Cost of Tender Form: Rs. 572/- FOOD CORPORATION OF...
Transcript of Cost of Tender Form: Rs. 572/- FOOD CORPORATION OF...
Cost of Tender Form: Rs. 572/-
FOOD CORPORATION OF INDIA REGIONAL OFFICE: PUNJAB, CHANDIGARH
ISO 9001:2000 Certified
(TENDER NOTICE) TE: 27.09.16
Regular Tender Enquiry for Appointment of RTC HP.
Online tenders, under two cover system, are invited from
financially sound parties having business competency for appointment of regular Road Transport Contractor (RTC) for HP centres for two years as under :- REMARKS FOR RTC:In case the bidder wishes to apply for one or multiple destination centres from one dispatching centre in combination thereof whose value is less than Rs.1.00 Crore then he will have to deposit minimum EMD/SD/BG of Rs, 2.00 Lac, 5.00 Lacs and 15.00 Lacs respectively for each dispatching centre. The centre(s)(dispatching) whose value is more than Rs.1.00 Crore the bidder will deposit EMD/SD and BG on actual basis. Centre wise details of EMD deposited by the bidder be indicated in Annexure X of NIT or separate sheet if required be attached.
Similarly if min. of trucks are less than 10 then for each dispatching centre the
min. no. of trucks required to be supplied per day shall be 10 of 9 MT
Capacity from each dispatching centre, if these are between 10 to 20 then the
contractor will have to supply the no. of trucks as per actual basis(each 9 MT
Capacity) from each dispatching centre and if these are more than 20 then the
minimum no of trucks required to be supplied per day shall be 21 of 9 MT
capacity from each dispatching center.
NOTE: For detailed Terms & Conditions, MTF applicable may be referred.
S.No From To Dist
an
ce
in
KM
Estimated
C.V. (Rs.)
EMD
@2% of
CV(Rs.)
Security in
the form
of DD @
5% of
CV(Rs.)
Bank
Guarntee
@ 15% of
Cont.
Value
(Rs.)
Min
no. of
trucks
requir
ed
1. Tanda Keylong 484 2500000 50000 125000 375000 1
2. Tanda Parwanoo 200 2500000 50000 125000 375000 1
3. Tanda Shimla
(Dhali)
317 2500000 50000 125000 375000 1
4. Tanda Solan 252 2500000 50000 125000 375000 1
5. Tanda Tapri 517 2500000 50000 125000 375000 1
6. Tanda PEG Kala
Amb
253 2500000 50000 125000 375000 1
7. Tanda Ranital 114 44,94,100/- 89,900/- 2,24,800/- 6,74,200/- 2
8. Tanda Jatch 85 46,82,200/- 93,700/- 2,34,200/- 7,02,400/- 2
9. Garhshankar Keylong 408 2500000 50000 125000 375000 1
10. Garhshankar Parwanoo 119 2500000 50000 125000 375000 1
11. Garhshankar Shimla(Dhal
li)
236 2500000 50000 125000 375000 1
12. Garhshankar Solan 170 2500000 50000 125000 375000 1
13. Garhshankar Tapri 436 2500000 50000 125000 375000 1
14. Garhshankar Bilaspur 115 2500000 50000 125000 375000 1
15. Garhshankar Ner Chowk 169 2500000 50000 125000 375000 1
16. Garhshankar Mandi 181 2500000 50000 125000 375000 1
17. Garhshankar Kullu 258 2500000 50000 125000 375000 1
18. Balachaur Keylong 416 2500000 50000 125000 375000 1
19. Balachaur Parwanoo 102 2500000 50000 125000 375000 1
20. Balachaur Shimla(Dhal
li)
219 2500000 50000 125000 375000 1
21. Balachaur Solan 154 2500000 50000 125000 375000 1
22. Balachaur Tapri 419 2500000 50000 125000 375000 1
23. Balachaur PEG
Sarkaghat
163 2500000 50000 125000 375000 1
24. Balachaur PEG Kala
Amb
148 2500000 50000 125000 375000 1
25. Balachaur Bilaspur 99 2500000 50000 125000 375000 1
26. Balachaur Nerchowk 152 2500000 50000 125000 375000 1
27. Balachaur Mandi 165 2500000 50000 125000 375000 1
28. Balachaur Kullu 241 2500000 50000 125000 375000 1
29. Balachaur Una 64 2500000 50000 125000 375000 1
30. Balachaur Hamirpur 154 2500000 50000 125000 375000 1
31. Balachaur Dehra 133 2500000 50000 125000 375000 1
32. Balachaur Ranital 155 2500000 50000 125000 375000 1
33. Balachaur Nagrota 179 2500000 50000 125000 375000 1
34. Balachaur Jatch 179 2500000 50000 125000 375000 1
35. Hoshiarpur Chamba 217 2500000 50000 125000 375000 1
36. Hoshiarpur Parwanoo 165 2500000 50000 125000 375000 1
37. Hoshiarpur Shimla(
Dhalli)
282 2500000 50000 125000 375000 1
38. Hoshiarpur Solan 216 2500000 50000 125000 375000 1
39. Hoshiarpur Tapri 482 2500000 50000 125000 375000 1
40. Hoshiarpur N.Chowk 215 17025000 340500 851250 2553750 4
41. Hoshiarpur Jatch 113 779000 15580 38950 116850 1
42. Hoshiarpur PEG Kala
Amb
217 2500000 50000 125000 375000 1
43. Nasrala Chamba 221 2500000 50000 125000 375000 1
44. Nasrala Jatch 116 2500000 50000 125000 375000 1
45. Nasrala Kullu 309 88,09,000 1,76,180 4,40,450 13,21,350 2
46. Nasrala Keylong 459 93,58,000 1,87,160 4,67,900 14,03,700 1
47. Nasrala Una 58 46,53,000 93,060 2,32,650 6,97,950 2
48. Nasrala Mandi 232 2500000 50000 125000 375000 1
49. Nasrala Shimla(
Dhalli)
286 2500000 50000 125000 375000 1
50. Nasrala Solan 221 2500000 50000 125000 375000 1
51. Nasrala Tapri 482 2500000 50000 125000 375000 1
52. Nasrala PEG Kala
Amb
221 2500000 50000 125000 375000 1
53. Apra Dehra 132 2500000 50000 125000 375000 1
54. Apra Jatch 174 2500000 50000 125000 375000 1
55. Apra Keylong 441 2500000 50000 125000 375000 1
56. Apra Kullu 291 2500000 50000 125000 375000 1
57. Apra Nagrota 180 2500000 50000 125000 375000 1
58. Apra Una 83 2500000 50000 125000 375000 1
59. Apra Ranital 151 2500000 50000 125000 375000 1
60. Apra Tapri 469 2500000 50000 125000 375000 1
61. Apra Chamba 278 2500000 50000 125000 375000 1
62. Apra Parwanoo 152 2500000 50000 125000 375000 1
63. Apra Shimla(
Dhalli
269 2500000 50000 125000 375000 1
64. Apra Solan 203 2500000 50000 125000 375000 1
65. Apra Hamirpur 171 2500000 50000 125000 375000 1
66. Apra Bilaspur 148 2500000 50000 125000 375000 1
67. Apra Mandi 214 2500000 50000 125000 375000 1
68. Apra Nerchowk 202 2500000 50000 125000 375000 1
69. Apra PEG Kala-
amb
186 25,00,000 50000 125000 375000 1
70. Jalandhar Tapri 505 2500000 50000 125000 375000 1
71. Jalandhar Chamba 268 2500000 50000 125000 375000 1
72. Jalandhar Parwanoo 190 2500000 50000 125000 375000 1
73. Jalandhar Shimla
(Dhalli)
307 2500000 50000 125000 375000 1
74. Jalandhar Solan 241 2500000 50000 125000 375000 1
75. Jalandhar Nerchowk 266 2500000 50000 125000 375000 1
76. Jalandhar Jatch 164
11,079,000
