38.1 A Force Majeure means any event or circumstance or a combination of
events which are beyond the reasonable control of the affected Party,
which such Party could not have prevented or reasonably overcome with
the exercise of reasonable skill and care in relation to the implementation
of this Agreement, which do not result from the negligence of such Party or
the failure of such Party to perform its obligations hereunder which are of
an incapacitating nature and of a severe magnitude and have a Material
Adverse Effect on the affected Party’s obligations under this Agreement. A
Party shall be entitled to suspend or excuse performance of its respective
obligations under this Agreement to the extent such performance is
impeded by a Force Majeure event.
38.2 Procedure for Force Majeure
If a Bidder claims relief on account of a Force Majeure, then the Bidder
claiming to be affected by the such event shall, as soon as reasonably
practicable and in any event within three days of becoming aware of the
Force Majeure, give notice of and describe in reasonable detail the effect of
such Force Majeure to the FCI in writing, including the dates of
commencement and estimated cessation of such Force Majeure and its
effects on the Bidder’s obligations under this Agreement. Upon cessation
of the situation which led to a Bidder claiming Force Majeure under this
section the Bidder shall within two days thereof notify the Corporation in
writing of the cessation and the Bidder shall as soon as practicable
thereafter continue performance of all obligations under this Agreement but
without prejudice to the excuse of performance of all obligations during the
continuance of the Force Majeure.
38.3 Prolonged Force Majeure
(i) In the event Force Majeure continuously impedes or prevents a Bidder’s
performance for longer than seven consecutive days from the date of
commencement of such Force Majeure, notwithstanding the suspension of
the obligations of the Bidder, they shall decide by mutual consent through
consultation either the terms upon which to continue the performance of
this Agreement or to terminate this Agreement.
Page 40 of 107
(ii) Any period within which a Party shall, pursuant to this Contract, complete
any action or task, shall be extended for a period equal to the time during
which such Party was unable to perform such action as a result of Force
Majeure.
(iii) The Bidder is entitled to the payments for the portion of the work already
completed before the happening of any event constituting force Majeure
culminating in termination of contract. Decision of the FCI in this regard
will be final.
39. Notices
Any notice, request, or consent made pursuant to this Contract shall be in writing
and shall be deemed to have been made when delivered by post/e-mail/hand
delivery under acknowledgment to an authorized representative of the respective
Parties.
40. Governing Laws And Jurisdiction
40.1 The Contract will be governed by the Laws of India for the time being in
force. Any dispute arising out of this Contract will be settled in the Court of
law of competent jurisdiction. The Courts in Uttar Pradesh shall have
exclusive jurisdiction to adjudicate the disputes arising under the Contract.
40.2 The commercial disputes between PSE inter se and PSE in Govt. Department
shall be settled through instructions issued by GOI on Permanent Machinery
of Arbitration vide OM No. 7(3)2014-DPE(PMA) dt.14th July, 2014 and as
amended from time to time.
41. Confidentiality & Non-Disclosure
Any information pertaining to the FCI or any other Governmental Agency involved
in the Contract that comes to the knowledge of the Bidder in connection with this
contract, unless already available in public domain, shall be deemed to be
confidential and the Bidder will be fully responsible for the same being kept
confidential and held in trust, as also for all consequences of its concerned
personnel failing to do so. The Bidder shall ensure due secrecy of information and
data not intended for circulation in public.
42. Meetings And Coordination:
Page 41 of 107
FCI may review with the Bidder, during the period of Contract, any or all of the
documents and records related to performance of the contract, in weekly/
fortnightly meetings which will be held at the concerned FCI District/ Regional
office. The expenses for attending such meetings shall be borne by the Bidder.
43. Standards of Performance:
The Bidder shall perform the Services and carry out its obligations
hereunder with all due diligence, efficiency and economy, in accordance with
generally accepted professional ethics and practices, and shall observe sound
management practices, and employ appropriate advanced technology and safe
and effective equipment, machinery, materials and methods. The Bidder shall
always act, in respect of any matter relating to this Agreement or to the Services,
as a faithful Private Party to the FCI, and shall at all times support and safeguard
the FCI's legitimate interests.
44. No Waiver of Rights:
No forbearance, indulgence or relaxation or inaction or delay in exercising or
omission to exercise any right, power or remedy accruing to any Party upon any
default under or breach of this Agreement shall impair any such right, power or
remedy nor shall the same be construed to be a waiver or any acquiescence
thereof, nor shall any action or inaction on the part of that Party in respect of any
such default or waiver affect or impair any right, power or remedy of that Party in
respect of any other or continuing default or waiver.
45. Special conditions applicable to procurement of Paddy &delivery of
resultant CMR by Bidder under the contract.
a) The quality specifications applicable for Paddyto be procured and Resultant
Rice to be delivered shall be as fixed by the Government of India or as
amended from time to time for relevant KharifMarketing Season (KMS). A
copy of such specifications for KMS 2015-16 are at Annexure-XV
b) The indicative list of godowns where Rice shall be delivered by the Bidder is
at Annexure-XVI. Any change in the list will be suitably and timely
communicated to the Bidder which shall be binding on the Bidder.
c) FCI will have right to ask the bidder to open additional procurement
centres, as per requirement. The indicative list of Areas where Procurement
is to be performed by the Bidder is at Annexure-XIII.
Page 42 of 107
d) The Action Plan for the Bidder to help/achieve objectives of procurement of
Paddy during KMS 2015-16 and gear up the procurement operations is
atAnnexure-XVII.
e) The details of the activities to be performed by the Bidder are at
Annexure – XI.
f) The procedure for acceptance of Rice stocks from the Bidder by FCI at a
specified depot is elaborated at Annexure - XII.
g). The procurement period permitted by the Government of India for the
Cluster-3 (Ambedkarnagar, Basti, Santkabirnagar, Siddarthnagar) Of State of
Uttar Pradesh is from October, 2015 to February, 2016 Any change in the
permitted procurement period shall be communicated to the Bidder timely in
writing.The milling/delivery period prescribed by the Government of India for the
State/ part of State in which the allotted cluster falls is from October, 2015 to
June, 2016. Any change in the milling/delivery period shall be communicated to
the Bidder timely in writing.
h) The Bidder shall deliver resultant CMR stocks in FCI specified godowns only
after ensuring payment of MSP of such stocks to the farmers. The Bidder
shall submit an Undertaking in this respect at the time of delivery of
resultant CMR stock in the FCI specified godowns. FCI shall not accept any
rice stocks for which MSP has not been paid to the farmer by the Bidder.
i) The Bidder shall deliver the resultant Rice to the FCI godowns as early as
possible on day to day basis unless FCI issues instruction to stop the
delivery in writing due to non-availability of storage space or for any other
reason.
j) In case stocks offered by the Bidder for delivery is found beyond prescribed
specifications, the Bidder shall immediately replace the same with the
stocks conforming to the specifications at the cost and expenses of the
Bidder, failing which the same will be treated as a material breach.
k) The Bidder shall maintain proper records of Paddy in terms of quantity
brought by farmers for sale (arrival), quantity procured and quantity
rejected, if any, along with reasons for rejection, quantity paid for, quantity
yet to be paid, quantity of rice delivered, quantity of rice yet to be
delivered, quantity of rice accepted by FCI, quantity of rice yet to be
accepted by FCI and shall send day to day reports on Paddy procurement
and rice delivery to FCI, as may be prescribed (details at Annexure-
XVIII) to the e- mail ID to be indicated by the authorised officer of FCI.
Page 43 of 107
l) The Bidder shall ensure that all the instructions issued by GOI/FCI/State
Govt. from time to time relating to procurement of Paddy and delivery of
rice are strictly complied with. These instructions shall be communicated to
the Bidder by post/email/fax/by hand.
m) The Bidder shall specify email address/local address/ fax/phone
number/authorised officer to which all instructions shall be communicated
by FCI. Further communication of instructions to his field functionaries shall
be the responsibility of the Bidder.
n) After acceptance of stocks by FCI from the Bidder, if for any reason the
Bidder fails to submit documents evidencing payment of MSP, Bonus (if
applicable) or statutory charges, Bidder shall be liable to pay liquidated
damages @ twice the cost of MSP in respect of quantity of stocks for which
the documents have not been submitted, without prejudice to right of FCI
to terminate the contract treating the same as material breach.
o) The Bidder shall be present in all the areas of the cluster for procurement
and open procurement centres at Sector Level to procure the stocks from
the Farmers.Any failure in this regard will be treated as material breach and
FCI reserves the right to initiate risk and cost proceedings against the
bidderfor the cause and consequences of which the Bidder shall be liable.
p) Arrangement of Gunny Bags by the Bidder:
The Bidder shall ensure that the resultant Rice is bagged in new SBTwill 50
Kg.gunny bags of prescribed specifications with net weight of 50 Kg Rice in
each bag.
q) The Bidder shall ensure that the Paddy is procured by him only from
farmers/cultivators. For this, he shall check and verify the identity of
farmers by way of required supporting documents and shall retain copies of
such documents for producing before FCI for claiming his bills. A List of
documents to be checked by the Bidder for verification of farmers is at
Annexure-XIV.
r) The Bidder shall intimate to FCI the proof of payment of MSP to the farmer
within next 3(three) working days of the procurement.
s) The Bidder shall follow the instructions issued by the authorised officers of
FCI. A List of Authorised officers of FCI is at Annexure-XIX.
Page 44 of 107
t) The Bidder, before starting the work, shall also submit a list of its
Authorized Officers, duly authorized by the Bidder, to maintain liaison with
FCI as per Annexure – XX.
u) The Bidder shall declare the location of all procurement centres opened,
storage points utilized for storage of paddy/rice and milling centres to FCI.
FCI shall have the right to inspect all such procurement centres, storage
points, milling centres as and when required.
v) 20% of MSP of any quantity of paddy remaining un-milled/ due CMR
remaining undelivered after cessation of the prescribed time periodfor
milling/ delivery prescribed by GOI for the State/ part of the State in which
the allotted cluster falls, shall be recovered by FCI from the Bidder as
penalty.
w) The Bidder shall also carry out any other related activities, which are not
included in above clauses but may be necessary for effective procurement
of paddy/ riceon the directions of the GM (Region), FCI.
46. Set–Off
Any sum of money due and payable to the Bidder (including Security Deposit
refundable to the Bidder) under this Contract may be appropriated by the
Corporation and set off against any claim of the Corporation for the payment of
any sum of money arising out of, or under this contract or any other Contract
made by the Bidder with the Corporation.
Page 45 of 107
Annexure- I
Procedure For Online E-Tender:
i) The offer should be submitted under two Bid System
(I) A-Technical Bid (II) B-Price Bid
ii) FCI is using services of Central Public Procurement Portal for e-Procurement at
https://eprocure.gov.in/eprocure/app, for appointment ofPrivate Party.
iii) The detailed Tender document along with Instructions to the Bidders for the e-
submission of the bids can be viewed and downloaded from e-Procurement
website https://eprocure.gov.in/eprocure/app or FCI website: www.fciweb.nic.in.
iv) Tender must be electronically submitted (on-line at
https://eprocure.gov.in/eprocure/app) within the prescribed date and time as
mentioned in the e-Procurement portal/ as mentioned in the Critical date Sheet.
Hard copy of the Tender documents will not be accepted at this stage.
v) Possession of valid Digital Signature Certificate (DSC) and registration of the
Bidders on the e-procurement/e-tender portal is a prerequisite for e-tendering.
The details are available at https://eprocure.gov.in/eprocure/app
vi) Bidder should do the registration in the e-Procurement site using the “Click
here to Enroll” option available on the home page. Portal enrolment is generally
free of charge. During enrolment/registration, the Bidders should provide the
correct/true information including valid email-id. All the correspondence shall be
made directly with the Bidders through email-id provided.
vii) Bidder need to login to the site through their user ID/ password chosen during
registration.
viii) Then the Digital Signature Certificate (Class II or Class III Certificates with
signing key usage) issued by SIFY/TCS/n-Code/e-Mudra or any Certifying
Authority recognized by CCA India on e-Token/Smart Card, should be registered.
ix) The DSC that is registered only should be used by the Bidder and should
ensure safety of the same.
x) Bidder may go through the tenders published on the site and download the
required tender documents/schedules for the tenders he/she is interested.
xi) After downloading / getting the tender document/schedules, the Bidder should
go through it carefully and then submit the documents as stipulated, otherwise
bid will be rejected.
Page 46 of 107
xii) If there are any clarifications, this may be obtained online through the tender
site, or through the contact details. Bidder should take into account the
corrigendum published before submitting the bids online.
xiii) Bidder then logs in to the site through the secured login by giving the user id/
password chosen during registration and then by giving the password of the e-
Token/Smart Card to access DSC.
xiv) Bidder selects the tender which he/she is interested in by using the search
option & then moves it to the “my tenders‟ folder.
xv) From my tender folder, he selects the tender to view all the details indicated.
xvi) It is construed that the Bidder has read, understood and accepted all the
terms and conditions before submitting their offer. Bidder should go through the
tender schedules carefully and upload the documents as asked; otherwise, the bid
will be rejected.
xvii) Bidder, in advance, should get ready the bid documents to be submitted as
indicated in the tender document/schedule and generally, they can be in
PDF/xls/rar/jpg/dwf formats. If there is more than one document, they can be
clubbed together and can be provided in the requested format. Each document to
be uploaded through online for the tenders should be less than 2 MB. If any
document is more than 2MB, it can be reduced through zip/RAR and the same can
be uploaded, if permitted. Bidders Bid documents may be scanned with minimum
100 dpi with black and white option. However if the file size is less than 1 MB the
transaction uploading time will be very fast.
xviii) If there are any clarifications, this may be obtained through the site or
during the pre-bid meeting, if any up to four days before the date of opening of
the bid. Bidder should take into account any corrigendum/addendum published
from time to time and such modifications will be binding on the bidder
notwithstanding whether the Bidder has uploaded his bid document or not.
xix) The Bidders can upload well in advance, the documents such as certificates;
experience certificate etc., under My Space/Other Important Documents option
and these can be selected as per tender requirements and then send along with
bid documents during bid submission. This will facilitate the bid submission
process faster by reducing upload time of bids.
xx) Bidder should submit the Tender Fee/ EMD as specified in the tender in the
form of RTGS/NEFT/Fund Transfer in FCI Account No. 010864106873, IFSC Code:
SBIN0000125,State Bank of India, &Main Branch Hazratganj, Lucknow. Scanned
copy of the proof of payment i.e. UTR number/Fund transfer challan should be
Page 47 of 107
uploaded as part of the Proof of Payment along with the Technical Bid. While
submitting the bids online, the Bidder should read the terms & conditions and
accepts the same to proceed further to submit the bid packets.
xxi) The Bidder has to digitally sign and upload the required bid documents one
by one as indicated. Bidders to note that the very act of using DSC for
downloading the bids and uploading their offers shall be deemed to be a
confirmation that they have read and accepted all sections and pages of the bid
document including General conditions of contract without any exception and
have understood the entire document and are clear about the requirements as
specified in the tender document.
xxii) The Bidder has to upload the stipulated documents as indicated in the MTF,
failing which the bid will be summarily rejected.
xxiii) The price bid format is provided in a spread sheet file like Bill of Quantity
(UPBOQ.xls), the rates offered should be entered in the allotted space only and
uploaded after filling the relevant columns. The Price Bid/BOQ template shall not
be modified/ replaced by the Bidder; else the bid submitted is liable to be rejected
for this tender.
xxiv) The Bidders are requested to submit the bids through online e-tendering
system to the Tender Inviting Authority (TIA) well before the bidsubmission end
date & time (as per Server System Clock). The TIA will not be held responsible for
any sort of delay or the difficulties faced during the submission of bids online by
the Bidders at the eleventh hour.
xxv) After the bid submission (i.e. after Clicking “Freeze Bid Submission” in the
portal), the acknowledgement number, given by the system should be printed by
the Bidder and kept as a record of evidence for online submission of bid for the
particular tender and will also act as an entry pass to participate in the bid
opening date.
xxvi) The time settings fixed in the server & displayed at the top of the tender
site, will be valid for all actions of requesting, bid submission, bid opening etc., in
the e-tender system. The Bidders should follow this time during bid submission.
xxvii) All the data being entered by the Bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered will not
viewable by unauthorized persons during bid submission & not be viewable by any
one until the time of bid opening.
xxviii) Any bid document that is uploaded to the server is subjected to symmetric
encryption using a system generated symmetric key. Further this key is subjected
Page 48 of 107
to asymmetric encryption using buyers/bid opener’s public keys. Overall, the
uploaded tender documents become readable only after the tender opening by
the authorized bid openers.
xxix) The confidentiality of the bids is maintained since the secured Socket Layer
128 bit encryption technology is used. Data storage encryption of sensitive fields
is done.
xxx) The Bidder should logout of the tendering system using the normal logout
option available at the top right hand corner and not by selecting the (X) exit
option in the browser.
xxxi) For any queries regarding e-tendering process, the Bidders are requested to
communicate before opening of the Tender using the contact details as provided
in the tender document. Simultaneously, for any further queries related to
technical issues, the Bidders are asked to contact over phone: 1800-3070-2232 or
send a mail over to – [email protected]. Non receipt of response/clarification shall
not be a ground for extension of time of bid submission or cancelling the bid
process.
xxxii) The TECHNICAL BIDS will be opened at prescribed time and date as
mentioned in the critical date sheet.
xxxiii) FCI may at any time prior to the opening of the Tender and for any reason,
whether at its own initiative or in response to any on-line query sought by a
Bidder modify the Tender document by way of an addendum/corrigendum to the
original Tender and such modification will be binding on all Bidders.
xxxiv) The addendum/corrigendum would be uploaded on
https://eprocure.gov.in/eprocure/app and www.fciweb.nic.in. In order to afford
the prospective Bidder to take into account the modification or for any other
reasons, FCI may, at its discretion extend the due date for submitting the Tender.
xxxv) In acceptance of all the terms & conditions stipulated in the bid
document, a declaration in the format prescribed at Annexure-XXIshall be
submitted by the bidder.
xxxvi) All the certificates which are to be signed by the professionals like Company
Secretary/ Chartered Accountant shall be on the letter head with Membership
number and duly stamped.
Page 49 of 107
Annexure- II
Experience Certificate
Certified that M/s ________________________ having its Registered Office at ____________ has experience of ______ years in the physical procurement/storage of Wheat/Paddy/Rice/Coarse grains/other food grains/pulses/oilseeds. The details of the experience are as under:
FY Experience in Procurement
(Yes/No)
Experience in Storage
(Yes/No)
Commodities handled
(Name of commodity)
Quantum handled
(Lakh MT)
Revenue from such procurement/storage
(Rs. In Crores)
This certificate is issued based on documentary evidences and audited Accounts produced to me and copies of which are available with me which I shall be able to produce if required by the FCI. The certificate is true and correct to the best of my knowledge and belief.
Signature:
Name of the person signing:
Designation: Company Secretary/Chartered Accountant
Name of the firm:
Registration No./Membership No.
Address
Email address:
Contact Numbers:
Date:
Place:
Page 50 of 107
Annexure- III
Certificate for Sales Turn over and Profit
Certified that M/s ________________________ having its Registered Office at
____________ has been having a sales turnover of at least Rs. 200 Crores and
net profit (i.e. Profit After Tax) of at least Rs. 2 crores during each of the last 3
Financial Years viz. _____ to ______ and out of which at least Rs. 50 Crores of
turn-over was contributed by agribusiness. The details are as under:
Financial Year Turn Over
(Rs. Crore)
Profit
(Rs Crore)
Agribusiness turn
over(in Rs. Crore)
This certificate is issued based on documentary evidences and Audited Accounts
produced to me and copies of which are available with me which I shall be able to
produce if required by the FCI. The certificate is true and correct to the best of my
knowledge and belief.
Signature:
Name of the person signing:
Designation: Company Secretary/Chartered
Accountant
Name of the firm:
Registration No./Membership No.
Address
Email address:
Contact Numbers:
Date:
Page 51 of 107
Place:
Annexure- IV
Certificate for Credit facility
Certified that M/s ________________________ having its Registered Office at
____________ has been sanctioned credit facility by our bank for an amount not
less than Rs.100 Crore during the current Financial Year (FY _________). The
credit history of M/s _________________ has been satisfactory. Our bank is a
scheduled bank. The details of the credit facility extended are as under:
FY Credit facility
provided by the
bank
(Rs. Crore)
Performance has
been satisfactory
(Yes/No)
This certificate is issued based on documentary evidences available with the bank.
The certificate is true and correct to the best of my knowledge and belief.
Signature:
Name of the person signing:
Designation:
Name of the Bank:
Branch:
Address
Email address:
Contact Numbers:
Date:
Page 52 of 107
Place:
Annexure- V
Undertaking
(To be given in case the bidder firm does not have any office in the State where
tender is invited)
I, on behalf of M/s _____________ having its registered office at
__________ , do hereby undertake to open at least one office in the State of
______within 2 weeks from the date of award of allotment of the contractand
intimate the same to GM (Region), FCI and the State Food Department.
I am authorised to give the above said undertaking.
Signature:
Name of the person signing:
Designation:
Name of the Company/Firm:
Registration No./Membership No.
Address
Email address:
Contact Numbers:
Date:
Place:
Page 53 of 107
Annexure- VI
Certificate Regarding Number Of Employees
Certified that M/s ________________________ having its Registered Office at
____________was having at least 50 regular employees on roll as on
_____________ (dd/mm/yyyy). Actual number of regular employees as on
_______________(dd/mm/yyyy) was _______.
This certificate is issued based on documentary evidences and audited Accounts
produced to me and copies of which are available with me which I shall be able to
produce if required by the FCI. The certificate is true and correct to the best of my
knowledge and belief.
Signature:
Name of the person signing:
Designation: Company Secretary/Chartered
Accountant
Name of the Company/Firm:
Registration No./Membership No.
Address
Email address:
Contact Numbers:
Date:
Place:
Page 54 of 107
ANNEXURE- VII
Certificate that Memorandum/ Articles of Association/ Partnership Deed of the
bidder authorises the bidder to carry out procurement assignment under the
contract.
Certified that M/s __________ having its registered office at _____ is authorized
to carry out the assignment as stipulated in bid no. _____________ dated
________ of FCI as per Clause _______ of the Memorandum/ Articles of
Association/ Partnership Deed.
Signature:
Name of the person signing:
Designation: Company Secretary/Chartered
Accountant
Name of the Company/Firm:
Registration No./Membership No.
Address
Email address:
Contact Numbers:
Date:
Place:
Page 55 of 107
Annexure- VIII
Particulars of Bidder
1. Name of the Bidder
2.
1. Office Address
2. Telephone Number
3. Fax No.
4. Mobile Number
5. Email Id
6.
Nature of the Firm i.e., whether Registered
Partnership Firm/ LLP, or a Private Limited
Company, or a Public Limited Company
incorporated in India or a Cooperative
Registered in India.
7.
Names of all Partners/Directors/ members
of Managing Committeeofthe bidder on the
date of submission of Bid.(Separate sheet
may be attached)
8.
a) Name of the Contact Persons authorized
to sign tender documents
b) Telephone No.
c) Mobile No.
d) Email ID
e) Photo ID Card No.
9. PAN No. of Bidder(enclose a scanned copy
of PAN Card of the firm)
10.
Service Tax Registration No. (enclose a
scanned copy of proof of service tax
registration number of the firm)
11.
VAT Registration No.(enclose a scanned
copy of proof of VAT Registration Number
of the firm)
12.
TAN Registration No. (enclose a scanned
copy of proof of TAN Registration Number
of the firm)
Page 56 of 107
13.
EPFO Registration No. (enclose a scanned
copy of proof of EPFO Registration
Number of the firm)
14.
ESIC Registration No. (enclose a scanned
copy of proof of EPFO Registration
Number of the firm)
15.
Details of
Bidders Bank
Account
Account Name
Bank Name & Branch
Account Number
IFSC
16. (A)
Turn-over and
profit during
the immediate
preceding
3years.
(Enclose
scanned copies
of Audited
Profit & Loss
account &
Balance
Sheets)etc
Year Turn-over
(Rs. Crores) Profit (Rs. Crores)
16 (B)
Turnover from Agribusiness :-
Financial
Year
Name of the
Agri Commodity
For whom
procured/stored
Quantity (in LMT) Revenue
(Rs.
Crores) Procured Stored
17
Credit
Facility
available
a) Name of the Bank with Branch Name and
Address
b) Amount of Credit facility available (Rs.
Crores
Page 57 of 107
18
Number of
Regular
Employees
(Signature of Authorized Signatory)
NOTE:
1. For detailed Terms & Conditions the respective clause (s) in the Bid
document clause may be referred.
2. In support of all the minimum eligibility criteria, Bidders shall furnish and
upload along with Technical bid self- attested copies of documentary proof
failing which the Bids are liable to be rejected.
3. The Bidder shall furnish and upload self-attested copies of the Audited
Profit & Loss Accounts and Balance Sheet of the immediate preceding three
financial years (2012-13, 2013-14& 2014-15), in case audit of a year has
not been completed, then Bidder shall furnish and upload self-attested
copies of Accounts with limited review by chartered accountants and the
documentary proof of the PAN, TAN, VAT, Service Tax registration, EPFO
Registration, ESIC Registration.
Page 58 of 107
Annexure-IX
Proforma of Bank Guarantee towards Security Deposit
(TO BE EXECUTED ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
In consideration of the Food Corporation of India, ……………….. at
………………………………………(hereinafter called FCI) having stipulated furnishing
the security deposit in the form of Bank Guarantee under the terms and conditions
of the contract No._________________, dated ___________ made between the
FCI and M/s ………………………………… (hereinafter called the Bidder) to undertake
procurement of Paddy at MSP and sale of the same to FCI(hereinafter called the
‘contract’) for the due performance and fulfillment by the said Bidder of the terms
and conditions and obligations contained in the said contract, we (NAME OF
BANK), (hereinafter referred to as `the Bank') at the request of M/s
…………(BIDDER/S) do hereby undertake to pay on demand by FCI an amount not
exceeding Rs 5,00,00,000 (Rupees Five Crore only).
We (NAME OF BANK) do hereby undertake to pay the amounts due and payable
under this guarantee without any demur, merely on a demand from the FCI. Any
such demand made on the Bank shall be conclusive as regards the amount due
and payable by the Bank under this guarantee.
However, the Bank’s liability under this guarantee shall be restricted to an amount
not exceeding Rs 5,00,00,000 (Rupees Five Crore only).
We undertake to pay to the FCI any money so demanded not withstanding any
dispute or disputes raised by the Bidder(s) in any suit or proceeding pending
before any Court or Tribunal relating thereto our liability under this present being
absolute and unequivocal.
The payment so made by us under this bond shall be valid discharge of our
liability for payment there under and the Bidder shall have no claim against us for
making such payment.
We, (NAME OF THE BANK) further agree that the guarantee herein contained
shall remain in full force and effect during the period that would be taken for the
performance of the said contract and for a period of 42 months from the date of
issue of this Guarantee and that it shall continue to be enforceable till all the dues
of the FCI under or by virtue of the said contract have been fully paid & its claims
satisfied or discharged or till the FCI certifies that the terms and conditions of the
Page 59 of 107
said contract have been fully and properly carried out by said Bidder(s) and
accordingly, discharges this guarantee. Unless, a demand or claim under this
guarantee is made on us in writing on or before (date) (42 months to be
indicated) we shall be discharged from all liability under this guarantee thereafter.
We, (NAME OF THE BANK) further agree with the FCI that the FCI shall have
the fullest liberty without our consent and without affecting in any manner our
obligation hereunder, to vary any of the terms and conditions of the said contract
or to extend time of performance by the said Bidder(s) from time to time or to
postpone for any time or from time to time any of the powers exercisable by FCI
against the said bidder and to forbear or enforce any of the terms and conditions
relating to the said contract and we shall not be relieved from our liability by
reason of any such variation, or extension being granted to the said Bidder(s) or
for any forbearance, act or commission on the part of the FCI or any indulgence
by the FCI to the said Bidder(s) or by any such matter or thing whatsoever which
under the law relating to sureties would, but for this provision, have effect of so
relieving us.
This guarantee will not be discharged due to the change in the Constitution of the
Bank or the Bidder(s).
The guarantor hereby declare that it has power to execute this guarantee and the
executant has full power to do so on its behalf under the proper authority granted
to him/them by the guarantor.
We, (NAME OF THE BANK) lastly undertake not to revoke this guarantee during
its currency except with the previous consent of the FCI in writing.
Dated the day of for (NAME OF THE BANK)
For ..............................................................
Name of Bank:
Seal of the Bank:
Dated, the ...........................day of ................., 20......
(Signature, name and designation of the authorised signatory)
NOTES:
Page 60 of 107
1. The Bank Guarantee should contain the name, designation and code
number of the officer(s) signing the Guarantee.
2. The address, telephone no. and other details of the Head Office of the
Bank as well as of issuing Branch should be mentioned on the covering
letter of issuing Branch.
Page 61 of 107
Annexure- X
The documents which shall be attached by the Bidder for claiming its bills
(a)The following documents required at the time of delivery of resultant Rice in Depot
:
1. Movement Challan in original (includes name of supplier, Truck No., Driver ‘s
signature with name, Lot No., No. of bags, Quantity., commodity and Variety with
remarks FAQ or URS and signature of despatching officer)
2. Undertaking in original issued by party –
It is certified that the rice is milled from the Paddy, purchased only from the
farmers and the MSP, thereof, has been paid to them.
3. Any other document, as required by FCI, as and when required.
(b)The following documents required along with Bill for payment of resultant Rice
1. ID proof of farmer (PAN card/AAdhar card/Voter Id card)
2. Jot/KhetBahi/KisanBahikhata / Khasara- Khatuani
3. Bank account details and proof of payment (Copy of Bank transaction statement)
4. Movement Challan in original (includes name of supplier, Truck No., Driver ‘s signature with
name, Lot No., No. of bags, Quantity., commodity and Variety with remarks FAQ or URS and
signature of despatching officer)
5. Acknowledgement slip of Depot Officer in original (Signature with Name of Depot
Officer)
6. Weight Check Memo in original. ( 10% weighment of Lot in beam scale and tare weight of gunny to ascertain that Lot is not of non
standard weight and the gunny is used of standard weight. )
7. Acceptance Note of QC in original only
8. Analysis report of QC in original only
9. 6R (for Proof of purchase of quantity and payment of MSP to farmer) in original
only
10. 7R (for Proof of payment of Mandishulk) in original only
11. Tax invoice in original
12. Affidavit for VAT as per circular No. 7
13. Certificate issued by the village Sarpanch/President/Patvari/BDO/SDM/Area
Manager concerned, in case of purchase of paddy more 50 quintals from a single
farmer in terms of clause 5.2 of MTF.
14. All the documents to be verified by party or authorised person.
Page 62 of 107
15. Any other document, as required by FCI, as and when required.
Note:
I. Statutory taxes (such as mandi charges, fees, levies, duties on Paddy, as applicable) as paid by the private parties from procurement of paddy till the delivery of rice to the
Corporation. The same is exclusive of tax on rice, which will be a component of tax invoice
II. VAT on Paddy will not be reimbursed by FCI as the private player will get VAT on Rice and will get input tax credit on VAT paid on Paddy. In case only Paddy is liable for VAT and Rice is exempt, then VAT on Paddy will be reimbursable by FCI.
Page 63 of 107
Annexure - XI
Activities To Be Performed By The Bidder
1. Procurement of Paddy from the farmers from sector Level procurement
centresthroughout the allotted clusterand ensure delivery of equivalent rice
as per GOI specifications during the permitted procurement period
asallowed by GOI for the State/ part of the State in which the allotted
cluster falls.
2. To assess the milling capacity in the cluster and ensure availability of
sufficient milling capacity for timely milling of procured paddy within time
schedule for milling/ delivery prescribed by GOI for the State/ part of the
State in which the allotted cluster falls and intimate the same to GM
(Region) before start of work.
3. To provide copies of milling agreements entered by the bidder with various
millers for milling of procured paddy and to intimate total quantity of paddy
allotted to each miller for milling within 15 (Fifteen) working days of
entering into such an agreement/ paddy allotment to millers.
4. To declare the location of all procurement centres opened, storage points
utilized by the bidder for storage of paddy/rice and milling centres for
milling of paddy to FCI within 3 (Three) working days. FCI shall have the
right to inspect all such procurement centres/ storage points/ milling
centres as and when required.
5. Checking of quality of Paddy before procurement to ensure that the Paddy
conforming to GOI specifications for the relevant crop year only is
procured.
6. Checking of identity documents of farmers including their land revenue
records as per the list provided by the GM(R) at Annexure-XIV so as to
ensure that Paddy is procured only from the farmers.
7. Making payment of MSP to the farmers into their bank accounts within 2
(two) working days from the date of procurement by way of
RTGS/NEFT/Electronic mode from their account.
Page 64 of 107
8. Tofurnish to FCI the proof of payment of MSP to the farmer within next
3(three) working days of the procurement.
9. Arranging funds for timely payment to farmers and concerned tax
authorities.
10. Assist farmers in opening their bank accounts, if they do not have one.
11. Making payments in respect of all statutory liabilities like VAT on rice,
Mandi Fee, taxes, duties, cess and levies to the respective tax authorities
within stipulated time frame and keeping proper records thereof to provide
proof to FCI.
12. Arranging sufficient number of gunny bagsfor procurement of paddy and
new SB Twill gunny bags of prescribed specifications for delivery of
resultant Custom Milled Rice (CMR) and transportation thereof up to his
point of filling.
13. Arranging funds in respect of the gunny bags.
14. Cleaning, drying, weighment and packing of paddy and weighment of rice
produced out of paddy procured at MSP & its standard filling of 50 Kg. net
per bag for delivery to FCI.
15. Stitching and stencilling of bags as prescribed by FCI.
16. Temporary stacking/storage, if required.
17. Transportation of the procured Paddy from purchase centres to his
temporary storage point and from temporary storage point to mill point and
that of resultant rice from the mill point to the FCI’s delivery point.
18. Security, storage and preservation of the procured Paddy/ rice from the
point of procurementtill final acceptance of resultant rice by FCI at the
delivery point.
19. Delivery of resultant rice to FCI’s delivery point, unloading from his trucks
and dumping on the platform,getting it accepted after proper quality check
by the concerned quality officer of FCI.
Page 65 of 107
20. Getting riceweighed at FCI delivery point or designated weigh bridge for
that delivery point.
21. Obtaining proper Weight Check Memo and Acceptance Note from the
concerned officers of FCI for the stocks accepted by FCI. FCI shall
invariably issue Acceptance Note electronically to the bidder.
22. In case the resultant rice is not found within the prescribed specifications at
the delivery point, the same shall be taken back by the bidder immediately
for upgradation/ replacement. If anysuch stock is left at FCI delivery point,
it will be at the risk and cost of the bidder.
23. Preparation of bills with all supporting documents as prescribed by
concerned Area Manager/GM(R) and timely submission thereof
electronicallyon day to day basis instead of bunching of bills.
24. Arranging moisture meters and other equipment for quality checking of
Paddy at the procuring points.
25. Arranging man power for carrying out procurement operations.
26. Arranging spaces for carrying out cleaning, drying, stencilling, filling,
weighing, stitching operations and temporary stacking/storage of procured
Paddyand resultant rice.
27. Making arrangements for transportation of gunny bags, and procured
stocks.
28. Obtaining required licences/permissions from the concerned Central/ State
Government/ localauthorities for carrying out the procurement operations.
29. Keeping proper records and details of all the paddy/riceprocurement
related activities likerejections along withreasonsthereof, payments made,
received, transportation, quality checks, weighments, storage etc.
30. Furnishing daily information to FCI in respect of procurement, payment,
storage, transportation etc. as may be prescribed by the concerned Area
Manager/GM(R) of FCI.
31. Carrying out all incidental and ancillary activities relating to the
procurement of Paddy from the time of procurementof paddy till final
Page 66 of 107
delivery of resultant rice at specified godown and acceptance thereof by
FCI.
32. Bear the losses/shortages, if any, in the handling/ transportation/ storage
of paddy and rice till the time of delivery of rice to FCI.
33. Assist FCI in carrying out investigation in respect of complaints, if
anyreceived.
34. Any other related work, which is not included in above clauses but found
necessary for effective procurement of paddy/ rice by the GM (Region), FCI
shall also be carried out by the bidder.
Page 67 of 107
Annexure- XII
Inspection, sampling and analysis procedure to be followed in
acceptance/purchase of rice stocks during
Kharif Marketing Season 2015-16
The detailed guidelines and instructions regarding sampling & analysis
procedure and inspection to be followed in acceptance of rice stocks, during Kharif
Marketing Season 2015-16 for strict compliance by all concerned officials/officers
are as under :-
1. The rice stocks shall be accepted/ purchased as per specifications, laid down
by the GOI for Kharif marketing season 2015-16 as referred above.
2. The method of sampling is to be followed as per the BIS method for
sampling of food grains, as instructed vide this office letter
No.QC/2(1)/2002/Vol.I, dated 13.11.2012 and 09.12.2002.
3. Each and every bag of rice for inspection and acceptance must bear proper
and legible stencilling/tag so that the crop year, name of supplier,
lot/consignment/contract number, class/group of Rice, name of centre etc. are
clearly visible on the bags. Rice bags/lots without proper, clear and legible
stencilling are not to be inspected/accepted and such lots are to be rejected out-
rightly. It should be ensured that in no case dumping/stacking of any lot of rice
should be allowed inside godowns before final acceptance. Rice consignments are
weighed on 100% weighment on weighbridges. It is necessary that standard
nature of consignment is invariably checked through test weighment in the depot
before final acceptance. Manager (D)/ Depot Staff should check and record
weighment of 10% of the bags in all the consignments on daily basis. Non-
standard bags (i.e.+ 250 gms against 50 Kg packing) due to excess or less weight
will be rejected. The tare weight of atleast 2% gunnies should also be checked
and recorded in Wt. check memo by the depot staff. Final weight of consignment
will be arrived at 10% weighment basis. The quality and condition of the gunnies
used in the packing of rice should also be checked carefully by the depot staff. A
certificate about the quality of the gunnies used will be given by the depot officer.
Every day’s operation should be planned in advance in such a way that it may not
result in large scale dumping in the godown premises. It will be the responsibility
of Depot staff to maintain a register indicating all above particulars, therein.
Page 68 of 107
4. The size of each lot/consignment must be 27 MT (540 bags 50 Kg. packing)
uniformly throughout the country except in case of last or only consignments of
the bidder. The violation of this standard and consequent financial implication will
be viewed seriously and the violator will be held responsible.
5. Manager (QC)/TA shall accept 10 consignments in single day and
during peak season in heavy procurement Region, single Manager
(QC)/TA may accept a maximum 15 consignments in a day without
compromising with the laid down procedures in any manner.
6. The moisture content shall be recorded by the Technical Assistant in the
presence of depot staff for the lots accepted at the time of acceptance of stocks in
the depot which will be final for all purposes. Moisture meters calibrated for
different commodities, raw and parboiled rice etc. should be used at the rice
acceptance points. A separate register will be maintained for recording moisture
contents at the time of acceptance of rice at the depot which will be jointly signed
by TA/Manager (QC)/Manager (D). Similarly moisture contents will be jointly
checked at the time of issues/disposal of stocks.
7. As stipulated in the uniform specification for determination of broken grain,
average length of principal class/group of rice is to be taken into account
uniformly without any exception.
8. One sample will be drawn jointly with miller by the Technical Assistant for
the purpose of analysis to determine acceptability of the consignment as per the
uniform specifications.
9. Finally accepted consignment shall be stacked in depot on day to day basis
and triplicate samples (Mill-wise/TA-wise) would be drawn as per standing
instructions. The composite analysis results of the stack will be recorded by
accepting TA / Manager (QC) after completion of the stacks on the basis of
analysis of one sample out of three samples drawn from the stack. The remaining
two sealed samples shall be kept in duplicate jointly tied in the depot for future
reference and collection by the District/Regional office squads for 10% and 5% of
the stacks for test analysis. The period of retention of sample in the depot should
be three months. The stack wise analysis results must be checked and signed by
supervisory Manager (QC) of the centre/depot for verifying the result of stack by
inspecting officers of Regional office/District office representatives.
10. To have a proper check of rice accepted by each TA at the depot, 10% &
5% samples of rice from the stack (duplicate), accepted by each TA at each depot
Page 69 of 107
of FCI District will be collected by the representatives of Area Manager and
General Manager (Region) on fortnightly and monthly basis respectively, for test
analysis in District and Regional labs to verify the results of concerned TAs and for
taking necessary action as may be deemed fit. The stacks from which samples
have been collected by District / Regional lab should not be moved till the receipt
of analysis results from the respective labs. District/Regional office should convey
the results to concern centres/depots invariably within a week’s time. Ensuring
genuinity of the samples so collected shall be the responsibility of
Squad/Representative of General Manager (Region) and Area Manager. Second
sample after analysis in the labs should not be destroyed for a period of 3 months.
In the event, if any, sample is found beyond specifications, immediate joint
analysis be carried out with the concerned TAs and Manager (QC) and disciplinary
action may be taken as deemed fit. Timely collection, analysis and
communicating of analysis results and joint analysis of samples will be the
responsibility of concerned District/Regional Heads.
It is further clarified that the unit of sampling for test check at
Regional/District labs is a Stack and not a consignment / lot. Therefore, it must
be ensured that the samples collected from the stack are truly representative in
nature.
11. As the acceptance of rice stocks at depot level by TA / Manager (QC) is
final and binding, the quality certificate / acceptance note will be signed by TA /
Manager (QC) himself and will form the basis along with other relevant documents
for release of payment by the District Office. Copy of ‘Acceptance Note’ should be
kept by the QC official for record.
12. The Technical Assistants / Manager (QC) shall record full particulars of
analysis in the depot acceptance register while conveying acceptance/rejection of
the stocks. Besides this, each TA will also keep his separate analysis register with
full particulars of analysis.
13 In no case repeat in no case, ad-hoc payment will be released till the sample
is completely analysed and stocks accepted by issue of analysis report /
acceptance notes by TA/Manager (QC) to District Office.
14. In case of rejection of Rice consignment by Technical Asstt., requisite
details shall be maintained by him in the inspection Register along with the
analysis results. Such rejected lots shall necessarily be re-inspected by Manager
(QC) concerned and observation recorded. In case, the Rice consignment has
been rejected by officer of the rank of Manager (QC), then re-inspection of the
Page 70 of 107
consignment by another officer of the same rank of Manager (QC) is not required.
if Manager (QC) on re-inspection of Rice consignment decides that the same
meets quality parameters then he will decide that the consignment be accepted.
In case of rejection of the consignment by Manager (QC) after re-inspection of
stocks, he will inform the Depot Officer on rejection of stock for duly informing the
concerned supplier in writing requiring him to lift the rejected Rice consignment
immediately failing which storage charges shall be levied. The Depot Manager
shall also inform the concerned supplier in writing that he may prefer appeal
against the decision of Manager (QC) by submitting an application in writing with
the Depot Manager within two days of receipt of the decision of rejection in
writing.
15. At the time of procurement of CMR and in the event of rejection and appeal
thereof, in such consignment four (04) sealed joint samples will be drawn by
Manager (QC), associating the representative of the Private Party concerned/rice
millers. Three samples will be sent to District Lab immediately alongwith the
appeal. 4th sealed sample will be given to Private Party or its representative. On
first appeal of Distt lab, One of the samples may be used by AGM (QC) for
analysis jointly with the representative of the Private Party. AGM (QC) shall inform
the Private Party concerned through e-mail and in writing about the outcome of
the analysis. If the dispute regarding rejection still persists, the 2nd Appeal can be
made at Regional level and DGM (QC) of Regional Office concerned will decide the
Appeal by analysing the 2nd sealed sample. Private Party will be associated in the
analysis of rice samples at Regional level also. The outcome of the analysis shall
be communicated by Regional Office to the Private Party through e-mail and in
writing. In case the dispute still persist, the Private Party can refer the matter to
the Ministry of CA,F&PD and Central Grain Analysis Laboratory, (CGAL)
KrishiBhawan, New Delhi, which will act as Referral Lab for analysis of the 3rd
sealed sample of the disputed lot. In case Private Party wants to request for
review of analysis result of CGAL, he should communicate and provide review
sample to CGAL for analysis.
In order to ensure that appeals are disposed of well within a reasonable
time, the following time frames are fixed for disposing appeals at various levels:-
(i) First Level Appeal (AGM QC) : 3 working days
(ii) Second Level Appeal (DGM QC) : 3 working days
(iii) Referral Lab (CGAL) : 5 working days
(iv) 4th Level (review of sample analysis: 5 working days
result of CGAL)
Page 71 of 107
S.
No
Level of Appeal No. of working days to
respond for opting next
level of Appeal
No. of working
days for analysis
of Appeal Samples
1 First Level Appeal
(AGM QC)
Same day 3
2 Second Level
Appeal (AGM QC)
2 3
3 Referral Lab (CGAL)
2 5
4 Review at Referral
Lab
3 5
16. During the pendency of appeal against the rejection of a particular
rice lot, the Private Partywill be allowed to deliver rice till final out-
come of the appeal i.e. within the stipulated mandatory period. If the
appeal is upheld at any level, FCI will accept the stock and separate
departmental action will be initiated against the delinquent officers. In
case appeal is rejected at all the 3 levels, the storage charges will be
levied by FCI from the date of delivery of lot of rice for acceptance as
per procedure. Further, the Private Party will have to lift the rejected
stock within 24 hours, if he fails to do so, his further delivery of stocks
will be stopped. In order to avoid frivolous appeals a caution notice
may be issued to the Private Partyin the event of rejection of appeal at
all levels as above and for repeated occurrence of such appeal, other
punitive action can be considered against the Private Party.
17. In case of rejection of any consignment due to non-conforming to the
class/group offered, Private Party shall take back the consignment and may re-
offer the above to the lower class/group after changing the gunnies with
‘Common’ stencilling. The consignment shall be examined/analysed for
considering its acceptance in re-offered group.
18. In view of instructions at Para No.3, it is mandatory that acceptance of
consignment in each stack is done by single TA, thereby TA-wise, identity of stack
will be maintained. Area Manager will accordingly be allocating sheds/stacks in
the depot to a particular TA and Manager (QC) deputed for
procurement/acceptance of rice. The Depot Officer concerned will maintain a
separate register with necessary details besides the names of TA / Manager (QC)
deputed for the purpose. Concerned depot officials / officers will be responsible
to ensure that the rice consignments accepted by TA /Manager (QC) are not
mixed up with the stocks accepted by another TA/Manager (QC). It may be noted
Page 72 of 107
that TA / Manager (QC) deputed for the procurement/acceptance of rice
consignments shall be responsible for the quality of rice accepted in the depot.
19. The Assistant General Manager (QC) In-charge for Q.C. and Procurement
operations of the District, will keep a close watch on the quality of stocks being
procured under his jurisdiction through a systematic and regular monitoring. He
will also carry out regular checks of the stocks being procured in a manner to
ensure thorough checking of at least 10 % of rice consignments accepted by each
TA in each depot on fortnightly/monthly basis as the case may be.
20. In order to ensure acceptance of rice conforming to laid down specification
only, the following super inspection shall be conducted :-
Sl.
No. At the level of office % of Test check
1. Manager (QC) concerned 25% rice consignments accepted by each TA at
each Depot on day to day basis.
2. Asstt. General. Manager
(QC) concerned.
10% rice stocks (consignment wise / stack
wise) accepted by each TA on fortnightly basis
at each Depot.
However, 10% rice stocks (consignment-
wise/stack-wise) accepted by each TA on
monthly basis at each depot wherein District
has more than 15 procuring centres.
3 Area Manager concerned 2% rice consignments/stocks accepted by each
TA on fortnightly basis at each Depot.
However, 2% rice stocks (consignment
wise/stack wise) accepted by each TA on
monthly basis at each depot wherein District
has more than 15 procuring centres.
4. Dy. General Manager
(QC) of Region
10 Depots during each month spread over at
least 3 (three) FCI Districts by
drawing/analysing samples of rice of at least
2% of the stocks accepted in the Depot under
the supervision of different Managers (QC).
Inspection to be carried out in such a way that
all the Procurement Districts of the Region are
covered once in 3 (three) months.
However, out of the total quantity to be
checked by Dy. General Manager (QC) Region
according to the prescribed scale of inspection,
Page 73 of 107
21. The official found guilty and indulging consistently in procurement of rice
beyond the specified limits of uniform specification are not to be spared and
immediately removed from procurement work beside disciplinary action. While
carrying out inspections, the plan/schedule of inspection by the inspecting officer
should be drawn in such a way that inspection of notorious centres are accorded
priority. In order to keep constant vigil on such depots, the frequency of
inspection and number of samples to be drawn by the inspecting officers and
squads should be intensified.
22. Proper records/documents relating to acceptance, analysis etc. shall be
maintained correctly with complete details of the stock accepted and rejected in
the Depot/Acceptance point by the TA indicating the name of supplier, serial
number, contract/ACK/consignment/stack number along with analysis result in the
prescribed proforma. These records are to be verified by Senior Officers visiting
the Depots. Any lapse in maintaining the records shall be viewed seriously and
action as deemed fit is to be initiated against defaulters. There should not be any
overwriting / cutting in the Register.
23. The inspection report of Asstt. General Manager (QC), Area Manager, Dy.
General Manager (QC) and General Manager(QC/Region) will be sent to Regional
Office and Zonal Office only. Regional office and Zonal Office should critically
minimum of 10% should be the same stocks as
inspected by a subordinate authority during
inspections.
5.
General Manager(Region)
At least 4 (four) Depots every month spread
over at least two FCI Districts by
drawing/analysing samples from four different
stacks at each Depot. Minimum of 10% should
be the same stocks as inspected by subordinate
authority during inspections.
6. General Manager (QC)
and Dy. General Manager
(QC) Zonal Office.
A minimum of two Depots in different procuring
Regions each month by drawing/analysing
samples of at least 2% stocks of rice already
accepted in the Depot. Next month, different
Regions should be covered. General Manager
(QC) of Zonal Office should verify the stocks
inspected by a subordinate authority to the
extent of 10%minimum of the scale prescribed
for him for periodical inspection.
Page 74 of 107
examine these reports and ensure action on the discrepancies reported by the
inspecting authority. FCI, Headquarters shall monitor timely and frequent
inspection by the officers as per standing instructions. For enabling this, Zonal
office is required to furnish fortnightly statements as per the format already sent
vide this office letter no. QC.2 (1)/KMS/2010-11 dated 20.9.2010.
24. Creation of unique code system for detection of BRL Rice for monitoring of
replacement of BRL rice on real time basis has been evolved and contained in this
office circular no. QC.7/Fortnightly Inspection statement/ Zone/2012-13 dated
27.06/03.07.2013, which should be strictly followed.
25. Non-submission of report by Manager (QC), AGM (QC), Area Manager etc. and
by all squads of the respective offices as indicated above shall be construed as
willful disobedience and connivance with delinquents officers/officials.
26. The Area Manager and AGM (QC) shall have overall responsibility for
procuring the rice stocks, as per laid-down standards and specification, at all the
centres in his Districts.
27. The stocks identified as BRL on subsequent inspection should
immediately be got replaced by the concerned Rice Miller within 24
hours failing which no further dumping will be allowed.
Page 75 of 107
Annexure- XIII
The indicative list of Areas where Procurement is to be
Performed
(This list may be amended from time to time and the same shall be communicated
to the Bidder timely)
Cluster: Cluster -3(Ambedkarnagar, Basti, Santkabirnagar, Siddarthnagar)
Sr. No. FCI
District Office
Revenue District
Tehsil Block
Location of Procurement
Centers where FCI/SGAs will
procure
Area/Sector where bidder will
procure
1
Go
rakhp
ur
Basti
Basti
Bastisadar
Mandi yard Basti
Pandey bazar Marvatiyababu
Katra
Mahso
2 bankati
Sajnakhor
Deisaad Khoriyabasaudhi
Bankati
3 Bahadurpur
Nagar bazar
Bahadurpur Bahadurpur
4
Bhanpur
Saltaua
Bhiriyarituraj
Piprajapti Saltaua
Piprajapti
Kothila
5 Ramnagar
Tenuaasanhara
Ramnagar Mohamdnagar
Ramnagar
6 Rudhauli Rudhauli
Jodhi jot
Jodhi jot
Ganvariyakala
Rudhauli
Basdila
Narhi
7 Haraiya haraiya Haraiya
Hariya Puraina
Page 76 of 107
8 Kaptanganj Kaptanganj Mahualakhanpur
9 Vikramjot Vikramjot Basthnava
10 Dubauli Mahuadarh Katva
11
Santkabirnagar
khalilabad
khalilabad
Khalilabad(Mandiyard)
Koni
Mailaani
Ghorkha
Bhujaini
Kataai
12 baghauli
Dhodhaya
Bhejpur Bhejpur
Balushasan
13 semariyava
Sisavadakhin
Baghnagar Semariyanva
Umila
Bhelwasi
14
Dhanghata
Nathnagar
Chhitahi bazar
Nathnagar Nathnagar
Siktahamanpur
Chandruti
15 Haisar bazar Haisar bazar
Dhanghata MundervaShukla
16 Pauli
Pauli
Madpauna Ajaanv
Sanichrabazar
17
Mehadaval
Mehadaval Mehdaval
Visauvabhatva Nandaur
18 Santha
Santha
Hasani Pratappur
Nidhuni
19 Belaharkala
Pipra bazar
Ratnapar Bharvaliyababu
Bhagausa
Loharauli
20
Siddharthnagar
Naugarh
Naugarh Naugrh( Mandiyard )
Pipra Puramanaugrh
21 Lotan Kesari Chainpur
22 Uska bazar Tetarikhurd
Pakadi Pakadichauraha
23 Shoharthgarh Shohratgarh Soharathgarh Soharathgarh
Page 77 of 107
Dohariyakhurd
24 Barhni
Barhni
Dhanauramustahakam
Parsa
25
Bansi
Bansi
Bansi
Bansi Balua
Dhidhai
26 Mithval Mithvalkarhi mithaval
27
Itva
Itva
Sangrampur
Itva
Mudilabakshi
Inari grant
Malhavarbujurg
Itva
28 Khuniyav
Khuniyanv
Bhilauribhilaura
Naankaar
Rajpur
Bhilauribhilaura
Durgajot
Panchmohani
29 Dumariyaganj Dumariyaganj
Dumariyaganj
Dumariyaganj Vasachak
Veva
38
Faizabad
Ambedkar Nagar
Akbarpur Akbarpur
Mandisthal, Masaudha, Kurcha, Lalpur, Tarakhurj, lodhipur, Malpura, Attila, Alipatti.
-
39
Bheeti
Bheeti Bheeti, Mustafabad, Misauda, Nagahara, Pakadidallapur
Raneewa
40 Katehri
Ashrafpurbarwa, Maharuagola, Pratappurchaumukha, sumerpur
Annawan
41
Tanda
Tanda
Tanda, Aurangabad, Makdumnagar, Inamipur, Badagaonkazi, Bhuwalpur
Alanpur
42 Baskhari Baskhari, Basaiyan, Tursampurtilkarpur, Ajmeribadshapur
Naseerabad
43 Alapur
Ram nagar Ram nagar, tendua Indaipur
44 Jahagirganj Jahagirganj, Sethua Bisunpur
45 Lalalpur
Jalal pur
Mirapur, Jeevat, Manuddinpur, badepur, Khurjikaraundi, surhurpur, rewai, Chittaunakkalan
-
47 Bhiyaon Pakkhanpur, Dinkarpur, Ahirauli
Page 78 of 107
Berma, Newada
Remark:
The list above is the proposed location of the centre. The area/sector will comprise of nearby
villages. The location of the centre can be modified with the approval of FCI and State
Government.
Page 79 of 107
Annexure -XIV
List of documents to be checked by the Bidder for verification of Farmer
Sr.
No.
Purpose of
Document
Name of Document (Any one of the following)
1 Identity i)PAN Card ii)Voter I Card iii) Aadhar Card
iv) Driving License v) Bank Pass Book with Photo
2 Land Records i)Jot Bahi ii) Khatauni iii) Kisan Credit Card
iv)SadhanSahakariSamiti Pass Book
Remark:
The list of documents above can be modified.
Page 80 of 107
Page 81 of 107
Annexure- XV
Prescribed Quality Specifications (FAQ) for KMS 2015-16
(This may be amended from time to time by government of india and same shall be communicated by GM(R)to the bidder)
UNIFORM SPECIFICATIONS OF ALL VARIETIES OF PADDY (KHARIF MARKETING SEASON 2015-16)
Paddy shall be in sound merchantable condition, dry, clean, wholesome, of good
food value uniform in colour and size of grains and free from moulds, weevils, obnoxious
smell, Argemonemexicana, Lathyrussativus (Khesari) and admixture of deleterious
substances.
Paddy will be classified into Grade “A” and “Common” groups.
SCHEDULE OF SPECIFICATION
S No. Refractions Maximum Limit(%)
1 Foreign matter (a) Inorganic (b) Organic
1.0% 1.0%
2 Damaged,discoloured,sprouted and weeviled grains
5.0%*
3 Immature, Shrunken and shriveled grains 3.0%
4 Admixture of lower class 6.0%
5 Moisture content 17.0%
*Damaged, sprouted and weevilled grains should not exceed 4%.
N.B.
1. The definitions of the above refractions and method of analysis are to be followed as
per BIS ‘Method of analysis for foodgrains’ Nos. IS:4333(Part I): 1996, IS: 4333(Part II):
2002 and ‘Terminology for foodgrains’ IS: Nos. 2813-1995, as amended from time to
time.
2. The method of sampling is to be followed as per BIS method for sampling of Cereals
and Pulses IS: 14818-2000 as amended from time to time.
3. Within the overall limit of 1.0% for organic foreign matter, poisonous seeds shall not
exceed 0.5% of which Dhatura and Akra seeds (Vicia species) not to exceed 0.025% and
0.2% respectively.
UNIFORM SPECIFICATIONS FOR GRADE ‘A’ & ‘COMMON’ RICE
Page 82 of 107
(KHARIF MARKETING SEASON 2015-16)
Rice shall be in sound merchantable condition, dry, clean, wholesome, of good
food value uniform in colour and size of grains and free from moulds, weevils, obnoxious
smell, admixture of unwholesome poisonous substances, Argemonemexicana,
Lathyrussativus(Khesari) in any form, or colouring agents and all impurities except to the
extent in the schedule below. It shall also conforming to prescribed norms under Food
Safety & Standards Act, 2006/Rules prescribed thereunder.
SCHEDULE OF SPECIFICATION
S. No. Refractions Maximum Limit(%)
Grade ‘A’ Common
1 Brokens*
Raw 25.0 25.0
Parboiled/single parboiled rice
16.0 16.0
2 Foreign Matter** Raw/Parboiled/single parboiled rice
0.5 0.5
3 Damaged#/slightly damaged grains
Raw 3.0 3.0
Parboiled/single parboiled rice
4.0 4.0
4 Discolored Grains Raw 3.0 3.0
Parboiled/single parboiled rice
5.0 5.0
5 Chalky Grains Raw 5.0 5.0
6 Red Grains Raw/ Parboiled/single parboiled rice
3.0 3.0
7 Admixture of lower class Raw/Parboiled/single parboiled rice
6.0 --
8 Dehusked Grains Raw/Parboiled/single parboiled rice
13.0 13.0
9 Moisture content@ Raw/Parboiled/single parboiled rice
14.0 14.0
* Not more than 1% by weight shall be small broken.
**Not more than 0.25% by weight shall be mineral matter and not more than 0.10% by
weight shall be impurities of animal origin.
# Including pin point damaged grains
@ Rice(both raw and parboiled/single parboiled) can be procured with moisture content
upto a maximum limit of 15% with value cut. There will no value cut upto 14%. Between
14% to 15% moisture, value cut will be applicable at the rate of full value.
Page 83 of 107
Annexure- XVI
List Of Godowns/Delivery Points Where Rice Can Be Delivered
This list may get amended from time to time and the same shall be communicated
to the Bidder timely.
Cluster:Cluster-3(Ambedkarnagar,Basti,Santkabirnagar,Siddarthnagar)
FCI
District
Revenue
District
Godown
Email address Conta
ct No. Address
Officer in
charge Name
Type
(Ow
ned/ Hire
d)
Cap
acit
y (in MT)
Faizabad
Ambedkarnagar
SWC Tanda
Hired
4200
9918552553
TandaAmbedkarnagar
Sh.shyam Bihari Mishra
CWC Shahganj
Hired
15000
Shahganj Sh.Janardanshukla
Gorakhpu
r
Basti
FSD Basti
owned
5740
9450131249
Basti Sh. Vinod Kr Gupta
CWC Basti
Hired
33000
9554250377
Basti Sh.Raghav Pandey
Santkabirnagar
SWC Jungle woon
Hired
5040
9721015839
Santkabirnagar
Sh.Praveen Kumar
Siddarthnagar
PEG Bardpur
Hired
55000
9455171982
Siddarthnagar
Sh.Tirathraj Dubey
Page 84 of 107
Annexure- XVII
Action Plan For The Bidder For
Kharif Marketing Season 2015-16
1. The Price Policy announced by the GOI for Kharif Crops of 2015 -16 season,
to be marketed in Kharif marketing season 2015-16, circulated by GOI vide
letter no. 4(4)/2014-Py.I dated 26/06/2015 is at Annexure – XXII.
2. Instructions of the GOI for colour coding of gunny bags to facilitate
identification of crop year of stock for KMS 2015-16 circulated vide letter No.
15(1)/2012-Py.III/318639 dated 10th April 2015 are at Annexure – XXIII.
3. Necessary steps must be taken to ensure that the impact of presence of
Bidder and its readiness in all respects for Kharif operations is felt and
appreciated by all.
4. To ensure that there is no inadequacy in arrangements for smooth
procurement operations. Staffs at each of the Procurement Centres have to
be positioned well in time and clear instructions given to them regarding
their role. Appointment of the Private Parties, provision of labour, placement
of gunnies, wooden crates, moisture meters, polythene covers and all other
arrangements be kept ready. Adequate arrangements must be made in time
to save stocks from rain, rodents and pests.
5. Weights in use should be duly stamped by Weights and Measurement
Department. The uniform specifications for Paddy for KMS 2015-16 as
circulated by the QC division of FCI Hqrs. vide letter No. QC/2(1)K.M.S/2015
dated 19/08/15 are at Annexure – XV.
6. Make necessary arrangement for procurement so that no FAQ Paddy is sold
below MSP.
The Estimated procurement targets and period of procurement of Paddy for KMS
2015-16 for the Cluster-3(Ambedkarnagar,Basti,Santkabirnagar,Siddarthnagar)of
State of Uttar Pradesh as prescribed by GOI, are as under:-
Page 85 of 107
(Figures in lakh tonnes)
Cluster Procurement targets PROCUREMENT PERIOD
FROM TO
Cluster-3
(Ambedkarnagar, Basti,
Santkabirnagar,
Siddarthnagar)
1.25 October, 2015 February, 2016
Time schedule of Milling/ delivery prescribed by GOI for the State/ part of the
State in which the cluster falls:
From October, 2015 to June, 2016.
8) All out and concerted efforts be made for achieving the targets and
responsibility for achieving the above targets may be assigned to field
officers/officials.
9) A monitoring mechanism may be kept in place to ensure that effective and
close liaison is maintained with the concerned Authorities at all levels. The
Bidder must remain actively in touch to sort out day-to-day operational
problems relating to procurement. Bidder shall send Monthly/Weekly
procurement highlights.
10) Equipment For Purchase
i) Every Purchase Centre be fully equipped with mini-kit as prescribed by GM
(R),FCIand moisture meter duly calibrated and certified by concerned
Competent Authority. In addition, the deployed personnel must carry with
them the Govt. of India’s specifications for Paddy applicable for KMS 2015-16
season in local language, official language and English.
ii) Personnel at Procurement Centres must ensure that the specifications and
support prices are prominently displayed in vernacular language for the
information of the farmers who bring their produce for sale.
iii) Purchase personnel must have adequate number of cloth bags and
polythene bags for drawing samples.
11) Procurement Prices Of KMS 2015-16 :-
Page 86 of 107
i) Minimum Support Price for Paddy so fixed by GOI vide letter no. 4(4)/2014-
Py.I dated 26th June 2015 is given below for ready reference:-
CROP MINIMUM SUPPORT PRICE(RS./QTL.)
PADDY(COMMON) 1410
PADDY(Grade –A) 1450
ii) Whenever State Governments announce any ‘State Bonus’ over and above
MSP fixed by the Govt. of India, Bidder shall obtain prior permission of FCI
before making payment of any such bonus to any farmer.
12) Stocks brought by the farmers would be heaped separately to maintain
individual identity. The deployed personnel should test check the stocks,
heap-wise, by drawing samples from each heap to assess the quality and
advise cultivators/ farmers to do the necessary cleaning/drying/up-gradation,
wherever necessary.
13) Recheck the Paddy stocks by drawing samples from different points of the
heap to assess the quality of the heap as per the Govt. of India’s
specifications in the presence of officials of the farmers and the stocks
conforming to the Govt. of India’s specifications shall be purchased.
14) Convince the farmers about the reasons for the rejection, if any, by
analysing the stocks on the spot, wherever necessary. Record indicating the
reasons for rejection of each lot must be maintained in the prescribed
register. This is very important to cross check objections/complaints
received, if any.
15) Instructions of the Government of India for Uniform Specifications for Paddy
for KMS 2015-16 shall be strictly followed.
16) Make all-out efforts to achieve or even surpass the estimated targets.
17) Maximize procurement of paddy of prescribed specification.
18) Purchase staff is required to be in position, well before the commencement
of the season. Labs.etc. be kept ready and functional in all respects.
19) Stocks must be procured on ‘First come first served’ basis.
20) Proper cleaning of the stocks must be ensured before stocks are purchased.
Page 87 of 107
21) Procurement staff should endeavour to win the confidence and trust of the
farmers by offering correct advice regarding upgrading of lots wherever
necessary so that the cultivators are not put to any inconvenience.
22) Proper liaison with State Food Department/State Agencies and District/State
Administration should be maintained.
23) Sort out bottlenecks, if any, by rendering necessary assistance, coordination
etc. in operational matters.
24) Immediate clearance and transportation of the procured stocks must be
ensured.
25) Supervisory and other Senior Officers should be on the move for close
supervision of procurement operations.
26) Procurement of Paddy should be strictly as per quality specifications laid
down by the Govt. of India for KMS 2015-16.
27) In order to achieve the goal of procuring Paddy to the maximum extent and
to give benefit of MSP to the farmers, wide publicity should be given through
Radio, TV, Pamphlets and Banners etc. regarding the MSP announced by the
GOI, quality specifications, number and location of purchase centres, facility
provided in effecting procurement like prompt payment to farmers, correct
weight etc. It must be ensured that the support price and specifications are
prominently displayed in all the purchase points for the information of
cultivators/farmers. Hand bills should be displayed and distributed to the
farmers giving the necessary guidelines and explaining the need for bringing
clean and dry stocks to get the MSP fixed by GOI.
28) Grievance redressal mechanism should also be put in place and contact
information of responsible officers be displayed/publicized prominently.
29) Special Attention / Emphasis Points:
i) The heap of the Paddy should not be on “Katcha” ground/floors so as to
avoid mixing of mud, sand, pebbles, and stones with the sound grains.
ii) There should not be shortage of covering materials, such as, tarpaulins etc.
Non-availability of the same may cause the possibilities of damage to the
Paddy purchased in case of sudden rains at the purchase centres.
iii) Govt. of India letter No15 (1)/2012-Py.III/318639 dated 10th April, 2015
(Annexure – XXIV) regarding stitching of all bags of rice.
Page 88 of 107
30) Stencilling: The stencilled matter on gunnies should indicate:
a) Name of the commodity.
b) Name of the Region.
c) Year of purchase
d) Name of the Purchase Centre/ Point.
e) Net weight.
f) Name of the Bidder.
Stencilling should be made in the Blue colour prescribed by GOI for Kharif
Marketing season 2015-16.
31) Record of Purchase:
Name of the cultivator, approximate quantity brought and quantity procured
shall be properly recorded. Similar details should be maintained for the
rejected lots recording reasons for rejections.
32) Information of Daily Arrivals And Purchases:
The Biddermust send, promptly, the details of daily arrivals and purchases
made by them alongwith prevailing market rates to the respective Area
Managers. A control room may be set up to ensure prompt gathering,
reporting & entering of data.
33) Transportation of Stocks Purchased:
i) The stocks purchased will then be dispatched to the milling centres.
Maintain proper records of dispatches showing name of the consignee milling
center and send complete dispatch documents to the consignee milling
center concerned. Obtain clear acknowledgement from the consignee milling
center regarding the quantity and quality of Paddy.
ii) All the Paddy purchased in a day should be moved on the same day or on
the next day. There should not be any delay in movement. There should be
periodical reconciliation of stocks purchased, stocks dispatched and stocks
received and payment against stocks purchased. Gunny account should also
be reconciled periodically. Periodicity in reconciliation of stocks as well as
gunnies should not be more than one week.
iii) Proper protection/security arrangements for the same should be ensured.
Page 89 of 107
34) Payments:
Payment to the farmers shall be ensured within 2 (two) working days after
effecting the purchases as per extant instructions.
35) Procured stocks must be preserved properly.
36) Team/Squads of Quality Control Officers and other Senior Officers shall be
formed by the Bidderand assigned the task of continuous touring and
thorough inspection of all aspects of the operation. Quality examination
should be made by random checking of the bags.
37) Distress Sale Complaints:
All such complaints are to be attended on “TOP PRIORITY” for remedial
action. Sincere efforts must be made to avoid any scope for such complaints
altogether. If complaints are received, these must be meticulously gone into,
sorted out/settled and Action Taken Report be furnished.
38) Important:
“Action plan” outlined above contains only broad guidelines. Compliance to
the instructions issued separately by FCI for various specific subjects
mentioned in this “action Plan”, must be ensured.
39) The Bidder shall take suitable actions to plug any loopholes in the system to
safeguard the interest of the FCI.
40) The Bidder shall undertake any operation/ activity which is essential for
completion of the contract which may be missing from the items given
above, as observed by GM (Region).
Page 90 of 107
Annexure- XVIII
List of Reports to Be Sent By the Bidder
1) Information Of Daily Arrivals And Purchases:
(Periodicity- Daily, Mode-email)
Name of
the centre
Paddy arrived
on date
Progressive
paddy
arrived
paddy
purchased on
date
Total Payment
made to farmers
till date
Prevailing
market rate
2) Information of Daily rice delivery:
(Periodicity- Daily, Mode-email)
Name of the
centre
Progressive paddy purchased
Resultant rice Due
Res. Rice delivered till
date
Res. Rice delivered on
date
Balanced rice to be delivered
3) Report of Storage of Rice delivered for storage at depot beyond
15 days of stipulated time:
(Periodicity- Fortnightly, Mode-email)
Name
of the centre
Progressive
paddy purchased
till date
Resultant
rice delivered
within 15 days
Resultant Rice Stored Beyond 15 days of
stipulated time
Payment
Claimed
Storage
Point
Qty. (Qtls.) No. of Days
(beyond 15 days)
Page 91 of 107
4) Information of Daily payment of MSP(Within 3 days of
procurement):
(Periodicity- Daily, Mode-email)
Name
of the
centre
Date of
purchase
Name
of the
farmer
Kisanbahi/Jot
bahi
No./Kisan
credit card
Quantity
purchased
(in lakhs)
Value
(in
Rs)
6 R
No.
and
date
RTGS/NEFT/
Electronic
mode No.&
date
A/C
no. of
farmer
A
B
C
05) Depot wise break up of rice delivered
(Periodicity- Fortnightly, Mode-email)
Centre name-
Name of depot Accepted quantity of rice
Rejected quantity of rice
Total
Page 92 of 107
06) Other documents:
i. Copies of milling agreements entered by the bidder with
various millers for milling of procured paddy and to intimate
total quantity of paddy allotted to each miller for milling
within 15 (Fifteen) working days of entering into such an
agreement/ paddy allotment to millers.
ii. List of the location details of all procurement centres opened,
storage points utilized by the bidder for storage of paddy/rice
and millingcentres for milling of paddy, to FCI within 3
(Three) working days from issue of order engaging the
procuring Private Party.
iii. If any new purchase centre/storage point is opened and/or
new milling centre is identified the bidder shall intimate in
writing to GM (R) the details thereof within 3 working days
from the date of opening of such purchase centre/storage
point/milling centre. FCI shall have the right to inspect all
such procurement centres/ storage points/ milling centres as
and when required.
07) Any other document as an when required by the FCI can be called in
the required format.
Page 93 of 107
Annexure – XIX
List of Authorised Officers Of FCI Along With Their Contact Details For
Communication
Sr
No
.
Name of the
Officer
Designation Address Email address Phone Fa
x
Mobile No.
1. Sh.D.S.Chauha
n
GM(Region) FCI,TC/3V,
Vibhutikhand
Gomtinagar
,Lucknow
[email protected] 0522-
2720862,
0522-
2720863
3 Sh.Rajat
Sharma
DGM(Proc.) Dgmcommup.fci@
nic.in
4 Sh.BafpalbirSin
gh
AGM(Proc.) Agmcommlup.fci@
nic.in
5 Sh.Pratyush
Kumar
Area
Manager -
Faizabad
3/19/141 AB
NiyawanFaiza
bad
[email protected] 87650001
28
6 Sh.Piyush
Tiwari
Area
Manager –
Gorakpur
179//2
Pt.Harihar
Prasad
dubeymargbe
tihata ,
gorakhpur
97795853
82
Page 94 of 107
Annexure – XX
List of Authorised Officers Of The Bidder for the Cluster: cluster-3
(Ambedkarnagar, Basti, Santkabirnagar,siddarthnagar)
(To be provided by the Bidder before starting the work in the following format.
Any changes to be timely intimated to GM (Region)/ Area Manager)
Sr No. Name of
the
Officer
Designation Address Email
address
Phone Fax Mobile
No.
ID
Card
No.
1
2
3
4
5
6
Page 95 of 107
ANNEXURE- XXI
DECLARATION
(on non-judicial stamp paper of appropriate value, attested by Notary Public)
1. I _____________________ Son/Daughter/Wife of ________________ am
the authorized representative of the bidder firm and I am competent to
sign this declaration and execute this Bid document.
2. I have carefully read and understood all the terms and conditions of the Bid
No……………………………………………………………………..and I agree, confirm
and undertake to abide by all the terms & conditions as stipulated in the
prescribed Bid document, its Annexures, Appendices and also to furnish
signed hard copy of bid document upon award of contract.
3. The information/documents furnished along with the above Bid are true
and authentic to the best of my knowledge and belief. I/We am/are well
aware of the fact that furnishing of any false or incorrect
information/fabricated document would lead to rejection of my Bid at any
stage without prejudice to any other rights that the Corporation may have
under the Contract and Law.
4. I further undertake that the personnel deployed under the contract services
upon completion of work will be removed from the procurement areas and
the entire responsibility of such personnel will be that of the Bidder.
Yours faithfully,
(____________________)
Signature of Bidder
(Capacity in which signing)
Seal
Page 96 of 107
Annexure – XXII
(The Price Policy announced by the GOI for Kharif Crops of 2015-16 season,
to be marketed in Kharif marketing season 2015-16, circulated by
Headquarters email dated 01/07/2015)
For subsequent KMSs, this shall be provided by GM (Region) before onset of
the season.
Page 97 of 107
Annexure – XXIII
(Instructions of the GOI for colour coding of gunny bags to facilitate
identification of crop year of stock for KMS 2015-16 circulated vide letter No.
15(1)/2012-Py.III/318639 dated 10th April 2015)
For subsequent KMSs, this shall be provided by GM (Region) before onset of
the season.
Page 98 of 107
Annexure – XXIV
(General Manager (Region) will provide instruction regarding stitching of all bags
of Rice and other relevant instructions on Stitching)
For subsequent KMSs, this shall be provided by GM (Region) before onset of the
season.
Page 99 of 107
For KMS 15-16 The colour of the stitching is “BLUE”
Double machine Stitching of good quality
Deduction on poor stitching shall be made as per the cost
sheet/instructions.
Page 100 of 107
Annexure – XXV
In the Cluster, FCI requires resultant rice in the form of Raw Rice / Par Boiled Rice
or Both in the proportion given below:
Cluster Percentage of raw Rice required
(in %age)
Percentage of Par Boiled Rice required
(in %age)
Cluster-3 (Ambedkarnagar, Basti, Santkabirnagar, siddarthnagar)
100 0
Page 101 of 107
Annexure - XXVI
List of Documents to be uploaded in Technical bid folder/cover:
Serial no.
List of documents (Page no.)
1 Scanned copy of the prescribed Bid document comprising of Part- A complete in all respect along with all Attachments including Appendices, Annexures, and Supporting Documents etc. duly filled and signed on each page by the Bidder.
2 Self- attested scanned copy of documents in support of the Minimum eligibility criteria stipulated in the Bid Document along with Annexure-I to VI duly filled and signed (in PDF format).
3 Scanned copy of proof of payment of Tender fee by RTGS / NEFT/ ELECTRONIC MODE (in pdf format).
4 Scanned copy of proof of payment of of EMD RTGS / NEFT/ ELECTRONIC MODE (in PDF format).
5 Scanned copy of “Particulars of Bidder” as prescribed in Annexure-VIII
6 Scanned copy of Declaration as per Annexure-XXII.
7 Self- attested Scanned copy (in PDF format) of Registered Deed of partnership of the firm, Registered Partnership Agreement of LLP along with Certificate of Incorporation, Memorandum& Articles of Association and certificate of incorporation of company, certificate of registration of Cooperative etc. as applicable
8 Self- attested scanned copy (in PDF format) of Power of Attorney in respect of Authorized signatory for signing the bids, if applicable
9 Self -attested scanned copy (in PDF Format) of the Resolution passed by the Company/ LLP authorizing the person signing the Bid to do so on behalf of the company/ LLP, , if applicable
10 Self -attested scanned copy (in PDF format) of PAN card of the firm.
11 Self -attested scanned copy (in PDF format) of proof of TAN Numberof the firm.
Page 102 of 107
12 Self -attested scanned copy (in PDF format) of proof of Service Tax registration number of the firm
13 Self -attested scanned copy (in PDF format) of proof of VAT registration number of the firm
14 Self -attested scanned copy (in PDF format) of proof of EPFO registration number of the firm.
15 Self -attested scanned copy (in PDF format) of proof of ESIC registration number of the firm
16 Self- attested Scanned copy (in PDF format) of duly audited P&L Account and Balance Sheet of last 3 financial years i.e. 2012-13, 2013- 14 & 2014-15.
List of document(s) to be uploaded in Financial bid folder/cover:
Serial no.
List of documents Index giving page wise information of all documents. (Page no.)
1 Bid document PART – B, Forwarding letter of Price Bid cum Price bid undertaking.
2 UPBOQ.xls as per MTF
Note: All documents as required to be submitted needs to be digitally
signed/self-attested by authorized signatory. The above list of documents
are only indicative, the bidders are advised to refer to the respective Bid
document clause in respect of various documents to be submitted.
Page 103 of 107
Part – B
Price Bid
Page 104 of 107
Forwarding Letter
To
The General Manager (U.P)
Food Corporation of India,
Regional Office
Lucknow
Ref.Bid No.Proc/03/2015-16
Dear Sir,
I/We, submit the online price bid for engagement of Private Parties on
Principal to Principal basis under two bid system through e-tender for
procurement of paddy under MSP scheme from farmers at sector level
procurement centres and delivery of resultant custom milled rice (CMR) in the
specified godowns as per Govt. of India specifications during KMS 2015-16 to KMS
2017-18 in the Cluster-3 (Ambedkarnagar, Basti, Santkabirnagar, Siddarthnagar)
of FCI Region of Uttar Pradesh
2. I/We have thoroughly examined and understood all the terms & conditions
as contained in the Bid document and agree to abide by them.
3. I/We hereby offer to procure Paddyand deliver resultant rice to FCI at the
cost and margin indicated in the schedule of price Bid excluding MSP, bonus if any
and statutory levies & taxes till delivery of rice.
4. I/We undertake that I/We are not entitled to claim any enhancement of
cost and marginon any account during the tenure of the contract.
5. I/We undertake that the cost and margin quoted in the Price Bid is payable
on the quantity of rice accepted by FCI.
6. I/ We undertake that MSP, Bonus (if any) and statutory taxes, cess, levies,
duties on paddy, except VAT, are payable to me/ us,as applicable for relevant
KMS, on the equivalent quantity of paddy based on the prescribed out turn ratio
for the quantity of rice accepted by FCI, subject to production of relevant proofs
and supporting documents.
Yours faithfully,
(____________________)
Signature of Bidder
(Capacity in which signing)
Page 105 of 107
Stamp of Firm
Page 106 of 107
Schedule - I
Schedule Of Price Bid
The below mentioned Price bid format is provided as UPBOQ.xls along with
this Bid document at https://eprocure.gov.in/eprocure/app. Bidders are advised to
download this UPBOQ.xls as it is and quote their offer/rates in the permitted
column and upload the same in the Price bid which is payable to bidder towards
the cost & margin of rice delivered to and accepted by FCI, apart from MSP,
bonus, statutory charges like taxes, cess, levies and duties up to the point of
delivery of rice.
Sl.
No.
Description of work
Consolidated cost and margin in terms of
“Rupees per quintal” of resultant rice
delivered to and accepted by FCI *
Amount in Figures Amount in words
1 Procurement of paddy
under MSP scheme from
farmers at sector level
procurement centres and
delivery of resultant custom
milled rice (CMR) in the
specified godowns as per
Govt. of India specifications
during KMS-2015-16 to
KMS 2017-18 In The
Cluster-3 (Ambedkarnagar,
Basti, Santkabirnagar,
siddarthnagar) of State of
Uttar Pradesh
*The Bidder shall quote Consolidatedcost and marginincluding
transportation and handling cost of Paddy and Rice dumped on the
platform of the godown by the Private Party at the delivery point of FCI
Page 107 of 107
(exclusive of MSP, Bonus, Statutory charges like taxes, cess, levies and
duties).
1. MSP, Bonus, Statutory charges like Taxes, cess, levies and duties on paddy,
except VAT, as applicable for relevant KMS,on the equivalent paddy for the
quantity of rice accepted by FCI shall be payable as part of cost of riceto
the bidder upon production of proof of their payment as stipulated in the
MTF.VAT on Paddy will not be paid by FCI as the bidder will get VAT on
Rice and will get input tax credit on VAT paid on Paddy. In case only Paddy
is liable for VAT and Rice is exempt, then VAT on Paddy will be paid by FCI
to the Bidder.
2. The consolidated pricequoted by the bidder shall include all his expenses
from procurement of paddy, getting it converted into rice and delivery to
the Corporation. The VAT on rice net of input tax credit on VAT paid on
paddywill be paid as per the provisions of the Law and at the rate
applicable from time to time. No other charges except taxes, cess and duty
shall be payable.
3. Rates quoted in any manner other than the above will be summarily
rejected. The quoted rates shall remain firm throughout the tenure of the
contract and no revision is permissible for any reason.
4. In case of any discrepancy/difference in the amounts indicated in figures
and words the amount in words will prevail and will be considered.
5. The Rate shall be quoted in Indian Rupee only.
6. TDS, as applicable, shall be deducted as per relevant provisions.
Yours faithfully,
(___________________)
Signature of Bidder
(Capacity in which signing)
Stamp of Firm