BIDDING DOCUMENT - walmi odisha

23
WATER AND LAND MANAGEMENT INSTITUTE, AT: PRATAPNAGARI, P.O: TELENGAPENTHA, DIST: CUTTACK, PIN: 754001 (0671)2586426, 2586432, Fax-:2586430 Email_Id: [email protected] Website: www.walmiodisha.com or www.walmi odisha.org. BIDDING DOCUMENT SELECTION OF AGENCIES FOR SUPPLY OF GROCERY, VEGETABLES AND NON-VEG ITEMS TO WALMI, ODISHA FOR 2017-18

Transcript of BIDDING DOCUMENT - walmi odisha

WATER AND LAND MANAGEMENT INSTITUTE,

AT: PRATAPNAGARI,

P.O: TELENGAPENTHA, DIST: CUTTACK, PIN: 754001

(0671)2586426, 2586432, Fax-:2586430

Email_Id: [email protected]

Website: www.walmiodisha.com or www.walmi odisha.org.

BIDDING DOCUMENT

SELECTION OF AGENCIES FOR SUPPLY OF GROCERY, VEGETABLES AND NON-VEG

ITEMS TO WALMI, ODISHA FOR 2017-18

CONTENTS

SECTION. DESCRIPTION PAGE NUMBER

I. TENDER ENQUIRY 1

II. INSTRUCTION TO BIDDER 2 - 6

III. GENERAL TERMS & CONDITIONS 7 - 8

IV. PART – 1 TECHNICAL BID – STANDARD FORMAT 9 – 10

PART – 2 PRICE BID - STANDARD FORMAT 11 - 20

V. DECLARATION 21

SECTION – I: TENDER ENQUIRY

WATER AND LAND MANAGEMENT INSTITUTE(An Autonomous Training Institute under DOWR, Govt. of Odisha)

Pratapnagari, Telengapentha, Cuttack, Odisha, Pin – 754001. (0671)2586426, 2586432, Fax-:2586430

Email_Id: [email protected] Website: www.walmiodisha.com or www.walmi odisha.org.

No.04/ 2017-18 TENDER ENQUIRY

WALMI invites sealed tenders from registered firms/ suppliers/ dealers having valid VAT

registration, TIN registration, up to date VAT clearance certificate in Form – 612 & PAN for

supply of Grocery (Group – 1), Vegetables (Group – 2) & Non-veg items (Group - 3) to

WALMI, Odisha for the financial year 2017-18. The bidding document may be downloaded

from the website: www. walmio disha. com or www.walmiodisha.org which shall be submitted

along with Rs.1,050/- towards cost of tender document for each group and EMD of Rs.10,000/-

(Group – 1), Rs.5,000/- (Group – 2) & Rs.5,000/- (Group – 3) in shape of Demand Draft drawn

in favour of Deputy Director, WALMI & payable at Bhubaneswar or Cuttack. Bidders are

required to opting only for one group according to their eligibility. The tenders should reach the

office of the undersigned by19.06.2017 till 5:00 P.M which will be opened at 3:00 PM on

20.06.2017. The undersigned reserves the right to reject any or all the tenders without assigning

any reason thereof.

Sd/- Deputy Director, WALMI

(Full signature of the tenderer/bidder)

With Seal 1

SECTION – II: INSTRUCTION TO BIDDER1. Introduction: The client WALMI (Water And Land Management Institute), Odisha will select

a bidder based on the tender enquiry Reference No.04/ 2017-18 & submitted bids for supply of Grocery (Group – 1), Vegetables (Group – 2) & Non-veg items (Group - 3) to WALMI, Odisha for 2017-18.

2. About the Institute:

Water And Land Management Institute (WALMI) was established in the year1984 and is an autonomous Institute to impart advanced training in the areas ofwater and land management with a view to enhance agricultural production.The institute is well equipped with requisite infrastructure, which include 5class rooms (3 lecture halls each with a capacity to accommodate 40 traineesand other 2 lecture halls each with a capacity to accommodate 80 trainees), aconference hall for 40 participants, an Auditorium to accommodate 250 personsand a library, an indoor Hydraulic laboratory, Soil Testing Laboratory,Computer Lab and Hostels to accommodate about 200 participants, besidestransport and other facilities. The Institute functions under the administrativecontrol of its Governing Council with the Principal Secretary to Government,Department of Water Resources as its President and Director WALMI as itsMember Secretary. The Governing Council comprises senior level officersfrom the Departments of Water Resources, Finance, Agriculture, OUAT,CADA, DWM, XIMB and CRRI. The institute is located at Pratapnagari, about7 km to the South of Cuttack and 17 km North of Bhubaneswar on NationalHighway 5. The Institute offers residential training to various stakeholders. Thetrainees are allowed to stay in the hostels. Fooding facilities is also availablefor the trainees.

Objective of the Institute:1. To provide inservice training of multidisciplinary nature to the personnelengaged in Irrigation Engineering and Agriculture.2. To undertake action & adaptive research pertaining to irrigation projectcommands on land, water and crop management including on station, fieldexperiments on water management in different crops.3. Providing consultancy services, publication of literature, holding seminarsand workshops etc. and organize farmers’ training programmes, especially, thecapacity building of Pani Panchayats and other Farmers' Organizations ofOdisha.4. To develop linkages and collaborations with similar institutions within andoutside the State for training and research.

(Full signature of the tenderer/bidder)

With Seal 2

3.0 Documents to be furnished along with tender: (Eligibility criteria)

3.1 The Bidder must furnish the following;

a) The original Bidding Document downloaded by the bidder should be filled in whereverrequired and submitted with seal and signature in every page as a token of admission andacceptance of contents.

b) Copy of Registration Certificate of firm/ supplier/ shop/ establishment license/authorisation certificate for authorised dealer.

c) Copies of latest Income Tax return & up to date VAT Clearance Certificate in Form – 612..

d) Copies of TIN and/ or PAN registration.

e) Similar Past experience on supply of Grocery/ Vegitables/ Non-Veg items to any Govt.Office/PSU etc copies of Work Orders (atleast 3 nos Work Order in preceding three years).

f) EMD & Tender document cost.

4.0 EARNEST MONEY/ TENDER DOCUMENT COST :

4.1 The bidder shall submit EMD (Refundable) & cost of tender document (Non-refundable)in shape of Bank Draft drawn on any nationalized bank favouring Deputy Director,WALMI & payable at Bhubaneswar or Cuttack as detailed below;

Cost of document EMD

Group - 1 Grocery Rs.1,050/- Rs.10,000/-

Group - 2 Vegetables Rs.1,050/- Rs.5,000/-

Group - 3 Non-veg items Rs.1,050/- Rs.5,000/-4.2 Tenders received without EMD & tender document cost shall summarily be rejected.

4.3 No interest shall be paid by WALMI against EMD amount submitted by the bidder.

4.4 The EMD of unsuccessful bidders shall be refunded within 30 days of finalization oftender.

4.5 The EMD of successful bidder shall be refunded within 30 days after required supply ofmaterials against Purchase Order.

4.6 The EMD shall be forfeited in case the approved supplier fails tosupply/unwilling/reluctant to supply for any reasons what so ever.

5.0 Submission of bid.

5.1 The bidder shall submit the original tender document with seal and signature on each pagewithin the stipulated period as a token of acceptance of terms & conditions. Tenderdocuments in any other form and not completed in all respect shall be summarily rejected.

(Full signature of the tenderer/bidder)

With Seal 3

5.2 Tenders may either be submitted in the Tender Box kept in the Office of the DeputyDirector, WALMI, Pratapnagari during office hours or at Room No.329, O/O the Engineer-in-Chief, Water Resources, Secha Sadan, Bhubneswar.

5.3 Tenders to be submitted at the following address :-

Deputy Director,

WALMI, Odisha,

At: Pratapnagari,

P.O: Telengapentha,

Dist: Cuttack

5.4 The WALMI may, at its discretion extend the deadline for the submission of bidsmentioned above, in such case all rights and obligations of the WALMI and bidders shallbe valid as mentioned previously to the new deadline as extended.

5.5 The Institute will not be liable for late in receipt of the tender after the due date/ time.

5.6 Any bid received by the WALMI after the deadline for submission of bid prescribed willbe rejected.

5.7 The bidders should submit their sealed technical & Price bids separately in two envelopesclearly marked as Technical bid & Price bid & those two envelopes should be put intoanother outer sealed envelope superscribed as “Tender for supply of Grocery (Group – 1)or Vegetables (Group – 2) or Non-veg items (Group - 3) to WALMI, Odisha for 2017-18with reference to tender enquiry No.04 dt.01.06.2017.

5.8 The tenderer shall quote the rates both in figure and in words for all items described. Incase of any discrepancy, rate in words shall be considered as correct.

5.9 Any correction/over writing made by the tenderers in the tender document must be initialedby the tenderer before submission of the tender documents.

5.10 The tender, on submission shall become the property of WALMI and the Institute shall beunder no obligation to return the same to the bidder.

5.11 Only those bidders should participate in the tender who are willing to supply all the itemsof a particular Group. Bidders who don’t quote the rates for all items as per the formatmentioned in Section – IV (PART – 2) (Group-1 or Group-2 or Group-3) their Price bid areliable to be rejected. The bidders should not quote any other brand which are notmentioned in the list of items.

5.12 The bidders are requested to supply Good quality materials where brand is not mentioned.Accordingly the bidders will quote their rates in the tender document for finalization of thetender. The rates for the BRAND mentioned should be quoted.

5.13 The quoted rate shall include cost of material, labours, transport, taxes & duties, royalties,octroi and other local taxes or levies etc. if any. VAT amount for each items have to be

(Full signature of the tenderer/bidder)

With Seal 4

mentioned separately and total unit rate for each item have to be computed.

5.14 Lowest 1 bidder for each Group will be selected for awarding the contract of the respectiveGroup subject to the instruction laid down in Clause 8 of Section II of bid document.Bidder opting for a particular group should quote rates for all the items in that group,otherwise the bid will be rejected.

6.0 Opening of bids

6.1 WALMI will open the bids, in the presence of bidders or their authorized representativewho wish to attend, at the time and date specified in the tender inquiry, at the OfficeChamber of Deputy Director, WALMI. The bidders or their authorized representatives whoare present shall sign the tender opening register evidencing their attendance.

6.2 The bidders' name, written modifications of bid or withdrawals and the presence orabsence of the requisite bid security and such other details as the WALMI, at its discretion,may consider appropriate will be announced at the time of opening.

6.3 WALMI shall prepare, for its own records, the minutes of the bid opening, including theinformation disclosed to those present.

7.0 Bid validity;

Bid shall remain valid for not less than 60 days.

8.0 Evaluation of Tender;

The client will evaluate and compare the tender determined to be substantially responsivei.e which

(a) are properly signed & sealed.

(b) Confirm to the term & condition & specification

(c) Submitted as per prescribed format etc.

As the tender is a two bid system, the technical acceptability of the offers are firstdetermined and thereafter, the financial bids of only the technically acceptable offers areopened for further scrutiny & processing for placement of contract. (Reference: OMNo.42284/ F dt.26.09.2011 of Finance Department, Government of Orissa, Guidelines foroutsourcing of services and manual on Policy & Procedures for purchase of goods issuedby Ministry of Finance Department of Expenditure, Government of India)

9.0 Miscellaneous:

9.1 In case of any item where no specification is supplied by WALMI as mentioned in thetender document, such items shall be supplied in accordance with the sample of a reputedcompany/brand.

9.2 In case of default by the approved bidder, failure or refusal to supply any item WALMImay purchase the same from local market and hold the bidder responsible for any excesscost involved thereby. Furthermore, WALMI reserves the right to terminate the contract in

(Full signature of the tenderer/bidder)

With Seal 5

such cases and recover the penalty for the same from any amount due to the supplier orwhich may become due in future.

10.0 Pre-bid Conference:

A Pre-bid Conference will be held on 12th June 2017 at 3.30 P.M in the office chamber ofDeputy Director. WALMI, Odisha at Pratapnagari. Intending bidders may attend theconference at the scheduled date & time for interaction with the client regarding the saidbid. They are free to put their bid related queries only and get themselves appraised so thatthey will be able to submit the bid as per the requirement.

(Full signature of the tenderer/bidder)

With Seal 6

SECTION – III: GENERAL TERMS AND CONDITIONS

1.0 Performance Security;

The successful bidder will have to deposit @ 5% of value of total amount of tender to be awardedtowards Performance Security which will be retained till successful completion of the contractperiod.

2.0 Issue of Purchase Order:

The items are to be supplied FOR basis. The purchase order will be placed on the selected bidderwhose bid has been determined to be substantially responsive & who has offered the lowestevaluated bid price. The materials shall be supplied at the WALMI, Hostel. The lowest approvedrate of successful bidder shall be valid for one year in case of Grocery (Group – 1) & Non-Veg item(Group – 3) and six months in case of Vegetables (Group – 2).

3.0 Rejection:

The bidder should supply the materials as per the sample/ brand. In case of any variation and lowquality a penalty as decided may be levied to the successful bidder.

4.0 Payment:

After successful supply of all the items mentioned in the Purchase Order, the Supplier shall submitthe bill. The payment will be released after verification of materials supplied. No interim paymentshall be allowed. The materials listed in the Price Bid have to be supplied on daily/ weekly basis incase of exigency on receipt of order over phone followed by Purchase order.

5.0 Penalty:

In the event the successful bidder fails to supply/ reluctant/refusal to supply the items, WALMIreserves the right to impose penalty @ 5% of the order value and also forfeit the EMD/Performance Security Deposit.

6.0 Disputes:

7.0 The Institute and the bidder shall make every effort to resolve any dispute/disagreement inconnection with the bid amicably by direct negotiation. However, the decision of Director, WALMIwill be final & binding in case the disagreement or dispute is not resolved by mutual negotiations.

8.0 Legal dispute if any, concerning to this supply shall be subject to such courts as exercising civiljurisdiction over Cuttack only.

9.0 Miscellaneous:

(1) WALMI reserves the right to cancel any or all the tenders without assigning any reason thereof.

(2) The agency should not be black listed by any Government organisation. If found later on, the actiondeemed to fit will be initiated as per the law.

10.0 Duration of Contract

The contract is for one year and with effect from 1 st July 2017 and may be extended for furtherperiod with mutual consent on same Term & Condition & rates.

(Full signature of the tenderer/bidder)

With Seal 7

11.0 Breach of Term & Condition

In case of any breach of Term & Condition mentioned above, the client will have the right to cancelthe order/ contract without assigning ay reason thereof.

12.0 General

12.1 An agreement to be executed with the successful bidder for entire contract period.

12.2 Fish : Rohi/ Bhakura to be supplied not less than 1 Kilo.

12.3 Rice must be free from dust, rubbish, stone.

12.4 Vegetables/ spices must be dust free & fresh.

12.5 For quantity supply the selected bidders are required to carry weights (gram, kg, ml, ltr etc). Anydiscrepancy in weight will bear penalty.

12.6 The selected bidders shall not sublet transfer or assign the contract or any part thereof withoutwritten permission of WALMI authority.

12.7 Quantity to be supplied as per demand.

12.8 Materials to be supplied with valid challan.

12.9 The authority reserves the right to extend the contract at the same rate & Terms & Condition sujectto satisfactory completion of the task.

12.10 Quantity of materials must be adhered to.

13.0 Special Terms

13.1 Items other than the quoted item if requisitioned by the authority, the selected bidder shall complywith the same & prevailing market rate will be paid for the item, if required.

13.2 Supply will remain suspended if there is no training & any unforeseen reasons.

13.3 During the period of suspension of supply no payment will be made and selected bidder shall notclaim any amount.

13.4 Authority will not consider any request to change the rate of any item during the whole contractperiod.

13.5 In case of emergency of force Majure, authority will assess the situation & price revision is thediscretionary power of competent authority.

13.6 The Junior Engineer in charge of hostel possesses the right to purchase any item not covered in thelist with written permission of Deputy Director & Director, WALMI.

(Full signature of the tenderer/bidder)

With Seal 8

Section - IV (Part - I)

Technical Bid

1 Name of the bidder

2 Address of the bidder

3 Name of authorized signatory(in capital letters)

4 Specimen signature of the authorized signatory

5 Telephone number of authorized signatory

Copy of valid document to be attached as applicable;

6. (a) Valid shop/ establishment license (Photo copy to be attached)

(b) Valid registration of the firm/ supplier (Photo copy to be attached)

(c) Valid authorisation certificate from the manufacturer/company for authorised dealer.

(Photo copy to be attached)

7 TIN Registration (Photo copy to be attached)

8 Up to date VAT clearance certificate in Form - 612 (Photo copy to be attached)

9 PAN (Photo copy to be attached)

10 Whether all documents are submitted and signedby the authorized signatory of the organization ineach page with seal

(Yes/ No)

11 Similar past experience in the Government Sector/ PSUs (3 nos Purchase order in preceding 3 years).

(Photo copy to be attached)

12 Draft number and date of the Tender DocumentCost of Rs. 1,050/- (Non-Refundable)

(Draft to be submitted)

13 Draft number and date of the EMD of Rs. 10,000/- for Group - 1 (Draft to be submitted)

14 Draft number and date of the EMD of Rs. 5,000/- for Group - 2 (Draft to be submitted)

15 Draft number and date of the EMD of Rs. 5,000/- for Group - 3 (Draft to be submitted)

Bidders are required to attach the Photo copy of the valid document according to thecategory they belong in Point No.6.

(Full signature of the tenderer/bidder)

With Seal 9

DECLARATIONI / we hereby certify that the terms and conditions, specification etc. given with the tender

notice have been read carefully and acceptable to me/us and that the information furnished above isfull and correct to the best of by /our knowledge. I / we understand that in case of any deviation inthe above statement / furnishing of forged documents etc. at any stage, our Firm/Agency will beblacklisted and will not have any dealing with your organization in future.

Place :Date :

Technical bid must be sealed.

(Full signature of the tenderer/bidder)

With Seal 10

Section - IV (Part - 2)

PRICE BID Group – 1 (Grocery)

Sl.No.

Items Unit Brand(Specification)

Unit rate including all chargesbut excluding VAT

(Rs.)

VAT(Rs.)

Total Unitrate

includingVAT(Rs.)

(in figure) (in words)

1 2 3 4 5 6 7 8 = 5+7

1. Wheat (Chakki Atta)

5 Kg Pkt.

Ashirbad

2. Rice (Boiled) – non-store-non-broken, black free meal boiling

25 Kg.Pkt.

Swarna(Good quality)

3. Arhar dal (non-polish)

50 Kg.Pkt.

Good quality

4. Buta dal 1 Kg. Pkt.

Good quality

5. Biri chopa chhada

1 Kg. Pkt.

Good quality

6. Moong dal (non-polish)

1 Kg. Pkt.

Good quality

7. Kabuli Chana (bada dana)

1 Kg. Pkt.

Good quality

8. Mustard seed Kg Good quality

9. Besan 1 Kg. Pkt.

Gruhasti

10. Groundnut seed (Bg size cleaned)

Kg Good quality

11. Suji (Thick quality)

Kg Good quality

12. Sugar 5 Kg Pkt.

Good quality

(Full signature of the tenderer/bidder)

With Seal 11

Sl.No.

Items Unit Brand(Specification)

Unit rate including all chargesbut excluding VAT

(Rs.)

VAT(Rs.)

Total Unitrate

includingVAT(Rs.)

(in figure) (in words)

1 2 3 4 5 6 7 8 = 5+7

13. Red dry Chilly (Cleaned)

500 gm

Good quality

14. Chilly powder 100 gm Pkt

Ruchi

15. Chilly powder 500 gm Pkt.

Everest

16. Jeera 100 gm Pkt.

Ruchi

17. Haldi (Turmeric powder)

500 gm Pkt.

Ruchi

18. Dhania powder 100 gm Pkt.

Ruchi

19. Garam masala powder

100 gm Pkt.

Ruchi

20. Tej patra 500 gm Pkt.

Good quality

21. Phutana 100 gm Pkt.

Ruchi

22. Chhole Masala 100 gm Pkt.

Ruchi

23. Zeera powder 100 gm Pkt.

Ruchi

(Full signature of the tenderer/bidder)

With Seal 12

Sl.No.

Items Unit Brand(Specification)

Unit rate including all chargesbut excluding VAT

(Rs.)

VAT(Rs.)

Total Unitrate

includingVAT(Rs.)

(in figure) (in words)

1 2 3 4 5 6 7 8 = 5+7

24. Curry powder 100 gm Pkt.

Ruchi

25. Meat Masala 100 gm Pkt.

MDH

26. Chicken Masala 100 gm Pkt.

Ruchi

27. Papada 200 gm Pkt.

Lizzat

28. Banaspati Ghee Kg Dalda

29. Refined oil 15 Ltr Jar

Nature fresh

30. Soyabin badi (Small size)

Kg Ruchi

31. Table salt Kg TATA

32. Milk powder (Amul spray)

500 gm Pkt.

Amul

33. Biscuit Kg Britania

34. Pickle (Sour) 5 Kg Jar

Nilon

35. Pickle (Sweet) 5 Kg Jar

Nilon

36. Guda (Chaki white)

Kg Best quality

37. Washing powder(Wheel)

Kg Wheel

(Full signature of the tenderer/bidder)

With Seal 13

Sl.No.

Items Unit Brand(Specification)

Unit rate including all chargesbut excluding VAT

(Rs.)

VAT(Rs.)

Total Unitrate

includingVAT(Rs.)

(in figure) (in words)

1 2 3 4 5 6 7 8 = 5+7

38. Tomato sauce Kg Kissan

39. Chilli sauce Kg Kissan

40. Khiri Rice Kg Ruchi

41. Black paper powder

100 gm Pkt.

Ruchi

42. Mustard oil Ltr Double Hiran

43. Match Box Pkt Homelite

44. Bread (Big size) Pkt Local made

45. Jam (Mixed) (Big size)

Bottle Kissan

46. Paneer Kg OMFED

47. Milk ½ Lit Pkt.

OMFED

48. Mixture Kg Haldiram

49. Arrarut powder Kg Good quality

50. Kaju Kg Good quality

51. Custard powder Kg Good quality

52. Darchini Kg Good quality

53. Elaichi (Small) Kg Good quality

54. Gol marich Kg Good quality

55. Gota Jeera Kg Good quality

56. Kasturi methi 50 gm Pkt.

Catch

57. Khaiba Soda 100 gm Pkt.

Good quality

(Full signature of the tenderer/bidder)

With Seal 14

Sl.No.

Items Unit Brand(Specification)

Unit rate including all chargesbut excluding VAT

(Rs.)

VAT(Rs.)

Total Unitrate

includingVAT(Rs.)

(in figure) (in words)

1 2 3 4 5 6 7 8 = 5+7

58. Kismiss Kg Good quality

59. Labanga 100 gm

Good quality

60. Posto 100 gm Pkt.

Gruhasti

61. Gota Sorisa 100 gm Pkt.

Good quality

62. Washing powder Kg Vim

63. Paper cup for tea 100 Pcs

Good quality

64. Paper glass (200 ml)

100 Pcs

Good quality

65. Plastic Spoon 100 Pcs

Good quality

66. Rajma 1 Kg Pkt

Good quality

67. Maida 1 Kg Pkt

Good quality

68. Baking Powder 100 gm Pkt.

Weik field

69. Sambar Powder 100 gm Pkt.

Ruchi

70. Mustard Oil 1 Ltr Pkt

Double Hiran

71. Ghee 1 Kg Pkt

OMFED

(Full signature of the tenderer/bidder)

With Seal 15

Sl.No.

Items Unit Brand(Specification)

Unit rate including all chargesbut excluding VAT

(Rs.)

VAT(Rs.)

Total Unitrate

includingVAT(Rs.)

(in figure) (in words)

1 2 3 4 5 6 7 8 = 5+7

72. Khajara 500 gm Pkt.

Good quality

73. Coffee 500 gm Pkt

Nescafe

74. Tea 500 gm Pkt

Brroke Bond

75. Cornflower 500 gm Pkt

Weik field

76. Paper napkin 100 Pcs

Good quality

77. Tooth pick 1 Pkt (100 Pcs)

Crown

78. Vinegar 1 litr bottle

National

79. Soya Souce 750 mlbottle

National

80. Food colour 75 gm Bush

81. Hand wash 500 ml Dettol

The rates should not exceed MRP Stickering & erasing of MRP will not beaccepted.Any free gift/ scheme provided by the company should be supplied alongwith materials on free of cost.Price bid must be sealed.Bidders are advised to quote only one rate for a particular item.

(Full signature of the tenderer/bidder)

With Seal 16

Bidders are required to quote rates for all items listed in the Price bid.

Section – IV (Part – 2)PRICE BID

Group – 2 (Vegetables)

Sl.No.

Items Unit Brand(Specification)

Quoted Rate including allcharges from April to

September

Quoted Rate including allcharges from October to

March

(in figure) (in words) (in figure) (in words)

1. Saru Kg Good quality

2. Banana green Doz. Good quality

3. Beans Kg Good quality

4. Bitter Gourd (Kalara)

Kg Good quality

5. Baigana (Brinjal) Kg Good quality

6. Beat Kg Good quality

7. Gajar (Carrot) Kg Good quality

8. Bandha Kobi (Cabbage)

Kg Good quality

9. Phula Kobi (Qualiflower)

Kg Good quality

10. Kakudi (Ccumber)

Kg Good quality

11. Sajana Chhuin (Drum stick)

Kg Good quality

12. Kankada Kg Good quality

13. Ada (Ginger) Kg Good quality

14. Green Chiily Kg Good quality

15. Green Saga (Fresh)

Kg Good quality

16. Ground Potato Kg Good quality

17. Jhudanga Kg Good quality

(Full signature of the tenderer/bidder)

With Seal 17

Sl.No.

Items Unit Brand(Specification)

Quoted Rate including allcharges from April to

September

Quoted Rate including allcharges from October to

March

(in figure) (in words) (in figure) (in words)

18. Janhi Kg Good quality

19. Simba Kg Good quality

20. Dhania patra (Corrinder) leaves)

Kg Good quality

21. Vendi (Lady’s finger)

Kg Good quality

22. Lemon (Big) No. Good quality

23. Mushroom (Pala Chhatu)

Kg Good quality

24. Ambruta Bhanda(Papaya)

Kg Good quality

25. Potal (Parbal) Kg Good quality

26. Kakharu (Pumpkin)

Kg Good quality

27. Mula (Radish) Kg Good quality

28. Simla Mirchi (Capsicum)

Kg Good quality

29. Tomato Kg Good quality

30. Potato (Alu) Kg Good quality

31. Onion (Piaja) Kg Good quality

32. Garlic (Rasuna) Kg Good quality

33. Poi Kg Good quality

34. Biri Badi Kg Good quality

35. Kunduri Kg Good quality

36. Guanra Kg Good quality

37. Pudina patra (Mint leaves)

Kg Good quality

38. Green Pea (Matar)

Kg Good quality

(Full signature of the tenderer/bidder)

With Seal 18

Sl.No.

Items Unit Brand(Specification)

Quoted Rate including allcharges from April to

September

Quoted Rate including allcharges from October to

March

(in figure) (in words) (in figure) (in words)

39. Gourd (Lau) Kg Good quality

40. Bitter gourd (Kalara)

Kg Good quality

41. Snake gourd (Chhachindra)

Kg Good quality

42. Spinach (PalangaSaga)

Kg Good quality

43. Celery (Piaja Sandha)

Kg Good quality

The supplied vegetables must be fresh & good quality. If required the same may be sent for laboratory test at the cost of successful bidder.Bidders are required to quote only one rate for a particular item.Bidders are required to quote rates for all items listed in the Price bid.Rate of vegetables are to be quoted in both (April – September) & (October – March) due to seasonal change.Price bid must be sealed.

(Full signature of the tenderer/bidder)

With Seal 19

Section – IV (Part – 2)PRICE BID

Group – 3 (Non-veg items)

Sl.No.

Items Unit Brand(Specification)

Quoted Rate including all charges

(in figure) (in words)

1. Meat (Khasi/ Hegoat) dressed without head

Kg Good quality

2. Chicken Broiler (Dressed)

Kg Good quality

3. Egg (Standard size)

Nos. Good quality

4. Fish (Rohi) Kg Good quality

5. Fish (Bhakura)Dressed minimum1 Kg size

Kg Good quality

The supplied non-veg items must be fresh & good quality. If required the same may be sent for laboratory test at the cost of successful bidder.Bidders are required to quote only one rate for a particular item.Bidders are required to quote rates for all items listed in the Price bid.Price bid must be sealed.

(Full signature of the tenderer/bidder)

With Seal 20

SECTION – V: D E C L A R A T I O N

I/We declare that I/We have gone through the above mentioned conditions of the tender and

agree to accept the same for submission of the tender/execution of the supply. I/ we also agreeable

to abide by these conditions until the finalization of tender/completion of the supply in all respect.

Date:

Address for correspondence:

Telephone No. / Mobile No.

(Full signature of the tenderer/bidder)

With Seal 21