Post on 08-May-2020
transcript
1
SCHEDULE TO TENDER
OFFICE OF THE COMMANDANT-160 BATTALION
CENTRAL RESERVE POLICE FORCE
FCI CAMP, CHATHA, JAMMU (J&K)
Tele/Fax 0191-2262102, Email: co160bn@crpf.gov.in
---------------------------------------------------------------------------------------------------------------
NO.C-XVII-1/2018-19-160-(T/C JMU) Dated, the 23 Feb’2019
ONLINE TENDER NOTICE
through e-Procurement site http://eprocure.gov.in/eprocure/app
Time and date of Receipt of Tender 16/03/2019 at 1100 hrs.
Time and date of opening the tender 18/03/2019 at 1130 hrs.
Commandant-160 Bn, CRPF, FCI Camp, Chatha, Jammu (J&K) -180009 for and on
behalf of the President of India, invites sealed Two Bid systems tender (Technical bid and
commercial bid) from approved/registered and eligible contractor/vendor for outsourcing of wet
canteen to serve a variety of food items, snacks & other packed edible items round the clock
(24x7x365) at reasonable rates for the use of Jawans at CRPF, Transit Camp Channi Rama, Jammu
(J&K) as per terms and conditions mentioned below :-
Details of items to sell in shops to which called for Tender Enquiry
Sl No. Name of items A/U
NAMKEEN ITEMS
01(A) Aloo Bujiya – 200 Gms Haldi Ram Pkt.
01(B) Aloo Bujiya – 400 Gms Haldi Ram Pkt.
02 Punjabi Tadka – 200 Gms Haldi Ram Pkt.
03(A) Moong Dal (Mix) – 200 Gms Haldi Ram Pkt
03(B) Moong Dal (Mix) – 400 Gms Haldi Ram Pkt
04(A) Navratan Mix – 200 Gms Haldi Ram Pkt
04(B) Navratan Mix – 400 Gms Haldi Ram Pkt
05(A) Khata Mitha (mix) – 200 Gms Haldi Ram Pkt
05(B) Khata Mitha (mix) – 400 Gms Haldi Ram Pkt
06(A) Nut Craker – 200 Gms Haldi Ram Pkt
06(B) Nut Craker – 400 Gms Haldi Ram Pkt
BISCUITS
07(A) Britania (Cookies) Pkt
07(B) Britania (Milk Bikis) Pkt
07(C) Britania (Good day) Pkt
07(D) Britania (Marie Gold) Pkt
07(E) Britania (50 – 50) Pkt
07 (F) Parle-G Pkt
07(G) KrackJack Parle-G Pkt
07(H) Coconut Cokies Parle-G Pkt
07(I) Namkin Parle-G Pkt
07(J) Kreams Parle-G Pkt
07(K) Parle Marie Pkt
07 (L) Priya Gold (Coconut Crunch) Pkt
2
07 (M) Priya Gold (Butter Bite) Pkt
07(N) Priya Gold (Maries Lite) Pkt
07(O) Priya Gold (Classic Cream) Pkt
08 (A) Dukes (Cheesy Nibbles) Pkt
08(B) Unibic (Cookies) Pkt
08(C) Anmol (Dream Lite) Pkt
08(D) Sunfeast (Formlite) Pkt
08(E) Bakery Biscuits Kgs.
WATER BOTTLE
09 (A) Water bottle – 1 Ltr. (Bislery) Nos.
09(B) Water bottle ½ Ltr. (Bislery) Nos.
JUICE
10(A) Mango – 100 ML. Nos.
10(B) Mango – 200 ML Nos.
10(C) Mango – 300 ML Nos.
10(D) Mango – 500 ML Nos.
11 (A) Guava – 100 ML. Nos.
11(B) Guava – 200 ML Nos.
11(C) Guava – 300 ML Nos.
11(D) Guava – 500 ML Nos.
12 (A) Pineapple – 100 ML Nos.
12 (B) Pineapple – 200 ML Nos.
12 (C) Pineapple – 300 ML Nos.
12 (D) Pineapple – 500 ML Nos.
13 (A) Apple – 100 ML Nos.
13 (B) Apple – 200 ML Nos.
13 (C) Apple – 300 ML Nos.
13 (D) Apple – 500 ML Nos.
14 (A) Pomegranate – 100 ML Nos.
14 (A) Pomegranate – 200 ML Nos.
14 (A) Pomegranate – 300 ML Nos.
14 (A) Pomegranate – 500 ML Nos.
CAKES/CREAM ROLL / PASTRIES
15 Cream Roll Nos.
16 Veg. patty Nos.
17 Cream Ilaichi Nos.
18 Cream Choco Orange Nos.
COLD DRINKS/SOFT DRINKS
19 Tea – standard size Cup
20 Coffee – standard size Cup
21 Lemon Tea – standard size Cup
22 Green Tea – standard size Cup
23 Kahwa – standard size Cup
24(A) Dessi lassi Khati – 200ML Nos.
24 (B) Dessi lassi Mithi- 200 ML Nos.
25 Sugar cane juice in summer season Nos.
ICE CREAM
26 Kulfi Nos.
27 Matka Kulfi Nos.
3
28 Lacha Kulfi Nos.
29 Ice cream – 100 Gms. (Amul) Nos.
FAST FOODS
30(A) Maggie ½ Plate Nos.
30(B) Maggie Quarter Plate Nos.
31)A) Noodles/Chowmin - ½ Plate Nos.
31(B) Noodles/Chowmin - Quarter Plate Nos.
32(A) Sandwich – ½ Plate Nos.
32(B) Sandwich – Quarter Plate Nos.
33(A) Rajma/Channa Rice with Aachar- Full Plate standard size Nos.
33(B) Rajma/Channa Rice with Aachar- Half Plate standard size Nos.
34(A) Chola Bhatura – standard size – 02 Pc. Nos.
34(B) Chola Bhatura – standard size – 03 Pc. Nos.
35 Bread Pakora Nos.
36 Smosa- standard size Nos.
37(A) Aloo Tikki – standard size – 02 Pc. Nos.
37(B) Aloo Tikki – standard size – 01 Pc. Nos.
38(A) Channa Kulcha- standard size – 02 Pc. Nos.
38(B) Channa Kulcha- standard size – 01 Pc. Nos.
38(C) Nan roti with butter – standard size Nos.
38(D) Nan roti without butter – standard size Nos.
39(A) Kari Pakora + Rice – Full plate Nos.
39(B) Kari Pakora + Rice – Half plate Nos.
40(A) Biryani – Full plate Nos.
40(B) Biryani – Half plate Nos.
SOUTH INDIAN FOODS
41(A) Idly with Sambhar & Chatni – 02 Pc. (Plate) Nos.
41(B) Idly with Sambhar & Chatni – 03 Pc. (Plate) Nos.
42 Dosa (Plain+Chatni)– standard size – 01 Pc. Nos.
43 Uttapum Nos.
44 Masala dosa + coconut chatni + Sambhar Nos.
45 Dhokla Kgs
SWEETS
46 Jalebi Kgs
47 Gulab Jamun Kgs
48 Laddu Kgs.
49(A) Burfi (Besan) Kgs
49(B) Burfi (Coconut) Kgs
49(C) Burfi (Khowa) Kgs
50 Balusahi etc. Kgs.
(Tenderers are advised to read the instructions carefully before submitting their offer)
1. Tender Documents are available at C.P.P.P e-Procurement site http://eprocure.gov.in/eprocure/app
as well as on CRPF website (http://crpf.nic.in/tender-notices-htm) which can be downloaded by
interested firms free of cost. It is therefore important that Acceptance Letter which is a written
undertaking that all the terms and condition of the tender are understood and accepted should be
signed and submitted through e-Procurement sitehttp://eprocure.gov.in/eprocure/app under two bid
system (i) Technical Bid and (ii) Price Bid to the Commandant-160 BN, CRPF.
4
2. All the tender documents whose hard copies only have been called for duly completed in all
respect are to be submitted through e-Procurement site http://eprocure.gov.in/eprocure/app under two
bid system (i) Technical Bid and (ii) Price Bid, before specified time and date mentioned in the
Schedule of Tender. Price shall not be disclosed anywhere in Technical Bid. Late/ Delayed/ Non-
Submission of originals may result in rejection of bid.
3. Intending tenderers must read the terms and conditions carefully and submit their tenders if
they consider themselves eligible and are in possession of all the required documents by 1100 hours
on 16/03/2019 online through e-Procurement site http://eprocure.gov.in/eprocure/app and also
Quotations will be sent by Speed Post/Registered Post/ Courier / By-hand in favour of The
Commandant-160 Bn, CRPF, FCI Camp Chatha, Jammu (J&K)- 180009 or can be deposited in
tender box within target date.
4. Tenders will be opened online through e-Procurement site http://eprocure.gov.in/eprocure/app
in the office of Commandant-160 Bn, CRPF at 1130 hrs. on 18/03/2019 at HQ/160 Bn, CRPF, FCI
Camp Chatha, Jammu (J&K). Tenderers shall remain present during opening of tender. In case date
of opening of tender happens to be a closed holiday, the tenders will be opened on next working day
at the stipulated time.
5. Tenderers shall submit Tender documents well before the date of opening tender to avoid last
minute rush.
6. All tender documents attached with this invitation to tender including specifications are
SACROSANCT for considering any offer as complete offer. It is therefore, important that each page
of the tender documents duly completed and signed is attached with your offer. Sealed envelope
containing the tender quotations shall be super scribed.
7. The bids shall be submitted in two stages viz.
(i) Technical Bid (ii) Price Bid.
The enlistment of the contractors should be valid on the last date of evaluation of Technical Bid. In
case only the last date of evaluation of Technical Bid is extended, the enlistment of contractor should
be valid on the original date of evaluation of Technical Bid. In case both the last date of evaluation of
Technical Bid and Price Bid are extended, the enlistment of contractor should be valid for original
date of evaluation of Technical Bid.
8. Details required to be furnished by all bidders in Technical/Price bid are as under:-
a) TECHNICAL BID i) Acceptance of above details as specified/approved by competent authority.
ii) All pages of tender documents duly completed and signed without indicating the rates quoted.
iii) Full name and status of the person signing the tender documents must be clearly mentioned.
Scanned copy of the all pages of tender documents duly completed and signed should be
uploaded while submitting Technical Bid through C.P.P. Portal.
iv) Tender cost Rs. 200/- in form of CDR/BD/DD/Fixed Deposit Receipt/Bank Guarantee from
any of the nationalized / commercial banks in an acceptable form in favour of THE
COMMANDANT-160 BN, CRPF, JAMMU, Payable at SBI, Hari Market, JAMMU (Branch code
No.0657). v) Scanned copy of the tender cost should be uploaded while submitting Technical Bid through
C.P.P. Portal.
vi) Copy of any valid Govt. authorized Registration / License, which specifies appropriate class
of Contractor/Agency from any Govt. department as necessary to establish the canteen using external
sources.
vii) Copy of PAN card.
5
viii) Copy of GST registration.
ix) Copy of experience continuously running similar wet canteen in defence/police/CAPFs
establishment with supporting documents.
x) Latest Banker statement / Report.
xi) The bidders will also attach a copy of their latest income tax return (ITR).
xii) Documents in support of Past Performance i.e. copy of any supply order received by
the firm in the past from CRPF/Govt/Under taking department may be attached. Preference will be
given to the firms who have past experience in similar work.
xiii) Copy of license, whose authorisation for distributor or manufacturer.
xiv) Certificate of Black listed or otherwise.
xv) Any other document as asked in TE or feel necessary by Bidder. Scanned copy of all above
documents should be uploaded while submitting Technical Bid through C.P.P. Portal.
xvi) Copy of FSSAI (Food safety and standard authority of India) certificate.
b) Price Bid Price should be quoted as per BOQ format provided along with the tender document at e-Procurement
site http://eprocure.gov.in/eprocure/app.
9. The tender document is consisting of specifications, rates, brand name and terms and
conditions of this supply to be complied.
10. PLACE OF SUBMISSION OF TENDER SAMPLE & TENDER DOCUMENTS IN
ORIGINAL :- Tender sample Catalog/ CD/DVD shall be submitted to the Commandant 160 Bn
CRPF, FCI Camp, Chatha, Jammu (J&K). Payment instrument in respect of one copy of Tender
Acceptance letter manually, Tender fee, Lab Test Certificate duly completed in all respect are to be
submitted in the tender box kept in the Control Room of 160 Bn CRPF, FCI Camp Chatha,
Jammu-180009 and also Scanned copy of all documents should be uploaded while submitting
Technical Bid through C.P.P. Portal before specified time and date mentioned in the Schedule to
Tender. Late/Delayed/Non submission of originals would result in rejection of bid during bid
opening. Tender samples sent on FREIGHT TO PAY basis will not be accepted. Tender samples of
tenderers whose offers are not accepted may be collected by their authorized representatives on
requisition on letter head of the firm duly stamped, signature and attested by the tenderers on hearing
from this Unit.
11. For any change in tender enquiry tenderers are requested to visit the CRPF website
“www.crpf.nic.in” and e-Procurement site http://eprocure.gov.in/eprocure/app regularly.
12. The composite bid i.e. rate indicated in the technical bid “OPENLY” shall be ignored. Prices
should be quoted for different brands as per requirement provided along with the tender document in
price bid.
13. In that Cover containing Technical Bid will sealed separately and Marked as Technical Bid on
top of the cover indicating Tender No. date & time of opening. This cover should also be supper
scribed with the tender No., date & Time of tender Opening preferably in bold letters. Online Price
bid of only those firms will be opened whose technical bid is accepted after evaluation of samples and
documents submitted by firm.
14. The representative of the firms who responded to our tender inquiry can be present at HQ/160
CRPF, FCI Camp, Chatha, Jammu (Jammu & Kashmir)-180009 at the time of opening of tenders on
18/03/2019. Technical Bid will be opened online. Date and time of opening of Price Bid will be
informed separately.
6
15. The tender received after expiry of specified date and time will not be accepted.
16. Successful vendor will have to deposit the security money within 2 days the award of tender.
17. While opening the tenders, the technical bid will be opened first and on scrutiny of all the
documents enclosed by the tenderer, a comparative study will be made. If a Tenderer fail to fulfill all
the conditions stipulated in the tender notice/fails to enclose the documents as asked or fails to
arrange Technical Data of stores specified the above, then his tender will be rejected out rightly and
his name will not be included for the price bid. Names of successful tenderers who fulfilled all the
conditions in the technical bid after testing protection level practically will be prepared separately and
only their tender will be opened for Price bid. The Price Bid given by the unsuccessful bidder in the
technical bid will not be opened .
18. The contract will be awarded to successful bidder(L-I) only on the basis of technical bid, price
bid and documents.
19. Department reserves the right to scrap the tender.
20. In case of any dispute/doubt the decision of 160 BN CRPF, FCI Camp, Chatha, Jammu
(Jammu & Kashmir) shall be final and binding on all parties/ Tenderer.
21. Commandant-160 Bn CRPF reserves the right to cancel the contract at any time on breach of
contract by the contractor.
Sd/- 23-02-19
(K.D. Joshi)
COMMANDANT-160 BN CRPF
FCI CAMP, CHATHA, JAMMU
7
II. IMPORTANT TERMS AND CONDITIONS
Only approved snacks, sweets, foods items and soft drinks to be sold.
Approx 2200 transients/personnel will be halted during a week.
Successful vendor/contractor will be awarded a contract to operate the Canteen/shop on an
agreement basis of a period of one year which will be extendable for subsequent year on the
basis of performance.
Contractor will be required to deposit a fixed amount as security money Rs. 1,00,000/- only in
current A/C of 160 Bn and security money will be refundable to the contractor only on
termination of the agreement (without any interest) and will be subjected to clearance of all
dues by the contractor like rent, electricity etc.
Non-compliance or breach of any of the conditions of the agreement will entail automatic
forfeiture of the security deposit.
An SOP/MoU will be prepared to lay down the procedure for operation of the canteen, which
will be fixed by board of officers to be detailed by the competent authority.
Vendor should have atleast 5 years of experience continuously running similar wet canteen in
Defence/CAPFs/Police establishment. He should be managing atleast one canteen of similar
size/magnitude with force/CAPF/Police. The shop will function round the clock or as per
timings decided by the competent authority.
Rent, electricity on commercial rate and other allied charges are to be fixed by detailing a
Board of Officers by CRPF from time to time with respect to the proposed canteen/shop and
will be borne by the contractor and be cleared within 10 days of receipt of intimation of such
bills.
Rent of room will be decided as per Circle Rate issued by Civil authority in Jammu time to
time.
Right to rate revise be kept under the competency of Commandant-160 Bn.
Rights for adding new items in the list as and when demand is projected by Jawans/transients
be kept with the department.
Discretion of the 160 Bn CRPF, which shall be final and against where there shall be no appeal
levied for the following:-
Any irregularity like excessive pricing, poor quality of the item.
Breach of discipline, misconduct by contractor or any of the employees.
Contravention of the terms of the agreement or non-payment of monthly dues.
Lack of cleanliness and hygiene in the premises of the shop (as detected by MO/SMO or a
superior officer of CRPF).
The contractor will make arrangements for furniture, equipment’s, display units requirement
for running of the canteen/shop from his/her own sources.
Contractor and his employees are neither permitted to live in the shop nor to keep their
families therein.
Vendor will be held responsible, in case of any food poisoning to the Jawans which is being
cater from the canteen.
Commandant -160 Bn, CRPF, will not be responsible for any dispute arise, due to sale of items
on credit.
Keeping in view the Security force activities, all prescribed security measures will be adopted
by the contractor and his employees. Any breach of security will attract stringent action as may
be deemed necessary.
Contractor will be personally responsible for the conduct, working and behavior of all his/her
employees.
The verification of the character and antecedents of the contractor and his employees will be
8
done by the civil police and temporary passes will be issued by the controlling authority. These
passes will be carried by the required people at all times.
The contractor will carry out business at the rates fixed by CRPF. These rates will be displayed
prominently in front of the canteen/shop.
The board of officers will assemble, as and when deemed fit, and compare the rates charged by
the contractor with the prevailing market rates.
CRPF will not provide any vehicle or help for delivery/supply of raw/edible products.
Rates of products requires to be change will be done only after obtaining prior approval of
Commandant-160 Bn, CRPF.
Selling rate and charges of items indicated in each shop should not be higher than market rate
MRP/MSP. If noticed by competent authority the contract will be cancelled.
Selling of items and providing of services should be as per contract agreement only. Not
allowed to sell in Barracks/residential area.
The contractor should have FSSAI (Food safety and standard authority of India) certificate.
If the allottee withdraw the contract before the contract period the Security money will be
forfeited. However the refund can be considered by Competent authority, if found genuine
grounds.
The allottee should submit full details of address with police verification.
Sd/- 23-02-19
(K.D. Joshi)
COMMANDANT-160 BN CRPF
FCI CAMP, CHATHA, JAMMU
9
APPENDIX-"A"
TECHNICAL BID FORM
To,
The Commandant-160 Bn,CRPF
FCI Camp, Chatha,
Jammu (Jammu & Kashmir)
T.E. NO.C-XVII-1/2018-19-160-(T/C JMU) Dated, the Feb’2019
Sir,
1. I hereby offer to supply the outsourcing of wet canteen to serve a variety of food items, snacks
& other packed edible items round the clock (24x7x365) at reasonable rates for the use of Jawans at
CRPF, Transit Camp Channi Rama, Jammu (J&K) given in the schedule and agree to hold offer open
till ……………….. I shall be bounded by a communication of acceptance within the prescribed time.
2. I have understood the terms and conditions as laid down in para 1 to 26 and certify that I will
be fully abide by terms and conditions. If I/we fail to comply with any of the terms and conditions
EMD/Security Money already deposited may be forfeited.
3. Rs. ) only as tender cost enclosed herewith in form of ,……………..
4. Photo copies of valid GST/Sales Tax clearance and past performance certificate of such
supply are enclosed.
5. Catalog/ CD/DVD/Samples as per required items with specification may be deposited within
the prescribed time.
6. Place of delivery i.e. F.O.R. will be made under mentioned consignees :-
7. Certified that I have no pre-conditions attached with tender.
Your's faithfully,
Signature
Name / address of the
tenderer with seal.
10
APPENDIX-"B"
COMMERCIAL/PRICE BID UPLOADED
online through e-Procurement site http://eprocure.gov.in/eprocure/app
To,
The Commandant
160 Bn,CRPF, FCI Camp, Chatha,
Jammu (Jammu & Kashmir)
Reference: Your tender notice No.C-XVII-1/2018-19-160-(T/C JMU) Dated, the Feb’2019
Sir,
I/we hereby quoted online the following rates of under mentioned items as per details given
below :-
Details of items to sell in shops to which called for Tender Enquiry
Sl No. Name of items A/U
NAMKEEN ITEMS
01(A) Aloo Bujiya – 200 Gms Haldi Ram Pkt.
01(B) Aloo Bujiya – 400 Gms Haldi Ram Pkt.
02 Punjabi Tadka – 200 Gms Haldi Ram Pkt.
03(A) Moong Dal (Mix) – 200 Gms Haldi Ram Pkt
03(B) Moong Dal (Mix) – 400 Gms Haldi Ram Pkt
04(A) Navratan Mix – 200 Gms Haldi Ram Pkt
04(B) Navratan Mix – 400 Gms Haldi Ram Pkt
05(A) Khata Mitha (mix) – 200 Gms Haldi Ram Pkt
05(B) Khata Mitha (mix) – 400 Gms Haldi Ram Pkt
06(A) Nut Craker – 200 Gms Haldi Ram Pkt
06(B) Nut Craker – 400 Gms Haldi Ram Pkt
BISCUITS
07(A) Britania (Cookies) Pkt
07(B) Britania (Milk Bikis) Pkt
07(C) Britania (Good day) Pkt
07(D) Britania (Marie Gold) Pkt
07(E) Britania (50 – 50) Pkt
07 (F) Parle-G Pkt
07(G) KrackJack Parle-G Pkt
07(H) Coconut Cokies Parle-G Pkt
07(I) Namkin Parle-G Pkt
07(J) Kreams Parle-G Pkt
07(K) Parle Marie Pkt
07 (L) Priya Gold (Coconut Crunch) Pkt
07 (M) Priya Gold (Butter Bite) Pkt
07(N) Priya Gold (Maries Lite) Pkt
07(O) Priya Gold (Classic Cream) Pkt
08 (A) Dukes (Cheesy Nibbles) Pkt
08(B) Unibic (Cookies) Pkt
08(C) Anmol (Dream Lite) Pkt
08(D) Sunfeast (Formlite) Pkt
08(E) Bakery Biscuits Kgs.
11
WATER BOTTLE
09 (A) Water bottle – 1 Ltr. (Bislery) Nos.
09(B) Water bottle ½ Ltr. (Bislery) Nos.
JUICE
10(A) Mango – 100 ML. Nos.
10(B) Mango – 200 ML Nos.
10(C) Mango – 300 ML Nos.
10(D) Mango – 500 ML Nos.
11 (A) Guava – 100 ML. Nos.
11(B) Guava – 200 ML Nos.
11(C) Guava – 300 ML Nos.
11(D) Guava – 500 ML Nos.
12 (A) Pineapple – 100 ML Nos.
12 (B) Pineapple – 200 ML Nos.
12 (C) Pineapple – 300 ML Nos.
12 (D) Pineapple – 500 ML Nos.
13 (A) Apple – 100 ML Nos.
13 (B) Apple – 200 ML Nos.
13 (C) Apple – 300 ML Nos.
13 (D) Apple – 500 ML Nos.
14 (A) Pomegranate – 100 ML Nos.
14 (A) Pomegranate – 200 ML Nos.
14 (A) Pomegranate – 300 ML Nos.
14 (A) Pomegranate – 500 ML Nos.
CAKES/CREAM ROLL / PASTRIES
15 Cream Roll Nos.
16 Veg. patty Nos.
17 Cream Ilaichi Nos.
18 Cream Choco Orange Nos.
COLD DRINKS/SOFT DRINKS
19 Tea – standard size Cup
20 Coffee – standard size Cup
21 Lemon Tea – standard size Cup
22 Green Tea – standard size Cup
23 Kahwa – standard size Cup
24(A) Dessi lassi Khati – 200ML Nos.
24 (B) Dessi lassi Mithi- 200 ML Nos.
25 Sugar cane juice in summer season Nos.
ICE CREAM
26 Kulfi Nos.
27 Matka Kulfi Nos.
28 Lacha Kulfi Nos.
29 Ice cream – 100 Gms. (Amul) Nos.
FAST FOODS
30(A) Maggie ½ Plate Nos.
30(B) Maggie Quarter Plate Nos.
31)A) Noodles/Chowmin - ½ Plate Nos.
31(B) Noodles/Chowmin - Quarter Plate Nos.
32(A) Sandwich – ½ Plate Nos.
12
32(B) Sandwich – Quarter Plate Nos.
33(A) Rajma/Channa Rice with Aachar- Full Plate standard size Nos.
33(B) Rajma/Channa Rice with Aachar- Half Plate standard size Nos.
34(A) Chola Bhatura – standard size – 02 Pc. Nos.
34(B) Chola Bhatura – standard size – 03 Pc. Nos.
35 Bread Pakora Nos.
36 Smosa- standard size Nos.
37(A) Aloo Tikki – standard size – 02 Pc. Nos.
37(B) Aloo Tikki – standard size – 01 Pc. Nos.
38(A) Channa Kulcha- standard size – 02 Pc. Nos.
38(B) Channa Kulcha- standard size – 01 Pc. Nos.
38(C) Nan roti with butter – standard size Nos.
38(D) Nan roti without butter – standard size Nos.
39(A) Kari Pakora + Rice – Full plate Nos.
39(B) Kari Pakora + Rice – Half plate Nos.
40(A) Biryani – Full plate Nos.
40(B) Biryani – Half plate Nos.
SOUTH INDIAN FOODS
41(A) Idly with Sambhar & Chatni – 02 Pc. (Plate) Nos.
41(B) Idly with Sambhar & Chatni – 03 Pc. (Plate) Nos.
42 Dosa (Plain+Chatni)– standard size – 01 Pc. Nos.
43 Uttapum Nos.
44 Masala dosa + coconut chatni + Sambhar Nos.
45 Dhokla Kgs
SWEETS
46 Jalebi Kgs
47 Gulab Jamun Kgs
48 Laddu Kgs.
49(A) Burfi (Besan) Kgs
49(B) Burfi (Coconut) Kgs
49(C) Burfi (Khowa) Kgs
50 Balusahi etc. Kgs.
Your's faithfully.
Signature
Name / address of
the tenderer with seal.
13
PROFORMA FOR BANK GUARANTEE FOR SUBMITTING EARNEST MONEY
(ON BANKS LETTER HEAD WITH ADHESIVE STAMP)
To
The Commandant
160 Bn CRPF, FCI Camp Chatha,
Jammu (Jammu & Kashmir)- 180009.
Dear Sir,
In accordance with your invitation to Tender No.---------------------------------------------- M/s -----------
---------------------------------------------------------- here in after called the Tenderer with the following
Directors on their Board of Directors /Partners of the firm.
1. ________________________ 2.____________________________
3.________________________ 4. ____________________________
;wish to participate in the said tender enquiry for the supply of __________________ as a bank
guarantee against Earnest Money for a sum of Rs. __________________ ( in words)
___________________________ Valid for 180 days from the date of tender opening viz. up to
_______________________ is required to be submitted by the Tenderer as condition for the
participation, this bank hereby guarantees and undertakes during the above said period of 180 days, to
immediately pay on demand by ________________________ in the amount of without any
reservation and resource if,
1. The Tenderer after submitting his tender, modifies the rates or any of the terms and conditions
thereof, except with the previous written consent of the purchaser.
2. The Tenderer withdraws the said tender within 180 days after opening of tenders OR
3. The Tenderer having not withdrawn the tender, fails to furnish the contract security deposit
imposed for due performance of the contract within the period provided in the general conditions of
the contracts. The guarantee shall be irrevocable and shall remain valid up to
________________________ if further extension to this guarantee is required, the same shall be
extended to such period on receiving instructions from the tenderer on whose behalf this guarantee is
issued. This guarantee will remain in force up to and including 45 days after the period of tender
validity and any demand in respect thereof should reach the Bank not later than the above date.
Date :_____________________________ Signature _______________________
Place : _________________ Name __________________
Witness ___________________
(Designation)___________________
Printed( Banker’s Common seal)______
14
Form 68-A
Tender No. ________________________________________________
Full name and address of the
Tenderer in addition to Post Box
No. if any, should be quoted in all
communication to this office.
Contractor’s Telegraphic
address------------------------------------------------------------------
Telephone No.--------------------------------------------------------
Fax No-----------------------------------------------------------------
From,
________________________________
________________________________
________________________________
Dear Sir,
1. I/We hereby offer to supply the stores detailed in the schedule here to or such portion thereof
as you may specify in the acceptance of tender at the price given in the said schedule and agree to
hold this offer open till ____________________ I/we shall be bound by a communication of
acceptance within the prescribed time.
2. I/We have understood the instructions to Bidders in the booklet DGS&D-229 and conditions
of contract in the Form No-68 (Revised) including in the pamphlet entitling conditions of contract
governing contracts placed by the Central Purchases Organization of the Government of India read
with the amendments annexed herewith and have thoroughly examined the specification drawing
and/or pattern quoted in the schedule hereto and am/are fully aware of the nature of the stores
required and my/our offer is to supply stores strictly in accordance with the requirements. The
following pages have been added to and form part of this tender______________________
Here paste coupon in case where coupons are
supplied to contractors on payment
Yours faithfully
(Signature of the Tenderer)
Address_____________________________
Dated________________________________
(Signature of the Witness)
Address_____________________________
Dated________________________________
15
QUESTIONNAIRE ABOUT MANUFACTURER
Please Mark in appropriate Box and fill the answer correctly. Tenders leaving the box
unmarked and questionnaire unanswered shall be rejected)
1. Name & Address of contractor:
2. (a) Whether registered with MSME as MSE for subject store
YES NO
(b) If yes, monetary limit
Cash W/limit
(c) Validity date ______________
3. (a) Whether registered with NSIC for subject store
Yes No
(b) If yes, monetary limit
Cash W/Limit
(c) Validity date ______________
4. Whether past supplier of subject store to DGS&D
Or Min. of Home Affairs during the last 3 years. YES NO
If yes, submit performance report in enclosed Performa)
5. Delivery period in months from the date of placement of order _______________
6. Acceptance to conditions of contract as
Contained in DGS&D-68 (Revised) amended YES NO
up to date and those contained in Pamphlet No. DGS&D-229 read
with Annexure attached.
7. Have you enclosed required Earnest Money?
Yes No
08. Do you accept Liquidated damage clause:
Yes No
16
09. Have form No. 68 A and List No.1 of T.E.
signed by witnesses. Yes No
10. Do you accept Guarantee/Warranty clause:
Yes No
11. Do you accept Arbitration clause:
Yes No
12. Do you accept Delivery period:
Yes No
13. Have you enclosed the technical
Brochure/literature ? Yes No
14. Whether your firm ever been blacklisted/banned ?
Yes No
15. Have you submitted compliance statement
Yes No
16 Do you agree to provide all reports for the items
used by the firms from accredited labs and agree to YES NO
submit at the time?
17. Do you accept the test of edible items at 160
Bn CRPF location? Yes No
Signature of bidder:
Name in Block letters :
Capacity in which
Tender is signed
Full Address :
17
LIST NO-1
BIDDERS SHOULD FURNISH SPECIFIC ANSWERS TO ALL THE QUESTIONS GIVEN BELOW.
BIDDERS MAY PLEASE NOTE THAT IF THE ANSWER SO FURNISHED ARE NOT CLEAR AND / OR
ARE EVASIVE, THE TENDER WILL BE LIABLE TO BE IGNORED.
1. Tender No.________________________________
2. Whether the stores offered fully conform to the Technical
particulars, specified by the CRPF in the schedule to tender. If not, mention here
details of deviations.
3. Brand of items offered. :
4. Name and address of bidder. :
5. Station of manufacturing :
6. What is your permanent Income Tax A/C No. ? :
7. Please indicate name & full address of your
banker in the following format -:
a) Bank Name, Branch and Bank Account No. (Core bank account)
b) IFSC Code
c) Whether bank branch is NEFT/RTGS enables or not
d) GSTIN No.
8. Business name and constitution of the firm.
Is the firm registered under: - :
i) The Indian Companies Act 1956,
ii) The Indian Partnership Act 1932 (Please also give name of partners)
iii) Any Act; if not, who are the owners. (Please give full names and address.)
9. Do you agree to sole arbitration by an officer of Ministry of Law, appointed by the Secretary,
Ministry of Home Affairs or by some other person appointed by him as provided in clause 24 of the
general conditions of contract form DGS&D- 68 (Revised). (Your acceptance or non-acceptance of
this clause will not influence the decision of the tender. It should, however, be noted that an omission
to answer the above question will be deemed as an acceptance of the clause.
10. For partnership firms state whether they are registered or not registered under Indian
Partnership Act, 1932. Should the answer to this question by a partnership firm be in the affirmative,
please state further :-
1. Whether by the partnership agreement, authority to refer disputes concerning the business
of the partnership to arbitration has been conferred on the partner who has signed the tender.
18
2. If the answer to (1) is in the negative, whether there is any general power of attorney
executed by all the Partners of the firm authorizing the partner who has signed the tender to refer
disputes concerning business of the partnership to arbitration.
3. If the answer to either (1) or (2) is in the affirmative Furnish a copy of either the partners
agreement or the general power of attorney as the case may be.
11. Here state specifically.
A. Whether the price tendered by you is to the best of your knowledge and belief, not more
than the price usually charged by you for stores of same nature/class or description to any private
CRPF either foreign or as well as Govt. CRPF. It not state the reasons thereof. If any, also indicate
the margin of difference.
B. In respect of indigenous items for which there is a controlled price fixed by law, the price
quoted shall not be higher than the controlled price and if the price quoted exceeds the controlled
price the reasons thereof should be stated.
12. State whether business dealings with you have been banned by Min/Deptt. of Supply/Min.
of Home Affairs? :
13. Please confirm that you have read all the instructions carefully and have complied with
accordingly.:
Signature of Witness _______________
(Full Name and address of witness in Block
letters)
Signature of Bidder_____________
(Full Name and address of the persons
signing in Block letters)
Whether signing as
Proprietor/ Partner/Constituted
Attorney/duly authorized by the Company
19
FORM-7
PROFORMA FOR EQUIPMENT AND QUALITY CONTROL
1. Tender No. & Date ______________________ for the supply of ________________
2. Name and Address of the firm :
3. I) Telephone No. Fax/Office/Factory/Works:
II) Telegraphic address:
4. Location of manufacturing. Factories owned by you (Documentary). In case you do not own
the factory but utilize the factory of some other firm for the manufacture of the stores for which you
apply for registration on lease or other base you should furnish a valid legal agreement of the factory
of________________________________ (Here indicate the name of the firm whose factory is
being utilized) has been put at your disposal for the manufacture of the items for which registration
has been applied for.
5. Brief description of the factory (e.g. area covered accommodation, departments into which it
is divided, laboratory etc.)
6. Details of plant and machinery erected and functioning in each department (Monograms and
descriptive pamphlets should be supplied if available).
7. Whether the process of manufacture in factory is carried out with the aid of power or without
it.
8. Details and stocks or raw material held (state whether imported or indigenous) against each
item.
Production capacity of each item with the existing plant and machinery:
a) Normal ___________________________________________
b) Maximum _________________________________________
9. Details of arrangements for quality control of products such as laboratory etc.
10. (a) Details of Technical/supervisory staff in charge of production and quality control.
(b) Skilled labour employed.
(c) Unskilled labour employed.
(d) Maximum no. of workers (skilled and unskilled) employed on any day during the 18
months preceding the date of application.
Place _________
Date _________ Signature and designation of the Tenderer
N.B.: Details under column 6 to 11 inclusive need to be restricted to the extent they pertain to
the item(s) under reference.
20
Performance statement
1. Name of Firm :
2. Name of purchase organization; :
3. Contract Nos. :
4. Description of Stores :
5. Quantity on order :
6. Value :
7. Original D.P. :
8. Qty. supplied within original D.P. :
9. Final Ext. D.P. :
10. Last supply position. :
11. Reasons for Delay in supplies (if any): :
Signature of the Bidder
21
APPENDIX-“B”
Check list for tenderer
(Tenderers should check following requirements for compliance before submission of the tender documents)
Sl.No. . Requirements to be checked by the tenderer before
submission of the tender
Compliance (To be indicated by the
tenderer with “YES” after
compliance of the requirements)
1. Tenderers should mention quantity for which they have quoted.
This should be mentioned in the covering/ forwarding letter
head of the technical bid.
2 Tenderers should ensure deposit of required Earnest Money
Deposit if the tenderer are not registered with MSME as MSE
unit or NSIC for the store(s) quoted for the governing
specification as per Tender Enquiry
3 Tenderers should ensure that their registration with MSME as
MSE unit and NSIC is valid if they are registered with MSME
as MSE unit /NSIC and not depositing Earnest Money. They
should enclose the latest MSME as MSE unit /NSIC
registration certificate.
4 Tenderers should confirm that their product conforms to the
governing specifications of the quoted stores as per Tender
Enquiry.
5 Tenderers should mention their monthly manufacturing /
supplying capacity.
6 Tenderers should mention that their offer is valid up to 180
days from the date of opening of the tender.
7 Tenderers should mention their Delivery Period clearly.
8 Tenderers should give their past performance in the specified
format given in the Tender documents.
9 Tenderers should mention that they agree to the Arbitration
clause of the Tender Enquiry.
10 Tenderers should mention that they agree to accept the
conditions of the contract contained in DGS&D-68 (Revised)
amended up to 31.12.91 and those contained in Pamphlet
No.DGS&D-229 read with Annexure attached.
11 Tenderers should ensure that they have duly filled up
Equipment and Quality Control Proforma given in the Tender
documents
12 Tenderers should mention that Business dealing with their
firms has not been banned by any Govt/ private agencies.
13 Tenderers should ensure that witness has signed at appropriate
places of the Tender documents and full name and address of
the witness have been mentioned clearly.
14 Tenderer should ensure to sign each page of the Tender
documents with name, designation, seal and address of the
signatory.
15 If the tenderer want to mention any specific condition, it should
be mentioned on the covering/forwarding letter only which will
be placed on the first page of the technical bid. Such condition
mentioned in any other document shall not be given any
consideration.
16 Tenderers should mention their address for communication
with Telephone and Fax Number.
Signature of the tenderer
22
APPENDIX- “C”
Sl No Requirement (Firm should correctly fill
following column.)
(Indicate page number of
tender document where
related information is
shown /available, so it can
be verified. Columns should
be highlighted.)
1 Whether Registered with NSIC
Monetary limit / ATO / NSIC
Validity of registration
2. Whether Registered with MSME as
MSE unit
Monetary limit/ATO
Validity of registration
3. Whether EMD enclosed (Should be
valid upto 180 days from the date of
opening of tender.)
Validity of EMD expiry on
4 Whether specification Confirmed or not
5 Whether firm agrees to accept
conditions of contract as contained in
DGS&D-68 (Revised) amended upto
31/12/91 and those contain Pamphlet
No. DGS&D-29 read with Annexure
attached.
6 Validity of offer (Our requirement is
180 days from the date of opening)
7 Past Performance (attached or not)
8 Arbitration Clause (agreed or not)
9 Warranty Clause (agreed or not )
10 Liquidated damage clause (agreed or
not)
11 Partnership agreement (attached or not)
12. Name & Add of Bankers
13 Equipment and Quality control
proforma (Form No. 7) duly filled or
not
14 Whether business dealing banned
15. Whether witness have signed in list No.
1 and form-68-A or not
16 Whether tender signed properly
17 Whether any Specific condition
stipulated
Signature of tenderer
with Date and Name of tenderer
23
APPENDIX-“D”
TENDER ACCEPTANCE LETTER
(To be given on Company Letter Head)
Date:
To, ______________________ ______________________ ______________________
Sub: Acceptance of Terms & Conditions of Tender.
Tender Reference No: ________________________
Name of Tender / Work: -
_________________________________________________________________________________
_________________________________________________________________________________
Dear Sir,
1. I/ We have downloaded / obtained the tender document(s) for the above mentioned
‘Tender/Work’ from the web site(s) namely:
_________________________________________________________________________________
_________________________________________________________________________________
as per your advertisement, given in the above mentioned website(s).
2. I / We hereby certify that I / we have read the entire terms and conditions of the tender
documents from Page No. _______ to ______ (including all documents like annexure(s), schedule(s),
etc.,), which form part of the contract agreement and I / we shall abide hereby by the terms /
conditions / clauses contained therein.
3. The corrigendum(s) issued from time to time by your department/ organizations too have also
been taken into consideration, while submitting this acceptance letter.
4. I / We hereby unconditionally accept the tender conditions of above mentioned tender
document(s) / corrigendum(s) in its totality / entirety.
5. 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.
Yours Faithfully
(Signature of the Bidder, with Official Seal)
Signature of Tenderer _________
(Full Name and address of the
persons signing in Block letters)
Whether signing as Proprietor/
Partner/ Constituted Attorney/duly
authorized by the Company