0% found this document useful (0 votes)
33 views

Tendernotice_1 HSWC

Uploaded by

Iti Cgl
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
33 views

Tendernotice_1 HSWC

Uploaded by

Iti Cgl
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 45

1|Page1

HARYANA STATE WAREHOUSING CORPORATION


Bay No. 15-18, Sector - 2, Panchkula - 134 112
E-mail: mgr-business@hswc.org.in

Short Term Notice Inviting E-Tender


Haryana State Warehousing Corporation (HSWC) invites online bids/ Tenders from
contractors for loading/unloading and handling of food grains and other notified
commodities as well as dead stock articles in HSWC godowns at various warehouses/centers
in Haryana for a period of two years i.e. from the date of joining to the date of completion of
two years or de-hiring the godowns by FCI, whichever is earlier. The said tender is further
extendable for another period of one year on mutual consent on same terms and conditions.
Sr. Name of Work Capacity EMD to be Tender Security
No (in MTs) Deposited Document Fee (In Rs.)
(in Rs.) & E-services
Fees (Including
18% GST)
1. Appointment of Handling Contractor (HC) for 5977 60,000 5900+1180 1,20,000
Loading / Unloading and Handling of food = 7080/-
grains& other notified commodities as well as
dead stock articles at HSWC godowns hired
by FCI under guarantee Scheme at SWH
Salwan.
2. Appointment of Handling Contractor (HC) for 6904 70,000 5900+1180 1,38,000
Loading / Unloading and Handling of food = 7080/-
grains& other notified commodities as well as
dead stock articles at HSWC godowns hired
by FCI under guarantee Scheme at SWH
Karnal Sugarfed.
3. Appointment of Handling Contractor (HC) for 8000 80,000 5900+1180 1,60,000
Loading / Unloading and Handling of food = 7080/-
grains& other notified commodities as well as
dead stock articles at HSWC godowns hired
by FCI under guarantee Scheme at SWH
Madlauda.
4. Appointment of Handling Contractor (HC) for 17772 1,80,000 5900+1180 3,56,000
Loading / Unloading and Handling of food = 7080/-
grains& other notified commodities as well as
dead stock articles at HSWC godowns hired
by FCI under guarantee Scheme at SWH
Israna.
5. Appointment of Handling Contractor (HC) for 20328 2,05,000 5900+1180 4,06,600
Loading / Unloading and Handling of food = 7080/-
grains& other notified commodities as well as
dead stock articles at HSWC godowns hired
by FCI under guarantee Scheme at SWH
Chhichhrana
6. Appointment of Handling Contractor (HC) for 26435 2,65,000 5900+1180 5,29,000
Loading / Unloading and Handling of food = 7080/-
grains& other notified commodities as well as
dead stock articles at HSWC godowns hired
by FCI under guarantee Scheme at SWH
Bapoli
7. Appointment of Handling Contractor (HC) for 11820 1,20,000 5900+1180 2,37,000
Loading / Unloading and Handling of food = 7080/-
grains& other notified commodities as well as
dead stock articles at HSWC godowns hired
by FCI under guarantee Scheme at SWH
Gharaunda-I
8. Appointment of Handling Contractor (HC) for 22040 2,21,000 5900+1180 4,41,000
Loading / Unloading and Handling of food = 7080/-
grains& other notified commodities as well as
dead stock articles at HSWC godowns hired
by FCI under guarantee Scheme at SWH
Gharaunda-II
2|Page2

Sr. Name of Work Capacity EMD to be Tender Security


No Deposited Document Fee (In Rs.)
(in Rs.) & E-services
Fees (Including
18% GST)
9. Appointment of Handling Contractor (HC) for 3540 36,000 5900+1180 71,000
Loading / Unloading and Handling of food = 7080/-
grains& other notified commodities as well as
dead stock articles at HSWC godowns hired
by FCI under guarantee Scheme at SWH
Barsat
10. Appointment of Handling Contractor (HC) for 5670 57,000 5900+1180 1,14,000
Loading / Unloading and Handling of food = 7080/-
grains& other notified commodities as well as
dead stock articles at HSWC godowns hired
by FCI under guarantee Scheme at SWH
Kaul
11. Appointment of Handling Contractor (HC) for 22176 2,22,000 5900+1180 4,44,000
Loading / Unloading and Handling of food = 7080/-
grains& other notified commodities as well as
dead stock articles at HSWC godowns hired
by FCI under guarantee Scheme at SWH
Patti Chaudhary
12. Appointment of Handling Contractor (HC) for 8932 90,000 5900+1180 1,79,000
Loading / Unloading and Handling of food = 7080/-
grains& other notified commodities as well as
dead stock articles at HSWC godowns hired
by FCI under guarantee Scheme at SWH
Rajaund
13. Appointment of Handling Contractor (HC) for 15,092 1,51,000 5900+1180 3,02,000
Loading / Unloading and Handling of food = 7080/-
grains& other notified commodities as well as
dead stock articles at HSWC godowns hired
by FCI under guarantee Scheme at SWH
Santokh Majra
14. Appointment of Handling Contractor (HC) for 14,590 1,46,000 5900+1180 2,92,000
Loading / Unloading and Handling of food = 7080/-
grains& other notified commodities as well as
dead stock articles at HSWC godowns hired
by FCI under guarantee Scheme at SWH
Siwan
15. Appointment of Handling Contractor (HC) for 17,286 1,73,000 5900+1180 3,46,000
Loading / Unloading and Handling of food = 7080/-
grains& other notified commodities as well as
dead stock articles at HSWC godowns hired
by FCI under guarantee Scheme at SWH
Jakholi
16. Appointment of Handling Contractor (HC) for 17,907 1,80,000 5900+1180 3,59,000
Loading / Unloading and Handling of food = 7080/-
grains& other notified commodities as well as
dead stock articles at HSWC godowns hired
by FCI under guarantee Scheme at SWH Pai
17. Appointment of Handling Contractor (HC) for 5300 53,000 5900+1180 1,06,000
Loading / Unloading and Handling of food = 7080/-
grains& other notified commodities as well as
dead stock articles at HSWC godowns hired
by FCI under guarantee Scheme at SWH
Kalayat
18. Appointment of Handling Contractor (HC) for 4000 40,000 5900+1180 80,000
Loading / Unloading and Handling of food = 7080/-
grains& other notified commodities as well as
dead stock articles at HSWC godowns hired
by FCI under guarantee Scheme at SWH
Gumthala Garhu
3|Page3

Sr. Name of Work Capacity EMD to be Tender Security


No Deposited Document Fee & (In Rs.)
(in Rs.) E-services
Fees (Including
18% GST)

19. Appointment of Handling Contractor (HC) for 4004 40,000 5900+1180 80,000
Loading / Unloading and Handling of food = 7080/-
grains & other notified commodities as well
as dead stock articles at HSWC godowns
hired by FCI under guarantee Scheme at
SWH Indri
20. Appointment of Handling Contractor (HC) for 12500 1,25,000 5900+1180 2,50,000
Loading / Unloading and Handling of food = 7080/-
grains& other notified commodities as well as
dead stock articles at HSWC godowns hired
by FCI under guarantee Scheme at SWH
Panipat-II (HSAMB)
21. Appointment of Handling Contractor (HC) for 4925 50,000 5900+1180 1,00,000
Loading / Unloading and Handling of food = 7080/-
grains& other notified commodities as well as
dead stock articles at HSWC godowns hired
by FCI under guarantee Scheme at SWH
Naneola.

Downloading of Tender Document and on Opening of Opening of


line Bid preparation/ submission (date Technical bid Financial /Price
& time) (date &time) bid (date & time)
06.12.2024 at 09:00 AM
17.12.2024 at After approval of
to
09:00 AM technical bid
16.12.2024 at 05:00 PM
Online bids are hereby invited on the website https://etenders.hry.nic.in for the above
works: -
Terms & Conditions:
1. The tender should be submitted only in online mode.
2. All Terms and conditions as per tender documents.
3. All taxes in force or coming into force shall be deducted from the bills of the agency.
4. The GST Act as applicable shall be enforced.
5. The tenderer/bidder shall ensure that the invoice to be raised with Haryana State
Warehousing Corporation in compliance with the provision of the GST law and contains
the requisite details in an accurate manner for claiming of tax credits by HSWC. The
Corporation reserves the right to release the payment of the GST amount only post
matching of the invoice in the GSTIN system. This shall be ensuring by the
tenderer/bidder that the invoice raised by him during a month is appropriately reported
in the GST returns of the said month. HSWC reserves the right to claim from the
tenderers amount of tax, interest, penalty, and litigation cost, if any, that may be
incurred in the future due to GST reporting/compliance mistake(s) on the part of the
service provider.
6. The GST number of the Corporation is 06AAACH3948K1ZF.
MANAGER BUSINESS
HARYANA STATE WAREHOUSING CORPORATION
BAY NO. 15-18, SECTOR-2, PANCHKULA

Tender Document for Appointment of Handling Contractor (HC) for


Loading / Unloading and Handling of food grains & other notified
commodities as well as dead stock articles at HSWC godowns hired by
FCI under guarantee Scheme at various State Warehouse/centres in the
State of Haryana.

Website: https://hswc.org.in/

Mobile: 88472-14423

Start Date of Submission of online 06.12.2024


tender: -
Last Date of Submission of online 16.12.2024
Tender:
Opening of Tender (Technical Bid): 17.12.2024
Opening of Tender (Financial/Price After approval of technical bid
Bid):

Venue: Haryana State Warehousing Corporation,

Head Office, Bay No. 15-18, Sector- 2,Panchkula.

Page 1 of 42
Short Term Notice Inviting E-Tender

Haryana State Warehousing Corporation (HSWC) invites online bids/ Tenders


from contractors for loading/unloading and handling of food grains and other notified
commodities as well as dead stock articles in HSWC godowns at various
warehouses/centers in Haryana for a period of two years i.e. from the date of joining to
the date of completion of two years or de-hiring the godowns by FCI, whichever is earlier.
The said tender is further extendable for another period of one year on mutual consent
on same terms and conditions.

THE LIST OF WAREHOUSE/CENTERS IS AS UNDER: -

Sr. Name of Work Capacity EMD to be Tender Security


No (in MTs) Deposited Document Fee (In Rs.)
(in Rs.) & E-services
Fees (Including
18% GST)
1. Appointment of Handling Contractor 5977 60,000 5900+1180 1,20,000
(HC) for Loading / Unloading and = 7080/-
Handling of food grains & other
notified commodities as well as dead
stock articles at HSWC godowns
hired by FCI under guarantee
Scheme at SWH Salwan.
2. Appointment of Handling Contractor 6904 70,000 5900+1180 1,38,000
(HC) for Loading / Unloading and = 7080/-
Handling of food grains & other
notified commodities as well as dead
stock articles at HSWC godowns
hired by FCI under guarantee
Scheme at SWH Karnal Sugarfed.
3. Appointment of Handling Contractor 8000 80,000 5900+1180 1,60,000
(HC) for Loading / Unloading and = 7080/-
Handling of food grains & other
notified commodities as well as dead
stock articles at HSWC godowns
hired by FCI under guarantee
Scheme at SWH Madlauda.
4. Appointment of Handling Contractor 17772 1,80,000 5900+1180 3,56,000
(HC) for Loading / Unloading and = 7080/-
Handling of food grains & other
notified commodities as well as dead
stock articles at HSWC godowns
hired by FCI under guarantee
Scheme at SWH Israna.
5. Appointment of Handling Contractor 20328 2,05,000 5900+1180 4,06,600
(HC) for Loading / Unloading and = 7080/-
Handling of food grains & other
notified commodities as well as dead
stock articles at HSWC godowns
hired by FCI under guarantee
Scheme at SWH Chhichhrana
6. Appointment of Handling Contractor 26435 2,65,000 5900+1180 5,29,000
(HC) for Loading / Unloading and = 7080/-
Handling of food grains & other
notified commodities as well as dead
stock articles at HSWC godowns
hired by FCI under guarantee
Scheme at SWH Bapoli
7. Appointment of Handling Contractor 11820 1,20,000 5900+1180 2,37,000
(HC) for Loading / Unloading and = 7080/-
Handling of food grains & other
Page 2 of 42
Sr. Name of Work Capacity EMD to be Tender Security
No (in MTs) Deposited Document Fee (In Rs.)
(in Rs.) & E-services
Fees (Including
18% GST)
notified commodities as well as dead
stock articles at HSWC godowns
hired by FCI under guarantee
Scheme at SWH Gharaunda-I
8. Appointment of Handling Contractor 22040 2,21,000 5900+1180 4,41,000
(HC) for Loading / Unloading and = 7080/-
Handling of food grains & other
notified commodities as well as dead
stock articles at HSWC godowns
hired by FCI under guarantee
Scheme at SWH Gharaunda-II
9. Appointment of Handling Contractor 3540 36,000 5900+1180 71,000
(HC) for Loading / Unloading and = 7080/-
Handling of food grains & other
notified commodities as well as dead
stock articles at HSWC godowns
hired by FCI under guarantee
Scheme at SWH Barsat
10. Appointment of Handling Contractor 5670 57,000 5900+1180 1,14,000
(HC) for Loading / Unloading and = 7080/-
Handling of food grains & other
notified commodities as well as dead
stock articles at HSWC godowns
hired by FCI under guarantee
Scheme at SWH Kaul
11. Appointment of Handling Contractor 22176 2,22,000 5900+1180 4,44,000
(HC) for Loading / Unloading and = 7080/-
Handling of food grains & other
notified commodities as well as dead
stock articles at HSWC godowns
hired by FCI under guarantee
Scheme at SWH Patti Chaudhary
12. Appointment of Handling Contractor 8932 90,000 5900+1180 1,79,000
(HC) for Loading / Unloading and = 7080/-
Handling of food grains & other
notified commodities as well as dead
stock articles at HSWC godowns
hired by FCI under guarantee
Scheme at SWH Rajaund
13. Appointment of Handling Contractor 15,092 1,51,000 5900+1180 3,02,000
(HC) for Loading / Unloading and = 7080/-
Handling of food grains & other
notified commodities as well as dead
stock articles at HSWC godowns
hired by FCI under guarantee
Scheme at SWH Santokh Majra
14. Appointment of Handling Contractor 14,590 1,46,000 5900+1180 2,92,000
(HC) for Loading / Unloading and = 7080/-
Handling of food grains & other
notified commodities as well as dead
stock articles at HSWC godowns
hired by FCI under guarantee
Scheme at SWH Siwan
15. Appointment of Handling Contractor 17,286 1,73,000 5900+1180 3,46,000
(HC) for Loading / Unloading and = 7080/-
Handling of food grains & other
notified commodities as well as dead
stock articles at HSWC godowns
hired by FCI under guarantee
Scheme at SWH Jakholi

Page 3 of 42
Sr. Name of Work Capacity EMD to be Tender Security
No (in MTs) Deposited Document Fee (In Rs.)
(in Rs.) & E-services
Fees (Including
18% GST)
16. Appointment of Handling Contractor 17,907 1,80,000 5900+1180 3,59,000
(HC) for Loading / Unloading and = 7080/-
Handling of food grains & other
notified commodities as well as dead
stock articles at HSWC godowns
hired by FCI under guarantee
Scheme at SWH Pai
17. Appointment of Handling Contractor 5300 53,000 5900+1180 1,06,000
(HC) for Loading / Unloading and = 7080/-
Handling of food grains & other
notified commodities as well as dead
stock articles at HSWC godowns
hired by FCI under guarantee
Scheme at SWH Kalayat
18. Appointment of Handling Contractor 4000 40,000 5900+1180 80,000
(HC) for Loading / Unloading and = 7080/-
Handling of food grains & other
notified commodities as well as dead
stock articles at HSWC godowns
hired by FCI under guarantee
Scheme at SWH Gumthala Garhu
19. Appointment of Handling Contractor 4004 40,000 5900+1180 80,000
(HC) for Loading / Unloading and = 7080/-
Handling of food grains & other
notified commodities as well as dead
stock articles at HSWC godowns
hired by FCI under guarantee
Scheme at SWH Indri
20. Appointment of Handling Contractor 12500 1,25,000 5900+1180 2,50,000
(HC) for Loading / Unloading and = 7080/-
Handling of food grains & other
notified commodities as well as dead
stock articles at HSWC godowns
hired by FCI under guarantee
Scheme at SWH Panipat-II
(HSAMB)
21. Appointment of Handling Contractor 4925 50,000 5900+1180 1,00,000
(HC) for Loading / Unloading and = 7080/-
Handling of food grains & other
notified commodities as well as dead
stock articles at HSWC godowns
hired by FCI under guarantee
Scheme at SWH Naneola.
The Tender forms (non-transferable) containing terms & conditions and
specifications/Job description of the above-mentioned works may be downloaded from
the Website: https://etenders.hry.nic.in

Downloading of Tender Document Opening of Opening of


and on line Bid preparation/ Technical bid Financial /Price
submission (date & time) (date &time) bid (date & time)
06.12.2024 at 09:00 AM
17.12.2024 at After approval of
to
09:00 AM technical bid
16.12.2024 at 05:00 PM

Tenders will be opened in the Head office of HSWC Bay No. 15-18, Sector -2,
Panchkula in the presence of committee constituted for opening of tender and the

Page 4 of 42
tenderers or their authorized representatives, who may wish to be present. For
further details and e-tendering schedule visit Website https://etenders.hry.nic.in
Interested bidders may go through the detailed terms and conditions and offer their
rates in the prescribed format enclosed along with the terms and conditions.

In case of any query please contact Manager Business, HSWC, Head Office,
Panchkula Contact Nos. 88472-14423.

MANAGER BUSINESS

Page 5 of 42
Important Note:
1) The Applicants/bidders have to complete ‘Application / Bid Preparation &
Submission’ stage on scheduled time as mentioned above. If any Applicant / bidder
failed to complete his / her aforesaid stage in the stipulated online time schedule for
this stage, his / her Application/bid status will be considered as ‘Applications / bids
not submitted’.
2) Preceding three years shall be taken immediately preceding three financial years.
3) Applicant/Bidder must confirm & check his/her Application/bid status after
completion of his/her all activities for e-bidding.
4) Applicant/Bidder can rework on his/her bids even after completion of
‘Application/Bid Preparation & submission stage’ (Application/Bidder Stage), subject
to the condition that the rework must take place during the stipulated time frame of
the Applicant/Bidder Stage.
5) The tender documents shall be uploaded online in electronics form in two cover.
Each cover shall contain septratly the technical bid/Financial bid original not to be
submitted manually.
6) However in case in documents uploaded is not scanned properly and is not legible,
the bidders can be ask to submit manually hard copy.
7) All the documents submitted by the bidder in the bid should having page number
while submissionof bids
8) In the first instance, the online payment details of tender document fee + e-Service
and EMD & PQQ/Technical Envelope shall be opened. Henceforth financial bid
quoted against each of the item by the shortlisted bidder/ Agency wherever required
shall be opened online in the presence of such bidders/ Agency who either
themselves or through their representatives choose to be present. The bidder can
submit online their bids as per the dates mentioned in the schedule/Key Dates above.
The bids shall be submitted online in one separate envelopes:
a: Technical Bid
The bidders shall upload the required eligibility & technical documents online in the
Technical Bid.
b: Commercial Bid
The bidders shall quote the prices in price bid format as per APPENDIX-VII under
Commercial Bid.

Page 6 of 42
INVITATION TO TENDER AND INSTRUCTIONS TO TENDERERS FOR
APPOINTMENT AS HANDLING CONTRATOR FOR LOADING/UNLOADING AND
HANDLING OF FOOD GRAINS & OTHER NOTIFIED COMMODITIES AS WELL AS
DEAD STOCK ARTICLES AT HSWC GODOWNS HIRED BY FCI UNDER
GUARANTEE/AUB SCHEME AT STATE WAREHOUSE AS PER ANNEXURE-VIII.

FROM:

The Manager Business,


Haryana State Warehousing Corporation,
Head Office, Panchkula

For and on behalf of the Haryana State Warehousing Corporation (hereinafter


called the HSWC) the Manager (Business), HSWC, Head office, Panchkula invites
online tenders, UNDER TWO BID SYSTEM, for appointment of Handling contractors
for loading/unloading and Handling of food grains & other notified commodities as
well as dead stock articles at HSWC godowns hired by FCI under Guarantee
Scheme/AUB at State Warehouse as mentioned in the tender notice for a period of
two years i.e. from the date of joining to the date of completion of two years or de-
hiring the godowns by FCI, whichever is earlier. The said tender is further extendable
for another period of one year on mutual consent on same terms and conditions.

1. Introduction: Haryana State Warehousing Corporation (HSWC) is a statutory


body created under an Act of Parliament (58 of 1962) with the twin objectives of
providing scientific storage facilities and to make available credit against the
goods deposited in warehouses through Warehouse Receipt, HSWC is handling
approx. 22.47 Lakh MT of storage capacity through a Network of 123
warehouses across the State.
2. BRIEF DESCRIPTION OF WORK: - Unloading/loading of food grain bags
from/into carts, trucks etc., stacking the food grains in bags, bagging, re-
bagging, weighment, standardization, cleaning of food grains etc., and
transporting of food grains within the premises whenever required.
The tenderers must get themselves fully acquainted with the size and
location of godowns vis-à-vis. loading/unloading points before submission of
tender and rates quoted by them shall be deemed to have been done after such
acquaintance. Once a tender is submitted by a party, he shall be deemed to have
fully acquainted himself with the size and location of godowns vis-à-vis
loading/unloading points and he shall not be entitled to any compensation
arising out of any discrepancy in size and location of godown/group of godowns
found later on or on the ground that the workers employed by him are
demanding higher rates on any account.
The services required to be performed under the contract have been
shown in the “SCHEDULE OF RATES FOR SERVICES” available at
Appendix-III. Tenderers are required to quote for all services covered by the
annexure containing the terms and conditions in the tender form and to indicate
if they offer to work on the basis of the rates shown in the "SCHEDULE OF
RATES FOR SERVICES” or offer a uniform percentage of reduction or
enhancement, as the case may be, in the price bid as per Appendix-VII.

In case the rates are quoted in a manner other than mentioned above, the tenders
are liable to be ignored/rejected. The tenderers should not incorporate any condition
in the tenders as conditional tenders are likely to be ignored/ rejected.

Page 7 of 42
VOLUME OF WORK: - No definite volume of work to be performed can be guaranteed
during the currency of the contract. It should be clearly understood that no
guarantee is given that all the items of work as shown in the Appendix-III to tender
will be required to be performed.

3. ELIGIBILITY CRITERIA: The Bidders should have the following Eligibility for
participating in the Tender. The Bidders should upload documentary evidence as
mentioned below for fulfilling the eligibility criteria of the Tender:

Sr. Eligibility Criteria Documentary proof to be uploaded


No.
1. Details of tenderer Duly filled, compulsory ink signed and
scanned copy of Appendix-I.
2. a) Tenderers should not have been Undertaking in this regard compulsory
blacklisted or otherwise debarred by ink signed by the authorized signatory of
HSWC, FCI or any department of bidding period as per Appendix-II.
Haryana State or Central
Government or any other Public
Sector Undertaking as on the last
date of submission of bid.
b) Tenderer’s contract should not have
been terminated by HSWC/FCI or
any department of Haryana State or
Central Government or any other
Public Sector Undertaking during
the last 3 preceding years of
working as on the last date of
submission of bid.
c) Tenderers EMD should not have
been forfeited by HSWC/FCI or any
department of Haryana State or
Central Government or any other
Public Sector Undertaking during
the last 3 years as on the last date
of submission of bid.
d) The proprietor / any of the partners
of the tenderer firm / any of the
Director of the Tenderer company
should not have been, at any time,
convicted by a court for an offence
and sentenced to imprisonment for
a period of three years or more. The
tenders on acquittal would be
eligible.
3. Tenderer should have minimum three Work experience certificate for preceding
years’ experience of Labour and three years are to be attached.
cartage/ Rake Handling and /or
Transportation duly obtained from
Manufacturer/PSU/Govt. Department
/Public Ltd, Company / Private
Limited Company dealing in the field
of Food grain and allied dead stock
articles.
4. Solvency Certificate from any The solvency certificate should be
Scheduled Bank for Rs.25.00 lakhs. submitted in any of the formats as given
The certificate should not be issued in Appendix IV duly signed and
six months prior to the last date of stamped.
submission of tender. The format is for the purpose of
guidance. Minor deviation in wording of
the solvency certificate may be
accepted.

Page 8 of 42
Sr. Eligibility Criteria Documentary proof to be uploaded
No.
5. The tenderer must have a positive net The bidder is required to upload
worth during the last three audited Appendix V duly certified (with UID No.)
years i.e., 2021-22, 2022-23 and by a practicing Chartered Accountant.
2023-24. If the financial statement for
the year 2023-24 then unaudited
balance sheet will be certified by the
Chartered Accountant with UID No.
6. Power of Attorney Latest of bidding period Power of Attorney
Note: The bid should be uploaded by in favour of signatory (ies) of bidding
the authorized signatory as defined in period duly attested by Notary be
Appendix-VI under his own digital uploaded at the time of submission of Bid
signature. as per Appendix VI.
7. Bidder should be a 1. For Registered Company/
(1) Registered Company/LLP in India PSU/statutory body
under Companies Act, 2013 i. Copy of Certificate of Incorporation
OR ii. Copy of Memorandum of Association
(2) Registered Partnership Firm iii. Copy of Articles of Association
OR iv. Current list of Directors
(3) Proprietorship
OR 2.For Partnership Firm
(4) Public Sector i.Copy of the partnership deed
Undertaking/statutory body ii.List of partners
OR iii.Copy of registration of Partnership
(5) Cooperative society deed.
OR iv. Latest affidavit of existence of the
(6) Others. partnership, duly signed by all the
(If the tenderer is a partnership partners during the bidding period.
firm/LLP, there shall not be any
reconstitution of the partnership 3)For Proprietorship
without the prior written consent of Declaration of Proprietorship/Sole
the Corporation) Proprietorship compulsory ink signed as
per Appendix-VIII.

4) For LLP
i. Copy of Limited Liability Partnership
Agreement
ii. Copy of certificate of registration
iii. Current list of Partners.
iv. Latest affidavit of existence of the
partnership, duly signed by all the
partners during the bidding period

5)For Cooperative society


i. Bye-Laws (of co. operative Society)
ii. Registered Co-op. Societies should
furnish the proof of Registration with
Registrar of Co-op. Societies or Taluk
Co-op. Officer along with a resolution
passed by the Society to participate in
the tender enquiry.
6) For others
Notarized copy of certificate of
Incorporation during bidding period.

Page 9 of 42
Sr. Eligibility Criteria Documentary proof to be uploaded
No.
8. The tenderer should have achieved the The tenderer is required to upload the
average turnover of minimum Rs. audited Balance Sheet and Statement of
Fifty LAKHS (50) during the last Profit & Loss A/C during the last three
three audited years. audited years i.e., 2021-22, 2022-23 and
2023-24. If the financial statement for the
year 2023-24 then unaudited balance
sheet will be certified by the Chartered
Accountant with UID No. at the time of
submission of bid.

A certificate regarding Annual Turnover


clearly mention amount of Rs. for last
preceding three years i.e. 2021-22, 2022-
23 and 2023-24 duly certified by Charted
Accountant on Letter Head with UIDAI No.

Bank statement for the last 6 months


from the date of submission of bid.
9. Income tax returns Certified Copies of the ITR during the last
three audited years i.e., 2021-22, 2022-23
and 2023-24. In Case of ITR (2023-24) for
immediate preceding financial year is yet
not finalized, the ITR for the Financial
Year for 2021-21, 2021-22 and 2022-23
previous to the preceding three financial
year be uploaded.
10. PAN Number Copy of PAN Card
11. GST Number Copy of valid GST registration certificate.
12. ESI & EPF Certificate Copy of ESI & EPF Certificate.
Must be registered with Income Tax
Deptt. Provident Fund Deptt., Labour
Deptt. ESI and GST.
(A copy of registration certificate issued
by concerned authorities is required to be
attached along with a certificate regarding
compliance of EPF, ESI, Labour welfare
fund & GST, etc. for the last three
financial year issued by a Chartered
Accountant with UID no.).
13. Registration under Food Safety and The tenderer will submit the copy of the
Standards Authority of India (FSSAI) licence/Registration under Food Safety
and Standards Authority of India (FSSAI),
which should be valid as on the date of
submission of bid online.
14. Financial Bid Bidders who wish to participate in e-
tender need to fill data in pre-defined
forms of Price Bid.

4. DISQUALIFICATION CONDITIONS

The tenderer should submit the tender documents, including “Invitation to Tender”
intact, without detaching any page, duly filled in and ink signed on each page of tender
form including the schedule of rates. However, the tender form must be accompanied
by the following documents, failing which the tender may be ignored.

a) Tenderers who have been blacklisted or otherwise debarred by HSWC, FCI or any
department of Central or State Government or any other Public Sector Undertaking as
on last date of submission will be ineligible during the period of such blacklisting.

Page 10 of 42
b) Tenderers EMD should not been forfeited by HSWC/FCI during the last 3 years as on
the last date of submission of the bid.
c) Tenderer’s contract should not have been terminated by HSWC/FCI during the last 3
years as on last date of submission of bid.

If the proprietor / any of the partners of the tenderer firm / any of the Director of the
Tenderer company have been, at any time, convicted by a court for an offence and
sentenced to imprisonment for a period of three years rigorous imprisonment or more,
such tenderer will be ineligible. However, if on acquittal by the appellate court the tenderer
will be eligible.
d) While considering ineligibility arising out of any of the above clauses, incurring of any
such disqualification in any capacity whatsoever (even as a proprietor, partner in
another firm, or as Director of a Company etc.) will render the tenderer disqualified.
e) Certified copy of Partnership deed/Memorandum & Articles of association/
Bye laws etc. as applicable.
f) Authorization letter for signing the tender form.
g) One passport size photograph must be attached on the prescribed space of tender.
h) Experience certificate of handling work for the last three years from the competent
authority from the date of submission of bid.
i) Bank statement for the last 6 months from the date of submission of bid.
j) Net worth &Solvency certificate issued by any scheduled bank.
k) Copy of registration deed of the property owned by the tenderer/ partners
l) Detail of assets with proof.
m) Income Tax Return for the last three years.
n) Copy of PAN card & Service Tax registration number.
o) Copy of EPF & ESI Certificates.
Must be registered with Income Tax Deptt. Provident Fund Deptt., Labour
Deptt. ESI and GST.
(A copy of registration certificate issued by concerned authorities is required to be
attached along with a certificate regarding compliance of EPF, ESI, Labour welfare
fund & GST, etc. for the last three financial year issued by a Chartered Accountant
with UID no).

5. Security Deposit:

(i) Security amount shall be charged @ 10% of the estimated value of the Contract.
However, in case of below SOR rates, security @15% shall be charged instead of
10%.
(ii) The Security Deposit amount shall be deposited in favour of the Managing
Director, HSWC, Panchkula in the form of Demand Draft/NEFT/RTGS issued by
scheduled banks only.
(iii) The security deposit furnished by the tenderer would be subject to the terms and
conditions to this tender and the Corporation will not be liable for payment of any
interest on the security deposit or any depreciation thereof.
(iv) The successful tenderer will ensure that the necessary documents, authorizing the
person who has signed the tender, to bind his firm or the company, have been filed
or registered with Public Debt Office.
(v) If the successful tenderer had previously held any contract and furnished security
deposit, the same shall not be adjusted against this tender without furnishing ‘No
Dues Certificate’ from the concerned District Manager, failing which fresh security
deposit will be required to be furnished.
a. The contractor shall furnish within a week of the acceptance of their tender,
security deposit as prescribed in the invitation to tender. In the event of
tenderers failure after the acceptance of his tender to furnish requisite security
deposit by the due date and not taking over the work, the EMD shall be liable
to be forfeited. Besides, the Corporation may suspend/ban the trade relations
with them or debar to participate in all future tender enquiries with HSWC
based on merit of each case up to a period of five years without prejudice to
any other rights and remedies of the Corporation under the contract and law.

Page 11 of 42
The decision of Managing Director in this matter shall be final and binding to
the tenderer.

6. Selection of Lowest Bidder :


(a) The tenderer shall quote one uniform percentage (for Handling and
Transportation) below or above the schedule of rates IN THE PRICE BID as per
APPENDIX-VII. The tenderer quoting the lowest overall rate will be declared L-1.
Note: In case quoted rates received are more than 10% below SOR, the
tender shall be ignored.
(b) The technical bid shall be opened on the due date and time as specified in
tender. The price bid of only such tenderers, whose technical bid is found to be
qualified, shall be opened. The time and date of opening of price bid shall be
fixed and shall be intimated to qualified parties only.
(c) In case where there is more than one tenderer quoting the same rates due
consideration shall be given to financial turnover as submitted under serial
no. 8 of eligibility criteria for the purpose of selection of L1. In such cases,
tender shall be awarded to the tenderer having higher average financial
turnover of preceding three years for which turnover has been given in the
tender.

7. The contract, if any, which may eventuate from this tender shall be governed by
the terms and conditions of the contract as contained in the invitation
/instructions to the tenderer, as given in the Appendixes to the form of this tender.
8. The instructions to be followed for submitting the tender are set out below:
(a) Information about tenderer: - The tenderer must furnish full, precise and
accurate details in respect of information asked for in Appendix-I attached to
the form of tender.
(b) Signing of Tenders:
(i) Person or persons signing the tender shall state in what capacity he or they are
signing the tender e.g. as sole proprietor of a firm or as a Secretary/ Manager/
Director etc. of a Limited Company. In the case of partnership firm, 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 original or an attested
copy of the partnership deed should be furnished along with the tender. In case
of a limited Company, the names of the Directors shall be mentioned and it
shall be certified that the person signing the tender is empowered to do so on
behalf of the company. A copy of the Memorandum of Association and Articles
of Association of the Company shall be attached to the tender. In case of Hindu
undivided family, the names of the family- members should be disclosed and
the Karta, who can bind the firm should sign the form and indicate his status
below his signature.
(ii) The person signing 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 subject to summary
rejection without prejudice to any other right of the Corporation under the law.
The 'Power of Attorney' should be signed by all the partners in case of a
partnership concern, by the proprietor in case of the propriety concern and by
the person who by his signature can bind the company in the case of a limited
concern. In the case of Hindu undivided family the 'Power of Attorney' should
be signed by the Karta who by his signature can bind the family
9. Earnest Money: -The earnest money, shall be returned to all unsuccessful
tenderes, as soon as practicable after decision on tenders and to a successful
tenderer, after he has furnished the security deposit; if the successful tenderer
Page 12 of 42
does not desire the same to be adjusted towards the security deposit. No
interest shall be payable on the amount of earnest money, under any
circumstance.
The earnest money shall be liable to be forfeited if the tenderer after
submitting his tender resiles from or modifies his offer and/or the terms and
conditions thereof in any manner, it being understood that the tender
documents have been made available to him and he is being permitted to tender
in consideration of his agreement to this stipulation. The earnest money is also
liable to be forfeited in the event of the tenderer failure, after the acceptance of
his tender, to furnish the requisite security deposit by the due date without
prejudice to any other rights and remedies of the Corporation under the
contract and law. The tenderer (s) should be financially sound and must enclose
with the tender, the documents in support of his/their financial soundness or
will produce documents whenever called for subsequently. In case of failure of
the tenderer(s) to produce documents, the earnest money of the tenderer(s) shall
be forfeited.
The tenderer(s) will also attend the HSWC, Head office at Panchkula or
any other place specified for negotiations etc. if called for, at their own expenses
and if the tenderer(s) fail(s) to attend the negotiations etc. it would be treated as
resiling from the offer by the tenderer(s) and his/their earnest money shall be
forfeited in that event.
In case any document is not scanned properly and not legible the, bidders
may be asked to submit hard copy manually.
10. Delivery of tenders: - (a) The tender shall be submitted through online.
11. Opening of tenders: - (a) The tenders will be opened in the office of Manager
(Business), Haryana State Warehousing Corporation, Bay No. 15-18, Sector-2,
Panchkula. If the date for opening of tenders happens to be a holiday, the
tenders will be opened on the next working day following the holiday.
The tenderer will be at liberty to be present either in person or through an
authorized representative at the time of opening of the tenders.
12. Corrupt Practices: -Any bribe, commission and advantage offered or promised
by or on behalf of the tenderer to any officer or servant of the Corporation shall
(in addition to any criminal liability which the tenderer may incur) debar his
tender from being considered. Canvassing on the part or on behalf of the
tenderer will also make his tender liable to rejection.
13. Interviews and Acceptance of tender: - The tenderer should be prepared to
proceed to Panchkula or at designated place at their own expenses and without
any obligation, if called upon to do so for interview by the Managing Director or
an officer authorized to act on his behalf as the case may be. Managing Director,
Haryana State Warehousing Corporation, Panchkula or an officer acting on his
behalf for and on behalf of the Corporation reserves the right to reject any or all
the tenders without assigning any reasons and does not bind himself to accept
the lowest or any tender. The successful tenderer will be informed about the
acceptance of his tender through a letter/telegram. Where acceptance is
communicated by telegram, the formal acceptance of tender will be forwarded to
the contractor as soon as possible, but the telegram must be acted upon
immediately. The contractor shall submit the joining report within ten days of
the acceptance of tender and simultaneously submit the agreement, as per
Appendix-IX, besides depositing the security as per Clause No-6 above.
14. Execution of Agreement: The successful tenderer shall enter into an agreement
with the Corporation in the format as appended. The Agreement shall be typed
on a Non-Judicial Stamp Paper of appropriate value.
i. The execution of agreement shall be preceded by furnishing of Security deposit
as detailed above. The agreement shall be executed within one week of the

Page 13 of 42
acceptance of the tender, failing which the Contract is liable to be terminated. In
such case the Earnest Money Deposit of the tenderer shall stand forfeited.
ii. The Manager (Business) may at his discretion, however, on a specific request by
the successful tenderer, give additional time to the tenderer to furnish the
Security Deposit and execute the Agreement, which in any case shall not exceed
more than 15 days in all, including the original one-week period.

DATE:
FOR AND ON BEHALF OF THE MANAGING DIRECTOR,
HSWC, HEAD OFFICE, PANCHKULA

Page 14 of 42
ANNEXURE-I

TERMS AND CONDITIONS GOVERNING CONTRACT FOR HANDLING OF


FOODGRAINS ETC. AT VARIOUS STATE WAREHOUSES.
I. Definition:
(i) The term 'contract' shall mean and include the invitation to tender, incorporating
also the instructions to tenderer. The tender, its appendix & schedules,
acceptance of tender and such general and special conditions as may be added to
it.
(ii) The term ‘Corporation’ wherever occurs shall mean the Haryana State
Warehousing Corporation established under Warehousing Corporations Act, 1962
and will include its Managing Director as its successor, or successors and
assignees.
(iii) The term " Managing Director” shall mean the Managing Director, Haryana State
Warehousing Corporation under whose administrative jurisdiction the
Corporation’s godowns, to which the contract relates, fall.
(iv) The term "Contractor” shall mean and include the person or persons, firm or
company with whom the contract has been placed including their heirs,
executors, administrators, successors and their permitted assignees, as the case
may be.
(v) The term "Services" shall mean performance of any of the items of work
enumerated in ‘Schedule of Services’ including such auxiliary, additional and
incidental duties, services and operations as may be indicated by the Managing
Director or an officer acting on his behalf.
(vi) The term "Contract Rates" shall mean the rates of payment accepted by the
Managing Director for and on behalf of the Haryana State Warehousing
Corporation.
(vii) The term "Godown " shall mean and include depots, godowns, silos/ bins already
belonging to or in occupation of the Corporation or may hereafter be constructed
or acquired by it at any time and shall also mean and include open
platform/plinths built or constructed for storage of foodgrains inside or outside
the depot premises.
(viii) The term "Food grains" shall mean and include foodgrains, products of food
grains, fertilizers, sugar etc.
II. Object of the contract:-
The Contractors shall render all or any of the services given in ‘Schedule of Rates’
as and when necessary and as directed from time to time by the Managing
Director or an officer acting on his behalf together with such additional, auxiliary
and incidental duties, service and operations as may be indicated by the
Managing Director or an officer acting on his behalf and are not inconsistent with
these terms and conditions.
III. Parties to the contract:-
a) The parties to the contract are contractors and the Haryana State Warehousing
Corporation represented by the Managing Director and/or any other person
authorized and acting on his behalf.
b) The person signing the tender or any other document forming part of the tender
on behalf of any other person or a firm shall be deemed to warrant that he has
authority to bind such other person or the firm, as the case may be. In such
matters pertaining to the contract, if on enquiry, it is found that the person
concerned has no such authority, the Haryana State Warehousing Corporation
represented through the Managing Director or an officer acting on his behalf may
without prejudice to other civil/ criminal remedies, terminate the contract and
hold the signatory liable for all costs and damages.

Page 15 of 42
c) Notices or any other action to be taken on behalf of the Haryana State
Warehousing Corporation may be given/taken by the Managing Director or any
other officer so authorized and acting on his behalf.
IV. Constitution of Contractors:-
(a) Contractors shall at the time of submission of tender declare whether they are
sole proprietary concern or registered partnership firm or private limited company
or a public limited company incorporated in India or a Hindu undivided family.
The composition of the partnership, name of Directors of Companies and names
of the Karta of Hindu undivided family shall be indicated. The contractors shall
also nominate person in whose hands the active management and control of the
work relating to the contract during the tenure of the contract would lie. The
person so nominated shall be deemed to have power of attorney from the
contractor in respect of the contract and whose acts shall be binding on the
contractors.
(b) The contractors shall not, during the currency of the contract, make, without the
prior approval of the Corporation, any change in the constitution of the firm. The
contractors shall notify, to the Corporation the death/resignation of any of their
partners/directors immediately on the occurrence of such an event. In case of
non receipt of such notice, the Corporation shall have the right to terminate the
contract.
V. Subletting:-
The contractors shall not sublet, transfer or assign the contract or any part
thereof without the previous written approval of the Corporation. In the event of
the contractors contravening this condition, the Corporation shall be entitled to
place the contract elsewhere on the contractor's account and at their risk and the
contractors shall be liable for any loss or damage which the Corporation may
sustain in consequence or arising out of such replacing of the contract.
VI. Relationship with third parties:-
All transactions between the contractors and third parties shall be carried out as
between one principals without reference in any event to the Corporation. The
contractors also undertake to make third parties fully aware of the position
aforesaid.
VII. Liability for personnel:-
All persons employed by the contractors shall be engaged by them as their own
employees/workers in all respect and responsibility under the Indian Factories
Act, or the Workmen's Compensation Act or Employees Provident Fund Act or any
other similar enactment in respect of such personnel shall be that of the
contractors. The contractors shall be bound to indemnify the Corporation against
all claims whatsoever in respect of the said personnel under the Workman's
compensation Act,1923 or any Statutory modification thereof or otherwise for or in
respect of any damage or compensation payable in consequence of any accident or
injury sustained by any workman or other person whether in employment of the
contractors or not. It is also expressly agreed that the Corporation will be free to
adjust/set of any money due to the contractors against the amount so paid or
payable by way of compensation etc. by the Corporation.
VIII. Bribe, Commission, Gift etc. :-
Any bribe, commission, gift or advantage given, promised or offered by or on
behalf of the contractors or any one or more of their Partners/Directors/Agents or
servants or anyone else on their behalf to any officer, servant representative, or
any agent of the Corporation or any person on his or their behalf for showing or
for bearing favours or disfavour to any person in relation to the contract, shall
subject the contractors to the cancellation of his contract or any other contract
with Corporation and also to payment of any loss or damage relating from such
cancellation.

Page 16 of 42
IX. Welfare and Health of Contract Labour:-
The contractor shall comply with the provisions of the Contract Labour
(Regulation & Abolition) Act, l978 as amended up to date.
X. Period of Contract:- The contract shall remain in force for a period of Two year
or such later date as may be decided by the Managing Director and /or any other
person authorized and acting on his behalf who also reserves the right:
(i) to extend the period of contract for a further period upto one year, on the same
rates, and same terms & conditions.
(ii) to terminate the contract at any time during its currency without assigning any
reason thereof by giving thirty days notice in writing to the contractor/s at their
last known place of residence/business and the Contractor/s shall not be entitled
to any compensation by reason of such termination.
The action of the Managing Director, Haryana State Warehousing Corporation,
Panchkula or the person authorized by him under this clause shall be final,
conclusive and be binding on the contractors and shall not be called into
question.
XI. Summary Termination
(a) In the event of the contractors having been adjudged insolvent or going into
liquidation or winding up their business of making arrangements with their
creditors or failing to observe any of the provisions of this contract or any of the
terms and conditions governing the contract, the Managing Director or an officer
acting on his behalf shall be at liberty to terminate the contract forthwith without
prejudice to any other rights or remedies under the contract and to get the work
done for the un-expired period of the contract at the risk and cost of the
contractors and to claim from the contractors any resultant loss sustained or cost
incurred.
(b) The Managing Director or an officer acting on his behalf shall also have, without
prejudice to other rights and remedies, the right, in the event of breach by the
contractors of any of the terms and conditions of the contract to terminate the
contract forthwith and to get the work done for the un-expired period of contract at
the risk and cost of the contractors and/or forfeit of security deposit or any part
thereof for the sum or sums due for any damages, losses, charges, expenses or
cost that may be suffered or incurred by the Corporation due to the contractor's
negligence or un-workmanlike performance of any of the services under the
contract.
(c) The contractors shall be responsible to supply adequate and sufficient labour,
scales, trucks/carts/any other transport vehicle for loading/unloading, transport
and carrying out any other services under the contract in accordance with the
instructions issued by the Managing Director or an officer acting on his behalf, if
the contractor fails to supply the requisite number of labour, scales and
trucks/carts, the Managing Director or an officer acting on his behalf shall at his
entire discretion, without terminating the contract, be at liberty to engage other
labour, scale, trucks/carts etc. at the risk and cost of the contractor who shall be
liable to make good the Corporation all additional charges, expenses, cost of losses
that the Corporation may incur or suffer thereby . The contractor shall not
however, be entitled to any gain resulting from entrustment of the work to another
party. The decision of Managing Director or an officer acting on his behalf shall be
final and binding on the contractors.
XII. Security Deposit –
a) The contractors shall furnish, at the time of joining, security deposit in lump
sum as prescribed in the invitation to tender failing which the contract shall be
liable to cancellation at the risk and cost of the contractors and subject to such

Page 17 of 42
other remedies as may be open to the Managing Director or to an officer acting
on his behalf under the terms of the contract.
b) The security should be deposited in favour of Haryana State Warehousing
Corporation in any manner provided in the rules governing the security.
c) If the successful tenderer has previously held any contract and furnished
security
d) deposit, he will furnish 'No Dues Certificate' from the concerned Manager/
Manager (Business) for adjustment of earlier security against fresh security
e) The Corporation shall not be liable for payment of any interest on the security
deposit or any depreciation thereof for the time it is held by the Corporation.
f) The security deposit will be refunded to the contractors on due and satisfactory
performance of the services and on completion of all obligations by the
contractors under the terms of the contract and on submission of a 'No Dues
Certificate' subject to such deduction from the security as may be necessary for
making up of the Corporation's claim against the contract.
g) In the event of termination of the contract envisaged in Clause XI, the Managing
Director or an officer acting on his behalf shall have the right to forfeit entire or
part of the amount of security deposited by the contractors or to appropriate the
Security Deposit or any part thereof in or towards the satisfaction of any sum
due to be claimed for any damages, losses, charges, expenses or cost that may
be suffered or incurred by the Corporation.
h) The decision of the Managing Director or an officer acting on his behalf in
respect of such damages, losses, charges, costs or expenses shall be final and
binding on the contractors.
i) In the event of the security being insufficient or if the security has been wholly
forfeited, the balance of the total sum recoverable, as the case may be, shall be
deducted from any sum then due or which at any time thereafter may become
due to the contractors under this or any other contract with the Corporation.
Should that sum also be not sufficient to cover the full amount recoverable, the
contractors shall pay the Corporation on demand the remaining balance due.
j) Whenever the security deposited falls short of the specified amount, the
contractors shall make good the deficit so that the total amount of security
deposit shall not at any time be less than specified amount.
XIII. Liability of Contractors for losses etc. suffered by Corporation
a) The contractors shall be liable for all costs, damages, demurrages, Warfage,
forfeiture of wagon registration fees, charges and expenses suffered or incurred
by the Corporation due to the contractor's negligence and un-workmanlike
performance or any services under this contract or breach of any terms thereof
or their failure to carry out the work with a view to avoid incurrence of
demurrage etc. and for all damages or losses occasioned to the Corporation or in
particular to any property or plant belonging to the Corporation due to any act
whether negligent or otherwise of the contractors themselves or their employees.
The decision of the Managing Director or an officer acting on his behalf regarding
such failure of the contractors and their liability for the losses etc. suffered by
the Corporation shall be final and binding on the contractors.
b) The Corporation shall be at liberty to reimburse themselves of any damages,
losses charges, costs, or expenses suffered or incurred by them due to
contractor's negligence and un-workmanlike performance of services under the
contract or breach of any terms thereof. The total sum claimed shall be deducted
from any sum then due or which at any time, hereafter may become due to the
contactors under this or any other contract with the Corporation. In the event,
the sum which may be due to the Corporation as aforesaid being insufficient the
balance of the total sum claimed and recoverable from the contractors as
aforesaid shall be deducted from the security deposit furnished by the

Page 18 of 42
contractors as specified in Para XII. Should this sum also be not sufficient to
cover the full amount claimed by the Corporation, the contractors shall pay to
the Corporation on demand the remaining balance of the aforesaid sum claimed.
c) In the event of the default on the part of the contractors in providing labour,
weighing scales, weights etc. and/or their failure to perform any of the services
mentioned in this agreement efficiently and to the entire satisfaction of the
Managing Director or an officer acting on his behalf, the authorized person shall
without prejudice to other rights and remedies under this agreement have the
right to recover by way of compensation/liquidated damages from the
contractors, a sum of rupees five hundred or such lesser sum per day or part of
a day of the default as the Managing Director or an officer acting on his behalf in
his absolute discretion may determine and decision of the Managing Director or
an officer acting on his behalf on the questions whether the contractors have
committed such default or have failed to perform any of such services efficiently
and are liable to pay compensation/liquidated damages and as to the quantum
of such compensation/liquidated damages subject to approval by Managing
Director or an officer acting on his behalf, shall be final and binding on the
contractors.
d) The contractors shall be responsible for the safety of the goods from the time the
goods are loaded on their trucks from godowns, until they have been unloaded
from their trucks at godowns or at other destinations. They shall provide
tarpaulins on decks of the trucks, so as to avoid damage/loss of grains etc.
through the holes/crevices in the decks of the trucks. They shall deliver the
number of bags and the weight of foodgrains etc. received by them and loaded on
their trucks and shall be liable to make good the value of any loss, shortage or
damage during transit. The Managing Director or an officer acting on his behalf
will be the sole judge for determining, after taking into consideration all the
relevant circumstances, the quantum and value of loss and also as regards the
liability of the contractors for such loss, and the amount to be recovered from
them. The decision of the Managing Director or an officer acting on his behalf in
this regard shall be final and binding on the contractors.
e) The contractor shall be responsible for building proper stack in block system in
countable manner. In case there is any variation or improper stacking in the
godowns, the contractor shall restack the same stacks within 7 days of the
pointing out of the variation by the Manager. In case the contractor fails to do
the needful within the given time, the Manager will be at liberty to get the work
done by engaging other labour and the cost thereof shall be deducted from the
sum due to the contractor under this or any other contract with the Corporation
or from the security deposit furnished by the contractor.
f) The contractor shall be responsible for numerical shortage, if any, detected in
the interior of the stacks at the time of delivery of stocks stacked by him and the
losses on this account suffered by the Corporation will be recoverable from the
Contractor. This will be recovered from the security deposit of the contractors
and if the amount of security deposit falls short of this claim, then from the bills
of the contractor and if still remains outstanding, then the contractor shall remit
the same within 30 days of demand.

XIV. Set off


Any sum of money due and payable to the contractors (including security
deposit refundable to them), under this contract may be appropriated by the
Corporation and set off against any claim of the Corporation for the payment of
any sum of money arising out of or under any other contract made by the
Contractors with the Corporation.

Page 19 of 42
XV. Books Examination: -
The contractors shall, whenever required, produce or cause to be produced for
examination by the Managing Director or an officer acting on his behalf any cost
or other accounts, books of accounts, vouchers, receipts, letters, memoranda or
writing or any copy of extract from any such document and also furnish
information and return, verified in such manner as may be required, relating to
the execution of this contract or relevant for verifying or ascertaining the cost of
execution of this contract. The decision of the Managing Director or an officer
acting on his behalf on the question of relevancy of any document, information
or return shall be final and binding on the contractors. The contractors shall
produce the required documents, information and returns at such time and
place as may be directed by the Managing Director or an officer acting on his
behalf.
XVI. Volume of Work: -
Subject as here-in-after mentioned, the Corporation do not guarantee any
definite volume of work or any particular pattern of service at any time or
throughout the period of contract. The mere mention of any item of work in the
contract, does not by itself confer a right on the contractor to demand that the
work relating to all or any item thereof, should necessarily or exclusively be
entrusted to them. The Corporation will also have the right to appoint one or
more contractors at any time viz at the time of award to the contract and/or
during the tenure of contract for any or all the services mentioned hereunder
and to divide the work as between such contractors in any manner that the
Corporation may decide and no claim shall lie against the Corporation by
reasons of such division of work.
Note- Notwithstanding the number and storage capacity of the existing godowns and
those expected to be constructed/acquired during the contract period, the
Corporation may, during the currency of the contract, take
over/acquire/construct more godowns for storage as and when necessary.
Alternatively, it may also be necessary for the Corporation to give up or release
one or more godowns out of those, or which are constructed/acquired later,
during the pendency of the contract. In such an event the contract shall not be
rendered void and the contractors shall not be entitled to make any claim
whatsoever against the Corporation for compensation, revision of rate or
otherwise due to increase/decrease in the number of godowns or the storage
capacity of the godowns.
XVII. Remuneration: -
a) The contractors shall be paid the remuneration in respect of the services
prescribed in the schedule and performed by them at the contract rates.
b) If the contractors are required to perform any service in addition to those
specifically provided for in the contract and the annexed schedule, the
contractor's remuneration for the same will be paid at the rates as negotiated
and fixed by mutual agreement.
c) The question whether a particular service is or not covered by any of the
services specifically described and provided for in the contract, or is or not
auxiliary or incidental to any of such services shall be decided by the Managing
Director or an officer acting on his behalf, whose decision shall be final and
binding on the contractors.
d) The contractors will have the right to represent in writing to the Managing
Director or an officer acting on his behalf that a particular service which they
are being called upon to perform is not covered by any of the service specifically
provided for in the contract, or as the case may be, is not auxiliary or incidental
to such services, provided that such representation in writing must be made

Page 20 of 42
within 15 days after the date of actual performance of such services. If no such
representation in writing is received within the said time, the contractor’s right
in this regard will be deemed to have been waived off.
XVIII. Payment: -
a) Payment will be made by the concerned District Manager of the Haryana State
Warehousing Corporation on submission of bills in triplicate duly supported by
consignee receipts/or work certificates issued by the Warehouse Manager or an
officer acting on his behalf, as the case may be, subject to TDS applicable as
per Income-Tax Rules.
The payment shall be made through e-payment system for which the following
details shall be provided by the contractors immediately after commencement
of the contract.
[i] Bank Account No. [ii] Nature of Account [SB or Current]
[iii] Name of Bank & Branch [iv] MICR Code No.
[v] RTGs code Bank [IFSC Code]
b) The contractors should submit all their bills not later than one months from
the date of expiry of the contract so that the refund of security deposit may be
speeded up. In order to facilitate disposal of bills, the contractors are advised to
submit their bills weekly/ fortnightly.
Note — The Managing Director or an officer acting on his behalf may at his
discretion make an 'on account' payment to the extent of 50 percent of the
value of work done in cases where the contractors are not in a position to
submit their final bills due to operational or any other difficulties after the
satisfactory performance of the services provided in the contract. The
Corporation shall not be liable for payment of any interest on any bill
outstanding for payment.

XIX. Delays, strikes etc.:-


The contractor will not be responsible for delays which may arise on account of
reasons beyond their control of which the Managing Director or an officer
acting on his behalf shall be the final judge. Strikes by contractor's labour on
account of any dispute between the contractors and their labour as to
otherwise will not be deemed to be a reason beyond the contractor's control
and the contractors shall be responsible for any loss or damage which the
Corporation may suffer on this account.

XX. Laws governing the contract: -


The contract will be governed by the Laws of India for the time being in force.

XXI. Services to be performed by the Contractors: -


(a) Godowns in and around SWH concerned under the preview of this
contract are having capacity concerned at present.
Note- Notwithstanding the number and storage capacity of the existing
godowns and those expected to be constructed/acquired during the contract
period, the Corporation may during the currency of the contract, take
over/acquire/construct more godowns for storage as and when necessary.
Alternatively, it may also be necessary for the Corporation to give up or release
one or more godowns out of those, or out of those, which are constructed or
acquired later, during the pendency of the contract. In such an event the
contract shall not be rendered void and the contractors shall be bound to
perform all the services/duties and execute all the works as per terms and
conditions and rates of the contract and they shall not be entitled to make any
claim whatsoever against the Corporation for compensation of rates or
otherwise due to increase/decrease in the number of godowns or the storage
capacity of the godowns.
Page 21 of 42
b) Remuneration for stacking in the shed/platform/ ground wherever necessary
as required while performing the services of loading, unloading etc. will be
deemed to be included in the relevant services and no separate remuneration
will be paid for such stacking.
c) Kacha or interim stacking whether inside or outside the godowns wherever
necessary in the services of physical verification and standardization, cleaning,
drying etc. shall be deemed to be included in the relevant service and no
separate remuneration for such Kacha stacking will be paid on any account.
d) Similarly, carriage of bags, whether by change of head loads or by using hand
trolleys, hand-carts or any other mode of carriage, provided by no separate
remuneration will be paid for such carriage, unless otherwise provided for.
e) For services of standardization, re-bagging, filling of loose grain and such other
allied services, bags will be supplied by the Corporation. The Jute twine used
for stitching of the bags after bagging /re-bagging/cleaning/standardization.
etc shall be 3 ply double up.

OTHER SERVICES
1. Physical verification :- The contractor shall, with their labour and scales and under
their supervision, weigh such number of bags of foodgrains as may be required for
physical verification, weighment for this service shall be deemed to include carrying
bags from stacks to weighing scale, putting them on scales, carrying out weighment,
removing bags from scales, doing Kacha stacking inside or outside the godowns as
and where necessary, carrying the weighed bags and stacking them as directed by
the Managing Director or an officer acting on his behalf.
2. Standardization:-The contractor shall with their labour and scales and under their
supervision, standardize such number of bags of foodgrains as may be required by
the Managing Director or an officer acting on his behalf. Standardization shall be
deemed to include carrying bags from stacks to weighing scale, cutting open the
mouth of bags, putting bags on the scales, putting in or taking out grains from each
bag as may be necessary in order that each bags contains the standard weight of
foodgrains fixed by the Managing Director or an officer acting on his behalf, removing
the bags from the scale, re-stitching the bags with at least 16 stitches/or machine
stitching on each bag, doing Kacha stacking inside or outside the godown as and
where necessary, carrying the standardized bags and stacking or loading into trucks
or any other vehicles as directed. When the standardized bags are not required to be
stacked or loaded, such bags shall be left in a countable position on the floor of the
godowns. The standardised bags shall be stacked in the same godown or in another
godown as directed by the Managing Director or an officer acting on his behalf. In all
cases, payment will be done for actual number of bags received after standardization.
3. Filling gunnies with loose grains to the prescribed weight with stitching and
stacking/loading/delivery: -Contractors shall, where necessary, make heap (or
Palla) of any loose grains, sweepings, damaged grains etc. available in the godown or
anywhere else and fill the same into empty gunny bags. The filled bags shall be
carried to scales, brought to the prescribed standard weight, stitched with at least
16 stitches/or machine stitched and stacked or dispatched/delivered as required.
4. Cleaning: - The contractors shall as and when required, with their labour, clean the
foodgrains, sweepings etc. Cleaning shall be deemed to include de-stacking the bags
weighing them to ascertain the pre-cleaned weight, carrying them to the place
assigned for cleaning and subject to such process as winnowing, shifting, passing
through the sieves or other method of cleaning as cleaning by machines etc.
Removing the cleaned grains, filling the grains in bag, weighing them to a standard
weight prescribed by the Managing Director or an officer acting on his behalf,
stitching the bags firmly with at least 16 stitches/machine stitching and carrying the
standardized bags and stacking or loading them into trucks/transport vehicles as

Page 22 of 42
directed, collecting the refractions, filling them into bags as directed, weighing them
and stacking them or loading/delivering them as directed. Payment will be made only
for the number of bags received after cleaning and standardization. No separate
payment for the bags filled with refractions will be made.
5. Drying of damaged food grains: -The contractors shall undertake drying of damaged
food grains whenever required. Drying shall be deemed to include godown, cutting
open the mouth of the bags, spreading the foodgrains inside or outside godown and
after drying making them into Palla, filling loose grains into empty gunnies up to a
prescribed weight, stitching and stacking the bags in the same or another godown or
loading/delivering them as directed. If weighment is required to be done before
cutting open the bags it will be paid for separately. Payment under this service will be
made only for the number of bags received after drying and standardization.
6. Re-bagging: -The contractors shall re-bag loose grains or the contents of
unserviceable bags into new bags supplied by the Corporation. Re-bagging shall be
deemed to include breaking the stacks, emptying contents of unserviceable gunnies,
making a Palla, if necessary, filling new bags upto a prescribed weight, stitching
them, doing kacha stacking inside or outside godown as and when necessary and
stacking them or delivering/dispatching as directed.
7. Breaking of stacks and restacking :- The contractors shall as and when required
remove the bags from any stack(s) in the godown and restack in the same or another
godown.
8. Collection of Scattered bags:- The contractors shall as and when required collect
the scattered bags from godown and stack them in the same or another godown.
9. Bundling of empty gunnies :- The contractors shall collect the empty gunnies
released after various operations , re-bagging, cleaning etc. and bundle them into
bundles of 25 or 50 each as directed by the Managing Director or an officer acting on
his behalf. The bundles shall be neatly made to allow verification, and the twine
required for tying or stitching the outer surface of the bundles shall be supplied by
the contractor. The bundles so made shall be carried to the place assigned for storage
of empty gunnies and stacked in accordance with the instructions of the Managing
Director or an officer acting on his behalf. The remuneration for this service shall be
deemed to be inclusive of the cost of twine required to be supplied by the contractors.
10. Supply of casual labour:-The contractors shall provide such number of male or
female casual labourers whenever asked to do so at short notice during day or night
by the Managing Director or an officer acting on his behalf. The payment of casual
labour wage shall not be less than the minimum statutory rates fixed by the
appropriate authority for the material period as fixed wage per male/female casual
labour per day. However, it will not entitle the contractor to claim any increase
during the currency of the contract. The labour so supplied can be asked to do
fumigation, brushing, dusting, spraying with foot pumps, whenever necessary.
11. Miscellaneous
i. The contractors shall (a) load and (b) unload and stacks the wooden crates
whenever required.
ii. The contractors shall (a) load and (b) unload and stack the tarpaulins, gunny
bales and fumigation cover etc., whenever required.
12. Loading includes removing of wooden crates, tarpaulins, gunny bales and fumigation.
13. Unloading and stacking include unloading from Truck/Cart and stacking in the
godown or platform.

XXII. DUTIES AND RESPONSIBILITIES OF THE CONTRACTORS.


i. The contractors shall carry out all items of services assigned or entrusted to them
by the Managing Director or an officer acting on his behalf and shall abide by all
instructions issued to them from time to time by the said officer. They shall
render the services to the satisfaction of the Managing Director or an officer

Page 23 of 42
acting on his behalf together with such auxiliary and incidental duties, services
and operations as may be indicated by the said officer(s) and are not inconsistent
with the terms and conditions of the contract. Some of such auxiliary and
incidental duties are mentioned below. Remuneration for all auxiliary and
incidental duties and services not specifically provided for in the ‘Schedule of
Rate for Services’ shall be deemed to be included in the remuneration provided
for various services specially mentioned in the schedule. The contractors shall
always be bound to act with reasonable diligence and in business like manner
and to use such skill as they possess in the conduct of their activities.
ii. The contractors shall engage competent and adequate staff and labour to the
satisfaction of the Managing Director or an officer acting on his behalf for
ensuring efficient handling and transport of foodgrains etc. and furnishing
correct and upto-date position /information/progress of work, statements and
accounts. The contractors shall be responsible for the good conduct of their
employees and shall compensate the Corporation for losses arising from neglect,
carelessness, want of skill or misconduct of themselves, their servants or agents
or representatives. The Managing Director or an officer acting on his behalf shall
have the right to ask for the dismissal of any employee of contractors, who, in his
opinion, is hampering the smooth execution of the work and his decision
regarding losses caused by neglect and misconduct etc. of the contractors, their
servants or agents or representatives shall be final and binding on the
contractors.
iii. The contractors shall inform the Managing Director or an officer acting on his
behalf, the name of one or more responsible representative(s) authorized to act on
their behalf in day-to-day working of the contract. It shall be the duty of those
representative(s) to call at the office of the Managing Director or an officer acting
on his behalf, every day and generally to remain in touch with them, to obtain
information about the programme of arrivals and dispatches to various recipients
and other godown activities and to report the progress of loading/transport work
etc. And generally, to take instructions in the matter.
iv. The contractors shall take adequate steps and necessary precautions to avoid
wastage and damage to foodgrains etc. during the loading/unloading into
trucks/carts/any other transport vehicles at the godowns or any other
loading/unloading point. The contractors shall be liable for any loss, which the
Corporation may suffer because of the bags not being properly handled. The
decision of the Managing Director or an officer acting on his behalf regarding
such loss shall be final and binding on the contractors. They shall spread their
own tarpaulins or gunny pallas at the loading/unloading points to avoid wastage
and damage.
v. The contractor shall provide sufficient number of tarpaulins for each
truck/cart/any other transport vehicle to cover the bags of foodgrains etc. during
the rains and shall be responsible, if the foodgrains etc. are damaged by rain
through their (Contractors) failure to supply adequate number of tarpaulins or to
take reasonable precautions. The decision of the Managing Director or an officer
acting on his behalf in this matter shall be final and binding on the contractors.
vi. The contractors shall provide their own planks and supporting bags to serve as
ladder for the purpose of loading/unloading into/from trucks/carts or stacking.
No grain etc. filled bags shall be used in this operation.
vii. The contractors shall ensure that their labour do not use large hooks for
handling of foodgrain bags or any hook for handling of flour and sugar bags at
any stage. The use of hooks, other than those approved by the Managing Director
or an officer acting on his behalf, for foodgrains will render the contract liable to
cancellation. The contractors shall also be liable to make good to Corporation,
any loss caused by the use of unauthorized hooks. The decision of the Managing

Page 24 of 42
Director regarding such losses shall be final and binding on the contractors. The
contractors shall supply small regulation size hooks approved by the Managing
Director or an officer acting on his behalf to their labour for handling of foodgrain
bags.
viii. The contractors shall obtain from the Managing Director or an officer acting on
his behalf particulars of consignments, expected to be received and/or proposed
to be dispatched from/at godowns, as the case may be. In case of emergency, the
contractors shall be required to take delivery or arrange dispatch of consignment
of foodgrains etc. at short notice and they shall be bound to comply with such
requests.
ix. The contractors shall provide adequate number of stitchers and sweepers at their
own cost at all loading/unloading and other operation points to carry out minor
repairs to leaking bags with twine to be supplied by the Corporation. The twine
provided should be three ply doubled up.
x. The contractors shall collect all sweepings and spilling of foodgrains from floors,
loading/unloading points, and fill them after cleaning, if necessary, in slack bags
or in other empty bags supplied by the Corporation and firmly stitch them with
atleast 14 stitches/or by machine stitching. The twine for this purpose shall be 3
ply double up and shall be provided by the Corporation.
xi.
a) The contractors shall be required to restack the bags without payment of any
extra charges if directions for stacking the bags are not observed by them or if the
stacking is faulty and not to the satisfaction of the Managing Director or an
officer acting on his behalf. The contractor shall be responsible for any loss,
which the Corporation may suffer because of the bags not being properly stacked.
The decision of the Managing Director or an officer acting on his behalf regarding
such loss shall be final and binding on the contractors.
b) The contractors shall at the time of standardization, cleaning etc. ensure that the
mouth of each bag is cut open cautiously and with utmost care so as to avoid any
damage or loss to the bags and wastage of foodgrains. The contractors shall be
liable for any loss to the Corporation on this account and the decision of the
Managing Director or an officer acting on his behalf in the matter shall be final
and binding on the contractors.
c) The contractors shall carry empty bags from the gunny storage godowns or from
any other place indicated by the Managing Director or an officer acting on his
behalf to place(s) of operations for bagging, re-bagging etc. and no extra
remuneration for such carriage of empty bags will be payable on any account.

xii. In carrying out the various operations involving carriage of bags inside or outside
godowns, it is desirable to use wheeled contrivances like hand-trolleys
progressively introduced for the elimination of lot of the labourers. The
contractors at their own cost will supply such hand trolleys or wheel contrivances
to the labourers. No extra remuneration whatsoever for such use of hand trolleys
etc. for carriage of bags will be payable as it shall be deemed included in the rates
provided for the relevant services.
xiii. The contractors shall be responsible for keeping a complete and accurate account
of all supplies of foodgrains etc. and empty gunny bags received by them from the
Corporation and shall render account and furnish return and statements in such
manner as the Managing Director or an officer acting on his behalf may prescribe
from time to time.
xiv. The contractors shall be responsible for the safety of goods while in transit in
their trucks/ carts any other transport vehicles and for delivery of quantity
dispatched from the godowns, etc. as the case may be to the destination or the
recipient to whom the grains etc. are required to be transported by the

Page 25 of 42
contractors. They shall provide tarpaulins on deck of the trucks, to avoid
loss/damage of grains etc., through the holes/crevices in the decks of the trucks.
They shall also exercise adequate care and take precaution to ensure that the
foodgrains bags are not damaged while in transit in their trucks/carts/any other
vehicle. They shall deliver the number of bags and the weight of foodgrains etc.
received by them and loaded on their trucks.
xv. The contractors shall be responsible for performing all or any of the services
detailed in and arising out of this contract also at night without any additional
remuneration whenever required by Managing Director or an officer acting on his
behalf.
xvi. The contractor shall, when required, supply Petromax lamps for carrying out
work during night. The actual charges not exceeding Rupee ten per night/day per
light hired by the Contractors for working at night or during day time in such
godowns which are insufficiently lighted, will be paid by the Corporation on
submission of bills supported by relevant vouchers in original. The bills for hire
charges for lights will be required to be certified by the concerned warehouse
Manager/Incharge.
xvii. The contractors shall be liable for all costs, damages, charges and expenses
suffered or incurred by the Corporation due to the contractor's negligence and
un-workman like performance of any service under this contract or breach of any
terms thereof or their failure to carry out the work with a view to avoid incidence
of demurrage, Warfage etc. and for all damages or losses caused to the
Corporation or particular to any property or plant belonging to the Corporation
due to any act whether negligent or otherwise of the contractors themselves or
their employees. The decision of the Managing Director or an officer acting on his
behalf regarding such failure of the contractors and their liability for the losses,
etc. suffered by the Corporation shall be final and binding on the contractors.
xviii. The contractors shall provide and maintain correct weights and scale and carry
out all the weighment accurately. Managing Director or an officer acting on his
behalf shall have the right to check the weights, scales and weight of any bag or
bags or to open any bag for examination.
XXIII. ARBITRATION
a) All disputes and differences whatever arising between the parties out of or
relating to the contract, its meaning and operations or effect of this agreement
or the breach there of shall be referred to the Managing Director, HSWC,
Panchkula who will act as sole Arbitrator and the award made by him shall be
final & binding on both the parties.
b) It is the term of this contract that in the event the Managing Director being
transferred or vacating his office or being unable to act as arbitrator for any
reason, shall appoint another person to act as Arbitrator in accordance with
the terms of this contract.
c) The cost of arbitration shall be borne by the parties as per decision of the
Arbitrator.
d) The demand for arbitration in respect of any claim(s) of the contractor shall be
in writing and made within 12 months of the date of termination or completion
of the contract failing which, the claims shall be deemed to have been waived
off and absolutely barred and the Corporation shall be discharged and released
of liabilities of the contract. Subject as aforesaid the Arbitration & Conciliation
Act, 1996 shall apply to the arbitration proceedings under this clause.

Page 26 of 42
Documents required for Technical Bid:
Checklist:
The tender form must be accompanied by the following documents, failing which the
tender shall be rejected.
Sr. Eligibility Criteria Page No.
No.
1. Details of tenderer
2. a) Tenderers should not have been blacklisted or otherwise debarred by
HSWC, FCI or any department of Haryana State or Central Government or
any other Public Sector Undertaking as on the last date of submission of
bid.
b) Tenderer’s contract should not have been terminated by HSWC/FCI or any
department of Haryana State or Central Government or any other Public
Sector Undertaking during the last 3 preceding years of working as on the
last date of submission of bid.
c) Tenderers EMD should not have been forfeited by HSWC/FCI or any
department of Haryana State or Central Government or any other Public
Sector Undertaking during the last 3 years as on the last date of
submission of bid.
d) The proprietor / any of the partners of the tenderer firm / any of the
Director of the Tenderer company should not have been, at any time,
convicted by a court for an offence and sentenced to imprisonment for a
period of three years or more. The tenders on acquittal would be eligible.
3. Tenderer should have minimum three years’ experience of Labour and
cartage/ Rake Handling and /or Transportation duly obtained from
Manufacturer/PSU/Govt. Department /Public Ltd, Company / Private
Limited Company dealing in the field of Food grain and allied dead stock
articles.
4. Solvency Certificate from any Scheduled Bank for Rs.25.00 lakhs. The
certificate should not be issued six months prior to the last date of
submission of tender.
5. The tenderer must have a positive net worth during the last three audited
years i.e., 2021-22, 2022-23 and 2023-24. If the financial statement for the
year 2023-24 then unaudited balance sheet will be certified by the Chartered
Accountant with UID No.
6. Power of Attorney
Note: The bid should be uploaded by the authorized signatory as defined in
Appendix-VI under his own digital signature.
7. Bidder should be a
(2) Registered Company/LLP in India under Companies Act, 2013
OR
(2) Registered Partnership Firm
OR
(3) Proprietorship
OR
(4) Public Sector Undertaking/statutory body
OR
(5) Cooperative society
OR
(6) Others.
(If the tenderer is a partnership firm/LLP, there shall not be any
reconstitution of the partnership without the prior written consent of the
Corporation)

8. The tenderer should have achieved the average turnover of minimum Rs.
Fifty LAKHS (50) during the last three audited years.
9. Income tax returns.
10. PAN Number.
11. GST Number.
12. ESI & EPF Certificate.
13. Registration under Food Safety and Standards Authority of India (FSSAI).

Page 27 of 42
APPENDIX-I

(Reference Para 3 (1) of Eligibility Criteria)

(To be filled in by the Tenderer)


1. Name and address of tenderer:-
__________________________________________
____________________________________________________________________
____________________________________________________________________
Date of birth of tenderer:___________
address:______________________
Mobile No. __________________ e-mail : ____________________

II. Composition of Tender : It should be stated whether the tenderer is a Hindu


Joint Family business, proprietorship concern or registered partnership firm or a
Limited Company, the authorized and paid up capital should be
stated:________________________________________________________________
III. Business in which the tenderer is employed: The nature of business in which
the tenderer or partner of the tender's firm are engaged should be stated together
with particulars of where Head Office, branches, if any, are located :
________________________________________________________________
__________________________________.
IV Experience of working :- Full particulars should be given if the tenderer has
worked as a labour and transport contractor in the Central Government. State
Government or Public/Private Companies. The period for which the work has been
done should be clearly indicated. The certificates to support the statements may be
attached. The tenderers should indicate clearly whether they are working as
contractors on behalf of any Department of Central or State Government etc.:
____________________________________________________________________________________
________
V Tenderers Bank : The name of the Bank or Banks and the branches with which
the tenderers has dealing and who can certify the tenderer’s financial status, should
be
Given :_________________________________________________________________.
VI. Information regarding Income Tax:-
(a)Name under which assessed for Income-
Tax:__________________________________.
(b)Income tax Circle/District where
assessed:____________________________________.
(c)Year & amount of Income Tax last

paid:_____________________________________.

Place: (Signature of Tenderer)

Dated: Capacity in which signing

(on stamp paper of Rs.15/-)

Page 28 of 42
APPENDIX-II

(Compulsory Ink signed)

HARYANA STATE WAREHOUSING CORPORATION

Sr. Particulars Write


No. Yes/No

a) Whether your firm or any of its partners/proprietor/any of the


Director of the Tenderer company/company had been blacklisted or
otherwise debarred by HSWC, FCI or any department of Central or
State Government or any other Public Sector Undertaking as on last
date of submission of bid?
b) Whether your firm or any of its partners/proprietor/any of the
Director of the Tenderer company/company’s contract was
terminated by HSWC/FCI or any department of Haryana State or
Central Government or any other Public Sector Undertaking during
the last 3 preceding years as on the last date of submission of bid?
c) Whether your firm or any of its partners/proprietor/any of the
Director of the Tenderer company/company’s EMD have been
forfeited by HSWC/FCI or any department of Haryana State or
Central Government or any other Public Sector Undertaking during
the last 3 preceding years as on the last date of submission of bid?
d) Whether proprietor/partner/Director (as applicable) has been
convicted by any judicial court for an offence and sentenced to three
years rigorous imprisonment or more as on date of submission of
bid?

1. I/We hereby solemnly declare that the Proprietor/ Partner/ Director of this
Firm/ Company is/are common/ not common (Strike off whichever is not
applicable) with any other Firm/Company who has applied for pre-
qualification against same advertisement. In case of common
Proprietor/Partner/ Director in other firm/company who has also applied for
pre-qualification against same advertisement, please mention here under the
name of the Firm/Firms/ Company/Proprietorship.
______________________________________________________________________________
______________________________________________________________________________
2. Declaration about relationship with Employee of HSWC.
I/We hereby solemnly declare that the Proprietor/one or more
Partners/Directors of this firm/ company has relationship/has no relationship
(Strike off whichever is not applicable) with the employee of HSWC (name
and designation, place of posting of employee to be mentioned here under).
______________________________________________________________________________
______________________________________________________________________________
3. Declaration of membership of any Goods Transport Association. Give details if
so;

Name & Address of the Association;

With Telephone/Fax No.

(Signature & Seal)


(Authorized Signatory)

Page 29 of 42
APPENDEX-III

MANDI/PURCHASE CENTRE OPERATIONS

OPERATIONS TO BE PERFORMED BY ARHTIAS/

COMMISSION AGENTS.

Sr. Particulars As per rates already fixed by SLC and notified by


No Haryana State Agricultural and Marketing Board.
1 Unloading
2 Power operated
3 Weighing & filling
4 Stitching
Manual/Machine
including sutli
5 Loading

Part-B (PREMIUM OPEATIONS)

1. LABOUR CHARGES FOR LOADING/UNLOADING OF FOODGRAINS

S.No. Name of Operation (Amount in Rs. (Amount in Rs. per


per Hundred Hundred bags)
bags) weighing weighing >40 upto
upto 40 kg. 50 kg.
1.1 Unloading of foodgrains from Rs 57 Rs 84.00
wagons/ trucks/any other transport
vehicles
1.2 Unloading of foodgrains from trucks/ RS 86.00 Rs 123.00
any other ran sport vehicles
including stacking in open/covered
storage points
Conventional Stacking in Shed/
Platform / ground /Up to 10 high
a.
B Upto 16 high (for actual number of Rs 96.00 Rs 135.00
Bags stack over 10 high
C Upto 20 high (for actual number of Rs 105.00 Rs 151.00
Bags stacked over 16 high
d Beyond 20high (for actual number of Rs 113.00 Rs 165.00
Bags stacked over 20 high)
2. Breaking the Stacks and Loading of Rs 57.00 Rs 84.00
foodgrains into wagons/Trucks/any
other vehicles

2. LABOUR CHARGES FOR LOADING/UNLOADING OF STOCK ARTICLES

S. No Name of Operation Rate per Stock


Article
1.a Unloading / Stacking /Removing/loading of gunny Rs 7.81
(jute)/Station/godown/purchase center (per operation)
b Unloading / Stacking /Removing/loading of Rs 7.81
tarpaulins/fumigation covers at godown/purchase center
(per operation)
2. Unloading / Stacking Rs. 4.95
Removing /loading of HDPE at Railway
Station/godown/purchase center(per operation)
3. Loading / Unloading of wooden crates from mandi/godowns Rs 1.32
(per operation)

Page 30 of 42
3. PRESETAVATION AND MAINTENANCE OF ITEMS

Sr.No. Name of Operation Rate


1 Coverage/removing of stocks with Rs. 8.80/- each without tender
polythene cover/tarpaulins. premium
2 Mud plastering of polythene Rs. 22/- each operation (payment of
covers for fumigation including this operation will be made to the
cost of material I.e. clay, mud, person who actually performed the duty
gobri and bhusa, etc. (Maximum after verification by the Manager SWH
4 a year) and subject to the himself
verification of Manager SWH.
3 Opening and closing of doors & 1. Per door Rs. 4.62
windows at the time of fumigation 2. Per window Rs. 3.08
including cost of material I.e. 3. Per ventilator Rs. 3.08
clay,Mud,gobri & bhusa etc.
4. UPGRADATION / REPLACEMENT

Sr.No Name of Operation (Amount in Rs. (Amount in Rs.


per Hundred per Hundred
bags) weighing bags) weighing
upto 40 kg. upto 50 kg.
1 For carrying the Food Grains Bags Rs 121.00 Rs 171.00
from the Stacks or anywhere in the
Godown premises, cutting open the
mouth of bags pouring out the
contents on floor/tarpaulins
making heaps. Mixing or blending
thoroughly to present desire
quality,
Filling the loose grains into empty
gunnies upto a prescribed weight.
Stitching the bags and then
a stacking the bags in the same or
another godown.
Conventional Stacking in Shed/
platform / Ground/ Up to 10 high
b Upto 16 high (for actual number of Rs 133.00 Rs 193.00
Bags stacked over 10 high)

c Upto 20 high (for actual number of Rs 144.00 Rs 205.00


Bags stacked over 16 high)
d Beyond 20 high (for actual number Rs 155.00 Rs 218.00
of Bags stacked over 20 high)
2 Changing of bags
(Reconditioning the bags) including
palti into other bag, opening sewing
and weighment.
Conventional Stacking in Shed/
Platform / Ground / up to 10 high )
a Rs 105.00 Rs 151.00
b Upto 16 high (for actual number of Rs 121.00 Rs 171.00
Bags stacked over 10 high)
c Upto 20 high (for actual number of Rs 133.00 Rs 193.00
Bags stacked over 16 high)
d Beyond 20 high (for actual number Rs 145.00 Rs 215.00
of Bags stacked over 20 high)
5. STANDARDIZATION

Sr.No. Name of Operation (Amount in Rs. (Amount in Rs.


per Hundred per Hundred
bags) weighing bags) weighing
upto 40 kg. <40 upto 50 kg.
Page 31 of 42
1 For carrying the Foodgrains bags
from the stacks or anywhere in the
Godown premises cutting open the
mouth of bags, placing on scale and
weighment, sewing after pura-karai
(bringing.
To standard weight) when re-
bagging is not involved and
stacking.
Conventional Stacking in Shed/ Rs 105.00 Rs 151.00
Platform / Ground / Up to 10 high

b Upto 16 high (for actual number of Rs 121.00 Rs 171.00


Bags stacked over 10 high)
c Upto 20 high (for actual number of Rs 133.00 Rs 193.00
Bags stacked over 16 high)
d Beyond 20 high (for actual number Rs 145.00 Rs 215.00
of Bags stacked over 20 high)
6. PHYSICAL VERIFICATION

S. Name of Operation (Amount in Rs. (Amount in Rs.


No. per Hundred per Hundred
bags) weighing bags) weighing
upto 40 kg. <40 upto 50 kg.
1 Breaking / Removing out of godown
weighing on platform/beam scale and
restacking in godown
After physical verification of stock.
Conventional Stacking in Shed/
a Platform / Ground / Up to 10 high Rs 96.00 Rs 135.00
b Upto 16 high (for actual number of Rs 109.00 Rs 158.00
Bags stacked over 10 high)
c Upto 20 high (for actual number of Rs 121.00 Rs 171.00
Bags stacked over 16 high)
d Beyond 20 high (for actual number of Rs 132.00 Rs 183.00
Bags stacked over 20 high)
CARTAGE CHARGES:

S.No. Distance from loading Rate per Quintal (in Rupees)


point to destination
point.
1 0 to 8 K.M. 14.30*
Note:* As fixed by SLC vide Memo No. SOMP-3/3/2023/3518 dated 06.03.2024.
The break-up of 0-8 Kilometres as per above rates is as under:-
S. Slab Distance from Rate per Quintal (in Rupees)
No. loading point to
destination point.
1 Slab-1 <0 > 1 K.M 5.1
2 Slab-2 <1> 2 K.M 6.3
3 Slab-3 <2> 3 K.M 7.5
4 Slab-4 <3> 4 K.M 8.8
5 Slab-5 <4> 5 K.M 10.2
6 Slab-6 <5> 6 K.M 11.6
7 Slab-7 <6> 7 K.M 12.9
8 Slab-8 <7 upto 8 K.M 14.3

The above rates shall be applicable from 01.04.2024

Page 32 of 42
APPENDIX –IV

Format of Solvency Certificate

(Format 1)

No…………………………….…..

To

…………………………….…..

…………………………….…..

This is to state that to the best of our knowledge and information, Mr. / Ms. / M/s

………….. a customer of our Bank is respectable and can be treated as good up to a

sum of Rs………. (Rupees in words ………………………………….). It is clarified that

this information is furnished without any risk and responsibility on our part in any

respect whatsoever more particularly either as guarantor or otherwise. This certificate

is issued at the specific request of the customer.

Place:

Date:

For BANK MANAGER

(Signed and stamped)

OR

Next also

Page 33 of 42
Format 2

No……………………………. …..

To

…………………………….…..

…………………………….…..

This is to certify that as per information available, Shri / Smt. / Ms…………………..,is

solvent up to Rs……………….. (Rupees

………….…………………………………………………………). This certificate is valid for the

period from …………………….. to ……………………… This certificate is issued without

any guarantee or responsibility on the part of the Bank or any of its employees.

Place:

Date:

For BANK MANAGER

(Signed and Stamped)

Page 34 of 42
APPENDIX –V

Format of Net Worth

The Net Worth of Mr./Ms./M/s ___________________________________ for last Financial

Year ___________ is Rs.__________ lakhs as per his/her/their books of Accounts.

(Note: Net Worth means sum total of paid-up share capital plus free reserves. Further
any debit balance of Profit and Loss Account and Misc. Expenses to the extent not
adjusted / or written off, if any, shall be reduced from Reserves and Surpluses.

Signature of Chartered Accountant

Name:

Membership No.:

Seal:

Page 35 of 42
APPENDIX –VI

FORMAT FOR POWER OF ATTORNEY TO AUTHORIZED SIGNATORY

POWER OF ATTORNEY

(To be executed on non-judicial stamp paper of the appropriate value in accordance


with relevant Stamp Act. The stamp paper to be in the name of the firm/ company
who is issuing the Power of Attorney).

We, M/s. _______________ (name of the firm/ company with address of the
registered office) hereby constitute, appoint and authorize Mr./Ms. _______________
(Name and residential address) who is presently with us and holding the position of
____________ and whose signature is given below as our Attorney to do in our name
and our behalf all or any of the acts, deeds or things necessary or incidental to our
bid for the work ___________________ (name of work), including signing and
submission of application/ tender / proposal, participating in the meetings,
responding to queries, submission of information/ documents and generally to
represent us in all the dealings with CWC or any other Government Agency or any
person, in connection with the works until culmination of the process of bidding, till
the Contract Agreement is entered into with CWC and thereafter till the expiry of the
Contact Agreement.

We hereby agree to ratify all acts, deeds and things lawfully done by our said
Attorney pursuant to this Power of Attorney and that all acts, deeds and things done
by our aforesaid Attorney shall always be deemed to have been done by us.

(In H&T tenders in the case of Consortium/ Joint Venture) Our firm is a
Member/Lead Member of the Consortium of __________,________________ and
__________.

Dated this the _______ day of __________________20

(Signature and name of authorized signatory being given Power of Attorney)

(Signature and name in block letters of Proprietor / All the partners of the

firm / Authorized Signatory for the Company) (Strike out whichever is not

applicable)

Seal of the Proprietorship firm / Partnership firm/ Company

Witness 1: Witness 2:

Name: Name:

Address: Address:

Occupation: Occupation:

Page 36 of 42
Notes:
i. In case the Firm/ Company is a Member of a Consortium/ JV, the authorized
signatory has to be the one employed by the Lead Member.
ii. The mode of execution of the power of Attorney should be in accordance with
the procedure, if any, laid down by the applicable law and the charter
documents of the Executant(s) and when it is so required the same should be
under common seal affixed in accordance with the required procedure.
iii. Power of Attorney is to be attested by Notary.

Page 37 of 42
APPENDIX VII

PRICE BID

Dear Sir,

I/We submit the online tender for appointment as loading/unloading/handling


and transport etc. contractors at Haryana State Warehousing Corporation Godowns
at____________________.................

2. I/We have thoroughly examined and understood the ‘Instructions to Tenderer’,


terms and conditions of contract given in the invitation for tender and those
contained in the general conditions for contract and its appendixes, and agree to
abide by them. I/We offer to work at rates as given in the BOQ of Financial bid
format.

(i) at par the rates given in the schedule of rates for services.

(ii) at_____ %(_____________________) ABOVE the rates given in the schedule of rates
for services, or

(iii) at______% (____________________) BELOW the rates given in the schedule of rates
for services and it is confirmed that no other charges would be payable to me/us.

Sr. Name of Work Price to be quoted by In words (strike out


No. bidder in (%) whichever not
applicable)
(+)For Above and (-) for
Below.

1 BELOW SOR /At Par


SOR/

ABOBE SOR -----------

NOTE : Example : Bidder must write 0% for at par, (-)5% for 5% below SOR
and (+) 7% for above 7% above SOR.

3. I/We agree to keep the offer open for acceptance upto _______days and to the
extension of the said period by a fortnight in case it is so decided by the Managing
Director. I/we shall be bound by communication of acceptance of the offer dispatched
within the time and I/we also agree that if the date upto which the offer would
remain open be declared a holiday for the Corporation, the offer will remain open for
acceptance till the next working day.

4 In the event of my/our tender being accepted, I/we agree to furnish a security
deposit in a manner provided in the rules governing the security.

Page 38 of 42
5. I/we do hereby declare that the entries made in the tender and appendixes
attached therein are true and also that I/we shall be bound by the act of my/our
duly constituted attorney Sh._______________________ whose signatures are appended
below and of any other person who in future may be appointed by me/us in his place
to carry on the business of HWC, whether any intimation of such change is given to
the Managing Director, Haryana State Warehousing Corporation, or not.

6. The list of documents as required under cluse 3 of eligibility criteria and clause 10
of Annexure have been enclosed along with the tender duly filled and signed:

Yours faithfully,

(Signature of attorney)
(Signature of Tenderer)
Name & Address
(Capacity in which signing)

WITNESSES

1) Full signatures with date:

Name and address :

2) Full signature with date :

Name and address:

Page 39 of 42
APPENDIX-VIII

UNDERTAKING

(For Sole Proprietary Firm)

(Compulsory ink signed)

I,………………………………………………..R/o……………………………….........................

............…………………………………………………………………………… do
herebysolemnly affirm and declare as under: ‐

1. That I am Sole Proprietor of ………………………………………………… (Sole

Proprietor Firm Name).

2. That the office of the firm is situated at

……………………………………………………..………………………………………………………

Place:

Date:

(Authorized Signatory)

Page 40 of 42
APPENDIX –IX

AGREEMENT

The Haryana State Warehousing Corporation (HSWC) having agreed to grant


the contract of Handling of food grains stocks @ __________________in its godown(s),
constructed at ____________(Haryana) in response to the submission of the online
tender uploaded by me/us on ____________in the Corporate office of Haryana State
Warehousing Corporation,___________________.

I/We_________________________________________________________________________

______________________(full name & address of the contractor) am/are executing this


agreement on dated__________ and hereby confirm that I/We have thoroughly
examined and understood the entire terms and conditions of the tender invited by
HWC in respect of receipts, dispatches, standardization and ex-godowns releases
etc., and also those of general conditions of contract and its appendixes and agree to
abide by them. I/We am/are willingly undertaking the said work consequent on the
approval of the tender given by me/us (at par or_______% Above/or________%
Below) the schedule rates specified in the Appendix-III thereto which forms part of
this agreement. The terms and conditions supplied/incorporated in the Tender Form
shall also be equally applicable on both the parties and shall be treated as part of
this agreement.

I/We assure the said Corporation that I/We will undertake the said work to the
best of my/our ability at all stages during the tenure of the contract. This agreement
will remain in force w.e.f.____________ to __________or any subsequent date upto
which the contract is extended.

(CONTRACTOR)

(Capacity in which signing)

Witnesses: Signature with full address: -

1. _______________________

2. ________________________

(DISTRICT MANAGER)
For and on behalf of the
Haryana State Warehousing Corporation

Page 41 of 42
CERTIFICATE

I/We/M/s ____________________________________________________________
hereby certify that:

1. I/We have not been blacklisted, debarred, terminated and our Earnest Money
Deposit (EMD) not forfeited by HSWC, FCI, any department of the Central or
State Government, or any other Public Sector Undertaking as on date of
submission of bid.

2. I/We have not been convicted by any judicial court/court of law for any offense
resulting in a sentence of three years of rigorous imprisonment or more as on
date of submission of bid.

(Signature)

Name:__________________________
Designation:____________________
Date: __________________________

Dated:

Sign.___________________

(Tenderer)

Signature Not Verified


Page 42 of 42 Digitally signed by Dharmendra Kumar Pandey
Date: 2024.12.07 19:25:58 IST
Location: Haryana-HR

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy