8 km - foodsuppb.gov.infoodsuppb.gov.in/sites/default/files/the punjab labour & cartage...
TRANSCRIPT
1
GOVERNMENT OF PUNJAB
DEPARTMENT OF FOOD, CIVIL SUPPLIES AND CONSUMER AFFAIRS
ANAJ BHA VAN, SECTOR 39-C, CHANDIGARH
-----------·-·--------------------------------------------------·~---------------------------------------------------THE PUNJAB LABOUR & CARTAGE POLICY 2019-2020
The Government of Punjab tlu·ough its Food Procuring Agencies and the Food
Corporation of India procures food grains (mainly paddy and wheat) on behalf of the
Government of India, from various purchase centers situated in the State of Punjab. Labour
operations in the godowns (including P.E.G) and cartage of food grains from mandis to various
storage points situated up to 8 KM from such mandi(s)/purchase centre(s) , is carried out by
various Labour and Construction societies. contractors and other labour entities on the basis of
contracts awarded through competitive tenders.
In order to set out the processes for such activities the tender and award of such
contracts, the State of Punjab formulates the following policy:
l. Extent and Short title:
(a) This policy shall be called as "The Puqjab Labour & Cartage Policy 20 19-2020".
(b) It shall be applicable to all State procurement agencies in the State of Punjab &
Food Corporation of India (FCI), involved in procuring of foodgrains for the
Central pool or the State pool.
(c) It shall be applicable to all labour operations and cartage works (as defined)
carried out at storage centres, rail heads and PEG godowns.
2. Definitions: - In this policy. unless the context otherwise requires. the following
terms and expressions shall have the following meanings assigned to them, that it to
say--
(a) "Agreement" means an agreement executed between the successful tenderer
and the procurement agency, in the fonn as issued/prescribed under this policy
by the Department.
(b) "Appellate Authority" means the Principal Secretary, Food. Civil Supplies
and Consumer Affairs Punjab as set out in Clause 1 7(b ).
(c) "Bankrupt/ Insolvent" shall have the same meaning as has been defined in
Section 79(3) of The Insolvency And Bankruptcy Code, 2016
(d) "Cartage" means the carriage of food grains, gunny bales/bags and other like
stock articles (like Tarpaulins. crates etc.) from mandis to storage points or
2
from any place to any place within 8 km distance of such mandis(s) and /or
storage places(s).
(e) "Competent Authority" means the Director Food. Civil Supplies and
Consumer Affairs Punjab, in the Department and would include any other
officer so appointed or declared as 'competent authority' by him/her.
(f) "Commission agent" means the Katcha artiya as defined in The Punjab
Agricultural Produce Markets ( General) Rules, 1962.
(g) "Contractor" means the successful tenderer who has executed an agreement
as detlned in sub Clause (a) of this Clause, with the procurement agency(ies).
(h) "Department" means the Department of Food. Civil Supplies and Consumer
affairs. Government of Punjab.
(i) "District Tender Committee" means the Committee as formed under Clause
9 of thi s policy.
(j ) "Labour-charges" means charges payable fo r labour operations as defined in
sub Clause (k) of this Clause carried out or to be cmTied out by the contractor
in relation to food grains and/or stock articles at rates fi nalized.
(k) "Labour Operations" includes all the operations given in the PR-66 (Mandi
Proforma) issued under this policy
(I ) "Labour and Construction Society or L&C Society" means the Primary
Cooperative Labour and Construction Society. registered as such under the
Punjab Cooperative Societi es Act 196 1.
(m)"Labour rates" means the rates prescri bed in PR-66 (Mandi Proforma) issued
under this policy.
(n) "Member" means the member of the cooperative society as defined in the
Punjab Cooperative Societies Act. 196 1 or a Worker Management
Committee, as the case may be.
(o) "Person of Unsound Mind" means an adult who. fro m intirmity of mi nd is
incapable of managing himself or his affairs.
(p) "Procurement Agency" means any Government or Semi-Governm ent body.
Corporation or Cooperative body. \Vhich has been authorized to procure food
orains on behalf of Government of India for Central Pool or for the State c
pool/scheme of the Central Govemment or the State Govern ment as the case
may be. These shall be coll ectively or plurally refe rred to as procurement
agenc1es.
3
(q) "Successful Tenderer" means a qualitled tenderer. who has been awarded
tender to perform labour operations and/or ca11age work as the case may be.
by the District Tender Committee.
(r) "Tender form" means the form or application designed for the submission of
e-tenders under this policy on the e-p011al of the Department for such purpose.
(s) "Tenderer" means any person, persons or group of persons or body corporate
including a L&C Society or a WMC who participates in the e-tender process
under this policy for seeking award of an agreement for carrying out labour
operations and/or cartage work.
(t) "Qualified tenderer" means anv tenderer who fulfill s all the general and
technica l qualitications contained in this policy docw11ent and a violation or
non-compliance thereof shall render the tenderer as disqualified.
(u) "Worker Management committee (WMC)" means a group of three or more
workers at a storage centre authori zed by a resolution of the workers at such
storage centre to manage, carry out and execute the rights. obl igations and
liabilities under the agreement awarded under this policy for the conduct of
labour operations including participation in tendering process, supply o f
information and documents, submission of consent and execution of
agreements etc .. The WMC shall be responsible for receiving payments fi·om
procurement agencies, making payments to vv·orkers as per work done.
depositing EPF of workers vvith EPF commissioner and deducting and
depositing all statutory taxes with concerned government authorities etc. Such
WMC shall have PAN Card, Bank Account and EPF number in the name of
such WMC.
3. General Information:
(a) The labour operations and cartage work shall:
1. be carried out by all procuring agencies including FC I on the basis
of rates & tenns and conditions mentioned in PR-66, through a
competitive and transparent bidding process. as per this pol icy.
11. be al lotted separately on all the centres. with tenders being called
for first from L&C societies and WMCs as per clause 6 of thi s
policy in relation to labour operations and as per Clause 7 in
relation to catarge works tenders.
Provided however, that where such contract for labour operations and/or
cartage works is not awarded to any L&C society or WMC then, the District
4
Tender Committee may combine the work of labour and cartage at a given
centre and call for a tender for labour operations and cartage work together.
(b) The tenders for all PEG godowns at a centre will be called separately for each
PEG godown.
(c) The tenders for labour work will be called cluster w1se. All the godowns
except PEG godowns, of all state agencies at a storage centre wi11 be
considered as one cluster.
(d) The tenders for cartage will be called cluster wise.
(e) All the MDs of procuring agencies. General Manager of FCI, Members o f
District Tender Committees, tenderers. successful tenderers. contractors and
all officials of the procuring agencies including FCI shall ensure compl iance
ofthese guidelines.
(t) The advertisements for inviting tenders for labour and cartage shall be
published in leading newspapers for giving \Vide publicity.
(g) Tender Policy along wi th tenns and conditions shall also be uploaded on
department's web-site \vww. foodsuppb.gov.in.
(h) A detailed notice containing name of cluster, capacity of cluster and required
EMD wi ll be displayed on notice boards of concemed District Controller.
Food and Civil Supplies and will also be displayed one-portal along with bid
documents.
( i) Loading of food grams m mandis wi ll be carried out by the Commission
Agents at the rates notified by the Punjab Mandi Board.
4. General Qualifications: Every tenderer shall have to fultill the foll owing
general conditions, to be e ligible for submitting his/ its bid:-
a. If the tender is submitted as an Individual/proprietor, such tenderer should be
a citizen of India and not less than 18 years of age. If the tender is submitted
by any society. company. assoc iation of persons or a partnership firm or
WMC. it should be registered under the appropriate legislation or the rules
framed there under. In case of a L&C Society. it must be registered under The
Punjab Cooperative Societies Act, 196 1 and L&C society must upload valid
registration certificate.
b. If the tender is being submitted by a person/group of persons on behalf of an
organization, society or fi rm. or a company, or a WMC. there shall be a
resolution or authority letter showing that he/they have been duly authorized
5
by such organization/firm or company, to participate and negotiate 111 the
tender process.
c. Tenderer or any of his/its partners/Directors/Members/ should not have
incurred any of the foiiO\.ving disqualifications and the entity submitting the
tender will submit a se lf~declaration to such effect that neither the tenderer nor
any of its partners/Directors/Members:
1. Have been declared bankrupt/Insolvent.
11. Have been blacklisted by any Govt./Semi Govt./Cooperative
agency or Institution. Tenderer will upload a self ~declaration to
thi s effect. A tenderer who has been blacklisted by any
Procurement Agency, shall not be eligible to participate in the
tender process, during the currency of such blacklisting. Jf at a
later stage, any tenderer is found to be blacklisted, his technical
as well as financial bid shall be rejected. The earnest money and
security (if any) deposited by him shall be forfeited.
111. have been convicted with imprisonment for a period of more
than three years in any criminal case by any court of law.
1v. owes any amount due by way of recovery by any procurement
agency. pending against the tenderer on the date of subm itting
tender. Tenderer shall submit a no due certificate for this
purpose, from all the procuring agencies.
d. Such tenderer must have a valid PAN Card, a Va lid EPF number and such
documentation must be in the name of the entity submitting the tender.
e. Tender once submitted is not transferable. to any other person(s).
r. No tenderer will violate or act in contravention, of the provisions of:
1. The Punjab Goods Carriages (Regulation and Prevention of
Cartelization) Rules, 2017. issued by Government vide notification No.
G.S.R.62/C.A.59/l988/Ss. 79 and 96/2017. dated 13111December. 20 17.
11. Notification No. I 0/11120 17~ 1 TP(PF)/ 1219535/1 dated 25-04~20 18 and
No. 10/ 11 /2017~1TP(PF)/ 121967311 dated 25-04~2018 issued for use of
tractor ~trolleys as Goods Transport Vehicles.
6
S.Technical Qualifications: -
A. The tenderer shall upload the copies of valid PAN card and E.P.F code &
registration certificate( If applicable).
B. Tenderer shall deposit the earnest money as required under this policy for each
Cluster/PEG godown. lf tenderer submits bid for more than one cluster/PEG
godO\vn. earnest money for each cluster shall be submitted separately.
C. If tender is submitted by a person/group of persons on behalf of an organization.
society or firm . or a company. or a WMC, a resolution or authority letter showing
that he/they have been duly authorized by such organization/firm or company. to
participate and negotiate in the tender process. shall also be uploaded a long with
technical bid.
D. The tenderer shall also upload his valid and working mobile number and email -id
so that he may be contacted by SMS or email or telephonically, as and when
required for the smooth working and cat1age of grains.
E. The tenderer must possess minimum number of workers (work force) as follows to
perform the work of labour depending upon the capacity of cluster/PEG godown.
Tenderer will also upload the list of such workers along with the ir adhaar card
numbers.
Capacity of Storage cluster/PEG (Arrival of Minimum Number of
wheat in cluster/PEG in previous year) Work Force (Member)
Less than 25.000 tonnes 50
> 25,000 tones but :S 50.000 tonnes 75
> 50,000 tones but :S 1,00,000 tonnes 100
> 1.00.000 Tonnes:S 2.00.000toones 150
>2.00,000 Tonnes:S 3.00,000toones 200
>3,00.000 Tonnes:S 4,00.000toones 250
>4,00,000 Tonnes:S 5, 00, OOOtoones 300
>5.00,000 Tonnes 350
Note: 1. If any tenderer is interested to perform the work at more than one
clusters and/or PEG. he must have a minimum number of workers/
labour members required on the basis of capacity of all the clusters
and/or PEG godown taken together.
Copies of their Aadhaar Cards shall be submitted to the District Tender Committee at the time of evaluation of technical bid.
Note: 2. To avoid misuse of lists of the labourers. the tenderer must give an
undertaking duly sworn before the Executive Magistrate that in case of
7
tinding a tender being awarded at any other centre elsewhere in the
state before the date of award of the instant tender using the same list of
vvorkers/ labourers or with common names of workers/labourers in the
list uploaded by him. his tender shall be liable to be declared
disqualified.
F. In case of tenderer applying for cartage. he must possess mmllnum number of
trucks as follows to perform the work of cartage and submit the list of trucks. If the
tenderer submits a bid for more than one cluster then the arrangement of the trucks
has to be made for each cluster. separately. Depending upon the capacity of each
cluster tenderer must have an arrangement of trucks as under: -
Total Arrival of wheat in Mandis in previous Minimum No. of
year falling under one cluster of cartage Trucks (of9 MT Sr. No.
(Only mandies from which cartage has to be carrying capacity)
done included to calculate capacity) required
I Up to 5000 M.T 20
2 5001 M.T to 10.000 M.T 40
., 10,001 M.T to 20.000 M.T 60 .)
4 20.001 M.T to 30.000 M.T 90
5 30,00 1 M.T to 40.000 M.T 120
6 40.001 M.T to 50.000 M.T 150
7 50,001 M.T to 75.000 M.T 180
8 75.001 M.T to 1.00.000 M.T 210
9 Above 1.00,000 M.T. 240
Note-!: Number of trucks required shalf be decided according to tonnage capacity
<~l vehicles i.e .. il the trucks having more tonnage capacity. then the number ol
vehic/es can be decreased accordingly.
Note-ll: The Tenderer shall upload list (~/'trucks which he intends to use for
tran.sporta!ion H'ork mentioning rctlid registration numbers. along with certUied
8
carrying capaci~v du~v ver{tied Fom https:/i\'(/han.nic. in or
hlfp://parivahangov. in.
Note-Ill: {{a tenderer intends to use trucksji·om any.firm. company or society. fiJI·
!he work of transportation. he shall have to upload an zmderlaking/ an agreement
execuled by him with such firm. company or socie(v. as the case may he.
mentioning therein the number o{ trucks and their registration munbers. duzr
ver(/ledfi·om hffps.-/1mhun. nic. in or hup://parivuhan.gov. in.
i'lole-IV: Copies (~!Registration Certificates of all the trucks mentioned in the
above list along with copy qf verification report generated fi·om
hrrps://vahan. nic. in or http./lparivahan.gov. in. will he submilled to the District
Tender Committee. on the spot (i.e. at the time of evaluaTion oftechnica/ hid).
,Vole- V: {l the registration numbers (~{ trucks. registration copies (~f /rucks
submilled by tenderer arefound be fake at an_v stage tender of the tenderer will he
liable to he rejectedlcance/led and sui/able legal acTion nwy be initiaTed against
!he tenderer.
G. In case tenderer intends to tractor/trolleys then he will upload list of the tractors as
required in 5(F) along with names and addresses of owners of tractors. At the
time of opening of technical bid, he will submit consent from the tractor/trolley
owner for usage of tractor/trolleys.
H. Tender form uploaded \Vithout attaching/uploading the document(s) required under
thi s policy shall be rejected.
6. Allotment of labour operations work to L&C Societies and WMCs- Before
inviting e-tenders for labour work for all the clusters in each district. Department shall
give an open call to all the L&C societies and WMCs in the State and the labour
operations in all godowns including PEG godm.vns shall first be offered to the L & C
Societies and \VMCs on the following terms and conditions : -
a. The L&C societies and WMCs must meet the general and technical
qualification criteri a as set out in Clause 4 and 5 of this policy.
b. A ll the L&C societies and Worker Management Committees interested to
perform a job shall have to submit an application in the prescribed format on
the e-portal of the department within the period prescribed in NIT. No L&C
societies and WMC shall be considered for \vork allotment thereafter in terms
of clause 6.
9
c. The labour work shall be quoted and awarded at the basic PR-66 rate fo r the
year 20 I9-20 or the awarded rates of 201 8-1 9 for that particular cluster,
whichever i.s less. No premium shall apply in this case.
However, if all L&C societies and/or WMCs applies to perform a work fo r the
same cluster on basic PR-66 rates or the awarded rates o f 20 18-I 9. then the
selection of the soc iety or WMC shall be made by draw oflots.
d. The L&C societies or WMCs se lected for the allotment of labour operations
work for a particular cluster. shall execute an agreement with the di strict
managers of concerned purchasing agencies at that center (s ).
e. The L&C soc ieties and WMCs selected for performing labour work under this
clause. shall have to deposit the requisite amount of security with the
concerned agency as provided in Clause II of this policy.
f. Where no L&C society or WMC submits an application on the e-portaJ of the
Department in prescribed period then E-tender(s) shall be invi ted from other
tendercrs for such clusters. However, even at this stage and during this process.
the L&C societies and WMCs will be free to participate and compete with the
other tenderers, and shall be treated at par with other participating tenderers.
for allotment of such work.
7. Allotment of cartage work to L& C Societies- Before inviting e-tenders for the
allotment of cartage wo rk for all the clusters in each district. the Department shall
give an open call to all the L&C societies in the State. and the allotment of such
cartage works shall first be offered to the L&C Societies on the fo llowing terms and
conditions: -
a. Cartage tender will be called cluster wise.
b. The L&C societies must meet the general and technical qualification criteria
as set out in Clause 4 and 5 of this policy.
c. All the L&C societies shall have to submit an application in the prescribed
format on the e-portal of the department \vithin the period prescribed in NIT.
No L&C societies shall be considered for work allotment thereafter in terrns
of clause 7.
d . Work shall be quoted and awarded at the basic PR-66 rate for the year 2019-20
or the awarded rates of 20 18-I 9 for that particular cluster. whichever is less .
No premium sha ll apply in this case.
10
e. Where more than one L&C Society applies to perform cartage work for the
same cluster. the selection of the successful tenderer shall be made bv draw of
lot(s).
f. Such successful tenderer shall execute an agreement with the district
managers of concerned purchasing agencies at that center (s). and shall have
to deposit the requisite amount of security with the concemed agency as
provided in Clause 11 of this policy.
g. Where no L&C society submits an application one-portal of the department in
prescribed period then E-tender(s) shall be invited from other tenderers for
such clusters. However. even at this stage and during this process, the L&C
societies will be free to participate and to compete with the other tenderers.
and shall be treated at par with the other participating tenderers. for allotment
of work .
8. Procedure for Inv iting, submission and finalization of tender(s): Tenders for all
the Clusters (except the center(s ) where the \Vork has already been allotted to a L & C
Society/WMC in terms of C lause 6 and/or Clause 7 above). for al l the Procuring
agencies in the State of Punjab including FCI shall be invited by the Distri ct Tender
Committee based on the following procedure:
a. All tenders shall be addressed to the Convener of the District Tender
Committee, i.e. District Food and Supplies Controller of the concerned
distri ct.
b. The entire tender process shall be completed through e-tcnder on the website
of e-tender portal of Punj ab Govt.. i.e . https://eproc .punjab.gov.in. For thi s
purpose, every tenderer shall have to register himself on the above webs ite
and also possess digital signature and encryption signature cert ificate. [n case
of any diftlculty in tendering or clarification. the tenderers may contact
helpline no . 0 172-2791 326. 2791 226 or e-mail at [email protected] or
c. The cost of online tender form shall be charged at the rate of Rs 1000/- per
tender form per cluster/PEG godowns, which shall be paid onli ne. through
payment gateway of the e-tender portal. The cost of tender form shall be non
refundab le and shall be deposited in the acco unt of respective OM Pungrain in
the first instance which shall be transferred to the account of M.D.
PUN GRAIN, Chandigarh after the completion of the tender opening process.
District Food and Supplies controller shall submit all the detailed account o f
tender fee so received to the Additional Director (F&A) -cum-Controller Food
Accounts, at the end of tender opening process .
11
d. The proof of deposit/receipt \Vith UTR number shall be uploaded along with
the technical bid. The tender of the tenderer who does not upload proof of
payment of cost of tender form will be rejected during evaluation of technical
bid.
e. All the bids shall be submitted m two bid system I.e. technical bid and
financial bid for all the districts.
f. Tender form uploaded without attaching/uploading the document(s) required
under this policy shall be rejected.
g. Tenderer has to submit the financial bid for a cluster/PEG godown, on the
basis of the rates of PR-66. However, no premium beyond 120 % of the basic
rates as per PR-66 shall be allowed in any case.
h. The process of opening of bids w ill be conducted in the following manner:
1. All tenders received in time shall be opened in presence of all the
members of the committee and in the presence of tenderers who would
prefer to participate in it on the date. time and place specitied in
advertisement or notifi ed by the Chairman of District Tender
Committee. No separate correspondence shall be made in this regard.
11. The technical bid w ill be opened first and evaluated. Technical bid w ill
be evaluated for required general and technical qualitications. All the
members of District Tender Committee must sign (along with
designation and date) on all downloaded technical bids and documents Jt and documents submitted by the tenderer for evaluat ion. ~/
111. The technical bid will be rejected for those tcnderers who do not fultilJ
required general and technical qualifications. Conditional tenders shall
out rightly be rejected.
IV. District Tender Committee will draw proceedings for technical
evaluation of bids and record reasons for rejection of all the rej ected
technical bids. T he tenderers whose technical bids have been rej ected
wi ll be informed about the reasons of rejection by the committee.
v. The financial bid shaH be opened on ly for those tenderers, whose
technical bid has been accepted.
v1. The tenderer whose rate is lowest will be declared as L-1 . and District
Tender Committee wi ll fi nalize the rates \Vith L-1. If the committee feels
that the rates of L- 1 are still on higher side. and/or L-1 is not interested
12
to do the 'kork at the offered rates, the committee may cancel the tender
and go for retendering process.
vu. If during finalization. tenderer does not agree to work on the basic rates
given in PR-66, and tender is not finalized. efforts shall be made to
allow minimum premium on the basic rates. All cases, where premium
recommended by the District Tender Committee is above 100%. shall be
sent to the Competent Authority for approval with full justification. The
decision of the Competent Authority in this regard shall be final.
vur. The letter of award \vill be issued by the convener of the District Tender
Committee immediately after the finalization of the tender.
IX. If. in the first call for tenders. single bid is received for a particular
cluster(s). the District Tender Committee shall not open the single bid in
the fi rst instance. The tender process fo r such cluster (s ) shall be
cancelled. Before issuing the second or subsequent invitations or bids.
the Distri ct Tender Committee may reconsider to re-construct/Modify
clusters (increase or decrease its size) to bring higher degree or
competition among the tenderers. If during second or any subsequent
invitation. again a single tender is received then District Tender
Committee shall open the single bid and negotiate with the tenderer to
bring the rates to the minimum possible.
1. In case the District Tender Committee fails to get any bid even after repeated
call s (minimum three attempts), then the work may be assigned to
Commission agents /Rice Millers I Any other agency on nomination basis at
basic rates of PR-66.
J. Successful tenderer shall have to execute an agreement with the concerned
District Managers of agencies in the cluster (s) separately and the terms and
conditions of thi s Policy shall be deemed to have been incorporated by
reference therein and w ill be binding on the parties to the agreement
k. No payment shall be made to the tenderer prior to the approval of rates by the
District Tender Committee or Competent Authority as the case may be. All
payments shall be made by the concerned District Manager, of the Food
Procuring Agency. after making all the statutory deductions as per provisions
of Income Tax Law or any other law of land.
l. The District Manager of the concerned agency shall reserve the right to
recover any loss to state or agency, or any amount paid excess fro m the next
13
or final bill(s) of the contractor. if it remains insufficient from the security
deposit.
9.Formation of the Distr·ict Tender Committee: -
a. The District Tender Committee shall have following permanent members :
1 Deputy Commissioner Chairman
2 Distri ct Managers of all the Food Procuring Members
Agencies. including FCI
... District Controller, Food and Civil Supplies Convener -'
b. A ll the tenders shall be opened in the presence of the Chaim1an and all the
members of the District Tender Committee. The Chainnan and all the members
of District Tender Committee will sign (along with date and designation) the
tender form before and a fter finalization of the tender. The tender shall also be
signed by the tenderer with full name of the tenderer written below signature .
Final rate decided by the committee shall also be written in words. All
cuttings/over-writings are to be attested by the chairman.
10. Earnest Money Deposit:
a. A t the time of submitting on-l ine tender, every tenderer shall have to deposit an earnest
money at the fo llowing rates, through payment gateway of e-tender portal, which shall be
payable to the account of D.M. PUN GR.!.\ lN. as follows: -
Sr. Capacity of cluster /PEG Godowns Earnest Money No. Rupees
I Up to 2,000 M.T. 1.000
2 2.00 1 up to 5.000 M. T. 3,500
-. 500 I up to I 0.000 M.T 7.500 -'
4 10.00 1 up to 20,000 M.T. 15,000
5 20,00 1 up to 30,000 M.T. 25.000
6 30.001 up to 40,000 M.T. 35,000
7 40,00 1 up to 50.000 M.T. 45,000
8 50.001 up to 75,000 M.T. 65.000
9 75.00 I up to 1 ,00.000 M.T. 85.000
10 Above 1,00.000 M.T 1.25.000
14
b. At the time of technical evaluation. District Tender Allotment Committee shall
compare the amount of EMD deposited by all tenderers with the bank statement and
ensure that earnest money received is as per norms fixed above.
c. [f the earnest money is not as per norms or not deposited. the tender shall be rejected
without any consideration.
d. Earnest Money Deposit shall not be adjusted in Security deposit. The EMD of
unsuccessful bidders shall be retumed by District Manager PUNGRAIN within 30
days of opening tender, through an Account payee cheque or RTGS. The EMD of
Successful bidders shall only be returned within 30 days, after the date of deposit of
required Security Amount and Execution of agreement with all the agencies falling in
the cluster/clusters, whichever is later.
e. No interest shall be payable on EMD.
11. Security Deposit:
a. The Successful Tenderer will deposit a security amount @ Rs. 1/- (Rupees one) per
M.T. calculated on the basis of the total anival of \Vheat in the previous year in the
center(s) for which contract has been awarded, by Bank draft/RTGS in favour of
M.D. of the concerned agency. within three days of date of finalization of tender. with
the District Manager of concerned procurement agency. who \Vill further transfer it
through RTGS in the account of the Managing Director of the concerned agency.
b. If a successful tenderer/L&C Society/WMC fails to deposit the security amount
within the prescribed period. his tender shall be out ri ghtly rejected, and District
Tender Committee. reserves the right to recall tender or negotiate \vith next lowest
tenderer for allotment of work, at the rates approved for L-1. as the case may be.
c. If the Deputy Commissioner concerned, feels that circumstances are beyond the
control of the successful tenderer/L&C/WMC, may relax the above provision and
allow him a fw1her period up to three days.
d. No interest shall be paid on security deposits.
12. Liabi1it)' of a Successful Tenderer: -
a. If a L&C society or WMC does not join work. refuses to v-,rork or fails to perform
duties as per agreement and this policy. action wi ll be taken as per clause 13 of thi s
po licy and a fre sh tender will be invited for such cluster( s) in te rn1s of 6( f) and/or 7(g)
of the pol icy , as applicable.
b. If a successful tenderer other than a L&C society or WMC. aft er due acceptance of
hi s tender, does not join work or refuses to work, the District Tender Committee shall
15
have the right to get the work done at the approved rates of L-1, from next lowest
tenderer i.e. L-2 and in case of refusal by L-2 from the L-3. and so on. While
allotting the work to next tenderer, the district manager of the concerned agency will
ensure full security deposit at the rate(s) prescribed in this policy. In case L-2. L-3
and so on are also not ready to work on the L-1 approved rates. then retendering will
be done.
c. If a successful tenderer other than a L&C society or WMC fails to perform his
obligations within the stipulated period and is served with a show cause notice of 24
hours and the contractor gives in writing within the period of notice that he is unable
to do the full work. then up to of 50% total work may be got done from the
commission agents or rice millers at the L-1 approved rates. The contractor will not
be entitled to any claim against the work so done by commission agents. The District
Tender Committee shall pass appropriate speaking orders to this effect.
d. If the contractor, does not agree to above sub-clause, then keeping m v1evv the
circumstances in the mandi, Inspector(s) of the purchase agency(ies), concerned
AFSO or FSO. and concerned official of the Mandi Board, together. will prepare a
detailed report, adopting full transparency. witnessed by at least two commission
agents, that the contractor in question (Mention Name of the contractor) has failed to
perform his duty, as per policy guidelines and agreement. Then the entire work may
be got done from L-2 or L-3 or so on or the Commission Agents or rice mills at L-1
approved rates. If L-2 or L-3 or so on or the Commission Agents or rice mill s also
refuse to perform the job, the District Tender committee shall call fresh tenders.
13. Service of notice, cancellation of work and blacklisting: - If the tenderer does not
join work. refuse to work or fails to perform duties as per agreement as explained in
clause 12(a to d) following procedure shall be adopted for cancellation of \Vork. levy
of penalty and blacklisting:-
a. The District Manager of the concerned agency will inform the District Tender
Committee through the concerned District Controller. Food and Civil Supplies
(being its Convenor) about the refusal of contractor to join the work or about
the failure to perform duties as per agreement.
b. Given the paucity of timelines. attached to the procurement process. the
District Controller, Food and Civil Supplies. acting on behalf of the District
Tender Comm ittee vvill immediately serve a show· cause notice of 24 hours by
emai l or SMS to the concerned contractor. Stipulated time of 24 hours will be
counted from the time when emai l or SMS is sent to the contractor.
16
c. The notice shall state the action contemplated i.e. cancellation of contract and
/or blacklisting as well as the grounds/ prima facie material on which the
proposed action is sought to be taken
d. The show cause notice sent to contractor shall also provide an oppo!tunity of
hearing to the contractor before District Tender Committee.
e. r f the contractor neither replies to the show cause notice nor appears before the
District Tender Committee \vithin the stipulated time. then the District Tender
Committee reserves the right to decide his/her case ex- parte.
f. If District Tender Committee tinds the reply of the contractor unsatisfactory,
the District Tender Committee will pass detailed speaking order cancelling the
work allotted to contractor after considering submission/representation of the
contractor and/or blacklisting of the contractor.
g. The District Tender Committee reserves the right of blacklisting which may be
for upto period of 2 years. forfeiture of security of contractor and levying of
penalty upto 2% of total value of the contract depending upon meri t of each
case
Note: The total value of the contract referred to above on which the penalty is to
be levied shall be calculated, taking into account the total amount what would have
been payab le to the contractor, had he performed the job in full.
14. Refund of Security: -On completion of the term of the tender the tenderer will
submit a No Due Cert ificate, fro m all the agencies. before requesting fo r release of
his security. No District Manager shall release the security deposited with him, unt il
the contractor submits NDC from all the agencies to him .
15. Measurement of Truck-able/Motor-able Distance:-The shortest route of truck-able
I Motor-able distance between Storage point and mandi shall be measured on actual
basis by the lnspector(s) of the concerned procuring agency (ies), and Assistant Food
& Supplies Offi cer/Food & Supplies Officer of the department. The result of such
measurement shall be duly signed by the above members, on the basis of \Vhich
payment shall be made to the tenderer. The above committee shall be liable for the
accurate measurement. If new storage points are taken on rent at any later stage, the
rates approved for the cluster shall apply fo r transportation to such storage points.
The distance shall be determined in the same manner as given above.
17
16. Arbitration: -
a. In case of any dispute. the matter shall be referred for arbitration. The Managing
Director of the concerned agency or any person appointed by him shall be the sole
arbitrator, whose decision shall be binding on both the pm1ies.
b. The seat of arbitration shall be at Chandigarh and the Courts at Chandigarh shall
huve exclusive territorial jurisdiction in the matter. irrespective of the location of
the works under the agreement or any other jurisdiction factor. Pat1ies \vaive all
rights as regards jurisdiction of any other place.
17. Appeal:
a. An appeal against any orders of District Tender Committee shall lie before the
Competent Authority or any other official delegated to do so by the Competent
authority with in thirty days of the date of passing of such orders by the aforesaid
authority( ies).
b. A second appeal against the orders of the Competent authority sha ll lie with
Principal Secretary. Food, Civil Supplies and Consumer Affairs Punjab. acting as
the Appellate Authority under thi s policy . .
18. Overriding effect:
This policy shall have an overriding effect over all the instructions/letters/policies
issued earlier in thi s regard from time to time.
19. Miscellaneous: -
If a situation so arises, which has not been covered under this policy, the matter may
be referred to the Competent Authority. for appropriate redressal. The Deci sion of the
Competent Authority shall be final and binding on parties.
20. Pon·ers to interpret, issue instructions and make rules:
All the powers to interpret any clause /clauses in thi s policy. to issue instructions and
make rules, shall lie with the Department of Food, Civil Supplies and Consumer
Affai rs, Punj ab.
21. Repeal: -
T he Punjab labour and cartage policy 20 18-1 9 and letters and circulars issued earlier.
are hereby repealed.
18
22. Savings:
The Competent Authority reserves the right to cancel any tender without assigning
any reason, if it is in greater public interest to do so. Any amendment to this policy or
supersession of this policy by a new policy shall be applicable to all tenders and /or
contracts whether pending or otherwise.
23. Grievance Redressal: - In order to ensure smooth transportation of food grains and
redressal of grievances the following grievance redressal mechanism shall be
followed in each district: -
a. The Deputy Commissioner concerned will appoint an officer, not below the
rank of SDM as Grievance Officer to tackle on priority all such complaints
from various tenderers which have the potential to create serious law and
order situation during procurement season.
b. The Department of Home Affairs, Government of Punjab. will ensure to
appoint a senior officer not below the rank of Superintendent Police, in each
district. to take action on complaints involving law and order situation and to
provide adequate police arrangements where ever required .