Section I. Instructions to Bidders 25

UTTAR PRADESH BHUMI SUDHAR NIGAM

Bhumitra Bhawan, TC/19V, Vibhuti Khand, Gomtinagar , Lucknow-226010

PHONE: 0522 2720428, 2720050, Fax No. 0522-2720416, 17

E-mail:

U.P. SODIC LANDS RECLAMATION III PROJECT

INVITATION FOR BID OF RAKE HANDLING, STORAGE AND TRANS PORTATION OF GYPSUM AND OTHER AGRICULTURE INPUTS

IFB No. : 04/2010-11 Credit No.: 4640-IN

1. The Government of India has received a Credit (Credit 4640-IN) from the International Development Association in various currencies towards the cost of U.P. Sodic Lands Reclamation III project and it is intended that part of the proceeds of this credit will be applied to eligible payments under the contracts for which this Invitation for Bids is issued.

2. The Managing Director, Uttar Pradesh Bhumi Sudhar Nigam now invites sealed bids from eligible bidders for rake handling, storage and transportation of gypsum and other agriculture inputs listed below.

Schedule / Destination/ rake point / Quantity in MT / Schedule / Destination/ rake point / Quantity in MT
1 / Aligarh / 15856 / 2 / Etah / 11000
3 / Mainpuri / 12000 / 4 / Etawah / 12387
5 / Ramabai nagar / 9900 / 6 / Kanpur Nagar / 9900
7 / Unnao / 12000 / 8 / Hardoi / 10000
9 / Raebareli / 13000 / 10 / Pratapgarh / 9600
11 / Sultanpur / 9300 / 12 / Azamgarh / 12000
13 / Jaunpur / 12000 / 14 / Allahabad / 15207
15 / Fatehpur / 10000

3. Interested eligible Bidders may obtain further information from and inspect the bidding documents at the office of the Managing Director at the above address between 13.09.2010 to 19.10.2010 from 10 AM to 5.00 PM on all working day.

4. A complete set of Bidding Documents may be purchased by interested bidders on the submission of a written Application to the address above and upon payment of a non refundable fee of Rs. 1000/- (or Rs. 1100/- if required by courier) by demand draft in favour of the Managing Director, UPBSN or in cash. The bidding document shall be made available for sale from 13.09.2010 to 19.10.2010. The Schedule of Requirements for all the schedules are contained in a single bidding document. Bidders need not purchase more than one document even if they want to bid for more than one schedules.

5. Bids must be delivered to the address above at or before 20.10.2010 at 3.00 PM. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend in person at the address above on 20.10.2010 at 3.30 PM.

6. All bids must be accompanied by a bid security as specified in the bid document and must be delivered to the office at the date and time indicated above. The bid security amount will be Rs. 10 lacs irrespective of the number of schedules, the bidder may choose to quote. All the schedules will be evaluated separately and awarded to the lowest evaluated qualified bidder for each schedule.

7. For further detail, please visit our website : www.upbsn.org

Managing Director

UTTAR PRADESH BHUMI SUDHAR NIGAM

TC/19V BHUMITRA BHAWAN, VIBHUTI KHAND,

GOMTI NAGAR, LUCKNOW – 226010, U.P. (INDIA)

PHONE : 0522-2720050-2720428 FAX NO.: 0522-2720416, 417

email – website – www.upbsn.org

NATIONAL COMPETITIVE BIDDING FOR RAKE HANDLING, STORAGE AND TRANSPORTATION OF GYPSUM AND OTHER AGRICULTURE INPUTS

BID REFERENCE : 04/2010-11

DATE OF COMMENCEMENT OF : 13.09.10

SALE OF BIDDING DOCUMENT

LAST DATE FOR SALE OF : 19.10.10

BIDDING DOCUMENT

LAST DATE AND TIME FOR : 20.10.10 1500 hours IST

RECEIPT OF BIDS

TIME AND DATE OF OPENING : 20.10.10 1530 hours IST

OF BIDS

PLACE OF OPENING OF BIDS : Uttar Pradesh Bhumi Sudhar Nigam

TC/19V Bhumitra Bhawan,

Vibhuti Khand, Gomti Nagar,

Lucknow- 226010, U.P. (India)

ADDRESS FOR COMMUNICATION : Uttar Pradesh Bhumi Sudhar Nigam

TC/19V Bhumitra Bhawan,

Vibhuti Khand, Gomti Nagar,

Lucknow- 226010, U.P. (India)

NATIONAL COMPETITIVE BIDDING FOR RACK HANDLING, STORAGE AND TRANS PORTATION OF GYPSUM AND OTHER AGRICULTURE INPUTS

SECTION I. INVITATION FOR BIDS (IFB)

Date :

Credit No. : 4640-IN

IFB No. : 04/2010-11

1. The Government of India has received a Credit (Credit 4640 —-IN) from the International Development Association in various currencies towards the cost of U.P. Sodic Lands Reclamation III project and it is intended that part of the proceeds of this credit will be applied to eligible payments under the contracts for which this Invitation for Bids is issued.

2. The Managing Director, Uttar Pradesh Bhumi Sudhar Nigam now invites sealed bids from eligible bidders for rake handling and transportation of gypsum and other agriculture inputs listed below.

Schedule / Brief Description / Destination/ rake point / Quantity in MT
I / Agriculture Grade Gypsum Powder and other agriculture inputs / Aligarh / 15856
II / ----- do ----- / Etah / 11000
III / ----- do ----- / Mainpuri / 12000
IV / ----- do ----- / Etawah / 12387
V / ----- do ----- / Kanpur Dehat / 9900
VI / ----- do ----- / Kanpur Nagar / 9900
VII / ----- do ----- / Unnao / 12000
VIII / ----- do ----- / Hardoi / 10000
IX / ----- do ----- / Raibareily / 13000
X / ----- do ----- / Pratapgarh / 9600
XI / ----- do ----- / Sultanpur / 9300
XII / ----- do ----- / Azamgarh / 12000
XIII / ----- do ----- / Jaunpur / 12000
XIV / ----- do ----- / Allahabad / 15207
XV / ----- do ----- / Fatehpur / 10000

3. Interested eligible Bidders may obtain further information from and inspect the bidding documents at the office of the Managing Director, Uttar Pradesh Bhumi Sudhar Nigam, TC/19V Bhumitra Bhawan, Vibhuti Khand, Gomti Nagar, Lucknow- 226010, U.P. (India) from 10 AM to 5 PM on all working days .

4. A complete set of bidding documents may be purchased by any interested eligible bidder on the submission of a written application to the above office and upon payment of a non-refundable fee as indicated below in the form of a Demand Draft/Cashier's cheque/Certified cheque in favour of Managing Director, UPBSN, payable at Lucknow.

5. The provisions in the Instructions to Bidders and in the General Conditions of contract are based on the provisions of the World Bank Standard Bidding Document April 2007: The features of May 2004, revised October 2006, Procurement Guidelines of the World Bank have been incorporated. - Procurement of Non Consultant Services.

6. The bidding document may be obtained from the office of Managing Director, UPBSN from 10 AM to 5 PM on all working days either in person or by post.

(a) Price of bidding document : Rs. 1000/-

(non-refundable)

(b) Postal charges, inland : Rs. 100/-

(c) Postal charges, overseas : Rs. 1000/-

(d) Date of commencement of : 13.09.10

sale of bidding document

(e) Last date for sale of : 19.10.10

bidding document

(f) Last date and time for : 20.10.10 at 1500 hours IST receipt of bids

(g) Time and date of : 20.10.10 at 1530 hours IST

opening of bids

(h) Place of opening of bids : Uttar Pradesh Bhumi Sudhar Nigam

TC/19V Bhumitra Bhawan,

Vibhuti Khand, Gomti Nagar,

Lucknow- 226010, U.P. (India)

(i) Address for : Uttar Pradesh Bhumi Sudhar Nigam

communication TC/19V Bhumitra Bhawan,

Vibhuti Khand, Gomti Nagar,

Lucknow- 226010, U.P. (India)

7. All bids must be accompanied by a bid security as specified in the bid document and must be delivered to the above office at the date and time indicated above. The bid security amount will be Rs. 10 lacs irrespective of the no. of schedules, the bidder may choose to quote. All the schedules will be evaluated separately and awarded to the lowest evaluated qualified bidder for each schedule.

8. Bids will be opened in the presence of Bidders' representatives who choose to attend on the specified date and time.

9. In the event of the date specified for bid receipt and opening being declared as a closed holiday for purchaser’s office, the due date for submission of bids and opening of bids will be the following working day at the appointed times.

10. The address referred to above is :

Managing Director

U.P. Bhumi Sudhar Nigam’

TC/19V, Bhumitra Bhawan

Vibhuti Khand, Gomti Nagar,

Lucknow- 226010, U.P. (India)

Phone : 091-0522-2720050, 2720428, 2721206

Fax No. 091-0522-2720416, 417

E-mail-

Table of Contents

Part I – Bidding Procedures 8 Page no.

Section I. Instructions to Bidders 9

Section II. Bidding Data Sheet 24

Section III. Bidding Forms 27

Section IV. Eligible Countries 38

Part II – Activity Schedule 39

Section V. Activity Schedule 41

Part III – Conditions of Contract and Contract Forms 42

Section VI. General Conditions of Contract 43

Section VII. Special Conditions of Contract 58

Section VIII. Performance Specifications and Drawings 62

Section IX. Contract Forms 69

Part I – Bidding Procedures

Section I. Instructions to Bidders 25

Section I. Instructions to Bidders

Table of Clauses

Page no.

A. General 10

1. Scope of Bid 10

2. Source of Funds 10

3. Corrupt or Fraudulent Practices 10

4. Eligible Bidders 11

5. Qualification of the Bidder 12

6. One Bid per Bidder 14

7. Cost of Bidding 14

8. Site Visit 14

B. Bidding Documents 14

9. Content of Bidding Documents 14

10. Clarification of Bidding Documents 14

11. Amendment of Bidding Documents 14

C. Preparation of Bids 15

12. Language of Bid 12

13. Documents Comprising the Bid 15

14. Bid Prices 15

15. Currencies of Bid and Payment 16

16. Bid Validity 16

17. Bid Security 16

18. Alternative Proposals by Bidders 17

19. Format and Signing of Bid 18

D. Submission of Bids 18

20. Sealing and Marking of Bids 18

21. Deadline for Submission of Bids 18

22. Late Bids 19

23. Modification and Withdrawal of Bids 19

E. Bid Opening and Evaluation 19

24. Bid Opening 19

25. Process to Be Confidential 19

26. Clarification of Bids 20

27. Examination of Bids and Determination of Responsiveness 20

28. Correction of Errors 20

29. Currency for Bid Evaluation 20

30. Evaluation and Comparison of Bids 21

31. Preference for Domestic Bidders 21

F. Award of Contract 21

32. Award Criteria 21

33. Employer’s Right to Accept any Bid and to Reject any or all Bids 22

34. Notification of Award and Signing of Agreement 22

35. Performance Security 22

36. Advance Payment and Security 23

37. Adjudicator 23

Instructions to Bidders

A. General

1. Scope of Bid / 1.1 The Employer, as defined in the Bidding Data Sheet (BDS), invites bids for the Services, as described in the Appendix A to the Contract. The name and identification number of the Contract is provided in the BDS.
1.2 The successful Bidder will be expected to complete the performance of the Services by the Intended Completion Date provided in the BDS.
2. Source of Funds / 2.1 The Borrower, as defined in the BDS, intends to apply part of the funds of a loan from the World Bank, as defined in the BDS, towards the cost of the Project, as defined in the BDS, to cover eligible payments under the Contract for the Services. Payments by the World Bank will be made only at the request of the Borrower and upon approval by the World Bank in accordance with the Loan Agreement, and will be subject in all respects to the terms and conditions of that Agreement. Except as the World Bank may specifically otherwise agree, no party other than the Borrower shall derive any rights from the Loan Agreement or have any rights to the loan proceeds.
3. Corrupt or Fraudulent Practices / 3.1 It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans), as well as bidders, suppliers, and service provider and their subservice provider under Bank-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts. [1] In pursuance of this policy, the Bank:
(a)  defines, for the purposes of this provision, the terms set forth below as follows:
(i) “corrupt practice”[2] is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;
(ii) “fraudulent practice”[3] is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;
(iii) “collusive practice”[4] is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;
(iv) “coercive practice”[5] is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a Bank investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or