Tender No- QC.19(1)/R&D/2012 Date: 13.09.2012
FOOD CORPORATION OF INDIA 16-20, Barakhamba Lane,
New Delhi – 110001
Expression of Interest (EOI) for Appointment of Consultant From:-
The General Manager (QC) Food Corporation of India Headquarters, Khadya Sadan, 16-20 Barakhamba Lane. New Delhi-110001
On behalf of the Food Corporation of India (hereinafter referred to as
Corporation), Expression of Interest is invited for appointment of a consultant
for conducting a study on ‘Damage to the foodgrains stored with Food
Corporation of India, State Government and its Agencies’. Consultants who fulfil
the criteria/requirements may submit their technical details in the prescribed
mode of submission of bids.
Date of Pre Bid meeting:
03.10.2012 at 1600 Hours
Last date for submission of the EOI:
09.10.2012 at 1500 Hours
1. INTRODUCTION
Food Corporation of India (FCI) is one of the premier organizations of the Government of India set-up under the Food Corporations Act, 1964 in order to fulfil the following objectives of the Food Policy:
Effective price support operations for safeguarding the interests of the
farmers.
Distribution of food grains throughout the country for public distribution system and other Government of India schemes and
Maintaining a satisfactory level of operational and buffer stocks of
food grains to ensure National Food Security.
FCI primarily deals with procurement of food grains, specially wheat,
paddy, raw rice and boiled rice for the Central Pool independently or in
association with the State Governments and their agencies. Procurement
of wheat and paddy is made under Price Support Scheme whereas rice is
procured under levy as per levy orders issued by the State Governments.
Depending on the deficit or surpluses in the stocks held and
requirements, import/export of food grains is also undertaken from time to
time by FCI. In addition to this, FCI undertakes movement of levy sugar to
Jammu & Kashmir, North-Eastern states, Lakshadweep and Andaman &
Nicobar Islands. However, this is a very minor quantity vis-a-vis the
movement of food grains.
The food grains thus procured or imported/exported (about 250 lakh MTs
wheat and 300 lakh MTs rice in a year) is moved by rail and road
throughout the country and kept in about 2000 warehouses for onward
issue to State Governments for Public Distribution and Poverty Alleviation/
Employment Generation/Developmental Schemes and Central
Government departments like Army and Paramilitary organizations for
their needs. Most of the movement of food grains is by rail.
2. FCI ORGANIZATION STRUCTURE
FCI organization hierarchy is as follows. There are 5 Zonal offices, 24 regional offices and approximately 170 district offices and about 2000 Depots across the country.
3. FUNCTIONS
FCI undertakes the following four major functions.
3.1 Procurement of foodgrains
Procurement of Food Grains is mainly done in States such as
Punjab, Haryana, Andhra Pradesh, MP, UP & Chhattisgarh.
Punjab, Haryana and MP are the major wheat surplus states
and Punjab, Andhra Pradesh, Chhattisgarh and Haryana are
the major rice surplus states.
Procurement is done in two ways: ₃ From Farmers directly ₃ Through Agents (Arhtias) in the mandies.
Foodgrains are procured at the minimum support price (MSP)
declared by the Government of India at the start of each of
Marketing season.
3.2 Storage of foodgrains
There are three types of storage forms: Covered godowns
Silos
Covered And Plinth (CAP)-Stocks kept on plinth and covered with polythene covers.
Rice is always stored in a covered godown, whereas wheat is stored in any of the three storage forms.
3.3 Movement of foodgrains
Food Grains are moved from the surplus regions viz Punjab, Haryana, Andhra Pradesh, MP, Chhattisgarh etc to the consuming/deficit regions by rail or by trucks.
FCI depends heavily on the railways for movement of foodgrains. The Movement Division at FCI, with the help of railways, works out a detailed monthly movement plan so as to help the railways in allotting the required number of rakes and its availability schedule for the smooth movement of the food grains.
As the movement involved, especially by rail, is more there is a
substantial scope to reduce the cost by using techniques like Linear
Programming, Goal Programming etc. As of now FCI is managing the
entire exercise of movement by a manual process with the vast practical
knowledge acquired by the planners over the years. Linear Programming
is also in limited use.
It may be noted that not all the loading rail heads and recipient rail heads
are fully equipped with necessary facilities to handle full rakes. At times,
the demands of nearby rail heads are combined so that a full rake is
operated thus reducing the operational cost and time. Similarly, whenever
the demand of a railhead is less than a full rake, then also demands of
nearby railheads are combined so that instead of operating two half rakes,
as far as possible, a full rake is operated. On certain occasions, the FCI
also operates some dedicated movement to meet the demand of army or
any other emergency needs. In that case, it may get a preferential
treatment over others.
3.4 Distrubution of foodgrains
Based on the monthly allocation made by the Deptt. Of F&PD in favour of
the State Govts. and further sub-allocated by the later, the foodgrains are
issued to the State Govt. Or its authorised representative from the base
depots of FCI, under various Schemes. Joint sampling of stocks are done
before issue and retained for verification purpose.
4. PURPOSE OF THE STUDY
This Agreement is intended to recognize the general basis for defining the
role, responsibilities and liabilities of the Parties to the Agreement in
respect of Study on ‘Damage to the foodgrains stored with Food
Corporation of India, State Government and its Agencies’ , assess
the existing methodology in preservation of foodgrains at every level of
handling/storage and to suggest an improved design and latest
techniques for safe handling/storage of foodgrains to avoid damages .
The following documents shall be read as construed as part of this Agreement viz.
• The complete Tender document dated:dd/mm/yyyy and Acceptance
letter/e-mail dated:dd/mm/yyyy.
• General information to Tenderers.
• All the Annexures and all the documents attached with the tender.
• Written instructions issued by Corporation and Addendum/Corrigendum, if any.
• All correspondences, by which the contract is amended, varied or
modified in any way by mutual consent between the parties herein.
5. SCOPE OF THE STUDY
5.1 Preface:
The Government Agencies like FCI, State Govt. and its Agencies,
while handling the foodgrains passes through multiple stages of
operations right from procurement in mandis to the ultimate consumer.
After procurement, the stocks are transported to depots, stored in
covered, CAP, Silo and on unscientific places for unspecified period,
transported to Railway Good Sheds, dumped at railway pucca or katcha
yard before loading in the wagons, loaded in to the wagons, remains
under threat en route due to leakage of repairable wagons, unloaded at
the destination, again dumped on katcha or pucca railway yard, loaded
into the trucks to transport to the FCI Depots, again stored in covered,
silo, CAP, unscientific places for unspecified period, issued out to State
Govt. which also load it into trucks to store in their scientific or unscientific
godowns, issued to FPS and finally reaches to the end consumer. During
these all operational activities and despite use of best resources available
at the disposal of Handling Agencies, foodgrains are prone to damage at
every stage of handling. If at all these damages are to be completely
eliminated, India has to adopt the latest technology like wheat and rice
silos and mechanical handling etc. However, in the present
circumstances, each stage of handling need to be studied very closely in
order to identify the weak points and suggest the remedial measures so
that FCI/State Govt. and its Agencies can add to their experience further
to improve safe storage and handling practices of foodgrains.
5.2. Purpose of the Study:
The purpose of this study is to assess the existing practices of preservation of foodgrains by FCI and State Agencies and to suggest and recommend an improved design to revamp the present handling/storage practice techniques to avoid damage to the stocks at the various stages of operational activities. The improvements/solutions recommended must be demonstrated to ensure both economically viable and operationally feasible.
5.3 Area of coverage under Study:
The number of depots/railheads required to be visited to understand the problem areas shall be 61 depots of FCI and State Govt. and its Agencies/Railway Good Sheds/FCI own Railway Siding godowns with special emphasis on Punjab, Haryana, MP, AP, and Chhattisgarh as Surplus Regions and NE, West Bengal, Bihar, Jharkhand, Maharashtra, UP, Karnataka, Tamil Nadu, Kerala, Delhi and J&K as Recipient Regions. This sample should consist of depots and railheads having DPS, Departmental and Contract Labours etc. A separate list will be provided to the Consultant.
5.4 Scope of Study:
Following will be the scope of study, which can further be extended or reviewed at the sole discretion of FCI. However, the Consultant will also be consulted in this regard.
5.5 General:
5.5.1. What is the extent of incurrence of damage to wheat, rice, paddy
and maize in Central Pool stocks in the last 5 years in covered godowns?
5.5.2. What is the quantum of wheat and paddy (stored for central pool)
damaged during last 5 years for the stocks kept in CAP by the FCI
and the State Agencies?
5.5.3. What is the reporting system for incurrence of damage to stocks in
FCI and State Agencies? Does it require modifications?
5.5.4. What are the guidelines issued by FCI for issue of stock from the
year of procurement? Whether any modification is needed in these
guidelines?
5.5.5. What are the norms fixed by the Govt. of India for declaring the
stocks as Non-Issuable/damaged?
5.5.6 To study the various categories of Non-Issuable/damaged
foodgrains and suggest whether FCI require any addition/deletion
based on the specifications of various refractions?
5.5.7 Whether the present procedure of declaring the stocks as Non-
Issuable can be improved upon in order to early disposal of Non-
Issuable stocks?
5.5.8 Should the present system of 4-Tier inspection/categorization i.e.
DCC, RCC, ZCC and finally HQs. Vigilance Team (in case accrual
is more than 1000 MTs in a Region) continue or it should be cut
down by one or two tiers and at what level?
5.5.9 Whether present system of registering the manufacturers and
direct consumers for sale of Non-Issuable foodgrains by FCI needs
further improvement/modification? What parameters should be
fixed/introduced in the verification process to ensure that these
Non-Issuable foodgrains stocks are not diverted to the open market
by the Tenderer and are used only for the purpose these have
been purchased?
5.5.10 What is the maximum and minimum time period under which FCI
and State Agency has taken to dispose of Non-Issuable stocks
after the same was declared as Non-Issuable? How this time lag
can be reduced? What are the hurdles responsible for holding the
stocks in storage even after declaring the same as Non-Issuable
long back?
5.5.11 Are there incidences where even after declaring the stocks as Non-
Issuable, the stocks were further downgraded to lower categories
of Non-Issuable stocks because the same was not disposed of
quickly?
5.5.12 Study a few cases where FCI/State Agencies paid more on storage
charges/carrying cost than what was realized as cost of the stocks
due to delayed disposal. What would have been the financial
benefit, had the stocks been disposed of immediately the same
was declared as Non-Issuable?
5.5.13 The Technical Reports prepared by the Districts/Regions/Zones
and Headquarters may be studied to know whether these reports
reflect correct picture of the stock at risk.
5.5.14 What is the profile of wheat stock kept in silos? Is the quality of
this wheat better than the quality of wheat stored in covered
godowns and CAP?
5.5.15 How is the maintenance of godowns of FCI and State Agencies?
Are sufficient funds available for maintaining these godowns?
5.5.16 Are sufficient covers, dunnage, etc. available in the godowns of
FCI and State Agencies? Are FCI officers using their delegated
powers for purchase of these items in time?
5.5.17 Is any modification in the current system of purchase of chemicals,
fumigants, dunnage materials, polythene covers etc. required?
5.5.18 Do the polythene covers being used at present for CAP storage
need any structural improvement quality-wise to prevent damage to
stocks kept in CAP?
5.5.19 Whether FCI and State Agencies are using the prescribed dosages
of chemicals and fumigants for control of insects and rodents in the
godowns?
5.5.20 It may also be studied whether the present dosage prescribed for
controlling the insect-pests in the godowns is sufficient to achieve
100% mortality of insect-pests. Is there any need to increase or
decrease the dosage to economize the utility of the chemicals and
fumigants and 100% mortality?
5.5.21 Do you find any difference between the methodologies (method of
using/application of chemicals) being adopted in real practice by
FCI/ State Govt. Agencies and that of prescribed for use of
chemicals/fumigants?
5.5.22 The chemicals and fumigants are not to be used after expiry date
[as it affects the efficiency in controlling the insect pests in the
godowns thereby, heavy and prolonged infestation leads to
downgrading the stocks]. What is the extent of expired chemicals
and fumigants available in the FCI and as well as State Govt. and
its Agencies?
5.5.23 From Punjab and Haryana, some stocks are issued directly from
mandis in violation of FIFO and the stocks of old crop years are left
behind causing damage during longer storage. Direct movement
undertaken in RMS 2012-13 may be studied. What are the reasons
for this?
5.5.24 What is the strength of Quality Control Cadre in FCI and State
Agencies? What is the Sanctioned Strength and the Staff in-
position? Are the State Agencies equipped fully with QC staff to
handle their huge stocks in central pool?
5.5.25 To study impact of labour strike on the health of stocks. There are
many instances where FCI depots remain unoperated and QC
treatment/operation is not given to the stocks. At present also
some depots in Rajasthan and UP are not operated as these
godowns have been notified by Ministry of Labour.
5.5.26 At the time of declaring the stocks as Non-Issuable, the stocks are
refilled in gunnies, 100% weighed and stacked in lots. At the first
instance, it may be studied, as to whether proper prescribed
procedure is being followed? Secondly, the storage losses are
declared lot-wise/stack-wise after issue of these stocks to the
tenderer. The trend of storage losses need to be studied in order to
know whether these losses are genuine?
5.5.27 Whether the Quality Control operations for preservation of
foodgrains in FCI and State Govt. and its Agencies’ godowns can
be out-sourced.
5.5.28 What is the experience of preservation and maintenance by private
agencies in PEG godowns.
Any Consultant, whosoever takes up the study of this
project, may have to go deeply in following the entire chain of
operations and the stages of foodgrains handling to identify
stages/operations at which the stocks are exposed to threats of
damages. For the sake of understanding the nature of operation by
the Consultant, an effort has been made to elaborate as to how the
damage takes place during these activities.
5.6 Procurement operations:
5.6.1 How procuring Agencies can improve upon their procurement
methodology to avoid purchase of non-FAQ stocks in mandis which are
generally procured under pressure of huge number of farmers present in
the mandis or the district administration?
5.6.2 How for the Rain affected harvested and subsequently procured under
relaxed specification (URS) foodgrains contribute towards damage of
foodgrains in FCI and State Govt. Agencies?
5.6.3 How, already procured wheat and paddy stocks lying in heap form in
Mandi yards can be saved from damages. Can there be any modern
technique both for Procuring Agencies and the farmers?
5.6.4 Once any heap of wheat or paddy is rejected by the TA/Inspector of the
procuring agency on quality ground, in general, it is the tendency of
Katcha Artiah either to fill those very non-FAQ stocks in the gunny bag as
such or they try to upgrade the same with already purchased FAQ stocks
pertaining to the procuring agency. This results in procuring non-FAQ
stocks by the Govt. Agencies. How this practice can be tackled in
procurement centres?
5.6.5 The rain water affected/drenched stocks cannot be given aeration in
mandi or in the depot due to shortage of space with the result the stocks
are downgraded to Non-Issuable category. What can be the remedial
measures or the modern techniques to save the stock?
5.7 During Transportation from mandis to depot, depot to Railhead and
Railhead to depot:
5.7.1 Sometimes there are allegations of exchange of partial or whole truck
load of sound stocks with damaged stocks by the transporters en route to
depot. This process may take place during peak and rush of operational
activities when there are uncertain rains and lot of damaged stocks are
available in the open market particularly during rainy days. The trend may
be studied and suggest way and measures to curb this menace.
5.7.2 What is the extent of stocks damaged/affected/drenched while in
transportation in trucks from mandis to storage depot?
5.7.3 What is the extent of stocks damaged/affected/drenched while in
transportation in trucks from depot to Railway Goods Shed and vice-
versa? Due to pressure of operations and short distance involved, the
truckers generally avoid covering of their trucks. Can there be any better
technique?
5.7.4 What are the infrastructural facilities available at the railheads where
stock is loaded/unloaded? Whether the following basic amenities/facilities
are available?
a. Covered sheds for dumping of stocks.
b. Pucca and raised platform.
c. Pucca roads within the premises.
d. Pucca and motorable approach road.
e. Drinking water.
f. Labour sheds,
g. Boundary wall,
h. Toilets,
i. Lighting arrangement during night hours etc.
5.7.5 Are sufficient covers and wooden crates being used at the railway goods
shed when stocks are dumped during loading/unloading?
5.7.6 What is the quantity which got damaged at Railway Good Sheds during
dumping period of stocks at the time of loading and unloading of wagons?
5.7.7 Whether the present system of protecting the stocks with covers and
crates etc. at Railway goods-Sheds needs further modifications to ensure
no damage to the stocks during dumping?
5.7.8 Whether the HTC responsible for protection of stocks is taking sufficient
measures by providing crates, covers and proper lashing during dumping
to save the stocks from damages during rains?
5.7.9 Some stock is reported to be downgraded at the recipient end due to
unclean wagons provided by the Railways. Cement, Coal and Fertilizers
are the main commodities which are found in the empty wagons, when
supplied to FCI. In fact these wagons should be cleaned properly by the
railways before supply to the FCI. Loading of foodgrains in such wagons
results in mixing of huge loose grains with the remnant coal, fertilizer and
cement on the floor of the wagons. It may be studied as under:
a. What is the %age of rakes which are supplied by the Railways
with uncleaned wagons?
b. How much stocks have been reported to be downgraded to
Non-Issuable category during last 3 years only due to this
factor?
c. How this can be ensured that Railways supply only the clean
wagons?
5.7.10 Sometimes very Poor quality of wagons with multiple macro and micro
holes in the roof and sides are provided causing damage to stocks en
route due to rains. It may be studied as to what %age of substandard
wagon/rakes was provided by the railways (as per FCI/Rly records) during
the last 3 years.
5.7.11 Stocks should be loaded leaving sufficient space between the flap door
and the stack in the wagon otherwise water gets easily penetrated
through the doors to the stocks due to heavy showers en route. How
much damage has been occurred due to this factor during last 3 years? It
may also be studied as to how to avoid faulty loading by the labour.
5.8 During storage:
5.8.1 In Covered godown:
5.8.2 How much stocks were got downgraded as Non-Issuable due to storage
in alleyways/runways and how it can be avoided?
5.8.3 Whether any stocks were got downgraded as Non-Issuable due to non-
treatment of stocks due to dumping in alleyways/runways for long time
and why these stocks could not be issued on priority on FIFO basis. What
are the factors for failure of staff to follow FIFO in such cases?
5.8.4 How much stocks were downgraded as Non-Issuable due to dumping on
the platform and whether staff had taken sufficient care to protect the
stocks after dumping on platform during unloading from the wagons at
FCI’s Railway siding depots?
5.8.5 Similarly in covered godowns sometimes stacks collapse and are not
rebuilt immediately due to one factor or the other. These stacks cannot be
fumigated and suffer heavy infestation causing downgrading to Non-
Issuable category. Reasons for the same may be studied?
5.8.6 How much stocks were got damaged due to leakage in covered
godowns? Why the repairs of roof were not carried out immediately?
Should FCI go for better roofing material?
5.8.7 Why the stacks which got water affected with leakage of roof in covered
godowns were not immediately put to salvaging or issued out by the staff?
5.8.8 What are the covered godowns in which wheat got damaged in the last
three years? What are the reasons for such damage?
5.8.9 Was the damage to foodgrains captured by the reporting system in
vogue? Are the officers of FCI making use of IRRS for analyzing crop-
year-wise stock in each depot?
5.8.10 What is the quantum of stocks downgraded due to prolonged and
uncontrolled infestation in covered godowns?
5.8.11 Which are the major insect pests which could not be fully controlled by
FCI and State Agencies leading to down-gradation of stocks due to
uncontrolled infestation?
5.8.12 Is there any incidence for declaring the stocks as Non-Issuable because
of minor insect prolonged infestation?
5.8.13 Damage to lower layer of a stack, stored without wooden crates, due to
seepage/dampness of floor is very common. How much damage has
occurred during last 3 years due to this factor? The reasons for resistance
by the labourers, if any, may also be studied and corrective measures
may be suggested.
5.8.14 Cake formation/damage due to stacking of stocks with high Moisture
Content is a common occurrence. In case of rice and paddy this process is
common when stocks are received and stacked with Moisture Content far
beyond acceptable limits causing hot spot formation within the stack and
resulting damages due to heating process and subsequent cake
formation.
5.8.15 Psocids are the great menace in the humid areas and in the godowns
which have been kept closed for long time and create unhygienic
conditions in addition to stinky and unpleasant smell in the stocks.
Moreover, Psocids are available in the corners, walls of the godowns in
Kilos. The reason for such a situation may be studied.
5.9 CAP storage and open katcha/unscientific low lying complexes:
5.9.1 There are incidences where the stacks have collapsed and could not be
rebuilt expeditiously with the result that no treatment could be given to
such stacks in covered and CAP storage. The reasons for not rebuilding
the stacks immediately may be studied.
5.9.2 In FCI, while the wheat and paddy are stored in CAP, there is a general
tendency among the staff and labourers to form numerous baby stacks.
Such baby stacks cannot be fully covered and lashed with the result are
prone to blowing away the covers and affected with rain water. It may be
studied in depth and constructive measures may be suggested.
5.9.3 What is the extent of damage to wheat stock kept in CAP in the last 10
years? Figures for FCI and State Agencies may be compiled separately?
5.9.4 What is the main dunnage material used in CAP storage? What is the
%age of use of wooden crates, wooden bellies, cement blocks and Stone
Cubes etc. separately? The role of each such material to be studied and
recommend which dunnage, based on the extent of damages caused,
need to be abandoned for future.
5.9.5 It may also be studied, whether double layer of wooden crates in CAP and
on unscientific storage places are found to be beneficial. What would
have been the effect of using single layer of wooden crates in these
places? What was the extent of damages even after using double layer of
wooden crates?
5.9.6 The damage to the stocks kept in CAP takes place due to following
factors. Each may be studied carefully and suggest the remedial
measures:
i) Leakage of rain water through macro and micro holes
of polythene covers.
ii) Blowing away of covers due to high velocity wind.
iii) Non aeration/treatment of rain affected stocks
immediately.
iv) Improper salvaging/segregation of rain affected bags.
v) Allowing rain affected stocks under cover for longer
period.
vi) Affecting bottom layer bags due to un-storage worthy
katcha ground/place.
vii) Non provision of proper dunnage to the stacks.
viii) Storage of stocks for longer period in open.
ix) Collapsing of stacks and their non-rectification
immediately.
x) Sinking of flooring of the plinths during storage.
xi) Tearing of covers by birds/monkeys/rodents resulting
holes in covers and thus leakage of rain water.
xii) Formation of numerous baby stacks which are
difficult to cover and lash properly.
xiii) Non formation of proper dome of the stacks.
xiv) High Spillage of loose grains beneath the stacks
which remains in touch with the ground/floor.
5.10 Due to various operational constraints and policies of Govt. of India, the
stocks stored under CAP remain in storage for many years which is the
main cause of damage to the stock. It may be studied as to what is the
optimal storage period for which the stocks can be kept and preserved
safely in CAP. It may also be studied as to which are the major
factors/compulsions of FCI/State Agencies due to which the stocks are
not issued within one year of storage in CAP.
5.10.1 Are the stocks kept in covered and CAP storage being provided
aeration as prescribed to minimize the insect activities? If not what
are the reasons?
5.10.2 How much wheat and paddy got damaged due to storage on unscientific
places with FCI and State Govt. and its agencies during last 10 years.
What are the major causes for the same?
5.10.3What is the optimum period for which wheat and rice can be stored safely?
In case of wheat and paddy, storage period for stocks kept in CAP may
also be worked out?
5.11. Natural Calamities:
5.11.1. Stocks stored in covered as well as CAP storage always
remain under the threat of Natural calamities like, flash floods,
storms, tsunami, and the stocks get damaged due to following
factors:
i. Blowing away of roof and covers during Cyclone/Gail/Storm
ii. Inability of the staff to treat/aerate the large scale affected
stock immediately after the flash flood due to space
constraints or consistent rains.
iii. Affecting of bottom layers of the stacks due to stagnation of
rain/flood water.
iv. Shifting of flood prone stocks to safer places and wait for
receding of flood water.
5.11.2. The extent of damage due to natural calamities in the last 3
years may be studied and it may be suggested as to how the
damages can be minimized.
5.12. Biotic Factors:
5.12.1 Storage insect pests:
Major insects like Trogoderma granaria, Sitophilus oryzae and
Rhizopertha dominica cause heavy damage to the stocks due to
weevilizataion and atta formation, if timely treatment is not given.
The quantity declared beyond PFA limit only due to this factor may
be studied for the last 3 years and better management for these
dangerous insects may also be suggested.
5.12.2 Rodents and Mammals:
Rats are the major rodents. Rats leaves excreta, urine and hairs
beyond PFA Limits whereas monkey being a mammal destroy
more by cutting the gunnies thus facilitate bleeding of loose grains
on the ground causing damage subsequently. They are also
causing the stacks to collapse. The quantity declared as Non-
Issuable because of rodents may be studied for the last 3 years.
5.12.3 Avian pests:
Top and peripheral layers of the stacks are more prone to their
attacks. They do not cause direct damage to the stocks but are the source
of causing heavy damage to the gunnies texture causing collapsing and
subsequent damage to the stocks. How to effectively control the Avian
pests in any other modern technique, other than what FCI and State
Agencies are using, may be suggested.
5.12.4 Micro-organisms:
Aflatoxins and Mycotoxins and other Algae remain active in the
grain mass during high Moisture Content/high RH accompanied with
favourable temperature. The impact of these micro-organisms may be
studied deeply and the quantity declared damaged during last 3 years due
to their presence may be ascertained.
5.13 Abiotic Factors:
5.13.1 Temperature: Favorable temperature for keeping the insect activities
under check is 20 Degree Celsius and a temperature beyond 25 Degree
Celsius is harmful if accompanied with high Relative Humidity. How the
temperature in FCI and State Govt. godowns can be kept at minimum to
curb the insect multiplication, may be studied and better management
system may be suggested.
5.13.2 Moisture- Relative Humidity: Higher moisture content in the foodgrains
than the prescribed limits increases chances of deterioration of quality
during the storage. The normal and suitable Relative Humidity for safe
storage of food grains is between 60-70%. The major quantum of
damage takes place because of this factor only. Thus the following may
be studied:
i) Are there better procurement techniques at mandi level to
ensure that wheat and paddy are purchased well within the
limits fixed by GOI for Moisture Content.
ii) The process of procuring rice from the millers may be
studied in order to know as to whether there can be some
modern technology to ensure that rice stocks are accepted
well within the limits. Accepting rice stocks particularly Par-
boiled rice within the prescribed limit of Moisture Content
can help in better preservation and avoid damage due to
heating and cake formation process during storage.
iii) It may also be studied whether there is a need to restrict
purchase of rice within the limit of 14% moisture only.
Presently rice purchased at 15% moisture is allowed with
value cut. Will this reduction help in bringing down damage
of rice during preservation.
iv) How the aeration techniques can be improved to maintain
optimum level of Relative Humidity in covered godowns and
Moisture Content in the stocks to avoid damages.
iv) Moisture Content of each stack is to be checked every
fortnight by the technical staff. It may be studied whether
the same is being checked or not with the present available
tools i.e. non handy Moisture meter. It may be studied as to
what modern techniques can be adopted.
5.14 Pesticidal residues:
If there is excessive use of chemicals and fumigants during
storage of foodgrains, sometimes the residue of these chemicals
are found to be beyond the limits prescribed under PFA Act:
a) Malathion {4 mg/kg(ppm) is the tolerance limit}
b) Phosphine
c) Deltamethrin
d) DDVP
The impact of residue of the above chemicals in foodgrains due to
repeated use may be studied and quantity of stocks declared unfit
for human consumption during last 3 years due to residual effect of
these chemicals may be documented and reasons for excessive
use may be analysed.
5.15 Contamination:
5.15.1 Uric acid not more than 100 mg per kg is the limit in sound stocks beyond
which it is considered to be beyond PFA limits and fall in Non-
Issuable/damaged category of stocks. The quantity declared unfit for
human consumption on this account may be studied for the last 3 years.
5.15.2 Foreign matter (Extraneous matter) not more than 1 per cent by weight of
which not more than 0.25 per cent by weight shall be mineral matter and
not more than 0.10 per cent by weight shall be impurities of animal origin
(as per PFA Act, 1954). The quantity declared unfit for human
consumption on this account may be studied for the last 3 years.
5.16 In the custody of State Govt. godowns:
5.16.1 What is the quantity of wheat declared unfit for human consumption
during last 3 years due to storage of stocks on Unscientific
godowns/katcha plinths?
5.16.2 The quantity declared unfit for human consumption due to storage beyond
2 years in CAP and 3 years in covered godowns may be studied for FCI
and State Agencies.
5.16.3 Whether State Govt. and its agencies engaged in foodgrains
management do have technically qualified manpower enough to preserve
the stocks effectively. What is the Sanctioned Strength and Men-in-
Position Agency-wise may be studied.
5.16.4 The quantity declared unfit for human consumption on account of violation
of FIFO by the State Govt. Agencies may be studied and the quantity
declared as Non-Issuable may be ascertained for the last 3 years. It also
needs to be studied as to what is the %age of ignoring the FIFO based
upon the rakes/stacks/crop-year dispatched during last 3 years from
Punjab/Haryana.
5.17 Quality in godowns of State Govts/Fair Price Shops(FPS) after issue
from FCI’s godowns:
Complaints pouring in about issue of rice and wheat unfit for
human consumption at PDS Fair Price Shops of the State Govt. These
generally happens due to malpractice by State Govt. dealers lifting of
sound FAQ stocks from FCI godowns and exchange the same with
adulterated/lower quality foodgrains en route to FPS/State Govt.
godowns? There are chances of getting the sound stocks exchanged with
bad quality of stocks by the FPS owner itself. The process be studied
thoroughly and bring to the surface the real truth.
5.18 Duration of Study:
All the activities as per the Scope of Study should be completed
within nine months from the date of award of the consultancy job
and all documents prepared by the Consultant would be submitted
to the Food Corporation of India.
5.19 Submission of Study Report:
The Consultant has to execute the awarded work as mentioned in the Bid Document and submit the recommendations in a bound volume within the stipulated time.
The submitted recommendations will be studied in detail
and assessed by a duly constituted expert group with members
from the relevant units/divisions of FCI. If necessary, an external
expert may also be a part of the Committee. In case, if the
Committee feels that the recommendations need to be redefined or
require any additional clarification, the Consultant should be in a
position to adhere to the advice.
5.20 Schedule of Payment:
Activity Percentage of payment to be
released after each stage
Stage I: Collection of basic data and
documentation of data/process of study
10%
Stage II: Conducting field visits,
meetings with Executive Directors
(Zone), General Manger (Region),
Heads of the State Govts and its
agencies, Railways and collecting
supplementary data,
views/recommendations and
documentation of the same.
30%
Stage III: Meetings/discussions with
senior FCI officers and presentation of
draft report.
30%
Stage IV: Final report 30%
5.21 The consultant would engage workforce who may be having vast
experience and specific expertise in the field of maintaining and
preservation of foodgrains pertaining to any renouned PSUs/Govt. of
India/State Govt. concerned in handling of foodgrains at large scale. The
consultant will supply the list of experts whosoever may be engaged, for
the notice and satisfaction of FCI.
6 DISQUALIFICATION CONDITIONS:-
6.1 Tenderer who have been blacklisted or otherwise debarred by FCI or any department of Central or State Government or any other Public Sector Undertaking will be ineligible during the period of such blacklisting or for a period of 5 years, whichever is earlier.
6.2 Any Tenderer whose contract with Food Corporation of India, or any department of the Central or the State Government or any other Public Sector Undertaking has been terminated before the expiry of the contract period at any point of time during the last five years, will be ineligible.
6.3 Tenderer whose Earnest Money Deposit and/or Security Deposit has been forfeited by the Food Corporation of India, or any department of the Central or the State Government or any other Public Sector Undertaking , during the last five years, will be ineligible.
6.4 If the proprietor/any of the partners of the Tenderer firm/any of the Directors of the Tenderer company have been, at any time, convicted by a Court of an offence and sentenced to imprisonment for a period of three years or more, such Tenderer will be ineligible.
6.5 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 in another firm, or as a director of a company etc.) will render the Tender disqualified.
6.6 A Hindu Undivided Family shall not be entitled to apply for tender. Any tender submitted in the capacity of the Hindu Undivided Family shall be summarily rejected.
7 MINIMUM ELIGIBILITY CRITERIA
Tenderer should be a consulting company meeting the following criteria:
7.1 The Tenderer must have a Service Tax Registration number and PAN
and copies of the same shall be uploaded with the tender.
7.2 The interested Tenderer must have at-least seven years experience in
doing various consultancy assignments. A copy of the certificate of
incorporation or the earliest work order for consultancy assignment must
be uploaded as proof of the number of years of experience.
7.3 The interested Tenderer must have completed at least three consultancy
job on ‘Supply Chain Management’, in the last five years viz 2007-08,
2008-09, 2009-10, 2010-11, 2011-12 where the value of consultancy is
equal or more than 50 Lakhs each and the applicant firm/company is the
lead consultant. Documentary proof of such consultancy assignments by
way of work orders or agreement with the client clearly indicating the
value of the work executed must be uploaded. The financial component of
these supply chain assignments undertaken must be proved and if treated
to be confidential then a certificate from the client is required to be
uploaded to the effect that the value of the executed Consultancy is more
than 50 lakhs.
Interested Consulting Firms/company/Organizations may indicate their expertise as indicated above and upload their profiles including experience particulars of key professionals/ research team, organizational strength, details of field/branch offices, etc. in the formats specified.
Documents in support of the above criteria 7.1 to 7.3 should be uploaded on the electronic tender submission platform, failing which the Tender shall be rejected.
All the technical documents will have to be uploaded in e-Procurement Portal and Hard copies of the same shall be submitted at the time of online tender opening for verification.
8. SUBMISSION OF TENDER
Tenderer shall submit the Tender electronically before the notified last date and time of submission of Tender. FCI may extend the deadline for submission of Tender by issuing an amendment in which case all rights and obligations of FCI and the Tenderer previously subject to the original deadline will then be subject to the new deadline. The onus of ensuring fulfillment of the eligibility condition would be on the Tenderer and the Tender of anyone subsequently found ineligible would be summarily rejected. Bids uploaded online without all annexures in the format given, duly filled in and signed may be ignored. If any of the uploaded documents are found to be forged/fabricated/not in order at any stage, the Corporation would terminate the contract without prejudice to any other right of the Corporation under the Contract and law. Tender(s) received incomplete, conditional or without EMD & TPF, shall not be considered.
9. TECHNICAL BID- OPENING AND EVALUATION:
9.1 Opening of Tenders
FCI will open the Technical Bid of all Tenderers received through e-procurement portal on the specified date and time. The tenderers can view other Bidders in the e-Procurement platform after opening of the Tender. However, they are at liberty to be present personally or through authorized representative at FCI Hqrs at the time of opening of the Tender. In the event of the specified date of Tender opening being
declared a holiday for FCI, the Tenders will be opened on the next working day but there will be no change in the time for opening as indicated in the Tender.
9.2 Preliminary Examination
9.2.1 Prior to the detailed evaluation of Tenders, it will be determined whether
each Tender; (a) has been digitally signed; (b) paid requisite amount of TPF/EMD and; (c) is responsive to the requirements of the Tender documents.
9.2.2 A Tender determined as not responsive will be rejected by the FCI and may not subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation.
9.3 Original Supporting Documents:
The eligible Tenderers would be required to show/submit supporting documents, in original or self-attested by authorised signatory, 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, which is pre-qualification for technical evaluation. A list of Tenderers who qualify the Technical Bid will be available to qualified Bidders in the e-procurement portal.
10. TENDER EVALUATION CRITERIA 10.1 Technical Bid Evaluation
The Technical Bids of the Tenderer who secures the minimum prescribed marks will only be considered. The Technical Bid Evaluation would be made as follows:
Criteria Supporting Document Marks Maximum
Breakup Marks
No of years Certificate of incorporation or the earliest work order for consultancy assignment as proof of the number of years of experience. 20
experience
in
consultancy
jobs
15 years’ experience in executing various consultancy jobs. 20
10 years’ experience in executing various consultancy jobs. 10
07 years’ experience in executing various consultancy jobs. 5
Experience 20
in Work Orders or Agreement signed with the client.
Government
/PSU
projects
Four consultancy job in any Government or Public Sector 20
Undertaking in the last 5 years viz 2007-08, 2008-09, 2009-10, 2010-11,
2011-12.
Two consultancy job in any Government or Public Sector
10
Undertaking in the last five Financial Years viz 2007-08, 2008-09, 2009-10, 2010-11, 2011-12.
One consultancy job in any Government or Public Sector
5
Undertaking in the last five Financial Years viz 2007-08, 2008-09, 2009-10, 2010-11, 2011-12.
Experience in
executing
similar projects 30
Work Orders or Agreement with the client clearly indicating the value of the work must be uploaded. The financial component of these supply chain assignments undertaken must be proved and if treated to be confidential then a Certificate from the client is required to be uploaded to the effect that the value of the executed Consultancy is more than 50 lakhs/per contract.
30
5 (five) consultancy work in supply chain management, where
the value of consultancy is equal or more than 50 Lakhs/per contract each in the last five Financial Years viz 2007-08, 2008-09, 2009-10, 2010-11, 2011-12.
4 (four) consultancy work in supply chain management, where 20
the value of consultancy is equal or more than 50 Lakhs/per contract each in the last five Financial Years viz 2007-08, 2008-09, 2009-10, 2010-11, 2011-12
10
3 (three) consultancy work in supply chain management,
where the value of consultancy is equal or more than 50
Lakhs/per contract each in the last five Financial Years viz 2007-08, 2008-09, 2009-10, 2010-11, 2011-12
Locations No. of geographical locations of the client organization for whom the consultancy assignment executed to be mentioned in the relevant column of annexure IV
15 15
covered
while
Geographical coverage of the client organization for which consultancy job on Supply Chain Management done (in the last five financial years viz 2007-08, 2008-09, 2009-10, 2010-11, 2011-12) is equal to or more than 200 locations.
executing
similar
projects
10
Geographical coverage of the client organization for which consultancy job on Supply Chain Management done (in the last five financial years viz 2007-08, 2008-09, 2009-10, 2010-11, 2011-12) is less than 200 but equal to or more than 100 locations
5
Geographical coverage of the client organization for which consultancy job on Supply Chain Management done (in the last five financial years viz 2007-08, 2008-09, 2009-10, 2010-11, 2011-12) is less than 100 locations.
Qualification CVs, with the past experience, of at least three personnel who 15
and
would be associated with the management of this project, Each Post Graduate : 3 Marks subject to maximum 9 marks. Each Graduate/Engg. : 2 Marks subject to maximum 6 marks.
experience
of Key staff
Proposed
Total Marks 100
The Agencies/Firms/Organizations which technically qualify with a
percentage above 70% will be shortlisted for opening of Price bids. Technical Bid to be submitted as per Annexure I to V, which should be uploaded together with all documents as indicated in the Tender document. In case less than 3 agencies qualify based on above criteria , top 3 agencies will be considered as technically qualified subject to minimum technically qualifying % of 50%. In case even after relaxed technical qualifications, there is only one technically qualified agency, the Tender will be scrapped.
The Consultant shall bear all costs associated with the preparation
and submission of its tender, and the FCI will in no case be responsible or
liable for these costs, regardless of the conduct or outcome of the
tendering process.
11. TECHNICAL AND ADMINISTRATIVE CONTACT:
All communications concerning the technical issues of this EOI
should be directed to the EOI Coordinator listed below. Unauthorized
contact regarding this EOI with other FCI officials may result in
disqualification. Any oral communications will be considered unofficial and
non-binding on FCI. Consultants should rely only on written statements
issued by the EOI Coordinator.
For Technical Query
Name Sh I. K. Negi, General Manager (Quality Control)
Address 16-20, Barakhamba Lane, New Delhi – 110 001
Phone 011-43527514
FAX 011-43527372
Email [email protected]
For Administrative Query
Name DGM (IT)
16-20, Barakhamba Lane, New Delhi – 110 001
Phone 011 43527485
FAX 011-43527483
Email [email protected]
12.PRE BID MEETING:
The pre bid meeting will be held on 03.10.2012 at 1600 hrs at FCI Headquarters.
13.AMENDMENT TO TENDER:
At any time before the deadline for submission of Tender FCI may, for any
reason, whether on its own or in response to a clarification requested by a
prospective Tenderer, modify the tender document by amendment(s). All
prospective Tenderer shall be notified of the amendment through FCI’s
website www.fciweb.nic.in or through corrigendum/addendum on the
https://eproc.karnataka.gov.in website and all such amendments shall be
binding on them. In order to allow the Tenderer to act on those
amendments, the FCI reserves the rights to extend the deadline for
submission of Tender.
14. AVAILABILITY OF TENDER DOCUMENTS:
Tender documents may be downloaded in electronic form ‘Free of Cost’ from e-Procurement website https://eproc.karnataka.gov.in under ‘List of Tenders’ Section of Home Page.
List of Tenders
The Tenders can be downloaded from the portal as per prescribed date and time published in the portal. The detailed Tender document can also be viewed at official website of FCI i.e. www.fciweb.nic.in.
15. INFORMATION TO TENDERERS:
The Tenderers can contact CeG on the telephone numbers given
on the afore mentioned e-proc portal with regard to technical issues
relating to functioning of their e-Procurement platform. FCI may at any
time prior to the due date of the proposal and for any reason, whether at
its own initiative or in response to any on-line query sought by a Tenderer,
modify the tender document by way of an addendum to the original tender
and such addendum will be binding on all Tenderers. The addendum
would be uploaded on the https://eproc.karnatak.gov.in and
www.fciweb.nic.in. In order to afford the prospective Tenderer to take into
account the addendum or for any other reasons, FCI may, at its discretion
extend the due date for submitting the tender.
16. REGISTRATION OF TENDERERS:
The Tenderers will have to register themselves in e-Procurement
platform for which they have to deposit fee and complete necessary
formalities. Presently, Centre for e-Governance charges Rs. 500/- for
registration, which is valid for 1 year. Subsequently, the Tenderer can
renew every year upon payment of Rs. 100/-. FCI is not liable for any
change in fee or any other issues related to registration with Centre for e-
Governance.
17. SIGNING/SUBMISSION OF TENDER :
17.1 Person or persons signing /submitting the Tender shall state in what capacity he is or they are signing/submitting the tender, e.g. as sole proprietor of a firm or as a Secretary / Manager / Director etc. of a Limited Company or the authorized officer of an Institute.
17.2 In the case of a registered partnership firms, the names of all the partners should be disclosed and the Tender shall be signed by all the partners or their duly constituted attorney, having authority to bind all the partners in all matters pertaining to the contract. The scanned copy of the registered Partnership Deed along with Power of Attorney should be uploaded.
17.3 In case of a company, the names and addresses of the Directors, Bankers, Auditors and Solicitors shall be mentioned and it shall be certified that the person signing the Tender is empowered to do so on behalf of the company. Scanned copies of the Memorandum and Articles of Association of the company, Certificate of Incorporation, Profit & Loss Account and Balance Sheet for previous 3 years, Resolution of BOD authorizing the signatory to sign the Tender shall be uploaded.
17.4 A Hindu undivided family (HUF) is not entitled to apply for Tender. Any Tender submitted in the capacity of HUF shall be summarily rejected.
17.5 The persons competent to sign/submit the Tender Form or any document
forming part of the Tender on behalf of another or on behalf of a Firm shall
be responsible to produce a proper Power of Attorney duly executed in his
favour, stating that he has authority to bind such other person or the Firm as
the case may be, in all matters pertaining to the contract. If the person so
signing the Tender fails to produce the said Power of Attorney his Tender
shall be liable to summary rejection without prejudice to any other right of
the Corporation under the Contract and Law. The “Power of Attorney”
should be signed by all the partners in the case of registered partnership
concern, by the proprietor in the case of the proprietary concern, and by the
person who by his signature can bind the company in the cases of a limited
concern. In the case of an academic institute by an authorised officer of the
Institute.
18. TENDER PROCESSING FEE:
Each Tenderer must pay the Tender processing fee of Rs 500/- (Five
Hundred only) in the form of e-payments (Credit Card, Direct Debit,
National Electronic Fund Transfer (NEFT), Over the Counter (OTC).
Tenders not accompanied by tender processing fee shall be summarily
rejected.
19 EARNEST MONEY DEPOSIT:
The Tender must be accompanied by an EMD of Rs. 50,000/- (Rupees Fifty
Thousand only). The EMD shall be paid by tenderers through any of the 4
modes of e-Payment as mentioned below. No interest will be payable by the
Corporation on the amount of the EMD. The Tender not accompanied by the
requisite EMD shall be summarily rejected.
19.1 E-PAYMENT MODES FOR TENDER PROCESSING FEE:
The Tenderer should pay the Tender Processing Fee (TPF) in the e-Procurement portal using any of the following payment modes:
• Credit Card • Direct Debit • National Electronic Fund Transfer (NEFT) • Over the Counter (OTC)
19.1.1 CREDIT CARD PAYMENT METHOD: To pay the registration fee through your credit card, click on the “Credit
Card (Online Payment)” option. If you choose to pay the fees later click on “Close” button. Click Pay after verifying details on the screen that appears.
1. Click on “Pay” button to proceed with payment process. 2. Click “Back” if you wish to choose a different payment method. 3. Click on “OK” button on the payment method. 4. Confirmation window that is displayed. 5. You will choose your card type (VISA, master Card). 6. You enter your credit card details. 7. Card Details completely filled.
Click on “PAY NOW” button to effect the payment. Your card details are
verified by the payment gateway service and you will receive confirmation of payment
debited to your card account if the card is valid. If the card is not valid you will receive
alert about it and system will wait for you to correct any errors in the card details
provided by you. A successful transaction message is displayed.
19.1.2 DIRECT DEBIT METHOD:
1. Click on “Direct Debit Using Internet Banking (Online Payment) option to pay from your Axis Bank account.
2. Click on “Pay” to proceed or “Back” to change the payment method on the
Payment details screen. 3. Click on “OK” on the confirmation window to effect the payment. 4. Enter Internet banking details for payment.
You will be informed on your screen about successful completion of
payment process.
19.1.3 OTC PAYMENT PROCEDURE: If a Tenderer chooses to make payment Over The Counter (OTC) in any of the
designated Axis Bank branches listed in the e-Procurement web-site
(https://www.eproc.karnataka.gov.in) the Tenderer will need to log into e-
Procurement system, access the Tender for which Bid is being submitted,
select the OTC option under the payment section and print the Challan shown
in that section. The printed Challan will have the Unique Bid Reference
Number and the amount to be remitted. Along with the Challan, Tenderer can
choose to make the payment either in the form of cash or in the form of
Demand Draft. Cheque payments will not be accepted. The Tenderer is
requested to specifically inform the bank officer to input the Unique Bid
Reference Number printed in the Challan in the banking software. Upon
successful receipt of the payment, the Bank will provide a 16-digit reference
number acknowledging the receipt of payment. This 16-digit reference number
has to be entered by Tenderer against the specific payment prior to Bid
submission, which is a pre-requisite for Bid submission.
19.1.4 NEFT PAYMENT PROCEDURE: If a Tenderer chooses to make payment using Reserve Bank of India's (RBI)
National Electronic Fund Transfer (NEFT) system / Real Time Gross
Settlement (RTGS) system, the Tenderer will need to log into e-Procurement
system, access the Tender for which Bid is being submitted, select NEFT
option under the payment section and print the Challan shown in that section.
The printed Challan will have the Unique Bid Reference Number, dynamic
Bank Account No. beneficiary name, IFSC code and the amount to be remitted.
The tenderer has to submit the printed Challan to their Bank-branch (NEFT /
RTGS enabled) and request for an account-to-account transfer, wherein the
money will get transferred from the Tenderer's Bank account to Government of
Karnataka’ s Bank account. The Tenderer should ensure that NEFT transfer
instructions are executed and the funds are wired to the Government of
Karnataka's principal account before the last date for Bid submission and
preferably 24 hours before the last date for Bid submission. If the Tenderer's
Bank transfers/wires the money after the last date for Bid submission, the
Tenderer's Bid will be liable for rejection. Upon executing the transfer, the
Tenderer's Bank will provide a reference number generated by NEFT / RTGS
software as confirmation of transfer, which has to be entered by Tenderer
against the specific payment prior to Bid submission, which is a pre-requisite
for Bid submission.. The Tenderer's Bid will be evaluated only on confirmation
of receipt of the payment in the Government of Karnataka central pooling a/c
held at Axis Bank. For details on e-Payment services refer to e-procurement
portal for more details on the process.
19.1.5 IMPORTANT NOTE In the case of payments made through NEFT / RTGS or OTC, the Tenderer needs to print a challan from the e-Procurement platform prior to actual payment. On obtaining the bank transaction number, the same need to be updated in the e-Procurement platform along with the date of payment. A ‘green tick’ icon appears against the payment in the e-Procurement platform, though the status of the payment shows ‘verification pending’. The payment is reconciled subsequently on upload of payment scroll in the e-Procurement system and the status ‘verification pending’ will subsequently be changed to ‘verification successful’. With regard to payment through NEFT / RTGS, the bidder is advised to initiate payment well in advance to avoid the risks as mentioned below. (i) Payments credited after the due date and time of submission as prescribed in the Tender notification. (ii) Payments returning back to the bidders account due to incorrect entry of beneficiary account no. and / or beneficiary account name by the sending bank at the time of transfer.
(iii) Please ensure that the payments are credited within the last date and time of receipt of tenders. Tenderers crediting payments after the due date and time of submission as prescribed in the Tender Notification will not be eligible to participate in the Tender. (iv) Please instruct the sending Bank to enter the correct Bank Account, IFSC code and beneficiary name, as mentioned in the NEFT / RTGS challan generated from the e-Procurement platform, while transferring amount through NEFT / RTGS. Any mistake in the entry of above information will result in amount returning back to sender and subsequent ineligibility of the Tenderer to participate in the Tender. v) EMD payment shall be made as one single transaction and payment made in part are liable for rejection. vi) TPF shall be made as one single transaction and payment made in
part are liable for rejection.
Supports Timings: (9.00 am to 9.00pm) Help Desk: 080-25501216/25501227 Or E-mail: [email protected] for details on e-Payment services refer to e-procurement portal for more details on the process.
Any Tender not secured in accordance with Terms and Conditions above will be rejected by FCI as non-responsive.
a. The Tenders not accompanied by the prescribed TPF and not in the prescribed Form shall be rejected summarily. TPF is not refundable.
b. The tenderer is free to modify his offer before the last date and time
fixed for submitting the Tender.
c. Neither FCI nor Centre for e-Governance shall be responsible for non-accessibility of e-Procurement portal due to technical glitches or internet connectivity issues at Bidders end.
20. DURATION OF THE STUDY:
All the activities as per the Scope of Study should be completed within
nine months from the date of award of the consultancy job and all
documents prepared by the consultant would be submitted to the Food
Corporation of India.
21. SAMPLE SIZE OF THE STUDY:
The number of depots/railheads required to be visited to understand the problem areas shall be 10% sample selection of the existing depots/railheads with special emphasis on Punjab, Haryana, MP, AP, and Chhattisgarh as surplus regions and NE, West Bengal, Bihar, Maharashtra, UP, Karnataka, Tamil Nadu, Kerala, Delhi and J&K as recipient regions. This sample should consist of road fed depots, rail fed depots having both FCI sidings and Railway sidings, railhead/non railhead depots, depots having DPS, Departmental and Contract Labours etc. The nodal officer assigned to the project will co-ordinated from FCI’s
side to facilitate all such meetings.
22. FEES & OTHER CHARGES:
22.1 No other payments, apart from the consolidated consultancy fee and the
applicable taxes will be paid. 22.2 Where the Consultants have to incur expenditure on travel and stay at a
place away from the normal place of residence, the consultant has to make his own arrangements.
23 PAYMENT SCHEDULE:
Payment shall be released by FCI as per the following schedule on submission of bills in duplicate along with the relevant and required documents.
Activity Percentage of payment to be
released after each stage
Stage I: Collection of basic data and
documentation of data/process of study
10%
Stage II: Conducting field visits,
meetings with Executive Directors
(Zone), General Manger (Region),
Heads of the State Govts and its
agencies, Railways and collecting
supplementary data,
views/recommendations and
documentation of the same.
30%
Stage III: Meetings/discussions with
senior FCI officers and presentation of
draft report.
30%
Stage IV: Final report 30%
24. VALIDITY PERIOD OF TENDER:
Tender shall remain valid for acceptance up to 120 days from the date of
closing of submission of Tender. Thereafter, this period may be further
extended by the parties on mutual consent basis. Any tenderer not keeping
the offers open for the prescribed period shall be summarily rejected.
The Consultant shall bear all costs associated with the preparation and
submission of its tender, and the FCI will in no case be responsible or liable for
these costs, regardless of the conduct or outcome of the tendering process.
25.FORFEITURE OF EARNEST MONEY DEPOSIT
25.1 EMD shall be liable to forfeiture if the Tenderer resiles from his offer or
modifies his offer and /or the Terms and Conditions thereof in any manner, after the last date and time fixed for submitting the Tender, if being understood that the Tender documents have been made available to him and he is being permitted to Tender in a consideration of his agreement to this stipulation. The Tenderer is free to modify his offer before the last date and time fixed for submitting the Tender but if he does not re-submit his offer before the said date and time thereby completely withdrawing the offer, his EMD is liable to be forfeited.
25.2 The Earnest Money is also liable to be forfeited in the event of the Tenderers failure after the acceptance of his Tender to furnish the requisite Security Deposit by the due date, including extension period, as per terms of the Tender, without prejudice to any other rights or remedy available to the corporation under the contract and law.
25.3 The Earnest Money will be returned to all unsuccessful tenderers within a
period of 15 days from the date of disqualification in the case of all Tenderers whose Technical Bids are disqualified, and within a period of 30 days from the date of issue of the acceptance letter in the case of all other Tenderers and to a successful Tenderer, after he has furnished the Security Deposit, if he does not desire the same to be adjusted towards the Security Deposit. No interest shall be payable on Earnest Money, in any case.
26. LATE TENDERS:
In online e-procurement system, Tenderer shall not be able to submit the Tender after the Tender submission time and date as the icon or the task in the e-procurement portal will not be available.
27. CORRUPT PRACTICES: 27.1 Any bribe, commission or advantage offered or promised by or on behalf of
the tenderer to any officer or official of the Corporation shall (in addition to any criminal liability which the Tenderer might incur) debar his tender from being considered. Canvassing on the part of, on behalf of, the Tenderer will also make his Tender liable to rejection.
27.2 In case of any clear indication of cartelization, the Corporation shall reject the tender(s).
27.3 If the information given by the Tenderer in the Tender 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.
28. PRICE BID:
After the technical evaluation is completed, the Corporation will invite the
Price Bid of only technically qualified tenderer on a date and time which will
be intimated to the Tenderers qualified in the Technical Bid. The
Notification may be sent by registered letter or fax or e-mail or published as
flash message in e-Procurement portal. The Price Bid would have to be
submitted in the format as specified at annexure VI. However, it may be
noted that the price bid is NOT to be submitted along with the technical bid
in the first stage.
FCI will open the Price Bid of all technically qualified Tenderers received
through e-procurement portal on the specified date and time. The
Tenderers can view the Price bids of other Bidders in the e-Procurement
portal after opening of Price bids. However, the Tenderers are at liberty to
be present personally or through authorized representative at FCI Hqrs at
the time of opening of the Tender.
29. CONDITIONAL TENDERS:
Conditional Tenders or Tenders which are not submitted strictly in accordance with the Tender terms are liable to be rejected.
30. AWARD OF CONTRACT: 30.1 The contract will be awarded to the successful Tenderer electronically.
The corporation may, however, issue an Acceptance Letter by post/fax/e-mail subsequently for the purpose of record.
30.2 The Corporation reserves the right to accept or reject the whole or any
part of the Tender without assigning any reason/notice whatsoever and
does not bind itself to accept the Lowest Tender or any Tender and
reserves the right to scrap the tender enquiry at any stage without
assigning any reasons and corporation will not be liable for any costs and
consequences incurred by the intending tenderer. 31 SECURITY DEPOSIT:
31.1 The successful Tenderer shall furnish a Security Deposit of 5% of the total
consultancy cost offered, within fifteen days from the date of issue of
Acceptance Letter. Demand Draft should be issued by any Scheduled Bank
of Indian origin in favour of Food Corporation of India payable at a New
Delhi. Corporation will not pay any interest on Security Deposit in any case.
31.2 If the Tenderer having been called upon by the Corporation to furnish
Security fails to do so within the specified period, it shall be lawful for the
Corporation to cancel the contract or any part thereof and to award the
contract at the Risk and Cost of the Tenderer.
31.3 If the successful Tenderer had previously held any contract and furnished
Security Deposit, the same shall not be adjusted against this Tender and a
fresh Security Deposit will be required to be furnished.
31.4 No claim shall lie against the Corporation either in respect of interest or
any depreciation in value of any Security.
31.5 If the consultant fails or neglects to observe or perform any of his
obligations under the contract, it shall be lawful for the Corporation to forfeit
either in whole or in part, in its absolute discretion, the Security Deposit
furnished by the consultant or to appropriate the Security Deposit furnished
by the consultant or any part thereof in or towards the satisfaction of any
sum due to be claimed for any damages, losses, charges, expenses or
costs that may be suffered or incurred by the Corporation. Save as aforesaid
if the consultant duly performs and completes the contract in all respects
and presents an absolute “NO DEMAND CERTIFICATE”, the Corporation
shall refund the Security Deposit to the consultant 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 consultant.
31.6 The decision of the Corporation in respect of damages, losses, charges,
costs or expenses shall be final and binding on the Consultant.
32. DELAY IN SUBMISSION OF THE STUDY:
All the activities mentioned in the Scope of Study/TOR relating to study of the present systems, system analysis, recommendations and submission of project report (SRS) should be completed as per the time prescribed. If the work remains un-commenced/or incomplete at any stage with reference to time prescribed, and reason for delay cannot be satisfactorily substantiated, without prejudice to the other remedies available to the Corporation under this contract and in Law, a compensation at the rate of 2% of the consultancy fee per week of delay will be computed subject to a maximum of 5 weeks and the same levied on the consultant, which the parties to this contract represent and agree to be the reasonable and genuine pre estimate of damages. Any delay beyond this, FCI shall be free to terminate the contract and get the work done from an alternate source at the risk and cost of the consultant, besides forfeiting SD. The decision of General Manager (QC) as to the period of delay on the part of the consultant and the quantum of compensation for such delay shall be final and binding on the consultant.
If the consultant is unavoidably hindered in carrying out the study on account of delayed decision or the approval by the Corporation/Departments, which are necessary to carry out further work, he shall be allowed suitable extension of time by concerned authority of the Project, whose decision shall be final and binding on the consultant. No claim of the consultant shall be entertained against the Corporation for such delayed approvals/decisions by the Corporation, excepting suitable extension of time.
33. CONFIDENTIALITY:
Any information pertaining to the Government or any other agency
involved in the project, matter concerning Government or with the agency
that comes to the knowledge of the consulting firm/organization in
connection with this contract will be deemed to be confidential and the
consulting firm/organization 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 consulting firm/organization
shall ensure due secrecy of information and data not intended for public
distribution.
34. ADDITIONAL INFORMATION:
34.1 The selected consultant can only execute the awarded work as mentioned in the scope of the Study/TOR/tender and submit the recommendations in a bound volume within the stipulated time.
34.2 The submitted recommendations will be studied in detail and
assessed by a duly constituted expert group with members from the
relevant units/divisions of FCI. If necessary, an external expert may also be
a part of the committee. In case if the committee feels the
recommendations need to be redefined or requires any additional
clarification, the consultant should be in a position to adhere to the advice
of the committee. For such corrections/refinements no additional payments
shall be made by FCI.
35. SUBLETTING AND ASSIGNMENT :
The consultant shall not sublet, transfer or assign the contract or any part thereof.
36. FAILURE AND TERMINATION:
If the consultant breaches to execute the contract or any part thereof within
the period fixed for such execution or at any time repudiates the contract
before the expiry of such period, the Corporation may without prejudice to
the right to recover damages for breach of the contract terminate the
contract or a portion thereof and if so desired award the contract at the risk
and cost of the consultant firm/organization.
37. INSOLVENCY AND BREACH OF CONTRACT:
The Corporation may at any time, by notice in writing summarily determine the contract without Compensation to the Consultant in any of the following events, that is to say:-
37.1 If the Consultant being an individual or if a registered firm, any partner
thereof, shall at anytime, be adjudged insolvent or shall have a receiving
order or order for administration of his estate made against him or shall take
any proceeding for composition under any insolvency Act for the time being
in force or make any conveyance or assignment of his effects or enter into
any arrangement or composition with his Creditors or suspend payment or if
the registered firm be dissolved under the Partnership Act: or
37.2 If the Consultant being a company is wound up voluntarily or by the
order of a court or a receiver, liquidator or Manager on behalf of the
Debenture holders is appointed or circumstances shall have arisen which
entitle the Court or Debenture holders to appoint a Receiver, Liquidator or
Manager; or
37.3 If the Consultant commits any breach of the contract not herein
specifically provided for.
37.4 Provided always that such determination shall not prejudice any right of action or remedy which shall have accrued or shall accrue thereafter to the FCI and provided also the Consultant shall be liable to pay to the FCI for any extra expenditure he is thereby put to and the Consultant shall under no circumstances be entitled to any gain.
38. NO NEGOTIATION:
FCI will not enter into any negotiation even with the Lowest Tenderer.
39. LAWS GOVERNING THE CONTRACT :
The contract will be governed by the laws in India for the time being in force. In case of any disputes arising out of this contract will be dealt in the Court of competent jurisdiction.
Technical Bid
Annexure - I
Company Profile
1. Name of the Applicant
Firm/company/Organization
2. Ownership Government /PSU/ Private
3. Type of Organization Public Limited Company/ Private
Limited Company/ Others (please
specify)
4. (i) PAN Number
(ii) Service Tax Registration Number, if
applicable
5. Name and Designation of Key Management
Person(s)
6. Date & Year of Establishment of
firm/company/ organization
7. Number of years of experience in
Consultancy Services
8. Core Competency
9. Any other important information about the
firm/company/ organization
Technical Bid Annexure - II
Summary of at least three personnel who would be associated with the management of FCI’s project
Sl. No. Name and Experience in Educational/ Number of Years Areas of
Designation completed Years Professional with the Present specialization
Qualifications Employer
(1) (2) (3) (4) (5) (6)
Technical Bid Annexure III
Summary List of Consultancy Assignments executed/in progress in the past five financial years viz 2007-08, 2008-09, 2009-10, 2010-11, 2011-12 including all projects undertaken on study on damage of foodgrains in any Govt/PSU/ reputed Private concern.
*Should be consistent with the S. No. given in the Annexure IV for detailed particulars of the assignment.
S. No.* Title of Study/ Client Period of Consultancy Fee
Assignment Organization Assignment Charged
(In Rs Lakh)
(1) (2) (3) (4) (5)
Technical Bid Annexure - IV
Detailed Particulars of Assignments completed/ in progress in the last 5 financial years
1. S. No. of Assignment (should be consistent with the Summary List of Assignments)
2. Title of the Assignment:
3. Name of the Client Organization:
4. Geographical Coverage of the client organization
5. Name of senior professionals associated with the Assignment:
6. Brief Description of Survey/ Study/ Assignment-be specific for supply chain assignments:
7. Exact Nature of services provided by your firm/ company/organization- be specific for supply chain assignments:
Technical Bid Annexure - V
DECLARATION
1. I ____________________ Son/Daughter/Wife of ________________ Authorized officer of the Company/organization/Firm/Institute and am competent to sign this declaration and execute this Tender document.
2. I have carefully read and understood all the terms and conditions of the Tender and undertake to abide by them.
3. The information/documents furnished along with the Tender 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 information/fabricated document would lead to rejection of my Tender at any stage without prejudice to any other rights that the Corporation may have under the Contract and Law.
4. I certify that …..(name of the company/firm/partnership) having its registered office at …..(address) has not been blacklisted or otherwise debarred by FCI or any department of the Centre or the State Government or any other Public Sector Undertaking. Further, this is to certify that we are not under a declaration of ineligibility for corrupt and fraudulent practices.
5. I further undertake that the person(s)/team deployed for consultancy services/study will complete the study and they will not be removed from the assigned work till the completion of the study/contract.
Signature of authorized person Full Name: ____________
Seal _______________ Date: ________________
Place:_______________
Price Bid Annexure VI
From: (Full name and address of the Tenderer)______________________ _________________________ _________________________
To,
The General Manager (QC), Food Corporation of India, FCI Headquarters, New Delhi
Dear Sir,
I submit the PRICE BID of the tender for appointment of a Consultant for conducting a study on
‘Damage to the foodgrains stored with Food Corporation of India, State Government and its
Agencies’ assess the existing methodology in preservation of foodgrains at every level of
handling/storage and to suggest an improved designs and latest techniques for safe handling/ storage of
foodgrains to avoid damages .
2. I have thoroughly examined and understood all the terms and conditions as contained in the tender document, and agree to abide by them.
3. I offer to work at the following rates exclusive of applicable taxes. (In figures)_________________________________________________________ (In words)__________________________________________________________
Yours faithfully,
Authorized Signatory (Signature and seal of the Tenderer)