221,580
553,950
1,661,850
3
77. Jalandhar Dehra 122
3,436,000
68,720
171,800
515,400
1
78. Jalandhar Keylong 570
2,500,000
50,000
125,000
375,000
1
79. Jalandhar PEG Kala-
amb
215 25,00,000 50000 125000 375000 1
80. Jalandhar PEG
Sarkaghat
184 2500000 50000 125000 375000 1
81. Kartarpur Una 124
2,500,000 50,000 125,000 375,000 1
82. Kartarpur Keylong 590
2,500,000 50,000 125,000 375,000 1
83. Kartarpur Tapri 525 2500000 50000 125000 375000 1
84. Kartarpur Chamba 288 2500000 50000 125000 375000 1
85. Kartarpur Parwanoo 210 2500000 50000 125000 375000 1
86. Kartarpur Shimla/
Dhali
327 2500000 50000 125000 375000 1
87. Kartarpur Solan 261 2500000 50000 125000 375000 1
88. Kartarpur Mandi 298 2500000 50000 125000 375000 1
89. Kartarpur Nerchowk 286 2500000 50000 125000 375000 1
90. Kartarpur PEG Kala-
amb
234 25,00,000 50000 125000 375000 1
91. Kartarpur PEG
Sarkaghat
188 2500000 50000 125000 375000 1
92. Quadian Nagrota 168 2500000 50000 125000 375000 1
93. Quadian Chamba 193 2500000 50000 125000 375000 1
94. Quadian Jatch 98 2500000 50000 125000 375000 1
95. Quadian Mandi 259 2500000 50000 125000 375000 1
96. Quadian Bilaspur 213 2500000 50000 125000 375000 1
97. Quadian Nerchowk 244 2500000 50000 125000 375000 1
98. Quadian Kullu 329 2500000 50000 125000 375000 1
99. Quadian Hamirpur 229 2500000 50000 125000 375000 1
100. Quadian Karga 500 2500000 50000 125000 375000 1
101. Quadian Una 148 2500000 50000 125000 375000 1
102. Quadian Ranital 158 2500000 50000 125000 375000 1
103. Quadian Dehra 324 2500000 50000 125000 375000 1
104. F.Churian Nagrota 198 2500000 50000 125000 375000 1
105. F.Churian Chamba 223 2500000 50000 125000 375000 1
106. F.Churian Jatch 128 2500000 50000 125000 375000 1
107. F.Churian Mandi 293 2500000 50000 125000 375000 1
108. F.Churian Bilaspur 247 2500000 50000 125000 375000 1
109. F.Churian Nerchowk 278 2500000 50000 125000 375000 1
110. F.Churian Kullu 363 2500000 50000 125000 375000 1
111. F.Churian Hamirpur 259 2500000 50000 125000 375000 1
112. F.Churian Karga 530 2500000 50000 125000 375000 1
113. F.Churian Una 182 2500000 50000 125000 375000 1
114. F.Churian Ranital 192 2500000 50000 125000 375000 1
115. F.Churian Dehra 358 2500000 50000 125000 375000 1
116. Dhariwal Nagrota 150 2500000 50000 125000 375000 1
117. Dhariwal Chamba 175 2500000 50000 125000 375000 1
118. Dhariwal Jatch 80 2500000 50000 125000 375000 1
119. Dhariwal Mandi 246 2500000 50000 125000 375000 1
120. Dhariwal Bilaspur 200 2500000 50000 125000 375000 1
121. Dhariwal Nerchowk 231 2500000 50000 125000 375000 1
122. Dhariwal Kullu 316 2500000 50000 125000 375000 1
123. Dhariwal Hamirpur 211 2500000 50000 125000 375000 1
124. Dhariwal Karga 482 2500000 50000 125000 375000 1
125. Dhariwal Una 135 2500000 50000 125000 375000 1
126. Dhariwal Ranital 145 2500000 50000 125000 375000 1
127. Dhariwal Dehra 311 2500000 50000 125000 375000 1
128. Amloh Parwanoo 103 2500000 50000 125000 375000 1
129. Amloh Solan 146 2500000 50000 125000 375000 1
130. Amloh Shimla 197 2500000 50000 125000 375000 1
131. Amloh Tapri 390 2500000 50000 125000 375000 1
132. Amloh Bilaspur 161 2500000 50000 125000 375000 1
133. Amloh Chamba 334 2500000 50000 125000 375000 1
134. Amloh Dehra 218 2500000 50000 125000 375000 1
135. Amloh GujjarkaTal
ab
243 2500000 50000 125000 375000 1
136. Amloh Hamirpur 235 2500000 50000 125000 375000 1
137. Amloh Kullu 303 2500000 50000 125000 375000 1
138. Amloh Mandi 227 2500000 50000 125000 375000 1
139. Amloh Nagrota 266 2500000 50000 125000 375000 1
140. Amloh Nerchowk 214 2500000 50000 125000 375000 1
141. Amloh Ranital 237 2500000 50000 125000 375000 1
142. Amloh Una 141 2500000 50000 125000 375000 1
143. Amloh Karga(keylo
ng)
448 2500000 50000 125000 375000 1
144. Amloh PEG Kala-
amb
117 25,00,000 50000 125000 375000 1
145. Bassipathan
a
Parwanoo 80 2500000 50000 125000 375000 1
146. Bassipathan
a
Solan 124 2500000 50000 125000 375000 1
147. Bassipathan
a
Shimla 175 2500000 50000 125000 375000 1
148. Bassipathan
a
Tapri 306 2500000 50000 125000 375000 1
149. Bassipathan
a
Bilaspur 130 2500000 50000 125000 375000 1
150. Bassipathan
a
Chamba 345 2500000 50000 125000 375000 1
151. Bassipathan
a
Dehra 187 2500000 50000 125000 375000 1
152. Bassipathan
a
GujjarkaTal
ab
254 2500000 50000 125000 375000 1
153. Bassipathan
a
Hamirpur 204 2500000 50000 125000 375000 1
154. Bassipathan
a
Kullu 272 2500000 50000 125000 375000 1
155. Bassipathan
a
Mandi 196 2500000 50000 125000 375000 1
156. Bassipathan
a
Nagrota 235 2500000 50000 125000 375000 1
157. Bassipathan
a
Nerchowk 183 2500000 50000 125000 375000 1
158. Bassipathan
a
Ranital 206 2500000 50000 125000 375000 1
159. Bassipathan
a
Una 110 2500000 50000 125000 375000 1
160. Bassipathan
a
Karga(Keyl
ong)
417 2500000 50000 125000 375000 1
161. BassiPathan
a
PEG Kala-
amb
104 25,00,000 50000 125000 375000 1
162. Chamkaur Parwanoo 79 2500000 50000 125000 375000 1
Sahib
163. Chamkaur
Sahib
Solan 123 2500000 50000 125000 375000 1
164. Chamkaur
Sahib
Shimla 174 2500000 50000 125000 375000 1
165. Chamkaur
Sahib
Tapri 366 2500000 50000 125000 375000 1
166. Chamkaur
Sahib
Chamba 329 2500000 50000 125000 375000 1
167. Chamkaur
Sahib
Dehra 166 2500000 50000 125000 375000 1
168. Chamkaur
Sahib
GujjarkaTal
ab
238 2500000 50000 125000 375000 1
169. Chamkaur
Sahib
Hamirpur 183 2500000 50000 125000 375000 1
170. Chamkaur
Sahib
Nagrota 214 2500000 50000 125000 375000 1
171. Chamkaur
Sahib
Ranital 185 2500000 50000 125000 375000 1
172. Chamkaur
Sahib
Karga(keylo
ng)
396 2500000 50000 125000 375000 1
173. Chamkaur
Sahib
Bilaspur 108 2500000 50000 125000 375000 1
174. Chamkaur
Sahib
Kullu 248 2500000 50000 125000 375000 1
175. Chamkaur
Sahib
Una 89 2500000 50000 125000 375000 1
176. Chamkaur
Sahib
Mandi 173 2500000 50000 125000 375000 1
177. Chamkaur
Sahib
Nerchowk 161 2500000 50000 125000 375000 1
178. Chamkaur
Sahib
PEG Kala-
amb
110 25,00,000 50000 125000 375000 1
179. Chinarthal Parwanoo 93 2500000 50000 125000 375000 1
180. Chinarthal Solan 136 2500000 50000 125000 375000 1
181. Chinarthal Shimla 187 2500000 50000 125000 375000 1
182. Chinarthal Tapri 380 2500000 50000 125000 375000 1
183. Chinarthal Bilaspur 152 2500000 50000 125000 375000 1
184. Chinarthal Chamba 358 2500000 50000 125000 375000 1
185. Chinarthal Dehra 210 2500000 50000 125000 375000 1
186. Chinarthal GujjarkaTal
ab
266 2500000 50000 125000 375000 1
187. Chinarthal Hamirpur 227 2500000 50000 125000 375000 1
188. Chinarthal Kullu 294 2500000 50000 125000 375000 1
189. Chinarthal Mandi 218 2500000 50000 125000 375000 1
190. Chinarthal Nagrota 258 2500000 50000 125000 375000 1
191. Chinarthal Nerchowk 206 2500000 50000 125000 375000 1
192. Chinarthal Ranital 229 2500000 50000 125000 375000 1
193. Chinarthal Una 133 2500000 50000 125000 375000 1
194. Chinarthal Karga(Keyl
ong)
440 2500000 50000 125000 375000 1
195. Chirnarthal PEG Kala-
amb
108 25,00,000 50000 125000 375000 1
196. Dapper Bilaspur 162 2500000 50000 125000 375000 1
197. Dapper Chamba 382 2500000 50000 125000 375000 1
198. Dapper Dehra 219 2500000 50000 125000 375000 1
199. Dapper GujjarkaTal
ab
291 2500000 50000 125000 375000 1
200. Dapper Hamirpur 236 2500000 50000 125000 375000 1
201. Dapper Kullu 304 2500000 50000 125000 375000 1
202. Dapper Mandi 228 2500000 50000 125000 375000 1
203. Dapper Nagrota 268 2500000 50000 125000 375000 1
204. Dapper Nerchowk 215 2500000 50000 125000 375000 1
205. Dapper Ranital 239 2500000 50000 125000 375000 1
206. Dapper Una 143 2500000 50000 125000 375000 1
207. Dapper Karga(keylo
ng)
444 2500000 50000 125000 375000 1
208. Dapper Parwanoo 46 2500000 50000 125000 375000 1
209. Dapper Solan 88 2500000 50000 125000 375000 1
210. Dapper Dhalli 149 2500000 50000 125000 375000 1
211. Dapper Tapri 341 2500000 50000 125000 375000 1
212. Dappar PEG Kala-
amb
58 25,00,000 50000 125000 375000 1
213. Khamanon Parwanoo 79 2500000 50000 125000 375000 1
214. Khamanon Solan 117 2500000 50000 125000 375000 1
215. Khamanon Shimla 174 2500000 50000 125000 375000 1
216. Khamanon Tapri 366 2500000 50000 125000 375000 1
217. Khamanon Bilaspur 128 2500000 50000 125000 375000 1
218. Khamanon Chamba 323 2500000 50000 125000 375000 1
219. Khamanon Dehra 185 2500000 50000 125000 375000 1
220. Khamanon GujjarkaTal
ab
232 2500000 50000 125000 375000 1
221. Khamanon Hamirpur 203 2500000 50000 125000 375000 1
222. Khamanon Kullu 270 2500000 50000 125000 375000 1
223. Khamanon Mandi 194 2500000 50000 125000 375000 1
224. Khamanon Nagrota 234 2500000 50000 125000 375000 1
225. Khamanon Nerchowk 182 2500000 50000 125000 375000 1
226. Khamanon Ranital 205 2500000 50000 125000 375000 1
227. Khamanon Una 109 2500000 50000 125000 375000 1
228. Khamanon Karga(Keyl
ong)
416 2500000 50000 125000 375000 1
229. Khamanon PEG Kala-
amb
110 25,00,000 50000 125000 375000 1
230. Morinda Parwanoo 63 2500000 50000 125000 375000 1
231. Morinda Solan 106 2500000 50000 125000 375000 1
232. Morinda Shimla 157 2500000 50000 125000 375000 1
233. Morinda Tapri 350 2500000 50000 125000 375000 1
234. Morinda Chamba 334 2500000 50000 125000 375000 1
235. Morinda Dehra 171 2500000 50000 125000 375000 1
236. Morinda GujjarkaTal
ab
243 2500000 50000 125000 375000 1
237. Morinda Hamirpur 188 2500000 50000 125000 375000 1
238. Morinda Nagrota 219 2500000 50000 125000 375000 1
239. Morinda Ranital 190 2500000 50000 125000 375000 1
240. Morinda Karga(Keyl
ong)
401 2500000 50000 125000 375000 1
241. Morinda Bilaspur 113 2500000 50000 125000 375000 1
242. Morinda Kullu 253 2500000 50000 125000 375000 1
243. Morinda Mandi 178 2500000 50000 125000 375000 1
244. Morinda Nerchowk 165 2500000 50000 125000 375000 1
245. Morinda Una 89 2500000 50000 125000 375000 1
246. Morinda PEG Kala-
amb
94 25,00,000 50000 125000 375000 1
247. Sanghol Parwanoo 73 2500000 50000 125000 375000 1
248. Sanghol Solan 117 2500000 50000 125000 375000 1
249. Sanghol Shimla 168 2500000 50000 125000 375000 1
250. Sanghol Tapri 360 2500000 50000 125000 375000 1
251. Sanghol Bilaspur 123 2500000 50000 125000 375000 1
252. Sanghol Chamba 329 2500000 50000 125000 375000 1
253. Sanghol Dehra 180 2500000 50000 125000 375000 1
254. Sanghol GujjarkaTal
ab
238 2500000 50000 125000 375000 1
255. Sanghol Hamirpur 197 2500000 50000 125000 375000 1
256. Sanghol Kullu 265 2500000 50000 125000 375000 1
257. Sanghol Mandi 189 2500000 50000 125000 375000 1
258. Sanghol Nagrota 228 2500000 50000 125000 375000 1
259. Sanghol Nerchowk 176 2500000 50000 125000 375000 1
260. Sanghol Ranital 200 2500000 50000 125000 375000 1
261. Sanghol Una 102 2500000 50000 125000 375000 1
262. Sanghol Karga(Keyl
ong)
410 2500000 50000 125000 375000 1
263. Sanghol PEG Kala-
amb
104 25,00,000 50000 125000 375000 1
264. Sirhind Parwanoo 85 2500000 50000 125000 375000 1
265. Sirhind Solan 128 2500000 50000 125000 375000 1
266. Sirhind Shimla 179 2500000 50000 125000 375000 1
267. Sirhind Tapri 372 2500000 50000 125000 375000 1
268. Sirhind Bilaspur 137 2500000 50000 125000 375000 1
269. Sirhind Chamba 348 2500000 50000 125000 375000 1
270. Sirhind Dehra 194 2500000 50000 125000 375000 1
271. Sirhind GujjarkaTal
ab
241 2500000 50000 125000 375000 1
272. Sirhind Hamirpur 211 2500000 50000 125000 375000 1
273. Sirhind Kullu 279 2500000 50000 125000 375000 1
274. Sirhind Mandi 203 2500000 50000 125000 375000 1
275. Sirhind Nagrota 242 2500000 50000 125000 375000 1
276. Sirhind Nerchowk 190 2500000 50000 125000 375000 1
277. Sirhind Ranital 213 2500000 50000 125000 375000 1
278. Sirhind Una 117 2500000 50000 125000 375000 1
279. Sirhind Karga(Keyl
ong)
424 2500000 50000 125000 375000 1
280. Sirhind PEG Kala-
amb
99 25,00,000 50000 125000 375000 1
281. Gobindgarh Parwanoo 96 2500000 50000 125000 375000 1
282. Gobindgarh Solan 140 2500000 50000 125000 375000 1
283. Gobindgarh Shimla 191 2500000 50000 125000 375000 1
284. Gobindgarh Tapri 383 2500000 50000 125000 375000 1
285. Gobindgarh Bilaspur 155 2500000 50000 125000 375000 1
286. Gobindgarh Chamba 335 2500000 50000 125000 375000 1
287. Gobindgarh Dehra 212 2500000 50000 125000 375000 1
288. Gobindgarh GujjarkaTal
ab
244 2500000 50000 125000 375000 1
289. Gobindgarh Hamirpur 230 2500000 50000 125000 375000 1
290. Gobindgarh Kullu 297 2500000 50000 125000 375000 1
291. Gobindgarh Mandi 221 2500000 50000 125000 375000 1
292. Gobindgarh Nagrota 261 2500000 50000 125000 375000 1
293. Gobindgarh Nerchowk 209 2500000 50000 125000 375000 1
294. Gobindgarh Ranital 232 2500000 50000 125000 375000 1
295. Gobindgarh Una 136 2500000 50000 125000 375000 1
296. Gobindgarh Karga(Keyl
ong)
440 2500000 50000 125000 375000 1
297. Gobindgarh PEG Kala-
amb
106 25,00,000 50000 125000 375000 1
298. Kurali Chandigarh 31
km
2500000 50000 125000 375000 1
299. Dinanagar Chamba 146 2,92,13,000 5,84,260 14,60,650 43,81,950 5
300. Dinanagar Jatch 51 79,52,000/ 1,59,040- 3,97,600 11,92,800 3
301. Dinanagar Nagrota 121 1,70,89,000 3,41,780 8,54,450 25,63,350 4
302. Dinanagar Mandi 236 2500000 50000 125000 375000 1
303. Dinanagar Bilaspur 197 2500000 50000 125000 375000 1
304. Dinanagar Nerchowk 228 2500000 50000 125000 375000 1
305. Dinanagar Kullu 306 2500000 50000 125000 375000 1
306. Dinanagar Hamirpur 182 2500000 50000 125000 375000 1
307. Dinanagar Karga 453 2500000 50000 125000 375000 1
308. Dinanagar Una 132 2500000 50000 125000 375000 1
309. Dinanagar Ranital 128 2500000 50000 125000 375000 1
310. Dinanagar Dehra 308 2500000 50000 125000 375000 1
311. Dinanagar PEG Kala
Amb
315 2500000 50000 125000 375000 1
312. Rajpura Nerchowk 215 40,73,000/- 81,460/- 2,03,650/- 6,10,950/- 1
313. Rajpura Bilaspur 162 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
314. Rajpura Kullu 304 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
315. Rajpura Una 142 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
316. Rajpura PEG Kala
Amb
70 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
317. Rajpura Solan 101 1,47,15,000 2,94,300 7,35,750 22,07,250 4
318. Rajpura Dhalli 152 293,89,000 5,87,780 14,69,450 44,08,350 5
319. Rajpura Tapri 344 109,29,000 2,18,580 5,46,450 16,39,350 1
320. Rajpura Chandigarh 37 42,27,000/- 84,540/- 2,11,350/- 6,34,050/- 2
321. Banur PEG Kala
Amb
62 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
322. Ghanaur PEG Kala
Amb
70 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
323. Gurdaspur Mandi 236 25,00,000 50000 125000 375000 1
324. Gurdaspur Bilaspur 190 25,00,000 50000 125000 375000 1
325. Gurdaspur Nerchowk 221 25,00,000 50000 125000 375000 1
326. Gurdaspur Kullu 306 25,00,000 50000 125000 375000 1
327. Gurdaspur Hamirpur 195 25,00,000 50000 125000 375000 1
328. Gurdaspur Karga 466 25,00,000 50000 125000 375000 1
329. Gurdaspur Una 125 25,00,000 50000 125000 375000 1
330. Gurdaspur Ranital 135 25,00,000 50000 125000 375000 1
331. Gurdaspur Dehra 301 25,00,000 50000 125000 375000 1
332. Gurdaspur PEG Kala
Amb
303 2500000 50000 125000 375000 1
333. Gurdaspur Nagrota 133 1,86,32,000 3,72,640 9,31,600 27,94,800 4
334. Gurdaspur Chamba 158 183,08,000 3,66,160 9,15,400 27,46,200 3
335. Gurdaspur Jatch 63 68,77,000 1,37,540 3,43,850 10,31,550 3
336. Phagwara PEG Kala-
amb
216 25,00,000 50000 125000 375000 1
337. Phagwara Una 88 38,73,000 77,460 1,93,650 5,80,950 2
338. Phagwara Bilaspur 196 10,61,000 21,220 53,050 1,59,150 1
339. Phagwara Keylong 545 25,00,000 50,000 1,25,000 3,75,000 1
340. Phagwara Shimla 317 2500000 50000 125000 375000 1
341. Phagwara Parwanoo 200 2500000 50000 125000 375000 1
342. Phagwara Solan 251 2500000 50000 125000 375000 1
343. Phagwara Tapri 480 2500000 50000 125000 375000 1
344. Adampur PEG Kala-
amb
228 25,00,000 50000 125000 375000 1
345. Adampur PEG
Sarkaghat
165 2500000 50000 125000 375000 1
346. Bhogpur PEG Kala-
amb
239 25,00,000 50000 125000 375000 1
347. Bhogpur
PEGSarkagh
at
178 2500000 50000 125000 375000 1
348. Banga PEG Kala-
amb
171 25,00,000 50000 125000 375000 1
349. Nawashehar PEG Kala-
amb
159 25,00,000 50000 125000 375000 1
350. Phillaur PEG Kala-
amb
190 25,00,000 50000 125000 375000 1
351. Batala Chamba 194 11,48,000 22,960 57,400 1,72,200 1
352. Batala Jatch 99 23,11,000 46,220 1,15,550 3,46,650 1
353. Batala Nagrota 169 34,81,000 69,620 1,74,050 5,22,150 1
354. Batala Mandi 270 25,00,000 50000 125000 375000 1
355. Batala Bilaspur 224 25,00,000 50000 125000 375000 1
356. Batala Nerchowk 255 25,00,000 50000 125000 375000 1
357. Batala Kullu 340 25,00,000 50000 125000 375000 1
358. Batala Hamirpur 231 25,00,000 50000 125000 375000 1
359. Batala Karga 502 25,00,000 50000 125000 375000 1
360. Batala Una 159 25,00,000 50000 125000 375000 1
361. Batala Ranital 169 25,00,000 50000 125000 375000 1
362. Batala Dehra 335 25,00,000 50000 125000 375000 1
363. Pathankot Mandi 218 25,00,000 50000 125000 375000 1
364. Pathankot Bilaspur 224 25,00,000 50000 125000 375000 1
365. Pathankot Nerchowk 232 25,00,000 50000 125000 375000 1
366. Pathankot Kullu 288 25,00,000 50000 125000 375000 1
367. Pathankot Hamirpur 164 25,00,000 50000 125000 375000 1
368. Pathankot Karga 435 25,00,000 50000 125000 375000 1
369. Pathankot Una 182 25,00,000 50000 125000 375000 1
370. Pathankot Ranital 110 25,00,000 50000 125000 375000 1
371. Pathankot Dehra 320 25,00,000 50000 125000 375000 1
372. Dasuya Keylong 489 2500000 50000 125000 375000 3
373. Dasuya Parwanoo 209 2500000 50000 125000 375000 3
374. Dasuya Shimla 326 2500000 50000 125000 375000 3
375. Dasuya Solan 261 2500000 50000 125000 375000 3
376. Dasuya Tapri 526 2500000 50000 125000 375000 3
377. Dasuya Dehra 100 6757000 135140 337850 1013550 2
378. Dasuya Ranital 119 6290000 125800 314500 943500 2
379. Dasuya Hamirpur 140 17117000 342340 855850 2567550 4
380. Mukerian Hamirpur 136 2500000 50000 125000 375000 1
381. Mukerian Keylong 485 2500000 50000 125000 375000 1
382. Mukerian Parwanoo 225 2500000 50000 125000 375000 1
383. Mukerian Shimla(
Dhalli)
342 2500000 50000 125000 375000 1
384. Mukerian Solan 277 2500000 50000 125000 375000 1
385. Mukerian Tapri 542 2500000 50000 125000 375000 1
386. Mukerian Jatch 53 90,66,000 1,81,320 4,53,300 13,59,900 3
387. Mukerian Ranital 115 72,78,000 1,45,560 3,63,900 10,91,700 2
388. Mukerian Peg Kala
Amb
278 2500000 50000 125000 375000 1
389.
390. Mohali Bilaspur 135 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
391. Mohali Hamirpur 209 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
392. Mohali Kullu 277 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
393. Mohali Mandi 201 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
394. Mohali N.Chowk 188 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
395. Mohali Una 116 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
396. Mohali Chamba 356 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
397. Mohali Dehra 192 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
398. Mohali Jatch 265 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
399. Mohali Nagrota 241 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
400. Mohali Ranital 212 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
401. Mohali PEG Kala-
amb
67 25,00,000 50000 125000 375000 1
402. Mohali PEG
Sarkaghat
182 2500000 50000 125000 375000 1
403. Kurali Hamirpur 186 2500000 50000 125000 375000 1
404. Kurali Solan 101 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
405. Kurali Tapri 347 9,08,000/- 18,200/- 45,400/- 1,36,200/- 1
406. Kurali Chamba 332 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
407. Kurali Dehra 169 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
408. Kurali Jatch 241 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
409. Kurali Nagrota 217 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
410. Kurali Ranital 188 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
411. Kurali PEG Kala-
amb
92 25,00,000 50000 125000 375000 1
412. Kurali PEG
Sarkaghat
158 2500000 50000 125000 375000 1
413. Kurali Parwanoo 60 93,45,000 186900 467250 1401750 4
414. Ropar Tapri 360 8,82,000/- 17,700/- 44,100/- 1,32,300/- 3
415. Ropar Hamirpur 169 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
416. Ropar Shimla(Dhal
li)
167 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
417. Ropar Solan 116 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
418. Ropar Parwanoo 73 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
419. Ropar Chamba 315 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
420. Ropar Dehra 152 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
421. Ropar Jatch 224 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
422. Ropar Nagrota 201 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
423. Ropar Ranital 172 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
424. Ropar PEG Kala-
amb
105 25,00,000 50000 125000 375000 1
425. Ropar PEG
Sarkaghat
14
1 2500000 50000 125000 375000 1
426. Kharar Hamirpur 196 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
427. Kharar Chamba 342 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
428. Kharar Dehra 179 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
429. Kharar Jatch 251 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
430. Kharar Nagrota 227 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
431. Kharar Ranital 198 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
432. Kharar PEG Kala-
amb
82 25,00,000 50000 125000 375000 1
433. Kharar PEG
Sarkaghat
168 2500000 50000 125000 375000 1
434. Kharar Tapri 323 6,23,000 12,460 31,150 93,450 1
435. Kharar Kullu 264 5,43,000 10,860 27,150 81,450 1
436. Kharar Dhalli 144 196,55,000 3,93,100 9,82,750 29,48,250 4
437. Chandigarh Bilaspur 140 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
438. Chandigarh Hamirpur 234 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
439. Chandigarh Kullu 282 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
440. Chandigarh Mandi 206 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
441. Chandigarh N.Chowk 193 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
442. Chandigarh Una 120 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
443. Chandigarh Chamba 360 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
444. Chandigarh Dehra 197 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
445. Chandigarh Jatch 269 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
446. Chandigarh Nagrota 245 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
447. Chandigarh Ranital 217 25,00,000/- 50,000/- 1,25,000/- 3,75,000/- 1
448. Chandigarh PEG Kala-
amb
60 25,00,000 50000 125000 375000 1
449. Chandigarh PEG
Sarkaghat
187 2500000 50000 125000 375000 1
450. Kapurthala Dehra 128 1,00,00,000 200000 500000 1500000 3
451. Kapurthala Ranital 147 1,00,00,000 200000 500000 1500000 3
452. Kapurthala Nagrota 177 1,00,00,000 200000 500000 1500000 3
453. Kapurthala Una 112 1,00,00,000 200000 500000 1500000 3
454. Kapurthala Chamba 275 1,00,00,000 200000 500000 1500000 3
455. Kapurthala Jatch 170 1,00,00,000 200000 500000 1500000 3
456. Kapurthala Hamirpur 168 1,00,00,000 200000 500000 1500000 3
457. Kapurthala PEG Kala-
amb
269 25,00,000 50000 125000 375000 1
458. SultanpurLo
dhi
Dehra 154 1,00,00,000 200000 500000 1500000 3
459. SultanpurLo
dhi Ranital 173 1,00,00,000 200000 500000 1500000 3
460. SultanpurLo
dhi Nagrota 203 1,00,00,000 200000 500000 1500000 3
461. SultanpurLo
dhi Una 138 1,00,00,000 200000 500000 1500000 3
462. SultanpurLo
dhi Chamba 301
463. SultanpurLo
dhi Jatch 196 1,00,00,000 200000 500000 1500000 3
464. SultanpurLo
dhi Hamirpur 194 1,00,00,000 200000 500000 1500000 3
465. SultanpurLo
dhi
PEG Kala-
amb
280 25,00,000 50000 125000 375000 1
466. Bholath Dehra 121 1,00,00,000 200000 500000 1500000 3
467. Bholath Ranital 140 1,00,00,000 200000 500000 1500000 3
468. Bholath Nagrota 170 1,00,00,000 200000 500000 1500000 3
469. Bholath Una 105 1,00,00,000 200000 500000 1500000 3
470. Bholath Chamba 268 1,00,00,000 200000 500000 1500000 3
471. Bholath Jatch 163 1,00,00,000 200000 500000 1500000 3
472. Bholath Hamirpur 161 1,00,00,000 200000 500000 1500000 3
473. Bholath PEG Kala-
amb
263 25,00,000 50000 125000 375000 1
474. Bholath PEG
Sarkaghat
20
2
2500000 50000 125000 375000 1
475. Chandigarh Kharar 22 5525000 110500 276250 828750 4
NOTE: For detailed Terms & Conditions, MTF applicable may be referred.
Instructions for Online Bid Submission
Instructions to the Bidders to submit the bids on line through the Central Public Procurement Portal for e Procurement at
https://eprocure.gov.in/eprocure/app 1. Possession of valid Digital Signature Certificate (DSC) and
enrollment/registration of the contractors/bidders on the eprocurement/etender portal is a prerequisite for e-tendering.
2. Bidder should do the enrollment in the eProcurement site using the “Click here to
Enroll” option available on the home page. Portal enrollment is generally free of
charge. During enrollment/registration, the bidders should provide the correct/true
information including valid email_id. All the correspondence shall be made
directly with the contractors/bidders through email_id provided.
3. Bidder need to login to the site thro‟ their user ID/ password chosen during
enrollment/registration. 4. Then the Digital Signature Certificate (Class II or Class III Certificates with
signing key usage) issued by SIFY/TCS/nCode/eMudra or any Certifying
Authority recognized by CCA India on eToken/SmartCard, should be registered.
5. The DSC that is registered only should be used by the bidder and should ensure
safety of the same. 6. Contractor/Bidder may go through the tenders published on the site and
download the required tender documents/schedules for the tenders he/she is interested.
7. After downloading / getting the tender document/schedules, the Bidder should go
thro‟ them carefully and then submit the documents as asked, otherwise bid will be rejected.
8. If there are any clarifications, this may be obtained online thro‟ the tender site, or
thro‟ the contact details. Bidder should take into account the corrigendum published before submitting the bids online.
9. Bidder then logs in to the site through the secured log in by giving the user id/
password chosen during enrolment/registration and then by giving the password of the eToken/SmartCard to access DSC.
10. Bidder selects the tender which he/she is interested in by using the search
option & then moves it to the „my tenders‟ folder. 11. From my tender folder, he selects the tender to view all the details indicated. 12. It is construed that the bidder has read 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.
13. Bidder, in advance, should get ready the bid documents to be submitted as
indicated in the tender document/schedule and they can be in PDF 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 2MB. 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 100 dpi with black and white
option. However of the file size is less than 1 MB the transaction uploading time
will be very fast. 14. If there are any clarifications, this may be obtained through the site, or during the
pre-bid meeting if any. Bidder should take into account the corrigendum published from time to time before submitting the online bids.
15. The Bidders can update well in advance, the documents such as certificates,
annual report details etc., under My Space 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.
16. Bidder should submit the Tender Fee/ EMD as specified in the tender in the form
of RTGS/NEFT/Fund Transfer in FCI Account No. 10848032058 IFSC Code:
SBIN0011705 Account Name: FCI RO Punjab, Name of Branch SBI (State Bank
of India) SME Branch: Sector-17 Chandigarh. The said Transaction should
bedone from the bidders own account only otherwise the tender will be
summarily rejected.Scanned copy of the proof of payment i.e. UTR number/Fund
transfer
challan should be uploaded as part of the Proof of Payment and the sameinformation should be uploaded by filling details in Annexure ‘X’ as well.
17. While submitting the bids online, the bidder reads the terms & conditions and
accepts the same to proceed further to submit the bid packets. 18. 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 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 of the tender requirements.
19. The bidder has to upload the relevant files required as indicated in the cover
content. In case of any irrelevant files, the bid will be rejected. 20. The bidders are requested to submit the bids through online e-tendering system to
the Tender Inviting Authority(TIA) well before the bid submission 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. 21. After the bid submission (ie 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. 22. The time settings fixed in the server side & 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. 23. 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.
24. 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
to asymmetric encryption using buyers/bid openers public keys. Overall, the
uploaded tender documents become readable only after the tender opening by the
authorized bid openers. 25. 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. 26. 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.
27. For any queries regarding e-tendering process, the bidders are requested to contact as provided in the tender document. Parallely for any further queries, the bidders are asked to contact over phone: 1-800-233-7315 or send a mail over to – [email protected].
28. The bidders will have to deposit all the requisite documents as uploaded on
the website in original before opening of price bid. NOTE: For detailed Terms & Conditions, MTF applicable may be referred.
1. List of Documents to be uploaded in Technical bid folder/cover:
(i) Scanned copy (in pdf format) of the proof of payment of fee for cost of Tender Form and EMD.
(ii) Details of payment as per Annexure ‘X’.
(iii) Scanned copy (in pdf format) of „Tender Submission Undertaking‟
accepting terms & conditions as per Annexure – A of MTF.
(iv) Scanned copy (In PDF format) of Appendix – I and Appendix II of MTF in case of HTC/TC and Appendix II and Appendix III of MTF in case of RTC.
(v) Scanned copy (in pdf format) of attested copy of Registered Deed of partnership/Memorandum and Articles of Association/By – Laws/Certificate of Registration etc. as applicable.
(vi) Scanned copy (in pdf format) of Registered Power Of Attorney of person of DSC key holder.
(vii) Scanned copy (in pdf format) of Certificate of experience and details thereof.
(viii) Scanned copy (in pdf format) of duly audited P&L account and Balance sheet of relevant completed years for which experience certificate has been submitted by the tenderer.
(ix) Scanned copy (in pdf format) of income tax Return/ PAN card/Acknowledgement of Applied for PAN.
(x) Undertaking for acceptance of terms and conditions of NIT as per format given in the NIT.
(xi) Affidavit regarding EPF defaults in relation to work carried out for FCI as per the format given in the NIT.( Bidders/firm applying under clause 3(iii) due to insufficient experience, though the bidder/firm or any of the partners of the firm has earlier worked for FCI, also needs to submit this affidavit). There are three different formats provided in the NIT for bidders lying in various categories as follows: (A) „Format A‟ is for the bidders (as partners or in individual
capacity) against whom EPF proceedings are pending at the time of submission of tenders.
(B) „Format B‟ is for the bidders(as partners or in individual capacity) against whom no EPF proceedings are pending at the time of submission of tenders.
(C) „Format C‟ is for a bidder/ firm or any of the partner of the firm who has not worked for FCI in the past.
The affidavit in the format as applicable to a particular bidder may be uploaded on line at the relevant place.
(xii) Scanned copy (in pdf format) of EPF code Number and Proof of deposit of EPF for the relevant experience period, (if experience is HTC or Handling contract) i.e.
1. NDC from RPFC
Or
2. Confirmation from EPF authorities and confirmation from principle employer.
3. Inspection Report and confirmation from Principle
Employer Or
4. Confirmation of Principal Employer if the EPF was deducted and submitted by the Principal Employer itself in its own code.
for the experience period is/are also required to be attached with the tender. (In case any of any shortcomings in submission of the same, thebid will be summarily rejected)
(xiii) Scanned copy of affidavit, undertaking by bidder to give additional Bank
guarantee in case of inexperienced/insufficient experienced contractors in which Contract value is less than five crores.
(xiv) The contractor shall give an undertaking “agreeing to abide by the
section 11 of the Carriage by Road Act. 2007 and shall undertake to compensate the loss as per the provision of MTF.” (As per Clause XX (35) of MTF for TC/HTC and Clause XIII (i) of MTF for RTC).
2. List of document(s) to be uploaded in Financial bid folder/cover:
Scanned copy (in pdf format) of Price Bid/Offered rate document as per MTF.
3. The bidder(s) will have to produce all or any documents in original whenever asked by the corporation.
4. All the Truck Operator Union and Partnership Firm are required to get themselves registered with appropriate authority else their tender offer is liable for rejection.
5. The tender which are not accompanied by all the schedules annexures intact and duly filled in and signed shall be liable to be rejected.
6. All tenderers are also required to intimate their bank A/c No., Name of Bank & Branch and IFSC Code for electronic transfer for refund of their earnest money.
7. No Negotiation will be carried out with any of the bidders who participate in this Tender Inquiry.
8. The prospective tenderers should have ESI Code No. for Handling & Transport Contractors in notified Areas.
9. The FCI reserves the right to reject any or all the tenders without assigning any reason.
10. The bidders will have to obtain license from appropriate authority under Food Safety and Standards Act, 2006.
11. The experience certificate should be signed by the authorized officer indicating
the name and designation of the officer signing the experience certificate.
It should be further noted that the bidder should have executed in any one (singleFinancial year) of the immediate preceding five years the work of value:
a) At least 25% of the estimated value of the contract to be awarded, in one single contract:
OR
(b) 50% of the estimated value of the contract to be awarded, in different
contracts.
Note: The year for the purpose of experience will be taken as Financial Year (1st April to 31st March) excluding the financial year in which tender enquiry is floated. Thus the experience certificate should mention the Experience in Financial Year format.
12. In case of experienced contractors of FCI participating in the new tenders as a bidder
having insufficient experience by giving undertaking that 10% of additional BG would be submitted for relaxation of experience, he has to deposit the following documents in case of experience of HTC :
1. NDC from RPFC
Or
2. Confirmation from EPF authorities and confirmation from principle employer.
Or
3. Inspection Report and confirmation from Principle Employer.
Or
4. Confirmation of Principal Employer if the EPF was deducted and submitted by the Principal Employer itself in its own code.
13. All the scanned documents uploaded by the bidder must be clear and legible
Otherwise they are liable to be rejected 14. The initial validity of 45 days will stand extended for further 30 days in case the
tenders are not finalized within the initial validity period of 45 days.
15. All the relevant appendices, annexures and supporting documents are to be signed,
scanned and uploaded in the technical bid. Unsigned documents will not be considered for technical evaluation and bids will be rejected.
16. All the bidders who lack the knowledge of uploading the tenders can attend the
training for uploading of the tenders at Regional Office Punjab on any working day well before the closing date for submission of tenders.
17. All the bidders are intimated to check for the corrigendum issued in relation to the tenders floated on the website www.eprocure.gov .in by regularly visiting website before as well as after the submission of the bid. No separate information regarding the corrigendum will be published in newspapers regarding the same.
18. In case of partnership, only the experience of the Firm will be reckoned and for
the purpose the experience of the individual partners will not be counted. Similarly, the experience gained in the capacity of a firm cannot be used while applying for a tender in individual capacity.
19. The complaints regarding the EPF default of any of the bidders in relation to the
contracts with agencies or govt. organizations other than F.C.I will only be considered when the concerned agencies or govt. organizations have already taken action against such bidders and the proof regarding the same must be attached by the complainant along with the complaint.
20. The specimen copy of the Appendix I, Appendix II, Tender Submission Undertaking
have been included in the NIT for facilitation of the bidders. The same may please be referred to while filling the above said documents.Proper filling of all the appendixes as shown in the specimen is desirable on the part of the bidders.
21. The format of Additional Bank Guarantee affidavit has also been included in the
NIT. The bidders applying for the tenders under the additional Bank Guarantee Clause 3(iii) of the MTF shall refer to the said format in the NIT.
IMPORTANT NOTE:
It is to be noted that only the Experience of the contracts which have been
successfully concluded/completed before the date of opening of Tender Enquiry(s)
will only be considered. The bids submitted on the basis of Experience of the
contract(s) which have not yet been concluded will be summarily rejected.” The tender shall be submitted through online only.
ANNEXURE- X
1. The Name of the bidder:
2. Centre(s) for which the bid is applied:
3. EMD Required:
4. EMD Deposited:
5. Application cost Required:
6. Application Cost Deposited:
7. Name of the account Holder from which the amount has been deposited:
8. Account No from which amount has been transferred:
9. Bank Name/Address where the account is being maintained:
10. IFSC Code of the Bank:
* Transaction should be done from bidders account only
11. UTR Number/Transaction Reference No/Cheque No:(Mention any or all these as
relevant to your case)
12. Date of Transaction:
** Please Note that the proof of deposit of EMD & Cost of Tender form is to be scanned and uploaded in addition to Annexure X Signature of Bidder(s)
„Format A‟ for affidavit to be submitted in respect of payment of EPF
Defaults for the bidders against whom EPF proceedings are pending at the
time of submission of tender: ****************************************************************
I ________________________________ (Name of the bidder or Power of Attorney
holder) S/o_______________________________ and R/o
__________________________________ (Full address to be mentioned) submit that
/submit on the behalf of the firm ___________ (Name and address of the firm) that
a) I/we have applied for the Tender of Centre ___________________(Name of the
Center) in the Tender Enquiry(Date of Tender Enquiry is to be mentioned)
____________________________ floated by FCI, Regional Office Punjab.
b) Than on date following EPF proceedings are pending against me/us( or any of us as a
partner in some other firm):
________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
_____
c)That after the end of the proceedings as mentioned above, me/firm/Co. will clear all the
dues which will finally stand pending against me/firm/Co. after the end of the
proceedings or the same may be deducted from the my/firm or any of the partners of the
firm‟s/Co. running bills, current and previous security deposits with FCI. Further,
i/firm/Co. understands that FCI also reserves the right to take action as per MTF as
deemed fit to the Competent Authority after examining the seriousness of the charges and
nature of EPF default finally proved.
d) That even if any kind of Notices/ Proceedings will be initiated against me/firm or any
of the partners of the firm/Co or F.C.I by EPF authorities for any kind of EPF default on
my/firm‟s or any of the partners of the firm‟s/Co part for the work executed in relation to
FCI during the tender evaluation process of this T.E. or during the execution and
currency of this contract if awarded to me/firm/Co, then me/firm/Co. will clear all the
dues which will finally stand pending against me/firm/Co. after the end of the
proceedings or the same may be deducted from my/firm or any of the partners of the
firm‟s/Co. running bills, current and previous security deposits with FCI. Further,
i/firm/Co. understands that FCI also reserves the right to take action as per MTF as
deemed fit to the Competent Authority after examining the seriousness of the charges and
nature of EPF default finally proved.
e) That if any kind of complaint made against me/firm or any of the partners of the
firm/Co for EPF default in relation to the work executed for FCI, is found to be true after
the award of the contract and during the currency of the Contract, then i/firm/Co. will
clear all the dues found out or the same may be deducted from the my/firm or any of the
partners of the firm‟s/Co running bills, current and previous security deposits with FCI
and i/firm/Co. understands that FCI also reserves the right to take action against
me/firm/Co as per MTF as deemed fit to the Competent Authority after examining the
seriousness of the charges and nature of EPF default finally proved against him.
„Format B‟of affidavit to be submitted in respect of payment of EPF
Defaults by the bidders who are not having any EPF proceedings pending
against them at the time of submission of tenders.
****************************************************************
I ________________________________ (Name of the bidder or Power of Attorney
holder) S/o_______________________________ and R/o
__________________________________ (Full address to be mentioned) submit that
/submit on the behalf of the firm ___________ (Name and address of the firm) that
a) I/we have applied for the Tender of Centre ___________________(Name of the
Center) in the Tender Enquiry(Date of Tender Enquiry is to be mentioned)
____________________________ floated by FCI, Regional Office Punjab.
b) That on date, any kind of EPF proceedings are not pending against
me/firm or any of the partners of the firm/Co. or F.C.I. for the period i/firm or any of the
partners of the firm/Co. has worked as a contractor in relation to FCI in this firm or any
other firm or in individual capacity.
d) That even if any kind of Notices/ Proceedings will be initiated against me/firm or
any of the partners of the firm/Co or F.C.I by EPF authorities for any kind of EPF default
on my/firm‟s or any of the partners of the firm‟s/Co part for the work executed in relation
to FCI during the tender evaluation process of this T.E. or during the execution and
currency of this contract if awarded to me/firm/Co, then me/firm/Co. will clear all the
dues which will finally stand pending against me/firm/Co. after the end of the
proceedings or the same may be deducted from my/firm or any of the partners of the
firm‟s/Co. running bills, current and previous security deposits with FCI. Further,
i/firm/Co. understands that FCI also reserves the right to take action as per MTF as
deemed fit to the Competent Authority after examining the seriousness of the charges and
nature of EPF default finally proved.
e) That if any kind of complaint made against me/firm or any of the partners of the
firm/Co for EPF default in relation to the work executed for FCI, is found to be true after
the award of the contract and during the currency of the Contract, then i/firm/Co. will
clear all the dues found out or the same may be deducted from the my/firm or any of the
partners of the firm‟s/Co running bills, current and previous security deposits with FCI
and i/firm/Co. understands that FCI also reserves the right to take action against
me/firm/Co as per MTF as deemed fit to the Competent Authority after examining the
seriousness of the charges and nature of EPF default finally proved against him.
„Format C‟ fora bidder/ firm or any of the partner of the firm who has not
worked for FCI in the past.
*****************************************************************
I ________________________________ (Name of the bidder or Power of Attorney
holder) S/o_______________________________ and R/o
__________________________________ (Full address to be mentioned) submit that
/submit on the behalf of the firm ___________ (Name and address of the firm) that
a) I/we have applied for the Tender of Centre ___________________(Name of the
Center) in the Tender Enquiry(Date of Tender Enquiry is to be mentioned)
____________________________ floated by FCI, Regional Office Punjab.
b) That I /we have never executed a contract in relation to FCI in the past.
Undertaking for acceptance of terms and Conditions of NIT
************************************************************************************ Date: ____________ To, ___________________
Sub: Acceptance of Terms & Conditions of the NIT
Tender Reference No: _______________________ Tender ID: ______________________ Centre Name and work: ______________________ TE Date: ______________________
Dear Sir,
1. I/We have downloaded/obtained the NIT for the above mentioned „Tender/Work‟ from the web site(s) namely: _____________________________ as per your advertisement, given in the above mentioned website(s).
2. I / We hereby certify that I/we have read the entire terms and conditions of the NIT which forms part of the contract agreement and I / we shall abide by the terms / conditions / clauses contained therein.
3. It is further added that any corrections made to the NIT vide corrigendum(s) issued from time to time by your department/ organizations too have also been taken into consideration, while submitting this acceptance letter and the acceptance is given to the NIT which has been finally loaded after taking all the corrigendum into consideration.
4. I / We hereby unconditionally accept the tender conditions of above mentioned NIT or NIT modified through any corrigendum(s) in its totality/entirety.
5. In case any provisions of this tender are found violated , then your department/ organisation shall without prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely along with taking action as per other remedies available under law.
Yours
Faithfully,
(Signature of the Bidder, with Official Seal)
**********************************************************************
Format for Affidavit to be submitted in case of applying for tender with additional Bank Guarantee
************************************************************************ I ________________________________ (Name of the bidder or Power of Attorney holder) S/o __________________________________ and R/o __________________________________ (Full address to be mentioned) submit that /submit on the behalf of the firm ___________(Name and address of the firm) that
1. I/we have applied for the Tender of Centre ___________________(Name of the
Center) in the Tender Enquiry ____________________________ floated by FCI,
Regional Office Punjab .(Date of opening of Tender Enquiry is to be mentioned).
2. I/we have not got the sufficient experience to apply for the above said center.
3. I/we hereby undertake to furnish an additional performance guarantee in the form
of bank guarantee of 10% of the contract value from State Bank of India or any of
its associate banks or by any other public sector bank which shall be valid and
enforceable till six months after the expiry of the contract period as per terms and
conditions of the MTF.
******************************************************************************
SPECIMEN COPY APPENDIX- II
Appendix-II
FORWARDING LETTER
Recent
photograph of
tenderer
From… (Full name & address of the tenderer) (Here Complete Address of thebidder is to be mentioned) _____________________________________________________ To, THE GENERAL MANAGER, FOOD CORPORATION OF INDIA R.O…………………………………………………… (Here R.O. Punjab is to be
written)
Dear Sir,
1. I submit the sealed Tender for appointment as Road Transport
Contract from_________(Here name of the single dispatching center from
Punjab region is to be written)to _________ (here name of all the destination centers is to be mentioned) For Ex 1: I submit the sealed Tender for appointment as Road Transport
Contract from Gurdaspur to Srinagar, Meerbazar, Lithpura, Kathua.
2. I have thoroughly examined and understood all the terms & conditions as contained in the Tender document, invitation to tender, General Information to Tenderer and its annexure & appendix and agree to abide by them. 3. I agree to keep the offer open for acceptance upto and inclusive of ____________ ((here“date which occurs on 45 th day from the date of tenderenquiry” is to be written)) and to the extension of the said date by 30 days incase it is so decided by the General Manager. I/We shall be bound by communication of acceptance of the offer dispatched within the time. I/we also agree that if the date upto which the offer would remain open is declared a holiday for the Corporation the offer will remain open for acceptance till the next working day.
For Ex: I agree to keep the offer open for acceptance upto and inclusive ofthe date
whichoccurs on 45th
day from the date of Tender Enquiry and to the extension of the said date by 30 days in case it is so decided by the General Manager. I/We shall be bound by communication of acceptance of the offer dispatched within the time. I/we also agree that if the date upto which the offer would remain open is declared a holiday for the Corporation the offer will remain open for acceptance till the next working day.
4. I have deposited EMD and tender document fee of Rs. ______ (amount is
to bementioned in numeric) Rupees _________ (in word) through
NEFT/RTGS/OtherElectronic Mean vide UTR No. _____(UTR No of
Transaction is be be mentioned) in the bank Account no. ____ (Account No of FCI as given in NIT) Bank/Branch ___________(Bank Name and Branch as given in NIT) as mentioned in tender document. In the event of my/our tender being accepted, I/We agree to furnish within fifteen working days of acceptance
of the tender Security Deposit as stipulated in the Tender.
5. I do hereby declare that the entries made in the tender and Appendices/Annexure attached therein are true and also that I/We shall be bound by the act of my/our duly constituted Attorney. 6. I hereby declare that my Firm/Company has not been blacklisted or
otherwise debarred during the last five years by the Food Corporation of India, or any department of Central or State Government or any other Public Sector Undertaking, or any other client, for any failure to comply
with the terms and conditions of any contract, or for violation of any Statute, Rule, or Administrative Instructions.(*)
OR I hereby declare that I, my Firm/Company was blacklisted/debarred by______________(here give the name of the client) for a period of _________ which period has expired on _________ (Full details of the reasons for blacklisting/debarring, and the communication in this regard, should be given)(*) (*) (strike out whatever is not applicable)
Example 1: I hereby declare that my Firm/Company has not been blacklisted or otherwise debarred during the last five years by the Food Corporation of India, or any department of Central or State Government or any other Public SectorUndertaking, or any other client, for any failure to comply with the terms and conditions of any contract, or for violation of any Statute, Rule, or Administrative Instructions.(*)
OR I hereby declare that I, my Firm/Company was blacklisted/debarred
by______________(here give the name of the client) for a period of _________ which period has expired on _________ (Full details of the reasons for blacklisting/debarring, and the communication in this regard, should be given)(*) (*) (strike out whatever is not applicable)
Example 2 :I hereby declare that my Firm/Company has not been
blacklisted orotherwise debarred during the last five years by the Food Corporation of India, or any department of Central or State Government or any other Public Sector Undertaking, or any other client, for any failure to comply with the terms and conditions of any contract, or for violation of any Statute, Rule, or Administrative Instructions.(*)
OR I hereby declare that I, my Firm/Company was blacklisted/debarred by PUNGRAIN (here give the name of the client) for a period of Three years which period has
expired on 03.12.2015. I was blacklisted because of reason *********** and the order of the Competent Authority is enclosed by me. (Full details of the reasons for blacklisting/debarring, and the communication in this regard, should be given)(*) (*) (strike out whatever is not applicable) 7. I hereby declare that no contract entered into by me, my Firm/Company with
the Food Corporation of India, or any department of Central or State
Government or any other Public Sector Undertaking or any other client,
has been terminated before the expiry of the contract period at any point
of time during the last five years.
8. I hereby declare that the Earnest Money Deposit and/or Security
Deposit has not been forfeited or adjusted against any compensation
payable, in the case of any Contract entered into by me/my
firm/company/us with the Food Corporation of India, or any department of
Central or State Government or any other Public Sector Undertaking
during the last five years.
9. I hereby declare that I have not been convicted at any time by a Court of Law of an offence and sentenced to imprisonment for a period of three years or more. I/We certify that all information furnished by me/us is correct and true and in the event that the information is found to be incorrect/untrue, the Food
Corporation of India shall have the right to disqualify me/us without giving any notice or reason therefor or summarily terminate the contract, without prejudice to any other rights that the Corporation may have under the Contract and Law.
(Signature of tenderer)
Specimen copy of Appendix III Appendix-III
FOOD CORPORATION OF INDIA
TENDER FOR ROAD TRANSPORT CONTRACT FROM DEPOTS/MANDIS/RAIL
HEADS
Details of tenderer
( TO BE FILLED IN BY THE TENDERER)
1. Name, date of birth and
address of the tenderer, email
id & Contact No.
Here complete information is desired and complete
name, Date of Birth, Address, Email-Id
registered with the website
www.eprocure.gov.inandContact No of the
tenderer should be mentioned
2. Composition of tenderer ( state whetherthe tenderer is a proprietor concern, orregistered partnership firm, or acompany), The name of the proprietor, orall partners,or, theDirectors ofthecompany, as applicable, should be given.
Sole Proprietor Or
Regd. Partnership Concern
Or
Company
(As applicable)
3. Business inwhichthe tenderer
Isemployed together with particulars of theHead office and branches, if any, are located.
It is desired that the information sought in this
column may be filled as follows: Place/Business where the contractor is/was working alongwith the address of the place/Business and its Head Office.(only the latest work carried out needs to be mentioned in case of past work] Example 1: I/frim is/was working as Transport Contractor at the center Banga. Address: Food Corporation of India District Office Jalandhar SCO 48, PUDA COMPLEX, opposite Tehsil Complex, Ladhowali Road, Jalandhar. Example 2: I/firm is a fresher firm/insufficient experience and is not being employed at any other place at the moment and applying under the Double BG clause.
Example:3: I/firm is presently employed as Transport Contract at TC Balachaur(Address) however the contract is still under currency hence I am applying under the Double BG clause. If any other possible situation is applicable to a
particular bidder the same may be explained.
4. Income Tax PAN Card of the tenderer
Pan No is to be mentioned
List of Documents Attached
1. Forwarding Letter.
2. All supporting documents except tender document have to be signed, scanned, and uploaded in Technical Bid. Price bid has to be scanned and uploaded at the requisite places in the e-Procurement system.
3. List of documents enclosed.
Document No.
1. Attested copy of Registered Deed of Partnership/Memorandum and Articles of Association/ By-
laws/ Certificate of Registration etc. as applicable. Yes/No
2. Power of Attorney of person signing the tender. Yes/No
3. Certificate of experience and details thereof Yes/No
4. Duly audited P&L account and Balance Sheet of relevant completed years for which experience certificate has been submitted by the tenderer.
Yes/N
o 5. Copy of Income Tax Return/PAN Card
Yes/N
o
( Signature& Seal) (Authorized Signatory)
For Ex: Power of attorney of person signing the tender Yes/No
**Similarly other points are to be selected.
(Signature & Seal) (Authorized Signatory)
SPECIMEN COPY OF TENDER SUBMISSION UNDERTAKING
TENDER SUBMISSION UNDERTAKING
Date: ____________ (Date of filling of the form is to be mentioned)
To, ___________________ (GM, FCI, RO, Punjab)
Sub: Acceptance of Terms & Conditions of Tender.
Tender Reference No: --- (Here Tender Ref No and Tender ID name as
mentioned online is to be added.)
Name of Tender / Work: (Here Name of the centre/work along with the
TenderEnquiry Date is to be mentioned) (For example: RTC J and K TE
04.04.2016)
Dear Sir,
_____________________________(Here website name : www.eprocure.gov.inis to be
mentioned) as per your advertisement, given in the above mentioned website(s).
2. I / We hereby certify that I/we have read the entire terms and conditions
of the tender documents from Page No. _______ to ______ (1 to 39 is to be
mentioned) including all documents like annexure(s), schedule(s), etc.,
which form part of the contract agreement and I / we shall abide hereby
by the terms / conditions / clauses contained therein.
3. The corrigendum(s) issued from time to time by your department/ organizations too have also been taken into consideration, while submitting this acceptance letter.
4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s)/corrigendum(s) in its totality/entirety.
5. In case any provisions of this tender are found violated , then your
department/ organisation shall without prejudice to any other right or
remedy be at liberty to reject this tender/bid including the forfeiture of the
full said earnest money deposit absolutely along with taking action as per
other remedies available under law.
Yours Faithfully,
(Signature of the Bidder, with Official Seal)
1. I/We havedownloaded/obtained the tender document(s) for the
abovementioned„ Tender/Work‟ from the website(s) namely: