0% found this document useful (0 votes)
49 views63 pages

Odisha Transport Tender for Paddy & CMR

The Odisha State Civil Supplies Corporation Ltd. is inviting online tenders for the appointment of transport contractors for the transportation of paddy and custom milled rice for the Kharif and Rabi seasons of 2024-25. Interested bidders must download the tender documents from specified websites and submit their bids electronically by March 7, 2025, with the technical bid opening scheduled for March 10, 2025. The tender requires bidders to have dedicated transport vehicles and to comply with various conditions outlined in the document.

Uploaded by

NURUL ALLI KHAN
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)
49 views63 pages

Odisha Transport Tender for Paddy & CMR

The Odisha State Civil Supplies Corporation Ltd. is inviting online tenders for the appointment of transport contractors for the transportation of paddy and custom milled rice for the Kharif and Rabi seasons of 2024-25. Interested bidders must download the tender documents from specified websites and submit their bids electronically by March 7, 2025, with the technical bid opening scheduled for March 10, 2025. The tender requires bidders to have dedicated transport vehicles and to comply with various conditions outlined in the document.

Uploaded by

NURUL ALLI KHAN
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

ODISHA STATE CIVIL SUPPLIES

CORPORATION LTD
c 12, NAYAPALLI, BHUBANESWAR - L2

TENDER DOCUMENT FOR ROAD


TRANSPORT CONTRACT . PADDY & CMR
FOR KMS 2024-25
(KHARTF & RABr)
fihidi Block

l%a,,<-
oslltK
lPage
Palt-A

TECHNICAL BID
(PADDY & CMR)

Tihidi Block

W
2 Page
NOTICE INVTTING TENDER

Office of Chief CSO/ CSGcum-District Manaoer Odisha

TENDER n"., I ,l ( oata: og.o2 .e5


Cost of Tender Document is Rs.lOOO/- indusive of GST fior eadt BIOCK/ULB (through online
mode).

Online tenders are invited from eligible bidders for setection and appointment of transport
contractors for transpoftation of (i) Paddy from Paddy Purchase Centers (ppCs) Mandis to
/
Rice Mill points (within or outside disfict) & (ii) Custom Milled Rice (CMR) from Rice Mitt points
to Rice Receiving c-enters (RRcs)/Depots (within or outside district).

From Date 06.02.2025


1 Availability of tender documents Downloadable from website: wr,ryw.oscsc. in.
www.foododisha.in &
vww. tendersod is ha. gov. i n
Date, time and venue for pre-bid 07.02.2025 at 11.00 A.M in the office
conference. :hamber of the CSO, Bhadrak
2
online submission
Last date and time for
fhrough e-Procurement Portal :
3 of complete Tender Documents with www.tendersodisha.gov. in Up
enclosures
to 5.30 PM of date 07.03,2025
Date, time and venue for opening of On dt 10.03.2025 At 11.00 A.M at
4 'echnical Bid
by the Tender Committee Collectorate, Bhadrak
Date, time and venue of submission of
original documents in support of scanned
On dt 10.03.2025 At 11.30 A.M onwards
5
At Collectorate, Bhadrak.
Copies uploaded in the portal for verification
Date, time and venue of Financial
6 Bid opening by the Tender Committee To be announced after technical bid
(Only of Technically Qualified Bidders) evaluation.

7 Validity Period Tender are to remain open for


acceptance for 45 days from the date
of issue of tender.

I Language of the tender The tender should be prepared by the


bidder in English language only.

9 Helpdesk Telephone Number CCSO/CSO-cum-DM's Contact Number :

31 Page.
v
N.B:
1. If the Office happens to be closed on the date of opening of tenders, tenders will be
opened on the nott working day in the same Ume.

2. District Level Tender Committee (DLTC) neserues the right to cancel any/ all of the
tenders at anytime wifftout assigning any neilson thereof.

-3.- Fq4ISf $gQils cafrg.e SlQin4 in fire IvSFite


www.tend9e$elF.g.Il.
4. The bidder must deposit Tender Document Fee and EMD at the time of submission of
tender through online payment gate way seruie.

5. Any amendment/ cancellaUon/ re-tender/ corrigendum please refer to the website


www.tendersodisha.gov.in & www.foododisha.in.

Chlef CSO/ CsO-cum'District Ma .na


ger
oscrsc Ltd. D hi{rcuq .

4lPage

Jt
lnvitation to Tender

From:
The District M

KOIM.;

Dear Madam(s) / Sir(s),


Fbr and on behalf of the odisha State Civil Supplies Corporation
Ltd. (here in
after called the Corporation) the DistrictManager, ...... lnvites tenders online at
e-Procurement Portal (URL: https://Www.tendersodisha.oov.in)
for appointment of
Transport contractor for Transportation of ( i paddy from paddy purchase
)
Centers (PPCs)/ Mandis To Rice Mill Points (within or
outside district) & ( i i ) Custom
Milled Rice (CMR) from Rice Mill Points to Rice Receiving
Centre (RRCs)/Depots
(within or outside district) for KMS: 2024-2s(Kharif
& Rabi).

(Signature of District Manager)

5lPage
,""0", xo......&, :t.t oated..65. o A 2g
oDrsHA STATE CrWL SUPPLTES qpBPOEATTON LTD,
DISTRICT OFFICE: ..,Ib).lfa.N Yc\ ,

INVITATION TO TENDER AND INSTRUCTIONS TO TENDERERS FOR


APPOTNTMENT OF TRANSPORT CONTRACTORS FIOR TRANSPORTATION OT
(i) PADDY FROM PADDY PURCHASE CENTRES (PPcs) / MANDIS TO RICE
MILL POTNTS (WrTHIl{ OR OUTSTDE DTSTRTCT) & (ii) CUSTOM MrrrED
RICE FROM RICE MILL POINTS TO RICE RECEIVING CENTERS
(RRcs)/DEPoTs (WITHIN oR OUTSIDE DISTRICT) FoR KMS; 2024-23

I. IMPORTANTNOTE:
1. Tender documents may be downloaded from e-Procurement Portal. Aspiring Bidders who
have notenrolled/registered in e-Procurement should enroll / register before participating
through the website i.e. wvw.tendersodishe,goY.in, Bidders are advised to go through
instructions provided at Annexure-A regarding'Instructions for online Bid Submission'.

2, Tenderers can access tender documents on the website i.e. www.tendersodisha.gov.in and
fill them with all relevant information and submit the completed tender document into
electronic tender on the website wwur.tendersodisha.gov.in .

3. Tender and supporting documents should be uploaded through e-Procurement Portal. Hard
copy of the tender documents will not be accepted.
Note: If the date fixed for opening of tenders is declared a holiday, the tenders will be

opened on the next working day following the holiclay in the same time and venue.
4. Tender are to remain open for acceptance for 45 days from the date of issue of Tender.
The Collector of the district may, at his/her discretion extend this day by 30 days and such
extension shall be binding on the tenderers.
Note: If the date up to which the tender is open for acceptance is declared a holiday, the
tender shall be deemed to remain open for acceptance on the next working day
following the holiday in the same time and venue,
5. Tenderer must deposit Rs.1000/- (inclusive of GST) towards Tender document fee &
appropriate EMD. Details regarding this are at Annexure-A.

Q1'*--
6lPage
U. GENERAL INFORMATION TO TENDER.ERS
The Tender specificaflons are twofold;
A" TRANSPORTATION OF PADDY FROM PADDY PURCHASE CENTR.ES (PPCS) /
MAHBI$ -TO" RICE T,I ft L FOIT{TS.
B. TRANSPORTATION OF CUSTOiI MILTED RICE FROM RICE MIIL POINTS TO RICE
RECETVING CENTERS (RRCS)/ DEPOTS.
Tenderers shall transport paddy/CMR as entrusted by the Corporation from various paddy
purchase centers / Mandis ,fAhaEttqdistrict) to Rice Mill Points located within and/or
outside the district & Custom Milled Rice from Rice Mill Poin6 to Rice Receiving Centers
(RRG)/Depots located within and/or outside the district.
1. Object ofthe Contract
1.1 The Contractor shall transport paddy from Mandi/paddy purchase centers (ppC) to
variousrice mill points as per the agreement along with such additional ancillary and
incidental duUes, services and operations as may be instructed by the District Manager or
any Officer acting on his/her behalf and not in consistent with terms and conditions of this
contract.
1.2 The Transpoft contractor shall transport CMR from Rice mill points to various Rice
Receiving Centers as per agreement along with such additional ancillary and incidental
duties, services and operations as may be instructed by the District Manager or any Officer
acting on his/her behalf and not in consistent with terms and conditions of this contract.
1.3 fhe Transport contractor will be appointed for a blocVULB. The Disbict Level Tender
Committee of each district shall decide to en$age transport contractor for each Bloc(ULBs.
2. Description of work
2.1 TRANSPORTATION OF PADDY FROM pADDy PURCHASE CENTRE (ppc) /
MAilDI I)RICE MILL POINTS.
2.1.1 The contractor shall transport paddy as entrusted to him from time to time from
Paddy Purchase Centers (PPC) of the Block/ULB to various Rice Mills located in the
district or outside district but within the state by Road.

2.1.2 The number of the Mandis/ Paddy Purchase Centers operated in the Bloc( Sub-
division/District and number of custom millers tagged to each such BlocV Sub- division/
District for KMS 2023-24 (Kharif & Rabi) is at Appendix-I. The information at
Appendix-I is only indicative. There may be variations in quanfum of procurement
(according to Food & Procurement policy) and requirement.

1.(}a"--
TlPage
2.1.3 Loading of paddy bags at PPC to the vehicle of the contractor shall be done by the
procuring agencies/ Commission Agents of OSCSC i.e. PACS/WSHG/PPlMiller or as decided
by DLPC. The unloading of paddy at custom miller's premises (dumping on the platform) shall
be done by the contractor, whereas movement from the dumping yard and stacking in the
mill shall be handled by the concerned miller.
2.1;4 Jn'case"of'any-diqrute-in-respect-of quality at mitt poiffi-txrdecisirn of'the quality-
team of district office shall be final and binding.
2. 1 . 5 The Contractor is required to pefform weighment at mill point & transportation of paddy
from PPC to Rice Mill Points.
2.1.6 The Tenderers must get themselves fully acquainted with the location of PPC and
unloading points as well as the prevailing conditions in the district such as road condition, toll
gates en-route, Ghat Roads, inaccessible Pockets, Natural Barriers, prevailing trend of
inflation in fuel rates etc. The rates quoted by Tenderer shall be deemed to have been done
after such acquaintance. No Tenderer will be entitled to any compensation arising out of any
miscomprehension in this regard. Before tendering, the Tenderer must also get acquainted
with the conditions of route to be taken by him/her for transpoftation of paddy. Once the
tender is submitted, the Tenderer will be deemed to have fully acquainted himself with the
route and he will not be entitled for any compensation on account of road blockade, diversions
etc. On the route for transportation of paddy.
2.1.7 The contractor shall complete the movement within the time schedule set by the District
Manager of concern district.
2.2 TRANSPORTATION OF CUSTOM MILLED RICE FROI,I T,IILT"S TO RICE
RECETVTNGCENTER (RRC)/ DEPOT.
2.2.1 The contractor shall transport CMR as entrusted to him from time to time from Rice
Mills of the District to various Rice Receivlng Centers located in the district by Road.

2.2.2The number of the Rice Receiving Center/Depot operated in the BIocVULB and number
of Custom Millers tagged to each such RRC in the selectedBloc(ULB for KMS 2023-24(Kharif
& Rabi) is at Appendix-I. The information at Appendix-I is only indicative. There may be
variations in quantum of procurement (according to Food & Procurement Policy) and

requirement.
2.2.3 Loading at Mill points and unloading of CMR bags at RRC level shall be done by the
Custom Miller.
2.2.4[n case of any dispute in respect of qualiW at Depot points, the decision of the RRC In-
charge / quality team of RRC/Depot / district office shall be final and binding.

SlPage
2,2.5 The Contractor is required to perform weighment & transportation of Custom Miller Rice
(CMR) from Rice Mill to Rice Receiving CEnter (RRC)/Depot Points.

2.2.6 The Tenderers must get themselves fully acquainted with the location of Mill Points and
RRcs-1,-&potsas-wellarthepremiling conditions.in.the.districtsudr-as" mad.mnditiorU-Tall
Gates en-route, Ghat Roads, Inaccessible Pockets, Natural Baniers, prevaillng trendof inflation
in fuel rates etc. The rates quoted by Tenderer shall be deemed to havebeen done after
such acquaintance. No Tenderer will be entitled to any compensation arising out of any
miscomprehension in this regard, Before tendering, the Tenderer must also get acquainted
with the conditions of route to be taken by him/her for transpoftation of CMR. Once the tender
is submitted, the Tenderer will be deemed to have fully acquainted himself with the route and

he will not be entitled for any cornpensation on account of road blockade, dlversions etc. on
the route for transpoftation of CMR.
The contractor shall complete the movement within the time schedule set by the District
Manager of concern district.

3. Volume of work
3,1 No definite volume of work to be performed can be guaranteed during the currency of the
contract. However, some items of General Information are given in Appendix-I to the tender.
The particulars given in the Appendix-I are intended merely'to give the Tenderer an idea of
the approximate quantum of work so as to help in making their own assessment for quoting
the rates in accordance with the conditions of the Contract.
3.2 The Contract, if any, which may arise from this tender shall be governed by the terms and

conditions of the Contract as set out in the invitation / General Information to the Tenderer
and as given in the Annexure and appendices to this tender.
4 Qualifying conditions for Bidding:

4.1 Minimum Transport Vehicles Required


4.1.1 Each tenderer should have dedicated 02 (two) separate transport vehicles registered in
his/her name/in the family members of 10 / 17 mts orabove capacity for each unit, he/she
intends to apply under this tender. Additional requirement of vehicles can be availed on hire
basis as and when required. A bidder can be appointed in any number of Units. The bidder
selected for more than one Unit in a district or in other districts taken together shall have 02
(two) separate vehicles for each Unit selected.

4.1.2. The tenderer shall furnish padiculars of vehicles owned / hired in the format
at Appendix - XI / XU.

4.1,3 The tenderer shall not use vehicles used for mining and other related activities that
could contaminate food-grains. A list of such vehicles (if applicable) suitable for paddy

transportation shall be provided.


4.1.4 The tenderer shall furnish copies of RC Book, fitncs certificate and valid permit of
9lPage
own/hired vehicles declared in the tender along with hire agreement in case of hired vehicles.
4.2 Financial Capabilities of the Tenderer

4.2.1 As huge quantity of paddy to be transported during the contract period within a time
bound schedule, a contractor should have both physical infrastructure and financial resources
for working capital requirements to fund assured supply of POL, Lubricants etc. for
mafntenance of VehiCles and other recuiiing expeiiditUids.
4.2.2The transport contractor shall utilize his own resources without seeking any mobilization
advance from the Corporation for this purpose.
4.2.3 The tenderer in support of his financial soundness to carry out the transportation work
shall furnish capability ceftificate of Rs, Two Crores for each BIocVULB Level Contract from
any Scheduled Nationalized Bank.
4.3 Capability to engage Manpower
4'3.1 The Transport contractor shall engage his representatives in each paddy purchase
center from where paddy will be transported to the Custom Millers & in each Mill points to
RRCs' The transport contractors should be capable to employ adequate number of
representatives, The representatives should be capable of coordinating with the district supply

office, PACS / LAMPS I WSHG / PP, Custom Millers & RRC In-charge on day to day basis.
4.3.2 The tenderer is required to submit an action plan along with a list of vehicles to carry
out the transportation job successfully. Incapacity and inability to maintain therequired
physical infrastructure in terms of transpoft vehicles, manpower and financial resources on

his own by the tenderer as assessed by the DLTC would render his tender rejected or may
lead to termination of agreement executed with him along with forfeiture of Security Deposit.

4.3.3 Tenderer should have experiencb of Transportation with Manufacturer / pSU


/ OSCSC

/ Govt, Dept. / Public Ltd. Company/Private Limited Company dealing in the field of Food
grains, Sugar, Paddyl Coarse grains or any other non-toxic commodity.Tenderer should have

executed in the immediate preceding five yearq woft of valuB of at least:


a) zeo/oof the estimated conrract *,r$..ru !-l ?,?l,r;l'fl nrp.ur; in one sinste
contract in one financial year.
o:"
b) qaon of the estimated contract value
q,"llt,#flt#*, ,. mu,tip,e
contracts in one finical year.
c) In case of Partnership company, only the experience of the Firm /company will
be reckoned and for the purpose the experience of the Individual Paftners will not
be counted.

LOre.*-..-.:
l0 lPage
4.3.4. Experience details in the Proforma prescribed at Appendix-M shall be furnished by
tenderer. The information furnished in Appendix-Vl shall be supported by experiencecertificate
issued by client(s) on their letter. head.
-j

a:i:s.Igld_"Ig yj!lo$,!hg lgqyi{ls"qxpprtence ?s msltione( alrove may al.so parricipate


subjectto providing an.undertaking.that.an additional security shall be submitted in the form
of Bank Guarantee @ 2o/o of the contract value from 'Nationalized/Scheduled Commercial
Bank'notified by RBI (excluding all Urban / Rural / State Co-operative banks and Gramin
Banks), if selected.
4.3.6 The tenderer shall furnish Registration Certificate in suppoft of their transportation work
under "The Carriage by Road Ac|' 2OO7* & "The Carriage by Road Rule'2011" issued by the
state Transpoft Authority (srA) or Regional rransport Authority (RTA).
4.3.7 If the Tenderer is a partnership firm/Company registered uRder companies Act 2013,
there shall not be any re-constitution of the partnership Firm/Company as the case rnay.be
without the prior written consent of the Corporation till the satisfactory compleuon of the
contract.

Note: The year for the purpose of experience will be taken as Financial year (l$April

to 3l't March) excluding the financi'al year in which tender enquiry is floated.
Disquatification Conditions.

5.1 'l-enclerer who have been blacklisted or otherwise debarred by OSCSC or any department
of central or state government or any other public sector undertaking, or any other client for
any failure to comply with the terms and conditions of any contract, or for violation of any
statute, rule , or administration instructions (*) or on any ground including but not lirnited
to indulgence in corrupt practice, fraudulent practice, coercive practice, undesirable practice
or restrictive practice will be ineligible during the period of such blacklisting or last five years
up to the date of submission of bid or the black listing shall be in force till the date of
submission of bid, if awarded, prior to the said five years. That, the bidder.s
Company/Firm/proprietor nor any of it's directors nor partner/s have been convicted by any
court of law nor any criminal case be pending against them before any court of law.

5.2 Any tenderer whose contract with the OSCSC, or any department of central or state
government or any other public sector undertaking has been terminated before the expiry
of the contract period at any point of time during last five years, will be ineligible.
5'3 Tenderer, whose Earnest Money Deposit andlor Security Deposit has been forfeited (partly
or fully) by OSCSC or any department of central or state government or any other public
sector undertaking, during the last five years, will be ineligible.
5.4 If the proprietor I any of the partners of the tenderer firm/any of the director of the
tenderer company have been, at any time, convicted by a court of an offence and still seruing

11 lPage
the sentence, such Tenderer wlll be lnellglble.
5.5 While considering ineligibility arising out of any of the above clauses, incurring of any such
disqualification in any capacity whatsoever (even as a proprietor, partner in another firm, or
as director of a company etc.) will render the tender disqualifled.
5.6 A Hindu undivided family (either as a proprietor or paftner of a firm) shall not be entitled
t0 apply ftr.tender- Any,.tender HilhrniHedjnthe capacity of Hindu undivided family (either as
aproprietor or partner of a firm) shall be summarily rejected.
6 Instructions for submitting Tender
For the purpose, one transport contractor shall be appointed for each Block/ULB of the district,
However, the Corporation has the exclusive right to appoint more than one Contractor in any
BloclVULB that the Corporation may decide for smooth paddy procurement operations at any time

and no claim shall lie against the Corporation by reason of such division of work.

5.1 The Tenderer must fill up and sign the forwarding letter in the format glven in Appendix-
II and furnish full, precise and accurate details in respect of information asked for in
Appendix-Ill attached to the form of tender. The filled and signed Appendices tI and III
are to be scanned and uploaded at the space/packet provided in the e-Procurement Portal.
Detailed instructions to bidders are available at Annexure-A of the tender document, Bidders
are requested to read the instructions contained therein carefully &. metianlously for
submission of bids through e-Procurement portal.
6,2 Tenderers are to apply separately for each Block/ULB.

6,3 Technical Bid and Financial Bid shall be opened separately,


7 Signing of Tender

7.1 The authorizcd signatory shall posscss Digital Signatura Ccrtificate (DSC) registered with
the E-Procurement Portal for submission of tender documents and MTF. The DSC

holder/authbrized signatory signing the tender shall state in what ca'padty he is, signing the
tender, e.g., as sole proprietor of the.firm, or.as a Secretary/Manager/Director etc,,'of a
l-imited Company. In case of Partnership firm, the names of all partners should be disclosed
and'the tdnder shall be signed by all the partners or by 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 registered partnership deed should be slanned and uploaded along with
the tender. In case of limited company, the names of all the Directors shall be mentioned,
and acopy of the Resolutlon passed by the Company authorizing the person signing the t€nder
to do so on behalf of the company shall be scanned and uploaded along with a copy of the
Memorandum and Articles of Association of the Company or instruction to be followed as per
E-Procurement provisions.
t
7,2 The Digital Signature Card (DSC) holder signing the tender, or any documents forming
paft of the tendeq on behalf of another, or on behalf of a firm shall be responsible to produce

12 lPage
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, pertainlng to the Contract.
If the Digital Signahrre Card (DSC) holder so signing the tender fails to produce the said
Power of his tender
of the Corporation under the law. The hard copy of Power of Attorney will be submitted by
the successful tenderer at the time of awarding of the contract.
7.3 The Power of Attorney should be signed by all the paftners in the case of a partnership
concern, by the proprietor in the case of proprietary concern, and by the person who by his
signature can bind the company in the case of a limited / hrt. Ltd. Company. The Power of
Attorney duly signed should be scanned & uploaded.
8. Earnest Money Deposit (EMD)

8.1 Each tender must be accompanied by an EMD of 3o/o of the estimated value of contract
as indicated irt Appendix-Vll to online system only. Tender Papers not accompanied by the
required EMD shall be summarily rejected.

modifies his offer or terms and conditions thereof, after submitting his tender, for any reason
whatsoever during the tender process or any of the information furnished by him/her is
found to be incorrect or false, Earnest Money deposited by him shall stand forfeited, without
prejudice to any other righb and remedies of the Corporation under the

contract and the law & the bidder will be liable for any loss suffered by the Corporation on
account of its withdrawal/ modification etc. Besides forfeiture of EMD, he will also be debarred
from participating in any tender with the Corporation for a period of five yeans.
8,3 Earnest money shall be fofeited in the event of the bidder's failure (after the acceptance
of his tender) to furnish the requisite security deposit by the due date to take up the wor(
without prejudice to any other rights and remedies of Corporation under the contract and law.
8.4 The EMD furnished by the bidders shall be refunded after finalization of tender. The EMD
of selected bidder will be refunded on receipt of confirmation from the ZonafRegional bank
concerned regarding genuineness of Bank Guarantee submitted towards security by the
successful bidder at the time of execution of Agreement. No interest shall be payable on the
amount of earnest money, under any circumstances.
9. Security Deposit
' The successful tenderer shall furnish a Security Deposit within seven working days of acceptance
of his tender for the due performance of his obligations under the contract. The Security Deposit
shall consist of;
(s g ?t bgY 'so
9.1 A sum equivalent to 5olo of the estimated vatue of the contract G. ns.1.......1. submitted in
form of crossed Demand DrafU Fixed Deposit Receipt(F0R) issued by any Nationalized
BanU Scheduled Bank and drawn in favour of/ pledged to District Manager, OSCSC Ltd.
13 lPage
,
rue orthe contractft. f,r'*f,X:f"^
irrevocable and unconditional Bank Guarantee issued from any Nationalized /Scheduled
Bank issued in favour of the District Manager, OSCSC Ltd., Which shall be enforceable till
six months after the expiry of the contract period.
9.3 If applicable, an additional sum equivalent lo 2o/o of the value of the contract i.e,
Rt 49:fl.,.f f f,',"{hr of an under[akins provided by the tenderer for relaxation of exoerience
criteria, in the form of Bank Guarantee issued by Nationalize/Scheduled Commercial Bank'
notified by RBI which shall be enforceable till six months after the expiry of the contract
period.

9.4 If the rate quoted by the bidder is less than 15o/o of the tendered amount, then such a
bid shall be rejected and the tender shall be finalized on merits of rest bids,
If the rate quoted by a bidder is up to L4.99o/o (Decimals up to two digits
will be taken
for all practical purposes) less than the estimated cost, it shall be considered in flnancial bid
evaluation.

9.5 In case of failure of the tenderer to deposit the Bank Guarantee as stipulated in clause
9.1& 9.2 within 7 working days of acceptance of his tender, further extension of 7 working
days can be given subject to levy of penalty @1olo of the whole amount of the security Deposit.

9.6 The Security Deposit furnished by the tenderer will be subject to the terms and
conditions given in the Annexure- I and the Corporation will not be liable for payment of
any interest on the Security Deposit,
9.7 In the event of the tenderer's failure, after the communication of acceptance of the tender
by the Corporation, to furnish the requisite Security Deposit under clause 7 by the due date
or requisite Security Deposit in the form of Bank Guarantee under including extension period
(applicable to submission of BG only), his Contract shall be summarily terminated and the
Corporation shall proceed for appointment of another contractor without any notice, Any
losses or damages arising out of and incurred by the Corporation by such conduct of the
contractor shall be recovered from the. contractor, without prejudice to any other rights and
remedies of the Corporation under the ConBact and Law, The contractor will also be debarred
from participating in any future tenders of the Corporation for a period of five years. After the
completion of prescribed period of five years, the party may be allowed to participate in the
future tenders of OSCSC provided and all the recoveries/ dues have been affected by the
Corporation and there is no dispute pending with the contractor/pafi.
lO. Submission of Tender

10.1 The tender shall be submitted online in two parts, viz:, technical bid and price bid.
10.2 All supporting documents o<cept tender document have to be scanned and uploaded
inTechnical Bid. Price Bid as provided in Part -8, has to be scanned, encrypted and uploaded
0t the requjsite placBs in the e-Procur
10..3.The envelope/packet in online containing the Technical Bid shall include the following:-

14 lPage
a) All the Annexures & Appendices duty signed on each page by
the Tenderer should be
scanned and uploaded in e-procurement po,tal.
b) scanned copies of documents attached, as given at Appendix -
vlrr, duly signed by the
Tenderer. Tender which does not comply with these instructions
shall be g,urnmqgily;
rejected.
c) Tenders should be uploaded /submitted through e-procurernent at
https;//www.tendersodisha.gov.in. Manual bids/Hard copy of the
tender documents will
not be accepted. However, the successful tenderer will have to
submit the original hard
copyof tender document duly signed on each page of tender
document along with
annexures/appendices duly attested on or before the date
and time stipulated by 9SCSC,
failing which the corporation shall award the contact to other
bidders as per terms of this
tender document, besides other penal action against the tenderer.
d) The supporting documents shall be scanned and uploaded
by Tenderer clearly, neagy
and accurately in readable format. Any alteration, erasures
or overwriting on the
suppofting documents should be duly initialed by the authorized
signatory.
e) It should be clearly understood by the Tenderer that no opportunity shall given
be to
them to alter, modiff or with'draw any offer at any stage after
submission of the tender,
0 Any attempt by tenderer to change the format of any of
the supporting documents of the
tender document while uploading or any attempt to tinker with
the softvrrare of the portal
will render his tender liable for cancellation and his subsequent blacklisgng.
11. Opening oftenderc
11'1 The Technical Bid will be opened online in tre Office
of the Disbict Manager, oscsc,
at the fixed timc and the date indicated in lhe Notice Invtflng
Tender (Nil).the Tenderer
will be at liberty to be present either in person or through an authorized
representative at
the time of opening of the Technical Bid with the Bid Acknowledgement
Receipt. price Bids
of only those tenderers shall be opened whose technical
bids qualify, at a time and place of
which notice will be given. The Tenderer technically qualified
will be at liberty to be present
either in person or through an auhorized representative at
the time of opening of the price
Bids with the Bid Acknowledgement Receipt.

11'2 If a single bidder remains qualified before/ after technical scrutiny, that bid will be
cancelled considering the same as a single bid. Financial
bid shall not be opened in case of
single bid, In such case fresh tender shall be floated as per
Works Department office
Memorandum No. 16/W dt.01.01.2015.
12. Corrupt practices
12'l Any bribe, commission, or advantage offered or promised by or on behalf
of the
Tenderer to any officer or official of the corporation shall (in
addition to any criminat liability
which theTenderer may incur) debar his tender from
being considered. Canvassing on the
part of, or on behalf of, the tenderer will also
make his tender liable to rejection.
12'2 oscsc reserves the right to reject any or all the tenders without
assigning any reason.
The successful Tenderer will be intimated of the acceptance of his tender by a
15 lPa9e
letter/telegram/faVemal l.
12.3 In case of any clear indication of cartelization, the Corporation shall reject the
tender(s),and forfeit the EMD.
12.4 OSCSC reserves the right to reject/modify/ alter any terms and mnditions of the tender
documents and contract during the subsistence of the contract.
12.5 If the information given by the Tenderer in tre Tender Document and its Annexures &
Appendices is found to be false/ inconect at any stage, OSCSC ahali ffite t# ;igmto*--
disqualifo/ summarily terminate the contract, without prejudice to any other rights that the
Corporation may have under the Conbact and law.
12.6 Documents to be uploaded - List of documents to be uploaded are given of Appendix-
VIII. The scanned copies of documents in PDF format (Prinbble in A4 size paper) shall be
submitted online along with the tender; o$rerwise the bidder will be treaH as disqualified
in Technical Bid. All documents are to be self-atrested by bidder.

Districl
Dastrict Manaqer
Manaoer
OSCSC, h.hffi,"q,

16 lPage

t
aruuexuRr-r
TERMS AND COND.|rloNS GOVERNING CONTRACTS FOR TRANSPORTATION OF
PADDY FROM PPC/MANDI TO RICE MILLS AND CMR FROM RICE MILLS TO
RRC/DEPOT POINTS.
I. Definitions

a) The term Contract shall mean and include the Invitation to Tender incorporating all the
instructions to Tenderer, the Tender, its Annexures, appendices, acceptance of tender and
such general and special conditions as may be added to it.
b) The term "Conffactor" shall mean and include the person(s), Firm or Company with whom
the contract has been placed including their heirs, executors, adminisrators and successors
and the permitted assignees as the case may be,
c) The term "Contract Rates" shall mean the rates of payment accepted by the District Level
Tender Committee (DLTC) for and on behalf of ttre OSCSC
d) The term "Corporation and OSCSC", wherever they occur, shall mean the Odisha State Civil
Supplies Corporation established under the Companies Act, 1956, and will include itsManaging

Director and his/her successor(s),


e) The term "District Manager'shall mean CHIEF / Civil Supplies Officer-cum-District Manager
of Revenue District under whose administrative jurisdiction, Mandis to which the contract
relates fall. The term "Distict Manager".shall also include every other officer,authorized for
the time being to execute contracts on behalf of the OSCSC.
f) The term "Godown'shall mean the OSCSC Depots/ Godowns /Mandis and include open
platform/plinth built or conssucted for storage of CMR inside or outside the owned/hired
depot premises.
g) CMR - Custom Milled Rice
h) The term "Seruices" shall mean performance of any of tre items of work enumerated in the
tender document or as may be indicated by the District Manager or an officer acting on his
behalf.
i) The term "Trucks" wherever rnentioned shall mean mechanically driven vehicle such as Lorries

etc., and shall exclude animal driven vehicles and Tipper.


j) KMS - Kharif Marketing Season which starts from l" October & ends in 30h September
next.
k) "Sub-Division/ Block" means Revenue Sub-Division/ Block in the State of Odisha.
l) DC - Delivery Certificate.
m) MTF - ModelTender Format.

lTlPage
II. Pafties to the Contract
a) The pafties to the Contracts are Contractor and the OSCSC represented by the District
Manager and/or any other person authorized and acting on his behalf.
b) The person signing the tender or any other doolmenb forming part of the tender, on behalf
of any other person or a Firm shall be deemed to warrant that he has the autiority to bind
- "
sriefi-6tlig?ii6fs6n-6i'Ti€-fifm;6s-tne-Ea9€ m6f tE, in afi-iila'Eers ],€rufinifrlltstnsCframtL'
If at any stage it is found that the person concemed had no such authority the OSCSC may,
without prejudice to other civil/criminal remedies, terminate the Contract and hold the
signatory liable for all costs and damages, Fufther forfeit the Security Deposits the case may
be.

c) Notice or any other action to be taken on behalf of the OSCSC may be given / taken by the

Distrlct Manager or any officer so authorized and acting on his behalf.


IlL Constitution of Contractors
a) Contractors shall, in the tender, indicate whether they are a Sole Proprietary Concern, or
Registered Partnership Firm, or a Private Limited Company, or a Public Limited Company. The
composition of the partnership, or names of Directors of Company, as applicable, shall be
indicated. The Contractor shall also nominate a person for the active management and control
of the work relating to the Contract during the tenure of the Contract. The person so
nominated shall be deemed to have full authority from the Contractor in respect of the
Contract and his acts shall be binding on the Contractor.

b) If the Tenderer is a partnership firm, there shatl not be any re-constitution of the partnership
' without the prior written consent of the Corporation till the saUsfactory completion of the
Contract, falllng whlch the Contract shall be forli wlth llable for terminauon treal"ing it as

brdach of Contract by the Contractor wih consequences flowing there from which includes

forfeiture of Security Deposit as the case may be.


c) The Contractor shall notity to the .Corporation the death/resignaUon of any of their

partners/directors immediately on the occurrence of such an event. On receipt of such notice,


the corporation shall have the right to terminate the contract,
IV, Subletting
The Contractor shall not sublet, transfer, or assign the Contract, or any paft thereof. If done

contractor will be liable for all consequences arises for breach of contract under clause
(IID &
(ii).
V. Relationship with third Pafties
' All transactions between the Contractor and third parties shall be carried out as between two
principals.without reference to the Corporation in any event. The Contractor shall also undertake

to make third paties fully aware of the position aforesaid.

lSlPage
VI. tiability for Personnel
a) All persons employed by the Contractor shall be engaged by him as own employees in all
respects, and all rights and liabilities under the Indian Factories Act, or the Workmen,s

respect of all such personnel shall exclusively be that of the Contractor. The Contractor
shall
be bound to indemnify the Corporation against all the claims whatsoever in respect of its
personnel under the aforesaid enactments, or any statutory modification
there for otherwise
for or in respect of any damage or compensation payable in consequence of any accident or
injury sustained by any workmen or othEr person whether in employment of the Contractor
or not.
b) Contractor shall also comply with all Rules and Regulations/ Enactments made by the state
Govt./Central Govt. from time to time pertaining to the Contract including all labour laws.
VII.Bribe, Commission, Gift etc.
An Act of bribe, gift or advantage, given, promised or offered, by or on.behalf of the
Contractor or any one of their partners/DirectoryAgenE or officials, or any person on his or
her behalf to any officer, officials, representative or agent of the Corporation, or any person
on his or their behalf, for showing any favour or for bearing to show any disfavor to any
person in relation to the Contract, shall make the Contractor liable for termination
of this
Contract or any other Contract with the Corporation and the contractor shall be liable to
reimburse the Corporation of any loss or damage resulting from such cancellagon.
VUI. Period of Contract
a) The Contract shall remain in force
for KMS 2O24-2s ( Kharif & Rabl) i,e. from the date
of execution of agreement till 30.09.2025 or such later date as may be extended by
GOI/GOO for procurement of CMR. The contract can be extended by the Corporation, OS6SC
Ltd. on recommendation of DLTC at its sole discretion on the same rates, terms and conditions
for a further period of 6 months. The action of OSCSC in extending the contract shall be
final and binding on the contractor and shall not be called in question, Further extension
can
be made with mutual consent.

b) The Managing Director reserves the rights to terminate the Contract at any time during its
currency without assigning any reasons thereof and the Contractors shall not be entifled to
any compensation by reason of such termination. The actlon of the Managing Director under
this clause shall be final, conclusive and binding on the contractor.
c) The Term and condition of the Tender can be modified /altered by DLTC in consultation with
MD, OSCSC at any time without assigning any reason thereof.

19 lPage
Security Deposit
a) The successful Tenderer shall furnish, within seven working days of acceptance of his tender,
a Security Deposit for the due performance of his obligations under the contract. The Security
Deposit shall consist of; fu g- 2l Lgj; , tlD
b) A sum equivalent to 50/o of the value of the Contract i.e. Rs.....r..,r.1.. submitted in form of
crosseo ugmanu uraru ruK tssueo Dy any Nauonalzeo tsanK/ ucneouteo E anK and drawn

in favourof/ pledged to District Manager, OSCSC Ltd. R, V-al,[ST,*


A sum equivalent to 5% of the estimated value of the contract i.e. Rs..r\ in form of an
irrevocable and unconditional Bank Guarantee issued from any Nationalized /Scheduled
Bank issued in favour of the District Manager, OSCSC Ltd., which shall be enforceable till six
months after the expiry of the contract period.
d) if applicable, an additional sum equivalent to 2o/oof the value of the contract i.e. ns...?.8 X,L LL' cQ

, in terms of an undeftaking provided by the tenderer for relaxation of etigibility conditions, in


the form of an irrevocable and unconditional Bank Guarantee issued by
Nationalized/Scheduled Commercial Bank'notifled by RBI (excluding all Urban/RurafState Co-
operative banks and Gramin Banks) in the format prescribed in Appendix-IV which shall be
enforceable till six months after the expiry of the contract period.
e) In case of failure of the tenderer to deposit the Bank Guarantee as stipulated in Clause - IX
within 7 working days of acceptance of his tender, fufther extension of 7 working days can
be given subject to levy of penalty @10/o of the whole amount of the Security Deposit.
The Security Deposit furnished by the Tenderer will be subject to the terms and conditions
given in the Annexures and the Corporation will not be liable for payment of any interest on
the Security Deposit.

s) In the event of the Tenderer's failure, after the communication of acceptance of the tender
by the Corporation, to furnish the requisite Security Deposit by the due date including
extension period his Contract shall be summarily terminated and the Corporation shall proceed
for appointment of another contractor. Any losses or damages arising out of and incurred by
the Corporation by such conduct of the contractor will be recovered from the contractor,
without prejudice to any other rights and remedies of the Corporation under the Contract and
Law. The contractor will also be debarred from participating in any future tenders of the
Corporation for a period of five years. After the completion of prescribed period of five
years, the pafi may be allowed to pafticipate in the future tenders of OSCSC provided all
the recoveries/ dues have been effected by the Corporation and there is no dispute pending
with the contractor/party.
h) The Security Deposit will be refunded to the Contractors on due satisfactory performance of
the services, and on completion of all obligations by the Contractor under the terms of the
Contract, and on submission of a "No demand certiflcate, subject to such deduction from

20 lPage
the Security as may be necessary for recovering the Corporation's claims against the
Contractor. The Corporation will not be liable for payment of any interest on the Security
Deposit,

good the deficit so that the total amount of Security Deposit shall not
at any time be less than
specified amount.
X. tiability of contractor for losses suffered by corporation
a) The Contractor shall be liable for all costs, damages, registration fees, charges andexpenses
suffered or incurred by the Corporation due to the Contractor's negligence and un-workman
like performance of any services under this Contract, or breach ol'any terms of
the Contract,
or failure to carry out the work under the contract, and for all damages orlosses occasioned
to the Corporation, or in particular to any property or plant bglonging to the Corporation,
due to any act, whether negligent or otherwise, of the Contractor or his enrployees. The
decision of the District Manager regarding such failure of the Contractor and their
liability
for the losses, etc. suffered by the corporation, and the quantification of such rosses, shail
be final and binding on the Contractor.
b) fhe Contractor shall provide sufficient number of tarpaulins for each truck to cover the
bags
of CMR and take reasonable precautions to avoid wetting /damage to CMR during the
/loss
transport. In the event of deficiency in service by contractor in not providing the tarpaulins
for spreading on the decks of trucks or for covering the truck after loading, Liquidated
Damages @ Rs. 2001- per truck will be imposcd by the concerned District Manager/Area
Manager without Prejudice to any other right or remedies under the contract and
law.
c) Without prejudice to the rights of the Corporation under Sub-clause (a) of this Clause, it is
fufther condition of the contract that in respect of any shoftage, wastage, loss or damages
to the goods in transit, the Contractor is liable to pay to the Corporation Liquidated
Damages
at twice the cost of CMR i.e. MSP for the relevant KMS declared by Govt. Of
India. The parties to the Contract have agreed that the amount of Liquidated Damages
specified above reprsents a genuine estimate of the loss likely to be caused to
the
Corporation by the shortage, wastage, loss or damage to the goods in transit. Such
recovery
of Liquidated Damages shall be affected without prejudice to the right of OSCSC to initiate
civil/criminal proceedings against the defaulting Contractors where veiitiessuspected
that
' the shortage/losses occurred due to deliberate/willful omission, theft,misappropriation,
irregularitia etc. committed by the Contractors.or theirrepresentaUves/employees.
XI. Summary termination of the Contract
a) In the event of the contractors having been adjudged insolvent or going into liquidation
or
winding up their business or making arrangement with their creditors or failing to observe
any of the provisions of this contract or any of the terms and conditions governing the

21 lPage
contract, the DLTC, under intimation to Corporation HO shall be at Liberty to terminate the
contract forthwith without prejudice to any other right or remedies under the contract and
law and to get the work done for the unexpired period of the contract at the risk and cost
of the contractors and to claim from the contractors any resultant loss sustained or cost
incurred.
' "b) -Th* OLTGi-trnder'"intimaHo*-toerpomtiomshallel*s-have.wit*rsut-prejudiee-toother-right..
sand remedies, the right, in the event of breach of the contract of any of the terms and
conditions of the contract to terminate the contract fo*h with and to get the work done for
the unexpired period of the contract at the risk and cost of the contractors and/ or forfeit
the security deposit or any paft 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
contractors negligence or un-workman like performance of any of he seryices under the
contract.
c) The contractors shall be responsible to supply adequate and sufficient labour, trucks and
another transport vehicles for loadinglunloading transport and carrying out any other
services under the contract in accordance with the instructions issued by the District
Manager or an officer acting on his behalf. If the contractors fail to supply the requisite
number of trucks the DLTC, under intimation to Corporation, shall at his entire discretion,
without terminating the contract be at liber$ to engage other trucks at the risk and cost of
the contractors, who shall be liable to make good to the Corporation all additionat charges,
expenses, costs or losses that the Corporation may incur or suffer hereby. The contractors
shall not, however, be entitled to any gain resulting from entrustment of the work to another
party. The decision of the District Manager shall be final and binding on tho contractors,

xIl. Recovery of losses suffered by the Corporation


a) The Corporation shall be at liberty to reimburse themselves for any damages, losses,
charges, costs or expenses suffered or incuried by them, or any amount payable by the
Contractor as Liquidated Damages as provided in Clauses X above, The total sum claimed
shall be deducted from any sum then due, or which at any time thereafter may become due,
to the Contractors under this, or any other, Contract with the CorporaUon. In the event of
the sum which may be due from the Contractor as aforesaid being insufficient, the balance
of the total sum claimed and recoverable from the Contractors as aforesaid shall be deducted
fiom the Security Deposit, furnished by the contractor should this sum also be nonsufficient
to cover the full amount claimed by the Corporation, the Contractor shall pay to the
Corporation on demand the remaining balance of the aforesaid sum claimed.
b) In the event of termination of this Contract, or in the event of any breach of any of the terms
and conditions of this Contract by the contractor, the DLTC shall have the rights to forfeit
the entiie or pat of the amount of Security Deposlt of the contractor or to appropriate the

2?lP age
G,r.-'
Security Deposit or any part thereof in oi towards the satisfaction of any sum due to be
claimed for and damages, losses, charges, expenses or cost that may be suffered or incurred
by the Corporation.

a) The Transport contractor is required to keep continuous & close liaison with the Secrelary
PACS, Custom Millers, District Manager and other officials of OSCSC in respect of
procurement of Paddy by PACS/WSHG/PP, weekly dates of opening of ppC, expected
quantities of Paddy to arrive at PPC and deploy adequate number of transpor.E vehicles in
time at each PPCfor transportation of Paddy. It must be ensured by the transport contractor
that Paddy is lifted and transported from the PPC to Mills on the same.day of. procurement.
The loading of Paddy at Paddy Purchase Centre to the vehicles will be done by agencies.
b) The Transport contsactor shall transport the CMR loaded Vehicle after receipt of
Transit pass-
cum-AC Note from the Custom lr{iller. Miller is responsible for loading of stock onto the
Transport contractor's vehicle. The Contractor shall ensure delivery of the resultant
CMR at
RRCs/Depots with adequate protection & safety at his own risk. Loading and unloading
of
CI\{R will be'conducted under joint custody of Transport contractor. & Custom Miller to ensure
both quality and quantity compliance. The Custom Miller shall have.sole responsibility
for
the quality of CMR throughout the process
c) The Contractor shall provide a list of vehicles to be deployed in a monih for the purpose
of
transportation under the contract by 2nd of every month.
d) The Contractor shall engage adequate number of transport vehicles as and when required
for transportation of Paddy/CMR in accordance with the instructions issued by the District
Manager or an officer acting on his behalf.
e; rne Contractor shall be responsible. to engage adequate number of transport vehictes for
carrying out any other services unddr the Contract in accordance with the instructions
issued
by the District Manager ol an officer acting on his behalf

0 The Contractor shall transport such number of bags of CMR as may be entrusted by the
District Manager or an Officer acting on his behalf.
g) The Contractor shall obtain daily programme of paddy from the District Manager or any
officer acting on his behalf i.e. Secretary PACS/WSHG lpP for the next date/day and also
CMR to be loaded in accordance with DCs issued to a Miller and shall provide adequate
number of lonies/frucks in good condition in accordance with the programme bnd shall
ensure that the lorries, trucks etc. are positioned at the different loading points as indicated
by the District Manager or any officer acting on'his behalf, daily at the time
specified, so that
schedule of delivery will not be affected.
h) In special cases the Contractor may also be required at short notice to arrange to transport
bags of wheat, chana Dal etc. And shall bound to comply with such requests.

23 lpa,ge
i) The quantity mentioned in any programme given by the District Manager. or any other officer
acting on his behalf may be altered and the Contractor shall be bound to supply lorries/trucks
required for the quantity shown in the programme. He shall not be entitledto any
compensation whatsoever for not entrusting him with the quantity of work specifiedinane
programme issued to him.

i)- -nreGontraebrshall-be'responsible fsrthesdety of the goods from the Ume they are-loaded
on their Euck from Mandis/Rice Mills until they have been unloaded from the trucksat
destinations as specified in the Contract or as directed by the District Manager or any other
officer acting on his behalf. The contractor shall provide tarpaulins on deck of the truck so
as to avoid loss of Paddy/CMR through the holes/crevices in the deck of the truckand shall
be liable to make good the value of any loss, shortage or damage during transit. The weight
of the bags of Paddy/CMR loadediunloaded intofrom truck shall be worked out on the
basis of cent percent weighment. The contractor or representative of the Contractor shall be
present at the time of checking of the weights at the loading/unloadingpoints. The District
Manager of the Corporation will be the sole Authority for determining the quantum of the
loss.

k) The Contractor shall be liable to obtain Transit Insurance Cover from a General Insurance
Company in favour of the Corporation against loss or damage to thO Paddy/CMR entrusted
to him for transpoftation.
-fhe
l) loading of the stock will be restricted to the rated axle load of the commercial'vehicle
prescribed under the Motor Vehicles Act and Rules there under as amended from time to

time and the Contractor will abide by such rules in regard to loading of vehicles. if any
penaity is imposed by any authority oi any action is taken, in the event of overloading the
vehicle, the Contractor shall be solely responsible for the same. Any Contractor resorting
to overloading of the trucks in violation of the Rules will be treated as violating the terms
& conditions of this Contract for which. his Contract is liable to be terminated.
m) The Contractor shall be liable for any loss/damage caused by any delay in the delivery of
goods to the Corporation/Custom Miller due to breakdown of vehicle or its detention by the
police or oiher Authorities for non-compliance with any of the Rules and Regulations.

n) The Contractor shall not allow any other goods to be loaded in the lorries/trucks in which
the Paddy/CMR of the Corporation are loaded,
o) The Contractoi shall periodicatly inform in writing the registration number sand description
of the vehicles used for the transport of the goods of the Corporation so as to facilitate
' checking of the vehicles by the officers/ officials of the CorporaUon.
p) The Contractor shall give an undertaking agreeing to abide by the Section 11 of the Carriage
by Road Act, 2007 and shall undeftake to compensate the loss as per the provisions of MTF.
Further, Contractor shall also submit necessary documents of re$istration etc. to the

24 lPage
lQo,*
Corporation.
q) In accordance with the Govt, Of India, Ministry of Road Transport & Highways programme
for etectronic toll collection from vehicles plying over National Highways, the Contractor shall
'-.enswethat*the"hll{*pd$de6onledlytirougfrr pre.paid-Tng"affixedonthettnd"sereen of
the Vehicles deployed foi'Corporation duty whidt would enable seamless travel through
dedicated lanes installed with Tag readers and facilitate adoption of cashless system and
produce proof of same as and when demanded by the Corporation.

r) As the Contractor is responsible for safety of Paddy/CMR movement of lvhich is entrusted to


him while in his custody he must take all possible measures like noting down of Engine
number, Chassis Number, Driving License No., and *re Photograph of the Driver of the Truck
engaged by him before the dispatch of the stoct from the godowns in order to avoidany
missing of truck with stocks, hijacking, etc, In the event of missing of truck, it is the
responsibility of the Contractor to file an FIR with respective P.S. for investigation and inform
the District Manager and the Head Office within 241 48 hours. It is the responsibility of the
contractor to make good the loss to the Corporation. This loss shall be recoverable from the
contractor at the double the MSP of the Paddy or Economic Cost in case of CMR stock lost
in the missing truck. The contractor shall be liable to pay interest against the value of stock
from the date of missing of the Truck till the loss ls made good to the CorporaUon.
s) Huge quantities of Paddy/CMR to be transported during the Contract period, the tenderers

should have both physical infrastructures in terms of vehicles, maintenance, assured

supply of POl, Lubricants etc., to keep up the tcmpo of transportation as well as financial
resources to be able to do so on his own without seeking any mobilization advance from the
Corporation for this purpose.
t) As per Minimum Threshold Parameters communicated by Govt. of India, Vehicle tracking
system is mandatory for paddy transportation from PPCs to Mills and CMR from Mill to Depot.
for this purpose the OSCSC Ltd. has introduced Vehicle Tracking System from KMS 2024-25
(Kharif ) onwards in all Districts to monitor the movement of Paddy purchased from PPCs to
Tagged Rice Mills and CMR transportation from Mill to Depot. The Paddy and CMR Transport
contractor required to install with GPS devices in vehicles at their own cost. The details of the
empanelled Agency / vendors appointed for this purpose are available in the Transport
Department website i.e. odishatrasport.gov.in and vltd.odishatansport.gov,in,
The Contractor should have sufficient GPS devices on hand as backup, to be utilized
for additional vehicles or in the event of technical problems arising in the already installed GPS

of the used vehic{e


It will be the responsibility of the contractor to check the battery charge and viability
of every GPS (magnetic device) before attaching the device for paddy and CMR transport
vehicles before undeftaking the transportation of stocks.

!5 [Fage
t
XIV. Set-off
a) Any sum of money due and payable to the Contractor (including Security Deposit refundable
to the Contractor) under this Contract may be appropriated by the Corporation and set off
against any claim of the Corporation for the payment of any sum of money arising out of,
"'-*-rouilderdhls"e0n*a*or"any"other€ontecFmade-bf&er"€ontra&ru,ltfr{m€orporoUotr
b) OSCSC reserves the right to claim from the tenderer any amount of tax, interest, penalty
and litigation cost, if any, that may be incurred in future due to GST reporting/compliance
mistake(s) on the part of the seruice provider.
XV. Book Examination
The ConUactor shall, whenever required, produce or cause to be produced for examination
by the District Manager or any other officer auErorized by him in this behalf, any cost or other

accounts book, account vouchers, receipts, letters, memoranda or writing, or any copy of,
or extract from, any such document and also fumish information and returns, verified in such
manner as may be required, relating to the execution of this Contact. The decision of the
Dishict Manager on the question of relevancy of any document, information or return shall be
final and binding on the Contractor. The Contractor shall produce the required documents,
information and returns at such time and place as may be directed by the District Manager.
n I. Volumeof work
a) Subject as hereinafter mentioned, the Corporation does not guarantee any definite volume
of work or any pafticular pattern of seruice, at any time, or throughout the period of the
Contract. The mere mention of any item of work in this Contract does not by itself confer
aright and/ or confirm any right to the Contractor to demand that the work relating to all
or any item thereof should necessarily or exclusively be entrusted to him.
b) The Corporation have the exclusive right to appoint more than one Contractor and to divide
the work between such Contractors. in any manner that the Corporation may decide for
smooth procurement and movement of Paddy/CMR and no claim shall lie against the
Corporation by reason of such division of work. In case of Emergency Corporation can take
extraordinary steps to lift and transport Paddy from PPC / CMR from Mills for smooth
procurement operations.
c) If the Contractor is required to perform any service in addition to those specifically provided
for in the Conbact and the annexed schedule of Contractort remuneration, the same will be
paid at the rates as fixed by mutualagreement.

d) The question whether a particular seruice is or is not covered by any of the services
specifically described and provided for in the Contract, or is or is not auxiliary or incidental

to any of such services, shall be decided by the District Manager whose decision shall be
final and binding on the Contractor.

26 lPage
e) Thq C.gnpactor'will have thq right.b represent in wriung to the Diqtrict,Manager that
a
particudr service which they are being ralted upon to perform is
not mverea Uy any.of the
services specifically provided for in the Conbact, or, as the case may be, is
not auxiliary or

15 days after the date of actual performance of zuch services, If no such i-epresentation in
writing is received within the said time, Hre Conbactor's right in
[his r.egard wil] be deemed
to have been waived
X\fiI. PAYMEI{T
The tenderer has.to.quote rate per Quintal on the schedule of Rates. alrear1y
fixed in
consideration to Source to Destination for a BIocVULB and in consideration to the
location"of
PPC and unloading points as well as the prevaiting conditions in the disti-icts suctr as road
condition, toll gates, prevailing kends of inflation in fuel rates etc.
i' The Payment will be made by the concerned District Manager of the Corporation
on
submission of bills, in triplicate, duly supported by consignee receipts
on monthly basis.
ii. The contractor should submlt all the bills not later than 2 monihs from
the date of expiry
of the Contract so that the refund of the Security Deposit may be speeded up. Inorder
to
. facilitate disposal of bills the Confiactor is advised to submit bills rnonthly.
iii. The tenderer, registered under GST shall ensure that the invoice to be raiserj
with OSCSC
is compliant with the provisions of the GSI Law and contains the requisite
details in an
accurate manner for claiming of tax credits by OSCSC.
iv. oscsc reseryes the right to retease the payrnent of GST amount (if applicable) only po.st
matching of the invoices in the GSTN system.
v. This shall be ensured by the tenderer registered under GST (if applicable),
that the invoice
raised by him during a month is. appropriately reported in the GST Returns of the said
month.
vi. The bills shall be submitted and processed through online Billing Management
Systern (OBMS) and payment will be made through PFM.S platform for which
the
following details shall be provided by the contractors at the signing of the contract:-
(1) Cancelled Cheque
(2) pAN No.
(3) GST registration copy.

XI/UI. RATES
i' All rates will be treated as firm for the period of the contract. No escalation
what so ever
shall either be claimed or considered except as provided
ii, The rates for transportation of Paddy/CMR etc. are on the basis of net weigh
of paddy/CMR.

27 lPage
\t

iii. No separate remuneration will be payable for the distance covered. by the loaded lorries
for the return journey, or from garage to place of loading, or back to garage.
iv. For the purpose of calculation of transportation charges, the distance shall in all cases be
rounded off to the nearest Kilometer.
,.
X M;HffiTHffiffiXHxffiJilffi.,#rffi
to the nearest Kilometer, which will be final and binding on the contractor.
vi. No compensation shall be admissible to the ConFactor in respect of detention of truck at
the godown or any other loading/unloading points or any other place unless such detention
is of an extraordinary kind. The decision of the District Manager in all such matters shall be

final.
XIX. Maintenance and Furnishing of Information:
i, The Contractor shall furnish to the District Manager daily details of movement of Paddy/CMR
entrttsted by Government from time to time, from the PPCs to Rice Mills & from Rice Mills
to RRCs to destinations Lorry wise quantity transported on daity basis without fail,
ii. The Contractor shall not only maintain complete accounts but also furnish returns prescribed

as and when requested by the District Manager/ Corporation in the proforma prescribed.
iii, The Contractor shall, whenever required, produce or cause to be produced, any cost or other

accounts, books of accounb and records for inspection and scrutinyby the District Managei'

or any officer of the Corporation.


b( Foree Maieure.
The contractor will not be responsible for delals which may arise on account of reascins heyond
their control of which the District Manaqer shall be the final authority to decide. Strikes by
contractor's workers on account of any dispute between'the contractors and their workers as
to wages or othenruise will not be deemed to be a reason beyond the contractors controiand
the contractors shall be responsible for any loss or damage Which the Corporationmay suffer
on this atcount. Loss due to fire or theft during transit cannot be terrns as force majeure event.

)OC. Law Governlng the Contract & Dispute resolution:


i. The.Contract will be governed by the Laws of India for the time being in force.
' ii, In case of any disputes arising out of and touching upon the contract, the same will be first
referred'to the Dispute/Grievance Redressal Cbmmittee to be constituted and functioning
' at the'Head Office of the Corporation, with a view to settle the disputes. The matter/
dispute shall be referred by the aggrieved pafi within Q0 days from the date of dispute;
. If,'any disputes remain thereafter, the same will be settled in the Couft of Law having
conipetent jurisdiction in Odisha only.

28lPage
fipppndixrl

The name of the Bloc[ULB, the custom Mills tagged to the PPC/Depots, quantity of the
Paddy/CMR procured/delivered in KMS 2023-24 (Kharif Rabi) are as below. The information
/ is only
indicative. There may be variations according to Procurement Policy & requirement.

sl, Block/UtB No.0f No. Of Mills Quantltyof Paddy


No. Mandi/PPCs Tagged procured in KMS
-'I 2023-24 in Otls.
I i h,il?) d 7U 0) 1CI? l3l, h
,,

st. Block/UtB No. Of No. Of Mills Quantity of CMR


No. RRCS/Depots Tagged delivered in KMS
2023-24 in OtIs.
l 7o'hi) i

N.B. The District Manager, OSCSC has to fill the above information before publication
of modeltender
form.

29 lPage
Annexurs-&
fnchuction for Onllne Bld Submkslon
A. Submission of Proposal in the online Portal:
1. The Applicant intending to participate in the bid is required to register in the Poftal
-i.d(ffiildnil*i1$arll$lia.gdin furiilshlns Teilulred .Tr{fioi:inet6n-Hb6tlt-ffieml-Thl$1{e-
onetime activi\for registering in Portal. During registration, the Applicant has to attach a

Digital Signature Certificate (DSC) to his / her unique user ID. The DSC used must be of
appropriate class (Class II or Class III) issued from a registered Certifying Authority such as
n-Code, Sify, TCS, MTNL, etc.
2. To log on to the poftal, the Applicant is required to type his/her username and password, The
system will again ask to select the DSC and confirm it with the password of DSC. The system

for use of portal.


checks the unique ID, password and authenticates the login process
3. The tender documents uploaded by the Tender Inviting Officer in the website
www.tendersodisha.gov.in will appear in the section of "Upcoming Tender" before the
due date of tender sale, Once the due date has arrived, the tender will move to "Active Tender"

Section of the home page. The publication of the tender will before specific period of time Ull
the lastdate of submission of bids as mentioned ln the'Invltation for Bid'after which the same
will be removed from the list of Active Tenders Any bidder can view or download the bid
documents from the web site,
4. Furnishifig scanned copy of documents is mandatory along with the tender documenb
otherwise his/her bid shall be declared as non-responsive and thus liable for rejection.
5. In the case of any fallure, malfunctlon, or breakdown of the electronic systenr usec,l durirrg
the e-procurement process, the tender inviting officer shall not accept any responsibility for
failures or breakdowns other than in those systems strictly within their own conhol,
6. Any third party/company/person under. a seruice contract for operation of e-procurement
system in the State or his/their subsidiaries or their parent companies shall be ineligible to
participate in the procurement processes that are undertaken through the e-procurement

system irrespective of who operates the system.


7. For submission of Bids through the e-Procurement Portal, the bidder shall up load the scanned

copy/copies of document in prescribed format wherever warranted in support of ellglbility


criteria and qualification information The on line bidder shall have to produce the

30 lPage
original documenb in support of the scanned copies and statements
uploaded in the portal
before the specified date as per Tender.

bid is said t9 be comptete if


accompanied by cost of bid document and appropriate bid
security. The system shall consider
only the last bid submitted through the e-procurement portar.
9' The officer inviting the bid will clarify queris on the Contract
Data on requisition by the
intending Bidder' The bidder may ask question in the
e-procurement portal using his DSC,
provided the questions are raised before the
date mentioned in the homepage under critical
dates.
10' Any addendum issued shall be part of the bidding documents and shall be notified in the
websites.
11' The officer inviting the bid shall provide entire tender
document along with forms and formats
in the portal, The bidder shall carefully go through the
document and prepare the required
documents and up load the scanned documents in Portable
Document Format to the portal in
the designated locations of Technical Bid. He will fill up the
rates in designated Cell and
uploads the same in designated locations of Financial Bid.
Using DSC of appropriateclass shall
effect submission of document.
B. Tender Fees (Non-refundable)
The bidder must deposit Rs. 1000/- (Rupees one thousands
inclusive of GST @1g%) towards

atthetimeofsubmissionofapplicat,on,n,ffiythroughaprocessasperworks
Department office Memorandum vide Letter No.17254
dated 05.12 .Zau failingwhich the bid shall
be rejected.

c. Format and Signing of proposal:


1' The prospective bidder can download the tender from the
website any time after date and
time of issue of TENDER and save it in his system and undertake
the necessary preparatory
work offline and upload the completed tender at his convenience
within the due date and time
of submission The Applicant shall only submit single copy of
the proposal including required
documents and Price Bid in the online portal i.e. Www.tendersodisha.gov.in
within due date
of submission. In the Financial bid, the bidder cannot leave
any figure blank. He has to only
write the figures, the words will be self-generated the diaders
are advised to up-load the
completed Bid document well ahead of the last date & time
of receipt to avoid any last moment
problem of power/link failures etc.

Gu--
31 lPage
2. The Applicant shall go through the Bid carefully ahd list the documents those are asked for
submission. He shall prepare all documents including declaration form, formats and price bid
etc., and store in the system. The applicant shall also ensure payment of Bid processing fee
and EMD before submission of proposal completed in all respect.
'h 'The"ltpplimnt-'shdtlog-in.-to the'porEt'wittr-his-D5e-an**rnrxre-to-tfre'dwired
tender fur
uploading the documents in appropriate place one by one simultaneously checklng the
documents. Once the Bidder makes sure that all the documents have been up-loaded
inappropriate place he clicks the submit button to submit the bid to the portal.
4. The bids once submitted cannot be retrieved or corrected. Bids cannot be re-opened and
cannot be submitted after due date and time. Therefore, only after satisfying that all the
documents have been uploaded, the Applicant should click on submit button.
5, In the e-Procurement process each processes are time stamped. The system can identify each
individual who has entered in to the portal for any bid and the time of entering in tothe
poftal.
6. The Bidder should ensure clarity of the document uploaded by him to the portal especially the
scanned documents by taking out sample printing Non-submission of legible documents may
render the bid non-responsive However, the fficer Inviting the Proposal if so desires can ask
for legible copies or original copies for verification with in a stipulated period provided such
document in no way alters the Bidder's price bid If the Applicant fails to submit the original
documents with in the stipulated date, his bid security shall be forfeited.
7. Signing of Bid: The Appllcant shall digitally sign on all statements, documents and certificates
uploaded by him, owing responsibility for their correctness/authenticity as per ITAct 2000.If
any of the information furnished by the Applicant is found to be false/ fabricated
/ bogus his EMD/ Bid security shall stand forfeited and the bidder is liable to be blacklisted.
D. Submission of Proposal:
1. Deadtine for Submission of proposal:
The online submission will remain active titl the last date and time of the bid submission. Once
the date and time (Server date and time) is over, the bidder will not be abte to submitthe bid.
The date and time of bid submission shall remain unaltered even if the specified date for the
submission of bids declared as a holiday for the Officer Inviting the Bid.
2. Late Bids:
The system shall reject submission of any bid through portal after closure of the receipt time.

' For all-purpose the seruer time displayed in the e-procurement portal shall be the timeto be
followed by the bidder and concerned officers.

32 lPage
3. Modification and Withdrawa! of Bids:
4. In the e-Procurement Portal, it is atlowed to modify the bid any number of times
before the
final date and time of submission. The bidder shall have to log on to the
the documents as asked for by the system including the price bid. In
doing so, the bids already
submitted by the bidder will be removed automatically from the system
and thelatest bid only
will be admitted. But the bidder should avoid modification of bid at
the last moment to avoid
system failure or malfunction of intemet or traffic jam or power
failure. If the bidder fails to
submit his modified bids within the designated time of receipt,
the bid already in the system
shall be taken for evaluation.
5' In the e-Procurement Poftal, withdrawal of bid is allowed. But in such
case he has to write a
letter with appropriate reasons for his withdrawal addressed to the
officer inviting the bid and
upload the scanned document to portal in the respective
bid before the closure date and time
of receipt of the bid. The system shall not allow any withdrawal after expiry
of the closure
time of the bid.
E. Opening and Evatuation of proposal:
1' The Tender Inviting officer shall open the bids on specified date and time. Bid opening date
and time as specified in the Notice Inviting Proposal can be
extended issuing a corrigendum
to this effect in the portal, if necessary,
2' The bidders who participated in the online bidding can witness
opening of the bid from any
system logging on to the portal with the DSc away from opening place.
Applicants are not
required to be present during the bid opening to witness the process.
3' In the event of the specified date of bid opening being declared a holiday
for the officer
inviting the Bid, the bids will be opened at the appointed time on
the next working day.
4' The opening Officers will first check the scanned demand draft
towards processing Fee and
the scanned document of Bid Security with that of the original submitted.
If found in order,
then only fufther evaluation shall be carried ou! else the proposal
shall be declared invalid
and be liable for rejected.
5' The bids accompanied with application fees will be taken up for
further evaluation with respect
to eligibility, experience and financial strength based on document submitted.
6' The Proposal Inviting officer may be asked in writing to the Appliont
for clarification with
respect to any document submitted along with the proposal
or any other matter during the
course of technical evaluation, if necessary.
7' The Applicant will respond in not more than 3 days of issue
of the clarification letter, failing
which the bid of the bidder will be evaluated on ib own merit.
8' The Technical evaluation of all the bids will be taken up as per
the information furnished by
the Applicant. But evaluation of the bid does not exonerate the bidders
from checking their
33[Page
original documents and if at a later date the bidder is found to have mislead the evaluation
$rough wrong information, acton) shall be hken against the bidder/applicant.
9. After technical evaluation of the Propsal and sdection of the teclrnically qualified Applicanb,
the financial bids of tre technically qualified bidders only shall be opened (online) on the due
dqtq ilr.d t!m9-9f-.op9niqg,
******

34 lPage
i

-?

-deff*xte*

Branch:

.Plrolte Nor.. .,..i i';;i; ;;,i:,-;:;;r;r;i: :.;:;:.t.. ;.......

Date .................-.

To
The Managing Director
Odisha State Civil Supplies Corporation
Ltd. Bhubaneswar.

is to certiff that to the H of our knowledge and information,


This
Mr'/Mrs"""' ..-..........residing at ...,...,, (Fuil address), a customer of our
ban( in our opinion and based on the records produced, can be considered ggodlworth upto
asum
of Rs""""""""....'..(Rupees crore only) and has financial ability
to meet the expenses up tothe
amount indicated above.

It ls clarified that this information is furnished without any responsibility on our part ln any
respect what so ever more particularly either as guarantor
or otherwise. This certifiqtte is issued at
the specific request of the customer for fumishing the same you.
to

Branch Manager/,Authorized
Signatory (Seal & Slgnature)

(The above certificate to be issued in Letter Head


of the concerned Bank)

35 lPage
Appondix-II
FORWARDING LETTER

From.., (full name & address of the tenderer)

To,...........,,.

rHE DISTRICT MANAGER, OSCSC

Dear Sir,

1.. I submit the e-Tender for appointment as Transprt contractor for transporiation of Paddy from
Mandi to f,lill and CMR from Mill to Depot of (District/Sub-division/ Block).
2. I have thoroughly examined and understood all the terms & conditions as contained in the Tender
document, invitation to tender, General Information to Tenderer and its annexure & appendices and
agree to abide by them.
3.' I agree to keep'the offer open for acceptance upto 45 days and fufther to the extension fulther by
30 days in case it is also decided by the District Manager. I/We shall be bound by communication of

acceptance of the offer dispatched within the time. I/we also agree that if the date up to which the
offer would remain open is declared a holiday for the CorporaUon the offer will remain cpen for
' acceptance till the next working day.
4. I do hereby declare that the entries made in the tdnder and Appendices/Annexures atLached there
in are true and also that I/We shall be bound by the act of my/our duly constituter.l Attorney.
5. I hereby declbre that my Firm/Company has not been blacklisted or othenryise debarred dUring the
last five years by the OSCSC, or any other Public Sector Undertaking or any Government, or any other
' client, for any faiture to comply with the terms and conditions of any contract, or for violation of any
Statute, Rule, or Administrative Instiuetjons; (*)

I hereby declare that my/Firm/Company was blacklisted/debarred by (here give the hame of
the client) for a period of. which period has expired on .,..,..,...,.......,,,.,,..,,(Full
Details of the reasons for blacklisting/debarring, and the communication in this regard, should be
given) (x)
'(x) (Strike out whatever is not applicable)
6. hereby declare that no contract entered into by me/my Firm/Company with the OSCSC, or any other
"I
Public Sector Undertaking or any government, or any other client, has been terminated befoie the
expiry of the contract period at any polnt of time during the last five years,

35 lPage
7. Ihereby declare that the Earnest Money Deposlt and/or Security Deposit has not
been forfelted or
adjusted agalnst any compensation payablg in the case of any Contact entered
into by me/us with
the OSCSC, or any other Publlc Sector Undertaking, or any government durlng the
tast flve ygrs.
I hereby declare that I have not been convicted at any time by a Court of Law of an offerrce and

I/We certiff that all information fumi*red by me/us is orrect and Uue and in the event that
sre informauon is found to be incorrect/untnre, the oscsc shal! have the right to disqualiff
rne/us
witltout giving any notice or reason therefore or srmmarily terminate the conrac! withouprejudie
to any other rights that the corporation may have under fie contract and Law.

(Signature of tenderer with Seal)

*
-r.

v
'a

Qdr*
37 lFage
J
f,Fmidltr.l1"
ODISHA STATE CIWI SUPPUES CORPORATION LIUITED
- (A STATE GOW. UNDERTAKTNG)
(District Office Mdrm: ,,,
TECHNICAL TENDER FORM (Annexurc-I)
(Technical tender form for the transportation of Paddy/CMR as entrusted by govt.

Ref: Tender Notice for transpoftation of Paddy/CMR as entrusted by OSCSC Ltd for KMS 2024-25 (Ref.
No,-Date-J
NAME OF THE BLOCK & ULB FOR WHICH TENDER FILED:

1. Name of the Tenderer/Firm :

2. Permanent Address :

3. Address of the Head Office of Tenderer/Firm


H.No,
Street No.
Village
Block
District
Pin Code
Phone Number
Aadhar No.

4. Address of Branch Office

H.No.
Street No,
Locality
Pin Code No.
Phone No.

5. Whether Proprietary Firm


Or padnership Firm or Limited
Company (Firm Registration Certificate
Should be enclosed)

6. Name & Address of the :


Propri etor/ Pa*ners/ Directors.
(Partnership Deed/
Memorandum and Articles of
Association Should been closed)
7. Previous experience in transport :
Work (if so proof in support of
. This should be enclosed),
8. No. Of Trucks owned and hired
i
With registration No,, and
Company

33lPage
9. Any Branch Office in the Distric!,
If so give address, Phone No., etc.
10. Date and Year of establishment
Of Branch Office ln the Distrlct

During the last three financial years.


2o2t-22 :

2022-23 :

2023-24 :
12. Assessment years
IT Return Copy:
AY-2022-23 :

AY-202}24 :

AY-202+25 :

(Signattre of Tendercr wlth Sal)

39 lPage
J
- Frrrffrlme of nrnk Crrerantee of Sen,rt{r lrtnnpf llafffi&&
(To be submitted on non-iudicial stamp paper of appropriate value purchased in the
name of
the issuing Bank)

",.rhi$"need.ofGuarantee.rnadelt.riudayoE-behrccrr-@a$:}ts+sh&erod^--.-
office at (place) and one of its local offices at-(hereinafter referred toas
the surety), and sri , proprietor / parfrer / Director of ,, haying
its registered office at-(hereinafter refened to as Tenderer).
WHEREASM/s.-(hereinafterreferredtoasTenderer)andhavingitsregisteredofflce
at is bound to furnish security in the form of Bank Guirantee with OSCSC
with submission of tender for Road rransport contract from
..:::.......::.:i;:::::..:.. . ::?L::..:ffif5:

WHEREAS the Tenderer as per clause No.-of terms & conditions of the Tender
No, dated has agreed to fumish Security by way of Bank Guarantee
within fifteen days from the date of acceptance of Tender for Rs...,............for due peformance
of all obligations under the contract.
NOW THIS WITNESSETH:

1. That the Surety in consideration of the above tender made by the Tenderer to OSCSC hereby
undertake to guarantee payment on demand without demur to OSCSC and without notice to the
Tenderer the said amount of Rs.-- (Rupees) within one week from the date of receipt of
the demand from OSCSC on presentation of this Deed of Guarantee which the Tenderer is bound
to furnish with oscsc towards security in connection with his Tender.
2. This Guarantee shall not be affected/discharge by any infirmity or irregularity on the part of the
Tenderer and by dissoluUon or any change in the constituUon of OSCSC, Tenderer or the Surety.

3. The Surety shall not and cannot revoke this guarantee during its currency except with previous
consent of OSCSC in writing.
4. Not with standing anything contained in the fore going, the Surety's liability under thisGuarantee
is restricted to Rs._ (Rupees_)
5. This Guarantee shall remain in force and effective up to.
6. The Surety will make the payment pursuant to the Demand issued by OSCSC notwithstanding
any dispute or disputes raised by the Tenderer against OSCSC, Bank or any other person(s) in
any suit or proceeding pending before any Court or Tribunat as the Surety's liability under this

' 7. Any forbearance, act or omission on the part of OSCSC in enforcing any of the conditions of the

{0 lFage"
said Tender or showing any indulgence by oscsc to the Tenderer shad not discharge the surety
in any way and the obligations of the Surety under this Guarantee
shall be discharged only on
the written intimation thereof being given to the surety
by oSCSC notryihstandinq anvthinn
contained herein abovg untess a demand or claim under
ttris euaian*" ir ,;;; r, it"**,,
in writin! on or before r..rrr.........,. the surety shall be
discharged from all liabilitis under
this Guarantee thereafter.

8' The Surety has the power to issue tfiis Guarantee under its
Memorandum and Articles of
Association and the person who is tterery oeorting
this Deed has the necessary powers to do so
under the authority confened on him by'the bank

SIGNEDAND DELIVERED
For and on behalf of

For and on behalf of above named Bank


(Bankers Name and Seal)

4f lPage

t
Proforma of Bank Guarantee to be furoished along wlth Security Deposit as
Performance Guarantee (where Tendercr does not have requisite experience as
stipulated in the Tender).

(To be submitted on non-judicial stamp paper of appropriate value purchased in the name
of the issuing Bank)

This Deed of Guarantee made this day of between (Name of Bank) having its registered
office at (place) and one of its local offices at (herein after referred
to as the Surety), and Shri Propietor/paftner/Director
of.........,,..... Having its registered Office at.....,..,.............. (here in after
referred to as Tenderer).

WHEREAS M/s.............. .(herein after referred to as "Tenderer) having its


registered office At ,...............is bound to furnish Performance Guarantee in the

form of Bank Guarantee with OSCSC in connection with Tender for RT


from............ .,. To .....".."."...........at (location).
WHEREAS the Tenderer as per clause no. Of terms and conditions of the tender

No,.,..........date............., Has agreed to furnish Peformance Guarantee by way


of Bank..........,. dt...........,.....,..........,..,.Guarantee within fifteen days from the date of
acceptance of tender for Rs,.............for due performance of all obligations under the

NOW THIS WITNESSETH: :

1. That the Surety in consideration of the above Tender made by the Tenderer to OSCSC hereby
undertakes to guarantee payment on demand without demur to OSCSC and without notice to
the Tenderer the said amount of Rs. (Rupees ) within one week from the date of
receipt of the demand from OSCSC on presentation of this Deed of Guarantee which the Tenderer
is bound to furnish with OSCSC towards Performance Guarantee in connection with his Tender.
2. This Guarantee shall not be affected /discharge by any infirmity or irregularity on the part of the
Tenderer and by dissolution or any change in the constituUon of OSCSC, Tenderer or the Surety.
"

W 42 lPage
3' The Surety shall not and cannot revoke this Guarantee during its currency except with previous
consent of OSCSC in writing.
' " ---'-h,Not"wltrstarfiffig-an$ffntp-mn6inanh-Er€fo@61fr1t,'ffi3u*ttT€s lla6fliffdiderTfre *
Guarantee is restricted to Rs._(Rupees............. ).
5. This Guarantee shall remain in force and effective up to_.
6, The Surety will make the payment pursuant to the Demand issued by OSCSC notwisrstanding
any dispute or disputes raised by the Tenderer against OSCSC, Bank or any other person(s) in
any suit or proceeding pending before any Court or Tribunal as the surefi's liability under this
Guarantee being absolute and unequivocal.
7. Any forbearance, act or omission on the part of OSCSC in enforcing any of the conditions of
the said Tender or showing any indulgence by OSCSC to the Tenderer shall not discharge the
Surety in any way and the obligations of the Surety under this Guarantee shall be discharged
only on the written intimation thereof being given to the Surety by OSCSC.
8. Not with standing anything contained herein above, unless a demand or claim under this
Guarantee is made on the Surety in writing on or before............the Surety shall be discharged
from all liabilities under Guarantee thereafter.
9' The Surety has the power to issue this Guarantee under its Memorandum and Articles of
Association and the person who is hereby executing this deed has the necessary powers to do
so under the authority conferred on him by the bank.

(Bankers Name and Seal)


SIGNED AND DEUVERED
For and on behalf of

For and on behalf of above named Bank

l}r*
43 lPage
I

t
Cfo be issued in the letter head of the issuing authority)
APPEl{DIX-VI
Prcforma of Work Experlenoe Certlficate to be produced by the Tenderer

Financlal Remark
sl. Nature ol Contra Product Volume Total Whether
Name of Year Wise
No.
the OienV
the work ct transpofted of Work Value Of
Breakup
Work
/Contrad Period Handled work executed
Customer Of the
executed In MT /Contract satisfactorily
worVC,ontract
o<eoted (Yes/No)
Executed
FY Amount

Seal and Signa[rre of Issuing Authorlty

44 lPage
H
-
Appendix - VII
Name of the uni[ ConBact Value Cash Security @ 5oZo Bank Guarantee
of ConFact Value @5% of Contract
<lq\*
I thic); Lgq
2
w tosrsr 5 u LLs, 9 7'.t,L1,9 ,oo

\Oo€
45 lPage
t
Appendix-VIII
-
_ LlrtdDocumantc {tteched/ UFloqdst

All supporting documents except tender document have to be signed, scanned, and
uploaded in Technical Bid. Price Bid has to be scanned and uploaded at the requisite places in
--'
t,iE e-ProCurenierit SyCtem,
LIst of documents.

1 Forwarding Letter - Appendix- II.


2 Technical Bid -Appendix - IIL
3 Work Experience - Appendir - VI.
4 Details of Own vehicles in possession of the Tenderer.
5 Details of Hired vehicles in possession of the lenderer.
6 At tested copy of Registered Deed of Partnership/ Memorandum and
Artides of Association/ By-laws/ Certiiicate of Registration etc. As
applicable.
7 Power of Attorney of person signing the tender.
8 Duly audited P & L account and Balance sheet for 3 financial years. I.e.
F.Y }AZL-ZZ, 2022-238. 2023-24 sha ll be su bmitted alon g with Tax Au dit
Report Uls 44 AB wherever applicable.
9 Copy of income Tax Return for A.Y. 2022-23,2023-24 & 2024-25.
10 Copy of GST registration certificate, if available.
11 Affidavit mentioning that She/he/flrm/Company is not blacklisted as per
format at Appendix-IX.
t2 Tender submission undeftaking - Appendix-X
13 Registration Ceftificate under "The carriage by Road Act 2007 & The
carriage by Road Rule2011" issued by State TransportAuthority (STAy
Regional Transport Au$ority(RTA),
L4 Particulars of vehicles owned/ hired - Appendix - XII/ XIII.
15 Capability Certificate from Bank.
16 Copy of document in support of deposit of Tender document fee & EMD.

Signature of Bidder/ Authorized Percon

Arr-' qOlP.g*
BefgCethe Executive Utagistratel-Notary public Sri Y
AFEIDAVTT

\ Sri/Smt. Aged about-


Slo. lDlo. lWlo. ?roprietor/Partrrer/Director of M/s . At_
P.S-.-
Dist-. .do hereby solemnly affirm and state as follows:

That pursuant to the tender call notice dt. Of District Manager, OSCSC 1td,...........,.....'.
For appointment of Transport contractor for transportation of CMR and Paddy, I/my firm/company

am/is an intended bidder to participate in the said tender process'


2. That as per terms & conditions of the tender documents, I am to declare that l/my firm/company
have not been blacklisted by any Central/State Govt. Organization or by any Public Sector
undefiakings of the State/Central Govt.
3. That l/my company/firm/directors of the company/partners of the firm have not been, at any
time, convicted by a couft of an offence and sentenced to imprisonment for a period of three years
or more.
4. That this affidavit is required to be produced with tender paper before the authorities of OSCSC
Ltd.

5. That the facts stated above are true to the best of my knowledge and belief. If the above
declaration is found false/ not true during the scrutiny of tender or the olrrency of the contract,
I shall be liable for punishment for such breach of the contract as per Clause-8 (ii) of tender
documents and my other agreements with OSCSC shall also be liable for termination. Apart from
above, my EMD / Security Deposit may also be forfeited.

Identified by me

Deponents

Advocate

The above deponent being present before me duly identified by Sri-,


&
Advocate states on oath that the facts stated above are.true to the best of his/her
knowledge.

Deponent ' Executive MagisJralqlPgbltg l{gtqry-

(The above Affidavit shall be made in a Non-Judicial Stamp Paper wo*h Rs.lO/-)

4TlPage
-v

Appendix-X

TENDER SUBMISSION UNDERTAKING


Date: ,

To,
The District Manager
oscsc Ltd.

Sub: Acceptance of Terms & Condition of


Tender: Tender Reference No:-
Name of Block/ULB applied:-

Dear Sir,

1. I/We have downloaded / obtained the tender documents(s) for the above mentioned Tender
/ Work from the web site(s) as per your advertisement.
I/We here by certify that I/we have read the entire terms and conditions of the tender
documents (including all documents like annexure(s), schedule(s), etc.), which form part of
the contract agreement and I I we shall abide hereby by the terms /conditions / clauses
contained therein,

The coligendulrr (s) issuecl lrom tirne to time by your department / orcanlzatlons too have

also been taken into consideration, while submitting this acceptance letter.
I/ We hereby unconditionally accept the tender conditions of above mentioned tender
documents(s) /corrigendum(s) in its totality / entirety.
In case any provisions of this tender are found violated, then your department /organization
shall without prejudice to any other right or remedy be at liberty to reject this tender/bid
including the forfeiture of the full said earnest money deposit absolutely along with taking
action as per oth'er remedies available under the law.

Yours FaithfullY,

(Signature of the Bidder, with Official Seal)

49 lPage
Appendix-XI

HraI lS QJ pllltNJFHrc-l-Es r ll PossEssro t! or-THE,TEI-'| D E"tsE R *


1, OWNED VEHICLES:
--p
st. Vehicle Name Capacity Year of RTA Fitness FORM Insurance
No, No, of the in mE Registration Permit Validity B Validity Up
0wner No.& Up to Validity to
Validity UP TO
Uo to
1
2
3
4
5
6
7
I
9
10
11
L2
13
14
15
16

I hereby declare that the above vehicles are not declared in any other transportation contracts
with OSCSC Ltd i.e. CMR/ Paddy/Other commodiUes Transpoftation or any other purposes.

Signature of the Tender


Name:

50 lPage
Appendix-XII
DETAILS OF HIRED VEHICLES IN POSSESSON OF THE TENDERER

1, HIREDVEHICLES:

Sl. No Vehicle Name of Capacity Year of RTA Permit tlo. FitrEss FORM 24 Insurance Agreement
No. the in MTS, Registration & Validity Up validity B Validity Validity Up with the
Owner up to UP TO to
to owner up to

2
3
4
5
6
7
8
I
10

11

t2

13

L4

1s

16

I hereby declare that the above vehicles are not declared in any other transportation contracts
with OSCSC Ltd i.e. CMR/ Paddy/Other commodiUes Transportation or any other purposes.

Signature of the Tender


lt'lamd:

51 lPage
Part-B

FIHAT{CIAI BID
(pADDY & CMR)

LAm-
52 lPage
PRrCE BIq
In*rucffon
A)

Distance range Schedule of rate (in Paisa Per


qtl./Km. (fixed)

Paddy
0-08 KM (i.e. Up to 08 KM) 22.92 (flatperqtl,)

08 - 20 KM (i.e. More than 08 KM up to 20 KM) 0.53

20-40 KM (i.e. More than 20 KM up to 40 KM) 0.53

40-80 KM (i.e. More than 40 KM up to 80 KM) 0,28

Beyond 80 KM (i.e. More than 80 KM) 0.28

CMR

0-08 KM (i.e. Up to 08 KM) 19.46 (flat per qtl.)

08 - 20 KM (i.e. More than 0B KM up to 20 KM) 0.53

20-40 KM (i.e. More than 20 KM up to 40 KM) 0.53

40-80 KM (i.e. More than 40 KM up to 80 KM) 0.28

Beyond 80 KM (i.e. More than 80 KM) 0,28

Rate for transportation shall be mentioned for the Bloc(ULB as prescribed in the specified

location only in the protected Bill of Quantities (online BoQ). Mentioning of rate anywhere
in the Bid documents other than the designated location of Financial Bid (online Bo0 by

the bidder shall result in disqualification of the bidder. Rate includes all taxes, duties, cess
etc, and no other charges would be payable,
A. Rate shall be quoted for transportation of Paddy and CMR separately in Rs. per

Quintal.
B. Only the FINANCIAL BID of a qualifled bidder on scrutiny of TECHNICAL BID shall be
considered and opened
C. Bidders are to submit only the original BoQ (in.xls format) uploaded by officer inviting
tender after entering the relevant fields without any alteration/ deletion / modification'
D. Multiple BoQ submission for a blocVULB by bidder shall lead to rejection of tender.

E, euoting of lowest rate does not confer any right for selection of the bidder at the rate
quoted. In view of urgency, the Corporation may further examine the reasonableness of
the offered rate and ask the lowest bidder for reduction of rate for early finalization of
tender process.
F. euoting of same rates (Lr only) by more than one bidder could be construed
as an
exceptional circumstance. In such cases, the bidder having highest average annual
turnover during last three financial years shall be considered for decldlng the successful
bidder. . If the average annual turnover during last three financial year happens to be

Klrr{-, 53 ltrage
same, in such case bidder having highest financial capability (furnished at
Annexure-2),
shall be considered for deciding the successful bidder.

b) Instruction for Filling-up of Boe Formats: -

1' The bidder is required to follow the slab wise rate per quintal mentioned in
the tender
document.
3. rhe bidders are required to fill-up the Boe format in the active cells only.
4. The bidder is required to move its cursor to the row mentioned as'euoted
Rate in Figures,
to fill up the rate i.e. Rate per euintal.
5. In case the bidder fails to quote any rate in the desired active cell or leaves
any of the cell
as blank, then the bid shall be treated as non-responsive bid or cancelled
bid.
6. Rate Quoted as Zero in any desired column shall be treated
as working in soR.
7. The rate to be quoted in rate per Quintal only and separately for paddy
and CMR. Such rate
quoted in the desired column shall be the decision factor
to find out the Lr bidder in the
tendering process. The rate quoted other than the BoQ format
shall not be considered at
this end.
8. Any further clarification as will be required by the bidder
during the bidding process or during
filling up of BoQ forma! may contact the Officer inviting the bid
/ GM (procurement) 6SCSC
Ltd. During official hour.

54 lPage
- tToEERttcDuP BYttlE

pr wcflc Sotodbn snrt appoffinot o{ oonfrctor lor renrportauon oa PADOY lrprn itl}$il I PFO b ilc! Xl{J,t eltd
rm llilted nlcr (cxR) trom $cE llLLg b *lcr Rrcehhg crntn
(Ric), DEpoT.

xo: TEI|DER NO. ,DATE-I ?o EE FILIEO UP BY lllE OSInrr)

PRICE SCHEDULE
{1rL!fi 6qgr rurt nol b. mo@ tr. r.,lr ffiIn r !ffi{c{ ry'rcf
llsbto tr rlFc|rl'ror itl3 ifl lrr. Blddttt an dlolld to lt&i th ,X*6ar hffi
r*annt cdumnc, rl|| 6r udd.. b
arrtl Vdt aa onlY I
fir ln the ralur crllr or Lffi. er bbnk thl bH $rll bl tq$!d}
{h cer* tht lldd.r hlb to quou
ollr rhall b. tm.td r worllng on tsfi k}rl
{tn clc fi afAOrr qua.l-rii t; Frot tn thr dolnrt
RAfE ln Ra-
(ro BE QT OTED pER (TO BE qUOfED rER
QUflTAU ollxr^tl
ol PADOY ftom tAllDl I
b RICE ttlt9
grd Crrdom llllcd
(Cml from RICE ILll
t'o Rlcr
Crnbr (nnq, OEPOT.

f,ICE UILIJS rc RRC'D€FOT

{h-*
55 lPage
r
GOVERNMENT OF ODISHA
woRKs qS.P.IRTMENr

OFFICE ITIEMORANDUM

File No.0755600001 201 6- \lrq\ rw,dated, S \>.I?


Paper and
Earnost Monay Dsposlt on rubmlsrlon ol bldr.

1. The State Govemment have been working on formuleUon ol rules and proceduree for
Electronic receipl, accounting and reporting of the receipt of Cost o( Tender Paper
and Earnest Money Deposit on submiseion of bids throrgh the e-procuremenl portal
of Govemment of Odisha l.e. for goma time past
Electronic recoipt of cogl of tonder paper hag bsen successfully tested through $Bl
payment gatBway. Now it hag besn decided lo introduce electronic receipt of Cost of
Tender Paper and Earnsrt Monry Deporit on submlsslon of bids through
payrnent gat€way of derignated banks such as SBI/lClCl BanUHDFC Bank for all
Govemment Deparlments, State PSUs, Statutory Corporations, Autonomous Bodies
and Local Bodics etc. in phasor(ANNEXURE-l), The process outline as well as

accounting and reporting structure are indicated below:


a) It will ba carried out through a single banking lransaction by the bidder for multiple
psymonis like Cofi of Tender Paper and Earnest Money Deposit on submiscion of
blds,
b) Various psymcnt modes like lntornet banking/ NEFT/RTGS of Designaled Banks and
their Aggregator Banks as well can be accEssed by the intending bidders.
c) Repo(ing and accounting of the e-receipts wlll be made from a single source"
d) Credit of reccipts into the GovEmment accounls and lo tha designated Bank accorrnl ol
the parlicipating entilies indicated in Para 2 above would be faster '

Only those bidders who successfully remit their Cost ol Tender Paper and Earnest
Money Depollt on submlaelon ol blds would be eligible to participate in the
tender/bid procou. Thc bidders with pending or failure payment status shall not be able
to submit their bid Tender inviting authority, State Procurement Cell, NlC, lhe
designated Banks shall nol be held retponsible for such pendency or failure,

W'
56[Page
.?
4. Banking arrangament:
a) Designatod Banks (SBl/lClCl Banl{HOFC Bank) priymenl gateway are being integrated
with e-Procuremeni porlal of Govornmenl of Odisha (https://tendersodisha'gov'in)

The Designated Brnks participetlng in Electronic locelpt, accountlng


and reportlng
b)
of cort ol Tender Paper and Eelnost lloney Doposit on submiggion of blds
will
and collate all
nominate a'rocat Point Branch called e-FPB, who is authorized to collec{
e-Receipto. Each such branch wilt act as the RecsiVing branch and Focal Point Branch
notwithstanding th€ fact that the bidder might have debitcd his account
in any of the

bank's branches whlle making psymsnl

procedurer ol bid submission urlng clsctronlc payment of tcnder paper cost and
EMD by bldder:

al Thebiddershavetologontolheodishae-Procurementportal
{lrilp6./ltenclergodisha.sov.,in) using his/her digital signature certificate and then search

and then seloct thc reguired activ8 tender from the 'search Aclive Tendel option' Now'

submlt button oen ba clicked against tha setected lender


so that it comes to lhe "My

TenderE' soction.

Uploading of Prequalification/TechnicallFlnanclal
bld: The bidders have lo upload
b)
ln the bdding
the required Prequalification /TechnioallFinancial brd, as mentioned
documentandinlinowithWorksDeparlmentofficememorandumNo.TEE5M/
dr.23,07.2013.

: the bidders have to select


c} Electronic paymont of tonder paper coet and EMD Then
andsubmitthebenknameasavailableinthepaymentoptions:
banlting enabled
i. A bidder shall make electronic payment using his/her internet
account with deeignatod Banks or their aggrogator banks'
payment using NEFT/RTGS
ii. A bidder having account in other Banks can mako
facititY of designated Banks

bank in which
Online NEFT/RTGS paymont using internet banking of the
accounl number as mentloned
the bidder holds his account, by adding the
in the challan as an interbank beneficiary'

5TlPage
\'
-
d) Bld submlsrlon: Only after receipl of lnlimation at the E-Procurement porial regarding
succeesful transaction by bidder the system will activate the 'Freeze Bid Submission'
bult<in to conclude the bid subriission process.

o) Systam gonlratod acknowlodgcmcnt rcccipl for luccorsful bid tubmisrion:


System will generate an acknowledgomont receipt for successful bid submission. The
bidder should rnaka a nutg af ttsld lD'oenaretad ,n the ed(nowlprtn.rr"ranr rqrairr rnr
tracking their bid status.

0, Settlement of Cost of Tandor paper:

a) cost of render Plpar : ln r€gpect of Government receipls on account of cost of


Tender Paper, tho e-Procurement portal shall generate a Mls lor the state
Procurement ccll (sPC). The Mls will contain an abetract ol the cost of tender paper
collected with rEferencs to Bld ldsntflcation Number. The State Procurement Cell
shall generate Benk-wigc challanr undcr lha lead of Acoount for Cost of Tender paper
and in$lruct thc dcsignated Benks to remit the money to lhe proper head of account of
stata Government ln respecl of thg cost of tcnder paper received through the e-
procurement portal, ihe remittance to the Cyber Treasury account will bE made lo the
Head of Account @75-Misc. Genaral services-goo-other Receipts -0097-Misc.
Receipts-02237-Cost of Tender Paper.
b) For the timo being, lhe statc Procurement cell (sPC) will use over thE counter paymEnt
facility of the odisha Treasury portat. Thereaftor, remittanco through NEFT E RTGS will
be facilitated through the Odiohe Treasury po(al.
c) similarly, in cas€ of state PSUs, Statutory Corporalions, Autonomous Bodies and Local
Bodies etc. colt of render Papar, thg e-Procurement portal shall generate a Mls for
the State Procurement Call (SPC). The MlS will contain an dbstract of the cost of tender
paper collected with reference to Bld ldsntification Number. The cost ot tender papers

will be creditad to the rogistared Bank account of lhe concerned state pgUs, $latutory
Corporations, Autonomous Bodies and Local Bodies etc
d) Bank will refund (in case the Tender lnviting Authority (TlA) issues such instructions) the
tender fee and EMD to the bidder, in case the tendcr is canceltad before opening of Bid
as per direc{ion raccived from TIA through e-procuremint syslem.
e) Back-end Transectlon Matrix of Eleclronic receipt of Cosl of Tender Paper and Earnest
Money Deposii on eubmission of bidr is enclosed in the Annexure; l.

"r*

M'
5SlPage
o
Ls gettlemant of Ermart Monry Deposlt on submission ol bids:
a) The Bank will remit tho E.rnett ttloney Depotlt on subqrissionlcancellation ol bldo
to respective bidders aCCounls a$ per direction reoeived from TiA through e'
procuremenl system

8. Forfeiturs ol EMD :

Forfeiture of Earnert Money Deposlt on eubmlsslon of bld of defaulting bidder is

occasioned for various reasons.

Procurentent portal will direct the Bank to lransfer the EMD value from
the Pooling

Accounl of sPc to thc registered account of the tender inviting authority


b) The Tender invrting authorities ol the Govemment Deparlmenls will deposit the
forfeited Eatnest Money oepoelt on submiosion ol bid' in the state Government
Treasuryunderthoappropriatohead(ETS2.CashRemittancesandAdJustments
between the ofticers rsndering accounls to the same Accounts officor-102'
p:W.Remittances-1683-Remittances-9'l02S.Remittances into Treasury) after taking

the amount as a revsnue feceipl in their cash Boolr under the head 0075'Mitc'
Roceipts'02080'Misc'
General Services-00-10'l.Unclaimed Deposits"0097'Misc-
Division
Deposils and submit the detail account to o.A.G , Puri as a deposit of the
will nol allow
c) By clicking submit button, system will initiate the forfeiture of EMD' Syslem
For{eiture option can
the evaluaior to edit the initration after clicking the submit button,
be carried out in phased mann€r like one bidder at a time'

9. Role ol the Banks:


the prOViSiOn fgr Online
a) Make necessary provision / custornizalions at their end lo enable
payments / refunds as per this document'
successful or unsucceseful
b) Provide n8cess8ry real-time messags to bidders regarding
transactiong during online payment proces886 and
redirect them to e-Procurement

with necessrry transaclion reference details enabling lhem


lo submit their bids
website
c)Thebankshallonsurelransferoffunds{romlhepoolingaccounttotheGovernment
day as per the
Headlcurrent accounl of PSus/ULBs within the next bank working
directions generaled from e'Procurement po(al'
details to Nlc enabling lhem to carry
d) Bank should provido timely reporls and reference
out their role as stated below,
provided by e-Procurement system on
e) Refund of amount to bidder8 as per the XML file
and also provide a
day trom the date of generalion of the XML lile
the next bank working
confirmation to NIC on the same.

*r{

59 lPage
o
10. Role otStat€ Procuremont Cell:

a) Cominunicate requlrements of Government depa(menls/ StatE pSUs/ Autonomous


Bodles/ ULB$ onllne payment requirements to National lnformatics
Centre / lhe
authoriaed Banks for mapping/ customization.
t!) ln every wo|kiry,{,1y, !!ts $Jale Frosunmanl cel shail generata, Mts frofi.lhe,e:,..,,,
Procurement portal to asoertain lhe lender paper cost received in
the e-Tendering
process separately bank-wiaa for the Goyernment Departmenl
and the pSUs/ULBs
The SPC shall generate benk-wke 3eparate online challans from the Odisha
Treasury portal and make the romittancc through over the counter facility
or
NEFT/RTGS (as and when this functionality is available in Treasury portal)
and issue
instruction to ihe bank for remiltance of the recaipt lo the State Government account.
c) The Stete Procurement Cell shall bo rorponsible for providing challan detEils and
MIS in respect of the remittance towards tender paper cost to the Tender inviting
authorities for their record.
d) State Procuremsnt Cell shall monitor the progress of e-Tendering by different
Govornmont Dopartmonts / state PSUS/ Autonomous Bodies / uLBs through Mls
State Procurement Cell shall monitor and send monthly progress reports to
the
Government,
e) The e'Procurement system will generate a consolldaled refund &
selilement XML file
as an end of the day activily.
f) e-procurement system will provide a web service for Payment Gateway (pG) provider
to pull the encrypted refund and Eettlement detailE in XML file against a day.
g) Simllarly, Paymenl Gataway (PG) provider will provide a web service to pull the
. refund and settlement status against a day.
h) e'procuremanl syrtem will update tha stetus accordingly lor reconciliation reporl.

11. Role of National lnformrUcr Centre ;


a) customize e-Procurement software'and web-pages of Government of odisha
(hlJml/le0dersodiqhasggJ!.}to enable tho provision for etectronic payment.
b) The NlC, Odisha will modify I reclily lho errors in electronic data relating to the Chart
of Account.

c) NIC will provide an interface to organisations t0 download the electronic receipt data.
d) Enable aulomalic generation of daily XML filoc from e-procurement system and
ensure delivery of the sama to the authorised Banks lor enabling automatic
relund/setUemenl of funds.

*{

GD1-

60 lPag.e
a
4, NIC shall enable the e-Procurement portel to generalc MIS as required for the Slate
Procurement Cell in ordcr to make remitlance o{ the tender paper cost to the State
Govemment accounl using the Odisha Treasury Portal.
12. Role of Cyber Treasury :

a) The cos't of the tender peper deposited by the SPC uslng the Odisha Ireasury Portal
which will be accounted for by the Cyber Treasury end it shall submit the accounts to
A.G. (O) as per lhe established process.
b) The Cyber Treasury will provide MIS as required to the SPC for the purpose ol
accounting and reconciliation of lhe electronic remittances made to the State
Government account.
13. RadrEssal of Public grlovancoc :

a) The State Procurement Cell, Odisha, Nalional lnformalics Centre, Odisha and the e"
FPB will have an effective procedure for dealing with, public complaint for e-Receipt
related matters ln case, any mittake is detectad by any of the stakeholders in reporting
of receipl ol tender paper cosl and EMD, aither suomoto or on being brought lo its
notice, the State Procurement Cell, Odisha, National lnformatics Cenlre, Odisha unit,
Cyber Treasury and the bank will promptly tako steps for reclification The e-Focal Poinl
Branch of the participating Banks, National lnformatics Centre, Odisha and the State
Procurement Cell, Odisha will notify the conlact number and address of the Help Desk
for resolution of any dispute regarding e-Receipt.
14. Applicability and modilicrtion ol axitting rulet / ordorsl
The modalities prescribed in this Office Memorandum for downloading of tender paper.
submission and rejection of bid, acceptance of Blds as well as refund and forfeiture of
earnest deposit will be applicable for electronic submission of bids through e-
portal Existing provisions regulating cost of Tender Paper and Earnest
procurament
Money Deposit in OPWD Code and OGFR wor.rld sland modified to lhe extent
prescribed in this Office Memorandum
't5,These arrangomentg would be made effective after signlng of MoU between the
designatad Banke and the Stats Procursmonl Coll, firming up of Banking orrangemontE
and technical integration between designated Bank and e-Procurement Portal

'1 This shall take etfect from lhe date of issuo of this Office Memorandum

2 Accordingly, relevant oxiliing codal / contraclual prpvision exisl vide Olfice Memorandum
No6785M dt 09 05 2017 of Works Deporlment stands modified to the above extent
3 This has been cpncuned in by the Finance Department vide their UOR No '39-WF'l
dt.09.1 1 ,2017

E '4fl4'**
*
t.c.cum&crsr8ry
"*?ilIil;

M,
61 lPage
C
oNo. h::-sS /w.dar€d, J l>. tt
Copy fomardsd to P. S. to Hon'blc Chief Minister, Odisha for information and
n0c6sErry aclion.

Wr*rrt
FA - cum- Addl. SocretsryT6-Gbvenimcnt
{W.datsd. I \) -tr
Copy lorwarded to OSD to Chiel Secretary, Odisha / 3r. P.S. to Developmenl
Commissionar-cum-Additlonal Chief Secretery, Odisha / Sr. P.S to Additional Chial
$ecretary, Finance for information and necessary action.

FA . cu m- ooo,
"LA*r"
Kffi%8f;#r"n,
Memo No. \\1S? /W,dared,5 .r>,1>_
Copy foruarded to All DePartmentr / Managing Director, OB & CC Ltd,
Bhubenccwer / Maneging Direcior, OCC Ltd., Bhubanegwar for informallon and necessery
action,

FA - cum- *r Um?rnmenl
Memo No. \1:-S<i M,dated,5 )1.|Y
copy fomardett to Elc (civll), odisha, Bhubanaswer , All chief ErEineers, odishe /
A11 Superintending Engineers / All Executive Enginacrs (under Works Deparlment) (or
information and wide circuletion among eubordinate oflicer

FA - cum- Addl.

Memo No. \a >yri tVV, dated, t; ' '\ :*' ))


Copy fonrarded to the Principel Accountant General (A&E), Odisha, Bhubaneswar /
Principal Aocountant General, Odisha, Pud Brrnch, Puri for information and necessary
action.

FA, cu m- Addl.
W
sscrera,ilt'o#"#r"rt
Memo No. \?:-k c IfV, datad, B tr_ ,l?
copy forwardad to the oirector, Treasuries & lnspcction, odisha, Bhubaneswar for
informalion and necessary action.

62 lPage
a
v
Eack.end Tranractlon Matrlx of Electronic recelpt and romlttance of Coet ol Tender
Paper and Earnirl Moncy Deporit on rubmlrtion of bidt

rubmlgelon ol blds
paymant towards the case
Deparlments Tonder Paper, in case of Departmenls amount loward; Earnclt
Governmanl Departments, shall be Money Deposit on submissron of bids
couected in separate pooling shall be collected in a pooling account
accounts opened in Focal Poinl opened for this prrpose at Focal Point
Brench celled e-FPB of respOclive Branch called e-FPB of respectivc
designaled banks [as stated in Para designated banks at Bhubaneswar,
2l at Bhubaneswar on T+1 day, and the banks will remit the arnount to
respectivo bidder'g account withrn two
urcrking days on receipt of instruction
from TIA through refund and settlement
of e-procurement system

11. With reference to th€ Notice lnvitirq ll ln case of forfeiture of Earnest


Tender/ Bid ldentilication Number. Money Deposit on submissron of
thE amount so rsalised is to be bids. the e-Procurement portal will
remitted to Government Account direcl lhe Bank to transfer the EMD
under the Head of Account 007$ value from the Pooling Accounl of
Misc. General Servicos-800-Other SPC to the regis'tered account of lhe
Recelpts -0097-Misc. Receipts- tender' inviting authority within two
42237-Aoll. of Tender Paper working days of receipl of instruction
through Odisha Treasury Portal from TlA.
alter opening of lhe bid.
Stsls I ln cars , Stetutory towardE

Ststulory Corporations, Autonomow Bodl06 of blds sltall lrc

Corporatlont, and Local Bodies etc. lhe amount separate pooling accounl ol Focal

Autonomoug towards Coet ol Tender Paper on Point Branch called e-FPB of

Bodios and submission of bidr rhell be collectad respective destgnated banl$ at

Local Bodiec in separatc pooling accounls Bhubaneswer and the bankc will remit
openad in Focal Point Branch callod the amount to respeclive biddel's

W
$SfPage
I

banks at Bhubanesnar on T+1 day, TIA ttyowh rcfund and rcttlemonl of


c?roqrrcmrnt systam uithin lwo
wod<ing dayr from recelpt of euch
inctruction.
:ll' Tho Peper cort will be trangfcned ll. ln case of forfelture ol Eamert illoney
1,,,,,,,

I lo the rsspoctive cunont accounls Oagorlt on cubrnisglon of bida, tho e:


of ooncomed Staie PSUr, Statutory Procurement podal will direct ths
Corporations, Autonomou8 Bodles Benk to trensfer the EMD value from
and Local Bodies etc. afkr opcr{ng lhe Pooling Accounl of SPC to the
of bid. reglelered acc-ounl ol lhe tender
hytfln0 autlE{ity wiltdn two working
tt @ys of recaht of lnBtructlon fiom TlA.

W
6,tlPage

You might also like