From : 14 AR

38
TENDER NOTICE OF GP B & C RATIONS TO ASSAM RIFLES 2019-20

Transcript of From : 14 AR

TENDER NOTICE OF GP B & C RATIONS TO ASSAM RIFLES

2019-20

1

INDEX

Ser No Contents Clauses No Page No 1 Explanation 3 2

2 Documents to Accompany Tender 4 2-3 3 Submission of Tender Forms and Date of Receipt of Tender 5 3-6

4 Rates 6 6 5 Tender Fee 8 7

6 Mode of Payment of Earnest Money/ Release of Earnest Money 9 7 7 Acceptance of Tender and Signing of Contract Deed 10 7

8 Penal Action for Non Compliance of Terms and Condition of Contract, Liquidated Damage & Token Liquidated Damage, Sole Authority, Recovery of Transport Charges and Rescission of Contract and Forfeiture of Security Deposit.

11 to 16 8-9

9 Acceptance of Substitute 17 9 10 Mode of Payment of Security Deposit Release of Security Deposit 18 & 19 9 -10 11 Validity/ Opening/ Refloatation of Tenders 20 10

12 Acceptance of Tender 21 10 13 Quality 22 to 24 11

14 Procurement of Contract Items from Govt. Sources 25 11 15 Forest Royalty 26 11

16 Supply of Additional/ Less Quantity 27 11 17 Temporary Closure/ Supply Of Newly Opened Posts 28 11

18 Reserve Stocks 29 11 19 Presence of Contractor or his Authorised Representative at Delivery Point 30 12

20 Verification of Character and Antecedents of the Contractor/Authorised Agent/ Weightage Past Performance

31 12

21 Cancellation/ Termination of Contract 32 to 35 12 22 Authorised Representative 36 to 38 12

23 Employment of labour by contractor/ Firm 39 12 24 Delivery of Group „B‟ & „C‟ Rations at Battalion Headquarters & Posts 40 13

25 Payment of Bills 41 13 26 Rent and Allied charges 42 13

27 Arbitration Proceedings 43 14 28 High Court for Settlement of Dispute 44 14

29 Power of Cancellation/ Rejection of Tender 45 14 30 Death of Contractor (Sole Proprietor) 46 14

31 Appendix A to Tender Notice (Scale of Rations) 15-16 32 Appendix B to Tender Notice (Standard Specifications) 17-33 33 Appendix C to Tender Notice (Schedules)

(a) HQ 25 Sector Assam Rifles - Schedule No 01 to 10 & its Annexure 34-44 (b) HQ 7 Sector Assam Rifles - Schedule No 11 to 24 & its Annexure 45-59

(c) HQ 5 Sector Assam Rifles - Schedule No 25 to 37 & its Annexure 60-73 (d) HQ 6 Sector Assam Rifles - Schedule No 35 to 39 & its Annexure 74-81

(e) ARTC & S - Schedule No 40 to 46 & its Annexure 82-88 (f) HQ DGAR - Schedule No 47 to 50 & its Annexure 89-96 (g) HQ 9 Sector Assam Rifles - Schedule No 51 to 62 & its Annexure 92-111

(h) HQ 10 Sector Assam Rifles - Schedule No 63 to 75 & its Annexure 112-126 (j) HQ 26 Sector Assam Rifles - Schedule No 76 to 84 & its Annexure 127-136

(k) HQ 27 Sector Assam Rifles - Schedule No 85 to 92 & its Annexure 137-146 (l) HQ 28 Sector Assam Rifles - Schedule No 93 to 101 & its Annexure 147-156

(m) HQ IGAR (East) - Schedule No 102 to 103 & its Annexure 157-158 (n) HQ 23 Sector Assam Rifles - Schedule No 104 to 112 & its Annexure 159-170

(o) HQ 21 Sector Assam Rifles - Schedule No 113 to 123 & its Annexure 171-181 (p) HQ 22 Sector Assam Rifles - Schedule No 124 to 13 & its Annexure 182-198

2

GOVERNMENT OF INDIA

MINISTRY OF HOME AFFAIRS MAHANIDESHALAYA ASSAM RIFLES: SHILLONG

DIRECTORATE GENERAL ASSAM RIFLES: SHILLONG 1. Electronic bids (online/ e-tender) under two bids system are hereby invited on behalf of the President of the Union of India from authorized wholesale dealers/ traders/ central or state government agencies with valid trade licence who are engaged in sale of Fresh Vegetables, Fresh Fruits, Onion, Potatoes, Meat on Hoof (MOH), Cut Meat, Eggs (Hen), Chicken Broiler (Alive), Chicken Broiler (Dressed), Fish Fresh, Firewood and Charcoal. Bids are invited for supply to the Assam Rifles Headquarters/ Units/Sub Units/ Detachments as given in the schedules attached for the financial year 2019-20. 2. The supply will have to be made at the places mentioned in the schedules or at any other places falling within the same route (Axis) or within 35 Km radius of the said place, as may be ordered by the Contract Operating Officer. 3. Explanation. In this tender notice, Contract Operating Officer means a Commandant of the concerned Assam Rifles Battalion/Maintenance Group Assam Rifles/ Ex-Officio Commandant of Sector HQs/IGAR(N)/IGAR (S)/IGAR (E) or any other officer authorised by him on his behalf. Where single schedule is prepared for different units, Commandant/Ex-Officio-Commandant/ Officer Commanding of each unit/ Sector HQs/ IG HQs will be the Contract Operating Officer for that particular schedule or an officer authorized on his behalf.

(a) All contracts will be on schedule rates of per Kg/No. Bidders must quote their rate in terms of per Kg/No only. In the case of Eggs, the rate shall be quoted per number. (b) Any commodity which is not controlled/ price controlled at the time of publication of the tender notice or submission of the tender but becomes controlled/ price controlled subsequently during the currency of the contract, will have to be supplied by the appointed contractors at wholesale controlled rate plus transportation charges, as long as the control over such commodity remains operative. If the control is lifted then item supplied will be paid for at scheduled contract rates. (c) All contracts will be for net weight of the commodities only. No claim for payment of the cost of container/bag will be entertained. (d) The contract when awarded will remain operative upto 31

st March, 2020 subject to other conditions of

the contract. In the interest of state economy or administrative necessity, DGAR/IGsAR/DIGsAR, as the case may be, may extend the operation of contract beyond 31

st March 2020 till 30

th June 2020 and in that case the

contractor will be bound to supply the contracted items of commodities at the same contracted rates and under the same terms and conditions. Extension of contract beyond 30

th June 2020 may be made only on mutual

agreement between the contractor and Contract Concluding Officer i.e. the DGAR/IGs AR/ DIGs AR as the case may be. (e) Taxes imposed by State Govt from time to time on contracted items will be deducted from the contractor‟s bills and deposited to State Govt account under appropriate budget head/revenue head. (f) Total value (Basket Value) of contract will be considered for deducing the L1 tenderer . Value of individual commodities will not be considered.

4. Documents to Accompany Tender. All tenderers including existing contractors must submit/upload along with the tender, the documents mentioned in sub-paragraphs (a), (b), (c), (d), (e), (f), (g), (h), (j) & (k) by uploading the documents duly scanned at www.eprocure.gov.in website without which a tender shall be rejected at the discretion of the DGAR:-

(a) Bidder/Tenderer should quote their PAN (Permanent Account Number) issued by Income Tax Department upload/submit attested photocopy of PAN card. (b) Financial Stability Certificate issued during current financial year (i.e. 01 Apr 2018 onwards) from Commercial Bank, preferably Nationalised Bank mentioning the approximate value up to which the tenderer is capable of undertaking the contract. The Financial Stability Certificate value should be equal to or more than 75% for current account value of the ibid tender (Saving account will not be accepted). Bidders should also submit details of existing contract(s) and tenders participated for FY (2019-20) along with Value (s) of the same failing which bids/tenders are liable to be rejected. Value of financial stability certificate will correspondin gly reduce for subsequent tenders. The bidder will be eligible to participate in tender/tenders equal to the value of the FSC provided at the time of tendering. In the event of non participation in tenders for FY 2019-20, details can also be submitted as “NIL”/ “No participation” in any tender for FY 2019-20. (c) A latest power of attorney in favour of signatory or signatories of the tender in case the tender is signed by a person or persons other than actual tenderer or on behalf of a Firm/ Company. The power of attorney along with the tenderer‟s signature(s) must be attested by a First Class Magistrate or equivalent only. The power of attorney should not be later than two years (24 months) from the date of opening of technical bid.

3

(d) A passport size photograph of the signatory of the tender shall be pasted on tender form duly attested by a First Class Gazetted Officer. In case the attestation is done by a Civil Gazetted Officer or First Class equivalent, Gazette notification may please be attached, without which tender will be considered invalid.

(e) Copy of latest/up to date and Valid Trading License issued by any competent authority i.e concerned State Government / District Administration / Municipal Corporation within state trade licence for all tenderers. The permission / certificate / trade licence of the other state where the contractor will be delivering the subject items doing business for which tender is submitted, is required to be uploaded duly mentioned the commodities and attested by class-I Gazetted officer. The trading license should clearly indicate eithter in Hindi or English also if submitted in regional language translated copy in Hindi/English will also be uploated , the commodities for which the license is issued and the area of jurisdiction for which it is valid. If the trading license submitted by the bidder does not bear the name of items for which bid/tender has been called for, tender of ibid bidder will be considered as invalid. In case only name of Group/Schedule/Schedules given in the trading license of bidder/bidders for the commodities for which license is issued, list of items under ibid schedule/schedules, as specified by the issuing authority of Trading License, is required to be submitted along with trading license, failing which, tender will be liable to be rejected. Bidder should submit an affidavit for renewal of trade licence, if the same is expiring during the contractual period (i.e. 30 June 2020).

(f) Past experience/ performance certificate issued by Army/ Central Paramilitary Forces/ Central Govt/ State Govt Departments for three years (e.g 2015-16, 2016-17 and 2017-18) for supply of fresh ration items (Group „B‟, „C‟ & similar items e.g. Veg, Fresh & meat group items) entitled for personnel of Army/Central Para Military Forces/ Central Govt/ State Govt Deptts. Past experience value should be equal to 50% or more than the value of the ibid tender. Past experience of any one year out of three years will be counted. Past experience value will be considered for contract (s) awarded in a singly year only and not by counting two or more years. Bids of all those firms whose performance is judged as `Not Satisfactory‟ or `Below Satisfactory‟ level are liable to be rejected. Relevant and authenticated documents supporting the performance/ experience issued by the department concerned where the bidder has made the supply is reqd to be submitted to Headquarters Directorate General Assam Rifles as and when called for, by the competent authority for necessary verification. Bids without supporting documents are liable to be rejected. Past experience certificate will be evaluated for any one financial year out of total 03 latest years & not on all 03 years combined together. Past experience certificate will be furnished for a period of any 03 latest FYs (e.g. FY 2015-16, 16-17 & 17-18).

(g) No tender fee will be reqd to be submitted.

(h) Registration certificate of the firm with GST authorities.

(j) FSSAI Certificate issued by the authorities to the bidder along with its validity period. The certificate should be valid for the contractual period (i.e. upto 30 June 2020). If the contractor/vendor applied for FSSAI certificate and renewal not received till the date of submission of tender, the tendered will have to upload the affidavit intimating the reason for non receipt of FSSAI certificate.

(k) Latest Income Tax Returns Statement for the financial year 2017-18 of bidder/Firm should be submitted/uploaded by the bidder duly attested by First Class Magistrate/Class – I Gazetted Officer/Notary.

NOTE:-

(1) In the event of submission of photocopy of any of the document, the same should be attested by any Class I (one) Gazetted Officer. If documents are attested by any equivalent class I Gazetted Officer other then Assam Rifles/Indian Army, Gazette Notification is required to be attached with the tender. Photocopy of any attested or replica of any attested photocopied document, if attached with tender, is not acceptable/ liable to be rejected.

(2) All the above documents mentioned at Para 4 (a) to (k) are to be uploaded duly scanned (after signing the documents by all bidders concerned to avoid rejection of tender) at www.eprocure.gov.in.

5. Submission of Tender Forms online.

(a) Tender forms for HQ Directorate General Assam Rifles are available online and to be accessed at www.eprocure.gov.in. The tenders shall be accompanied with the scanned copy of the proof of the Earnest Money Deposit (EMD). The Original Earnest Money Deposit shall be deposited in a sealed tender box placed at tender room, Headquarters Directorate General Assam Rifles /HQ IGAR(S)/IGAR(N)/IGAR(E) upto minimum 60 minutes prior to opening of technical bids for that particular tender for which ibid document are submitted, failing which tender documents shall be summarily rejected. EMDs of bidders will not be accepted after the cut off time/day, whether submitted by post or by hand. Tenders will have to be submitted online on or before 1100 hrs on the dates mentioned against schedules at Paragraph No 5 (l) of this Tender notice book.

(b) The blank Technical Bid shall be downloaded from the said website, filled up, signed and a scanned copy be uploaded along with the rest of the documents. The Commercial Bid (BoQ) shall be filled online and submitted electronically. The downloaded tender form or the BoQ shall not be tampered with/modified in any manner. In case of any tampering, the bid of the concerned firm is liable to be rejected and the firm will be barred from bidding for future Assam Rifles contracts.

(c) For submission of the bids, all bidders will have to obtain „Digital Signatures Certificate‟ (DSC) from one of the certifying agencies, which is authorized by CCA, Govt of India as detail ed/mentioned at www.eprocure.gov.in website and shall have to get themselves registered at www.eprocure.gov.in. The bidders should upload documents in respect of their firm through registered „Digital Signature Certificate (DSC)‟ failing which tenders/ bids are liable to be rejected.

4

(d) For submission of the bid, online response submitted on above mentioned website shall only be accepted. All revisions, clarifications, corrigenda, addenda, amendments, time extensions etc, to the tender will be hosted on above mentioned website. Bidders should regularly visit the website to keep themselves updated. All tenderers will submit tenders by uploading at www.eprocure.gov.in. (e) The e-procurement portal is designed not to allow bids to be submitted after the closing date and time and thus, the prospective bidders are advised to ensure timely submission of bids online. No claim, whatsoever in nature, for delay in submission shall be accepted after due date and time or at any later stage. (f) Any qualification documents/tender which stipulates any alternative to any of the conditions laid down or which proposes any other conditions of any description whatsoever is liable to be rejected. (g) For eligibility criteria of tenderer and other details, tender documents uploaded on www.eprocure.gov.in shall be referred. (h) Above particulars may change due to administrative or any other reasons and shall be available on www.eprocure.gov.in. Therefore, bidders/ contractors are requested to visit the given website frequently for changes in above particulars. (j) The bidders will have to accept the Commercial and General Terms and Conditions of the tender along with on-line undertaking in support of the authenticity of the declarations regarding the facts, figures, informations and documents furnished by the bidder on-line. No conditional bid will be allowed/ accepted. If any information given by the bidder on-line or in any other manner is found to be false at any stage, the tender will be considered as invalid and the same will be liable to be rejected. (k) Terms and conditions given in this notice of tender shall form part of the contract. (l) TYPE OF TENDER AND SUBMISSION OF TENDER ONLINE. e-tender/ bids will be received in electronic form/ on-line only in a two bid system (Technical Bid and Cost Bid) up to 1100 hours on the dates as mentioned below against each schedules:-

Ser No

Venue of Tender Submission

Date of opening of tender

Schedule Nos

(i) HQ DGAR, Laitkor, Shillong (Meghalaya)

27 Feb 2019 54, 116, 117 and 118

(m) ELECTRONIC BID (TECHNICAL BID). To be opened at the earliest by 1115 hours as per dates given in Clause 5 (l) above. All bidder to submit following document in scanned/digital form along with technical bid, failing which tenders will be liable to be rejected:-

(I) No tender fee will be reqd to be submitted (ii) Earnest Money Deposit from Commercial Bank, preferably Nationalised Bank in favour of DGAR/IGAR(S) /IGAR(N)/IGAR(E). (iii) Tender Notice Form 101 duly signed by the tenderer on all pages and affixed with the firm‟s round stamp and date. (iv) Past experience/ performance certificate issued by Army/ Central Paramilitary Forces/ Central Govt/ State Govt Departments for three years (i.e 2015-16, 2016-17 and 2017-18) for supply of fresh ration items (Group „B‟, „C‟ & similar items e.g. Veg, Fresh & meat group items) entitled for personnel of Army/Central Para Military Forces/ Central Govt/ State Govt Deptts. Past experience value should be equal to 50% or more than the value of the ibid tender. Past experience of any one year out of three years will be counted. Past experience value will be considered for contract (s) awarded in a singly year only and not by counting two or more years. Bids of all those firms whose performance is judged as ̀ Not Satisfactory‟ or `Below Satisfactory‟ level are liable to be rejected. Relevant and authenticated documents supporting the performance/ experience issued by the department concerned where the bidder has made the supply is reqd to be submitted to Headquarters Directorate General Assam Rifles as and when called for, by the competent authority for necessary verification. Bids without supporting documents are liable to be rejected. Past experience certificate will be evaluated for any for 01 FY out of total 03 latest years & not on all 03 years combined together. Past experience certificate will be furnished for a period of any 03 latest FYs (e.g. FY 2015-16, 16-17 & 17-18). (v) PAN Card No along with clear and legible photocopy duly attested by Class -I Gazetted Officer.

5

(vi) Financial Stability Certificate issued during current financial year (i.e. 01 Apr 2018 onwards) from Commercial Bank, preferably Nationalised Bank mentioning the approximate value up to which the tenderer is capable of undertaking the contract. The Financial Stability Certi ficate value should be equal to or more than 75% for current account value of the ibid tender (saving account will not be accepted). Bidders should also submit details of existing contract(s) and tenders participated for FY (2019-20) along with Value (s) of the same failing which bids/tenders are liable to be rejected. Value of financial stability certificate will correspondingly reduce for subsequent tenders. The bidder will be eligible to participate in tender/tenders equal to the value of the FSC provided at the time of tendering. In the event of non participation in tenders for FY 2019-20, details can also be submitted as “NIL”/”No participation” in any tender for FY 2019-20. (vii) A latest Power of attorney under oath by Oath Commissioner/First Class Magistrate or equivalent (if the tender is not signed by the actual tenderer or the tender is submitted on behalf of a firm) and signature (s) of the signatory (i.e.) in the tender duly attested by a Class -I Gazetted Officer or Class-I Magistrate. Power of attorney signed by the Notary is not acceptable. (viii) Other relevant documents which the firm wishes to submit. (ix) Copy of latest/up to date Valid Trading License in English/Hindi issued by competent authority/State to be submitted duly mentioned the commodities and attested by Class -I Gazetted officer. If the Trading License is expiring during the contractual period the bidders should submit an affidavit for renewal of trading license. (x) If the trading license submitted by the bidder does not bear the name of items for which tender has been called for, tender of ibid bidder will be considered as invalid and liable to be rejected. Also, if trading license is issued in any other language, same should be translated in English/Hindi and authenticated by Class-I Gazetted Officer. (xi) A Passport size photograph of the signatory of the tenderer shall be pasted and will be attested by a Class -I Gazetted Officer/Notary/First Class Judicial Magistrate. (xii) FSSAI Certificate issued by the authorities to the bidder along with i ts validity period. The certificate should be valid for the contractual period (i.e. upto 30 Jun 2020). (xiii) Latest Income Tax Returns Statement for the financial year 2017-18 of bidder/Firm should be submitted/uploaded by the bidder duly attested by First Class Magistrate/Class – I Gazetted Officer/Notary.

NOTES:-

(1). Full name, address, active and valid e-mail ID of tenderer, Phone/Mobile No and status of the person signing the tender documents must be clearly mentioned in the tender, failing which the tender is liable to be rejected. (2). All original documents shall be attested scanned and uploaded alongwith the e -tender. In case of submission of photocopy of any document, the same shall be attested by a Class -I Gazetted Officer and then scanned and uploaded. Headquarters Directorate General Assam Rifles during the bidding process may call for the original copy of any document, which will have to be produced in the specified time frame, failing which the bid of the concerned firm may be rejected. All attestations will be ink signed and in original. (3). Conditional tenders will not be accepted. Tenderers should clearly indicate additional charges involved in operation of contracts, if any. Offers with stipulation like “If applicable” will be treated as vague and shall be ignored. (4). All documents that are required to be submitted along with the tender as mentioned at Para 5 (m) above, must be submitted by uploading at www.eprocure.gov.in. Submissions through any other website or through any other manner will be considered invalid and rejected. (5). Department may ask for production of original document mentioned in sub para (m) (i) to (xi ii) for verification to confirm the correctness. (6). Postal address and other details of documents submitted by the tenderers may be verified, at the discretion of the buyer without assigning any reason. (7). Representation/observations, if any, may be brought to the notice o f the Board of Officer at the time of opening of tenders only and no representation shall be entertained thereafter. Any observation by any party regarding tender opening shall be immediately brought to the notice of the tender opening authority. All representations shall be handed over in writing within 24 hours of the tender opening. Thereafter, no representation, irrespective of nature, shall be accepted/ entertained.

6

(8). In the undertaking given by the bidder on-line, there will be provision for forfeiture of EMD and banning for participating in future tenders in Assam Rifles for three years. (9). No tender fee will be reqd to be submitted and EMD will be submitted in off-line mode in the form of FDR/TDR/account payee Demand Draft/ Bankers Cheque (BC)/Bank Guarantee from any scheduled bank, preferably Nationalised Bank either in person or by post and shall be min 06 months validity as per the duration of offer validity deposited/dropped in a seal tender box placed at tender room Headquarters Directorate General Assam Rifles up to 60 minutes prior to time of opening of technical bid. The department will not be responsible for any postal delay in receipt of EMD in case the EMD is not received within the aforesaid period the bid will be out rightly re jected. The bidder will furnish all the information as sought on-line regarding EMD. Scanned copy of EMD should be submitted in online mode along with tender documents. In case of exemption of EMD, the scanned copy of documents in support of exemption wil l have to be uploaded by the bidder along with technical bid, failing which tender is liable to be rejected. (10). Rates will not be indicated in the technical Bid and if indicated, then the tender will be considered invalid. (11). On receipt of official information by the lowest (L1) bidder for award of contract, ibid bidder/ firm/ vendor is required to submit an undertaking/ surety bond duly signed by the notary public/first class magistrate stating that his/her trade license will be renewed for the entire contractual period as and when same is due for renewal, failing which, the contract will be liable to be terminated and security money will be forfeited. Lowest (L1) bidder will be bound to submit ibid undertaking/ surety bond along with security money within the stipulated time period, as laid down by this Directorate .

(n) Commercial BID (COST BID). Cost bid of only valid tenders will be opened by a board of officer. Date for opening of cost bids will be intimated to the valid Tenderers and posted on the website after evaluation of Technical Bids. Cost bid should contain following:-

(i) Commercial Bid forms given in a standard BoQ format (.xls file) provided with te nder document should only be used to fill up the commercial bid. (ii) Bidders are to note that submission of financial bids be done in the format provided and no other format is acceptable. Bidders are required to download the BoQ file, open it and complete the coloured (unprotected) cells with their respective financial quotes and other details viz, name of bidder. No other cell should be changed. Once the details have been completed, the bidder should save it and submit it online without changing the file name. If the BoQ file template is found to be modified by the bidder, the bid will be considered invalid and liable to be rejected. (iii) The cost is to be indicated for each item and it should be the landed cost of item, inclusive of freight, packing charges and all taxes, as applicable. (v) Details of rates, taxes, duties, discounts, if any, quoted by the bidder. (vi) Rates will not be indicated in the technical Bid and if indicated, then the tender will be considered invalid. (vii) Tenderers should quote the rates both in words and figures in the online tender form available at www.eprocure.gov.in for each variety. In case of variation in rate quoted in words and in figures, the quoted rate in words will be considered as valid.

6. Rates.

(a) Tenderers should quote the rates both in words and in figures in the tender form for each item mentioned in the schedule. The rates in tenders must be in terms of rupees and paise and should be inclusive of all taxes and duties . The approved contractors will have no claim for compensation if any duty or tax in respect of the contracted commodities is increased during the currency of the contract or any fresh duty or tax is imposed or variation made in the existing freight charges. (b) Tenderers must quote only one rate for each article of commodity. Item wise rate should be quoted in the case of different varieties of vegetables and fruits. However, the L-1 bidder will be decided on overall basket value of Group „B‟ and „C‟ ration items combined. (c) Contractors shall be bound to supply different varieties of fresh vegetables and fruits as per variety cum percentage chart appended to a particular schedule/schedules. Any laid down variety and percentage of vegetables or fruits may be modified at the discretion of HQ DGAR/ HQ IGsAR/ Sector HQs, only in those cases, wherein, items are not available due to natural calamities/interruption in surface communications. However, in such cases, the interest of the state will get precedence and this clause will only be used for exceptional circumstances and not for regular supplies for which intimation will be given to HQ DGAR.

7

7. All tenderers must affix their signatures with full postal address in block capital letters along with pin code number, active e-mail ID, tele/Mobile No and Fax No and date on the tender form at place provided duly witnessed by a person whose full address in block capital letters should be mentioned under his/her signature. Department w ill not be responsible in any way for non receipt of any correspondence/letter/letters/documents due to incomplete address/e -mail address quoted by tenderer in tender form or due to any postal delays.

(a) If the tenderer is a Firm or Company, such tenderers must submit alongwith their tenders a Photostat copy of the registration certificate of the firm or company duly attested by a Class I Gazetted Officer or First Class Magistrate. Registration number should be quoted in their tender form along with their signature. Registration certificate issued by Assam Rifles if any should be accompanied with the tender documents. (b) When a tender is submitted by a firm, all the partners of the firm will be required to sign the tender or else, a power of attorney in favour of the signatory of the tender should be submitted in original. A photostat copy of the partnership deed should be submitted along with their tender. Power of attorne y submitted by the bidder should be a latest one, and should not be more than two years old. (c) DGAR may ask for production of any original document during the bidding/tendering process or currency of the contract.

8. Tender Fee. No tender fee will be reqd to be submitted. 9. Mode of Payment of Earnest Money/Release of Earnest Money.

(a) The tenderers must always send with the tenders, the requisite documents as mentioned in Para 4 (a) to (k) and 7 (a) to (c) and the amount of earnest money, as specified against each schedule, duly pledged in favour of the DGAR/IGAR(S)/IGAR(N)/IGAR(E). Non submission of requisite documents as stated above may render a tender defective and non-submission of requisite earnest money may render a tender invalid. Invalid and defective tenders will not be considered. The DGAR/IGsAR shall in such cases, have the right to reject such tenders. The earnest money may be submitted in any of the following forms in favour of DGAR/IGAR(S)/IGAR(N)/IGAR(E):-

(i) Fixed Deposit Receipt (FDR).

(ii) Term Deposit Receipt.

(iii) Account Payee Demand Draft

(iv) Bankers Cheque.(Bank Guarantee from any of the Scheduled/ Commercial Bank preferably Nationalised Bank in an acceptable form. The Bank Guarantees to be confirmed by the Directorate General Assam Rifles through:-

(aa) Digitally signed secured e-mails from issuing Banks. (ab) Online verification of company portal with user ID and Password followed by 2

nd

stage authentication system generated One Time Password (OYP) on portal for reconfirmation. (ac) E-mail confirmation followed by 2

nd stage authentication by system generated SMS

through registered mobile and reconfirmation through SMS to the verifying office. (b) Payment in no other form shall be accepted. No security deposit which has been furnished in connection with previous contract will be accepted as earnest money. The details of the earnest money (i.e. number, date of issue of documents and amount deposited as earnest money in Bank) must be shown in appropriate column of the tender. (c) Earnest money for each tender should be furnished separately and not collectively for a group of tenders. The earnest money will normally remain valid for a period of 45 days beyond the final bid validity period which implies that validity period for earnest money should be 135 days. (d) The earnest money of the successful tenderer will be refunded as soon as the security deposit has been furnished unless the tenderer applies for conversion of the same as part of the security deposit. Such earnest money should be valid up to 31 Aug 2019. The earnest money of unsuccessful bidders will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30

th day after the award of

the contract. (e) Earnest Money Deposit (EMD) for the tendered value as published will only be accepted in total. Earnest Money Deposit less than specified will not be accepted, even if the tender period is reduced thereby reducing the total value.

8

10. Acceptance of Tender and Signing of Contract Deed.

(a) Acceptance of tender of the successful tenderers will be intimated by a letter of acceptance of his tender by the HQ DGAR// IGAR(S)/IGAR(N)/IGAR(E). Till then, no tenderer has any right to assume that his tender has been accepted. (b) The successful tenderer will have to sign a deed of agreement at Directorate General Assam Rifles / IGAR(S)/IGAR(N)/IGAR(E) within fifteen days from the date of intimation of acceptance/award of contract and must abide by terms and conditions as laid down in the tender notice and deed of agreement. If tenderer fails to submit security deposit within stipulated time, reminder be issued to the tenderer for giving another day‟s time for submission of security money. After that if he fails to deposi t the security money, warning letter will be issued to tenderer stating that the earnest money deposit will be forfeited and re -tendering will be ordered. (c) The successful tenderers, when appointed as contractors, will have to make their own arrangements for delivery to the Assam Rifles delivery point/godowns at the places noted in the schedules. No claims in any form and on any account for transportation charges of any commodity or government stores will be entertained by the government.

11. Penal Action for Non-Compliance of Terms and Conditions of Contract.

(a) EMD of a tenderer is liable to be forfeited if he withdraws his bid (any time after deposition of tenders or before accepting the contract).

(b) EMD of a tenderer may also be forfeited if the tenderer derogates any terms/conditions of the tenders, raises conditions with malafide intention to delay/scuttle tender procedure or quotes fictitious/unrealistic rates.

(c) If a contractor willfully neglects or fails to perform or observe any conditions of the contract or attempts to cheat or indulge in unfair practices with the motive of making undue gain, the DGAR may impose a ban on future contracts by the Assam Rifles with that contractor.

(d) In case a contractor fails to comply with any demand or indent placed by the Contract Operating Officer or to perform his part of the contract to the entire satisfaction of the department or fails to abide by any terms of the contract, he shall be liable to all following actions or any of the following actions, as may be decided by the DGAR/ IGAR/ DIGAR concerned :-

(i) Forfeiture of Security deposit in whole or in part.

(ii) To make good the loss caused to the Government.

(iii) Cancellation of the contract without any prior notice to the contractors.

(iv) Debarment from entering into contract with the Assam Rifles for a period of three years. (e) In the event of contractors security deposit being reduced by means of forfeiture, the contractor within 15 days from the date of intimation of the reduction shall restore the security deposit to the original value, failing which, the Contract Operating Officer concerned will recover the amount involved from any amount due to him by the government or from any other assets of the contractor held with the Assam Rifles. (f) All losses sustained by the government due to failure, omission or neglect of the contractor may be realized from his security deposit or any other amount, which may be due to be paid to him from the concerned Headquarters/Units or any other Assam Rifles Headquarters/Units or any other account, whatsoever.

12. In case of rejection of any item by the Contract Operating Officer or in case of neglect, failure or delay on the part of the contractor to comply with any demand or indent placed by the Contract Operating Officer, the Contract Operating Officer may without prejudice to any other action which the department may take under the terms of the contract, will be at liberty to procure or purchase such items from any other source. Any expenditure (which may include transportation and their incidental charges) incurred in excess of the contracted rate shall be borne by the contractor or recovered from his security deposit and/ or from any amount which may be due to be paid to him by the concerned unit or any other Headquarters/Units/Sub-Units of the Assam Rifles . 13. Risk & Expense Purchase. The contractor will supply fresh rations as indented within the stipulated time period as mentioned on the indent, failing which, risk purchase will be carried out at the expense of the contractor to prevent denial of authorized fresh rations to troops . The contract will be subject to rescission on account of failure to sup the demanded items. The conditions will be applicable as under:-

(a) In case a contractor fails to supply more than 30% of the contracted monthly requirement for the month, or has more than 05 failures in a month, or has more than 15 failures aggregate, his contract will be recommended for recession by the Contract Operating Officer. For the purpose of this provision, a „failure‟ will be deemed to have occurred if the Contractor fails to supply at least 90% of quantity of the demand of item

placed on him for that day.

9

(b) The final decision for rescinding the contract will however rest with the Competent Financial Authority. (c) In the event of contract is decided to be rescinded the contract will be treated as cancelled. Following action will be taken accordingly at the discretion of the competent authority:-

(i) Contract may be terminated after following laid down procedures and ibid contractor will be blacklisted and debarred to participate in tendering process of any contract of Assam Rifles for three years from the date of blacklisting of contractor/firm.

14. Sole Authority. The contract operating officer will be the sole authority to decide whether local purchase is required to be carried out at the risk and expense of the contractor. 15. Recovery of Transportation Charges. If the contractor fails to deliver indented supplies of ration at a designated Delivery Point due to circumstances beyond the control of contractor i.e . natural calamities, counter insurgency situations, strikes, road block, etc, then the cost of transportation to include security vehicles utilized for such transportation at Govt approved/Assam Rifles approved carriage rates, whichever is higher, will be deducted from the bills of contractor or performance security deposit. But this clause will not be utilised on regular basis and to be applied only for circumstances mentioned above. In day to day operation of contract, if contractor fails to deliver indented rations at the designated delivery point, that will be considered as failure and local purchase will be carried out at the risk and expense of appointed contractor after carrying out all codal formalities by the Contract operating Officer.. 16. Rescission of Contract and Forfeiture of Security Deposit. (a) Notwithstanding any other clause of this tender notice, the DGAR/ IGsAR may rescind forthwith any contract for any of the following reasons:- (i) The contractor assigns the contract to any other party.

(ii) The contractor or his agents or servants are found to be guilty of fraud in respect of the contract or any other contract entered into with the government. (iii) The contractor declines, neglects or delays to comply with any demand or requisition made by the Contract Operating Officer or in any other way fails to perform or obs erve any condition of the contract. (iv) The contractor/ firm becomes insolvent, or apply for relief as an insolvent debtor or commenceany insolvency proceedings, or make any composition with his/ its creditors, or attempt to do so, or in the case of registered company and order be duly made, or any resolution be duly passed for the winding up of the company.

(v) Dissolvent of any firm/ change in partnership during the contractual pe riod may lead to rescission of contract.

(b) In case of such rescission the security money whether in part or in full, as may be decided by the DGAR/ IGsAR shall stand forfeited to the government without prejudice to any other action that the government may take. Where the contract is for supply at more than one places as mentione d in the schedule, notwithstanding the rescission under this clause, the supplies made to other places up to fifteen days and already accepted from the date of rescission shall be treated as valid.

17. Acceptance of Substitute.

(a) Contractors are bound to supply items as have been specified in the contracts. Substitutes may be issued only when it is so warranted by the orders and under the discretion of the Contract Operating Officer with prior approval of the competent financial authority. The orders of the Contract Operating Officer shall be final and binding on the contractor. The Contract Operating Officer shall obtain prior permission from the competent financial authority (i.e. DGAR/IGsAR) as the case may be in the event of substitutes required to be accepted from the contractor due to reasons beyond the control of the contractor. (b) In the event of substitutes being accepted, including tinned items, in lieu of the contracted items, the contractor will be entitled to payment at the rates approved for substitute items listed in the contract whichever is cheaper or tinned items (at the rate equivalent to current FY provisioning rates available with HQ DGAR). No substitutes will be issued out of the listed items forming part of the contract (variety percentage chart). The condition that substitute items are to be issued as per authorized scale is applicable. (c) In the event of supply of substitute items, the bills shall be preferred for substitute items only and not of the basic items. (d) The authorized substitutes and their scale of issue in lieu of fresh items are given at Appendix „A‟ to this tender notice.

10

18. Mode of Payment/ Release of Security Deposit.

(a) A formal letter of acceptance of the contract will be issued on production of security deposit receipt with validity period up to 31

st Aug 2019. The security money may be deposited in favour of the Contract

Operating Officer concerned and be in any one or other of the forms shown in clause 9 (a) or in Fixed Deposit Receipt from Commercial Bank. Approved contractors will have to furnish security deposit duly pledged in favour of DG AR/IsGAR/ DIsGAR/ Commandant of Assam Rifles as the case may be before execution of contract. Ten per cent of the total value of the contract calculated on the basis of approximate requirement shown in each schedule will have to be deposited as security deposit. The mode of furnishing security deposit by the approved contractor for contract exceeding Rs.50,000/- may be accepted in the following manner :-

(i) Hundred percent of the total amount of security deposit in original to be furnished before signing of deed of agreement with the validity period up to 31 Aug 2020. (ii) No conversion of security money of previous Schedules/contracts will be accepted for new/fresh contracts. (iii) Earnest money can be converted to security deposit, if required, in case validity period is available.

(b) If the tenderer fails to deposit the security money within the stipulated time, the earnest money deposited by him/her shall at the discretion of the DGAR/ IGsAR/ DIGsAR be liable to be forfeited. (c) The security money may be in one or any other of the following forms w ith validity period upto 31 Aug 2020.-

(i) Fixed Deposit Receipts from a Scheduled/ Commercial Bank preferably Nationalised Bank in favour of Contract Operating Officer. (ii) Bank Guarantee obtained from the Scheduled/ Commercial Bank, preferably Nationalised Bank in the acceptable form. The Bank Guarantees to be confirmed by the Directorate General Assam Rifles through :-

(aa) Digitally signed secured e-mails from issuing Banks. (ab) Online verification of company portal with user ID and Password followed by 2

nd

stage authentication system generated One Time Password (OYP) on portal for reconfirmation. (ac) E-mail confirmation followed by 2

nd stage authentication by system generated SMS

through registered mobile and reconfirmation through SMS to the verifying office.

19. Unless otherwise forfeited under the terms of the contract, the security deposit or any part of it, as the case may be, will be refunded to the contractor after successful completion of the contract, provided that the Contract Operating Officer is satisfied with the performance of the contractor and that all accounts by the contractor are settled and no demand in any form is outstanding or likely to be outstanding against the contractor after completion of the contract. 20. Validity/Opening/Refloatation of Tenders.

(a) All tenders once submitted will be valid for a period of 180 days from the date of opening of technical bid. However, validity period can be extended beyond 180 days by the competent financial authorities on logical, admistrative & valid ground (s) in interest of the Organisation. (b) If any tenderer withdraws his tender before the date as specified in clause (a) above or if any tenderer refuses to enter into contract when awarded or fails to sign the deed of agreement within the stipulated date after depositing the required security deposit or having entered into contract fails to meet the contractual obligations during the currency period of the contract, the earnest money or security money deposited by him along with such tender or against such contract as the case may be/ shall be forfeited to the state and the tenderer/contractor may also be debarred from participating in any tendering for any contract with Assam Rifles for a period of three years. If a tenderer so debarred under this clause has any other contract(s) running with the Assam Rifles, such contracts shall also be liable to be reviewed for appropriate action at the discreti on of DGAR.

21. Acceptance of Tender.

(a) The acceptance or rejection of the tender rates rests finally with the DGAR who reserves the right of rejecting any tender or accepting any tender without assigning any reasons thereof. (b) Contracts for supply of Group B & C rations will be considered for acceptance based on overall value of lowest tenderer and not on item wise lowest rates quoted by different tenderers.

11

(c) In case the lowest approved tenderer declines to enter into contract after award of the contract his Earnest Money Deposit (EMD) will be forfeited to the Govt and the tenderer may be debarred from entering into any contract with the Assam Rifles for a period of 3 years. In the case of refusal/decline by lowest tenderer the tender will be retendered.

22. Quality. All articles must be of best quality as per Defence Food Specifications of ration commodities given in Appendix „B‟ to this tender notice. Commodities of inferior quality which are considered by the Contract Operating Officer not in conformation with Defence Food Specifications will be rejected. All rejected stuff will be removed from the ration godown/issue shed forthwith by the contractor at his own expense and the Government shall not be liable in any manner to pay the contractor for the expenditure incurred for doing so. 23. All articles of rations will be subject to tests/quality checks by the contract operating officer at the time of receipt of rations at the respective delivery points 24. (a) Live animals and chickens after producing and having been passed by the Contract Operating Officer

at certain supply points/stations may be required to be slaughtered under customary rites prevalent in the unit by the contractor at his own expense. After the carcass has been dressed and wiped down it will be hung for 3 to 6 hours according to the season, for setting. The dressed/ cut meat will be duly weighed and supplied to the supply points/stations as per demand.

(b) Pregnant sheep/goat will not be accepted. Sheep with short tail may be supplied in lieu of she-goat only. Khasis (Castarated He Goat) are included in the category of he goats only. 25. Procurement of Contract Items from Government Sources . In the interest of state economy, the DGAR/ IGsAR may at his discretion order that any quantity of items borne in the contract, including vegetables, may be obtained from any place and for any period from government sources under direct departmental arrangement and the contractor shall have no right to claim compensation for the same. If the items thus procured from the government sour ces are required to be transported by the appointed contractor for that group, the appointed contractor will be paid transport and handling charges for these items as forwarding agent/carriage contractor at rates as may be agreed upon or at rates certified by the civil authorities, whichever is lower. The appointed contractors for that group of rations will be bound to take the responsibility of transporting these items as and when required by the Contract Operating Officer concerned and in case of any faultering by the contractor on this issue, action as per clause given at Paragraph 11 of the tender notice may be taken against the contractor concerned. Where full quantity of such item is not drawn from government sources as herein before stipulated, the contractor will be required to supply the balance and will be paid for at the contracted rates for such items. 26. Forest Royalty. In case any dues payable to the state government by the contractor on account of royalty in forest product (firewood, charcoal, grass etc.), which is outstanding against him, payment of final bill and/or release of the security deposit will be liable to be withheld till such dues are cleared. Before final dues (as above) of the contractor are cleared, the contractor will be required to furnish a certificate to the Contract Operating Officer from the state forest department stating that the contractor has cleared all the dues on account of forest royalty for the contractual period (specific period with dates to be mentioned) and no other sum is outstanding against him/her. 27. Supply of Additional Quantity/Less Quantity.

(a) The quantities stated in the schedule are approximate yearly requirement and are only given as a rough guide. No claim for compensation will be entertained in case these quantities are under drawn. However, if required the tenderer will be bound to supply additional quantity up to the extent of 25 percent of the total contracted quantity under the same terms and conditions. All indents for supplies must be complied with by the contractor without any question raised at the contract rates whether the quantities demanded therein be withi n or in excess of the approximate yearly requirement. Non-compliance of any single indent or any part thereof in the appropriate hour may lead to cancellation of the contract and forfeiture of the security deposit besides payment of any loss caused to the department by the contractor by such act of non-compliance. (b) No claim for compensation in any form shall be entertained in case any contracted items of rations are not drawn from the appointed contractors for certain period due to circumstances necessitating issue of tinned substitutes from the government stocks or if such items are procured from unit garden or tribals in the interest o f development of local produce.

28. Temporary Closure/ Supply at Newly Opened Post. In case it is decided to close a delivery point/post for a certain period during the operative period of contract, the contractor shall be bound to resume supplies on re -opening of the post/ delivery point. The contractor shall have no claim for compensation whatsoever for such temporary closure of the delivery point/post. In case of opening of a new delivery point/post, the contractor shall be bound to supply at the newly opened delivery point/post as per the conditions laid down in clause 2.

12

29. Reserve Stocks. The successful tenderers will have to maintain reserve stocks upto a maximum period of 15 days of all tendered items (Gp C items only) except perishable items at the Assam Rifles godown at the place of supply/delivery as noted in the schedules at all times throughout the period of the contract i.e from 01 April 2019 to 31 March 2020/30 Jun 2020 at their own risk and expense. In the event of such reserves falling below the prescribed limit, the respective Contract Operating Officer will be at liberty to purchase at the risk and expense of the contractor, the deficient items in sufficient quantity to bring the reserve to the requisite limit without prejudice to any other action that may be taken against the contractor in accordance with the provisions of clause 12 of the tender notice. 30. Presence of Contractor or his Authorised Representative at Delivery Point. Contractors or their authorized representatives will remain all along present at the delivery point at all times as mentioned in schedules to honour day to day indents for supplies during the currency of the contract. Contractors will be required to furnish particulars of agents so detailed to the respective Contract Operating Officer on non- judicial stamp paper duly verified and attested. In the event of contractor or his authorised representatives absenting himself from the place or places of delivery as noted in the schedules without prior written concurrence of the Contract Operating Officer and in case the letters or indents cannot be delivered to the contractor‟s representatives, due to absence from the place/places mentioned in schedules, the Contract Operating Officer shall maintain units/ sub units at the risk and expense of the contractor. The conractor will remain bound/ responsible to respond and deliver items at the delivery point as per indents placed through e -mail by the Contract Operating Officer during the currency of the contract. 31. Verification of Character and Antecedents of the Contractor/Authorised Representatives/Weightage Past Performance.

(a) All appointed contractors and their authorised representatives will be subject to verification of their character and antecedents and their contract will be liable to be cancelled at the discretion of the DGAR/ IsGAR without assigning any cause, if any undesirable element/information comes to light as a result of such verification against contractor or his/her any authorised representatives (b) Weightage for Past Performance. While finalising contracts , the DGAR/IGsAR shall give due weightage to last year‟s performance of existing contractors and the Director General of Assam Rifles at their discretion may disqualify a tenderer whose last year‟s performance is found unsatisfactory by the competent authority on the basis of history sheet maintained by the Contract Operating Officer.

32. Cancellation/Termination of Contract. A contract for a particular place or places will be liable to be terminated without notice at any time should it be decided by the department to resort to air dropping of supplies or maintenance by any other sources and no claim for any compensation in any form will be entertained from the contractor for this action. 33. A contract will be automatically cancelled, if it is decided to withdraw Assam Rifles personnel from the place stipulated in the contract. If however, personnel of any other Assam Rifles units are stationed at such a place the appointed contractor for the station will have to continue the supply to such personnel at the contracted rate for that station. The name and designation of the new officer, who will operate the contract in such cases, will be intimated to the contractor by the DGAR/ IGsAR/ DIGsAR. 34. A contract under a particular schedule or schedules may not be concluded, if on receipt of the tenders it is found to be uneconomical to the state and the DGAR may at their discretion make alternative arrangements to procure supplies for that particular schedule/schedules in the interest of the Government. 35. A contract may be terminated by Director General Assam Rifles/ Inspectors General of Assam Rifles by giving notice to the approved contractor in writing without assigning any reasons thereof. However, all dues will be paid to the contractor for the supplies already made by him. 36. Authorised Representatives.

(a) The ration contract should be run by the appointed contractors themselves or through their authorised representatives holding a general/special power of attorney approved by the DGAR/ IGsAR/ DIGsAR. (b) No agents/representatives may be approved to run the contract without verification of their antecedents.

37. The authorised agents holding a general/special power of attorney if and when approved by the DGAR/IGsAR/ DIGsAR will run the contract only on behalf of the contractor who will continue to be responsible to the department for smooth running of the contract. All acts of approved authorized representatives will be treated as acts of the contractor for which the contractor will be held responsible. 38. All contractors and their authorised representatives and employees will be subjected to the unit security rules and orders in force at all times during the currency of the contract. 39. Employment of Labour by Contractors/ Firm. Contractor/ firm agrees not to employ labour under stipulated age and pay fair wages to his employees/ labour as promulgated by Govt of India rules on the subject. In the event of any dispute regarding wages/ employment, the decision of „Area Labour Committee‟ shall be final.

13

40. Delivery of Group „B‟ and „C‟ Rations at Battalion Headquarters and Posts . The approved contractor will supply fresh rations as per the following periodicity to all delivery points located at units, sub-units and posts.

(a) Gp „B‟ Ration. Min twice and max thrice in a week. Monthly variety % chart to be followed consonance with the sch att.

(b) Gp „C‟ Ration. As per the respective sch att with tender docu.

Notes:-

(1) For posts being provided with Cut Meat (Dressed) and Chicken Broiler (Dressed), the frequency or periodicities of supplies for Group B and C rations will be the same as existing or fixed for Battalion Headquarters. (2) For post/ sub units being provided with Fish (Fresh), the periodicity will be the same as given at Para 41 (b) above. (3) Sect HQs/Bn HQs/COBs/Posts will draw Group „C‟ rations as per scheduled days for which station order will be published by the authority concerned.

41. Payment of Bills.

(a) The appointed contractors shall submit proper bills once in a fortnight for supplies made by them

during the previous fortnight duly supported by the indents/vouchers. Bills will be submitted by the 1 st and 16th of every month for supplies made by the contractors for the preceding fortnight. 90% (Ninety per cent) payments against such bills will be made to them as early as possible, depending on the availability of fund with the exception of HQ IGsAR/All Sector HQs, Assam Rifles Training Centre and School, Shukhovi and all MGsAR. All endeavours to be made to make payment to the contractor within 30 days from the date of receipt of the bills. The remaining 10% (Ten percent) will be made after pre-check of the bills by the Pay and Accounts Office (AR), Shillong. (b) All bills submitted by the contractors will have TIN/ TAN, PAN Number and GST Number (Where ever applicable) printed on it. Any bills received without TIN/ TAN and PAN Number printed on it will be liable to be rejected. (c) In case of using of same TIN/ TAN/ PAN Number by two different contractors/ vendors/ firms, ibid contractors/ vendors/ firms will be blacklisted for three years and contract being run by all those contractors/ vendors/ firms will be liable to be terminated. (d) No terms and conditions will be printed on the bills for late payment or any other issues. All bills , with any terms and conditions printed/ written on it, will be rejected and not be processed under any circumstances. (e) Indents for supplies of fresh rations will be placed strictly adhering the month wise variety and percentage chart as laid down in the tender notice. (f) Payment shall be made by core banking account Number mentioned in the tender document or contract agreement through e-banking only. (g) All tenderers should preferably open an account with State Bank of India/ Commercial Bank , preferably Nationalised having Electronic Clearance System (ECS) and give detail s of such account to the Contract Operating Officer. (h) After depositing security money and signing of contract deed by approved contractor, CFA will issue an expenditure sanction order based on the total value of contract in support of clearance of bill by PAO (AR). (j) All payments would be made through e-payment. Hence, following should be clearly printed on the top right hand corner of the bills by the contractor/supplier and the unit will mention the same on bill voucher for which credit clearing is desired to avoid any wrong payment and future legal litigation:-

(i) Core Banking Account Number. (ii) NEFT, RTGs, IFSC Code Number. (iii) Bankers Name.

42. Rent and Allied charges In case contractor/ firm is utilizing area/ accommodation of Assam Rifles for storage of items then the contractor/ firm shall be liable to pay rent & allied charges as fixed by Assam Rifles.

14

43. Arbitration Proceedings. Any dispute arising out of the contract at any time between the parties hereto touching or arising out of this agreement shall be referred to an arbitrator to be nominated by the Director General Assam Rifles and the decision and award of such an arbitrator shall be final and binding upon the parties hereto and the provision of the Indian Arbitration Act 1996 shall apply in the Arbitration proceedings. 44. High Court for Settlement of Dispute. All dispute between the parties shall be subjected to the jurisdiction of Meghalaya High Court Shillong/High Court Imphal/High Court Kohima/High Court Guwahati. 45. Power of Cancellation/Rejection of Tender. Director General Assam Rifles reserves the right to cancel/reject any tender without assigning any reason thereof. 46. Death of Contractor (Sole Proprietor). In case of death of a contractor or sole proprietor of a firm, his/ her legal heir (s) may be permitted to operate the contract (s) already sanctioned in favour of the deceased and are operational or under consideration at the time of his/ her demise. The following documents shall be submitted by the legal heir (s) for operating the current contract (s) sanctioned in favour of the deceased:-

(a) Death Certificate of the deceased contractor. (b) Willingness certificate on an affidavit that the legal heir (s) and accredited agent (s) is/are willing to continue the operation of existing contract (s) at the existing terms and condition of the contract. (c) Legal Heir Certificate/Succession Certificate from the Court of Law.

47. Any further information, if required can be obtained on e-mail, post or telephonically on any working day from any office of the Assam Rifles/Directorate General Assam Rifles. No. Q-Fresh/2019-20 (Vineet Mittal) Brigadier Brigadier (Administration) Dated: _____Jan 2019 for Director General Assam Rifles on behalf of the President of India

15

Appendix „A‟ to Tender Notice No Q-Fresh/2019-20 dated Jan 2019

SCALE OF RATIONS AND THEIR AUTHORISED SUBSTITUTES IN LIEU OF FRESH RATIONS : JCOs/OR

Ser No

Standard item Daily scale per men (gms)

Authorized substitutes Daily scale per man (gms)

1. Cut Meat/ Meat on Hoof

180 275

Fish Td or 130

Meat Td 110 Td Ham, Bacon Sausages Chunk, Keema or Meat curry) or

85

Fowl (dressed) or 180

Fish Fresh or 160 Fowl (Alive) or 240

Pork Fresh or 90 Eggs or 3 Nos

Dahi or 170 Milk Fresh or 350 ml

Milk Td or 140 Whole Milk Powder 50 Skimmed Milk Powder 60

Chicken Curried Td 140 Fish Curried Td 140

Tuna Chunks Curried Td 140 Meat/Chicken (Broiler) Frozen 180

2. Eggs 2 Nos Milk Fresh 250 ml 3. Potato 110 Sweet Potato or 110

Vegetable Fresh or 110 Arvi or 110

Potato Td or 80 Vegetable Td or 60

Peas dried or 60 Dal or 60 Flour or 30

Yam (Ordinary or Elephant) 110 4. Onion (Fresh) 60 Onion Spring green or 90

Vegetable fresh or 90 5. Garlic

(Once a week if demanded by troops)

20 Onion Dehydrated 10

6 Fruits (Fresh) 230 Fruit dried or 28

Fruit td 90

7 Vegetable fresh 170 Vegetable Tinned or Curried or Dal or Peas or Beans Dried or Gram Whole/White Kabuli

90

8 Firewood 1.400 (900 gms basic plus 500 gms if sanctioned by Fmn Commander)

Kerosene Superior (for 45 men set cooker )

11.400 ltrs

Or Charcoal or 400 Kerosene Superior

2.300 ltrs

(for 4-5 men set cooker)

Steam coal or 700 Soft coke or 900

Firewood (for kindling purpose)

200

16

Appendix „A‟ to Tender Notice No Q-Fresh/2019-20 dated Jan 2019

SCALE OF RATIONS AND THEIR AUTHORISED SUBSTITUTES IN LIEU OF FRESH RATIONS : OFFICER

Ser No

Standard item Daily scale per men (gms)

Authorized substitutes Daily scale per man

(gms

Remarks

1. Meat Fresh (Dressed)

260 Meat on Hoof or 640 * The following may be drawn in lieu of 30 gm Meat or 50 Gm fish or 40 gm fowl Including duck/ chicken (live weight) or 20 gm Fowl including duck/Chicken (dressed weight)

Milk Fresh or 500 ml

Whole Milk Powder or 73 Milk Td (Vegetarian 200gms) Skimmed Milk powder

60

Or

Fish (Fresh) 430 *(a) Ham 28 gm once a week Fowl including Duck or 350 or

Chicken (Live weight) (Dressed)

175 (b) Bacon 30 gm once a week or (c) Sausages 28 gm once a week or (d) Kidney 30 gm twice a week or

(e) Liver fresh 30 gm twice a week Eggs (Hen) 04 Nos Egg eaters

If meat fresh (dressed) and its alternatives viz, Meat on Hoof, Fish fresh and fowl including ducks/chickens are not available for issue to non-Vegetarians, Milk fresh or whole milk powder or Milk Tinned will be issued to them as authorized for Vegetarians. * Each of these items may be drawn once a week.

2 Potato 110 Potato tinned or 80

Vegetable fresh or 110 Peas/beans dried or 60

Beans haricot or 60 Dal or 60

Flour 30 3 Vegetable Fresh 170 Vegetable tinned or 90

Curried or 90 Peas/beans dried or 90

4 Onion (Fresh) 60 Onion spring green or 90 Onion de-hydrated or 10 Garlic 20

5 Eggs 2 Nos Vegetable fresh or * 110 * for vegetarian Whole Milk Powder or 28

Eggs powder or 20 Eggs or egg powder may be issued to vegetarian Officer who is egg eaters.

Bacon or 56 Sausages or 56

Fish tinned or 56 Meat on Hoof or 220

Kidney or 60 Liver or 60

Meat fresh 90 Milk Fresh 250 ml

6 Fruits Fresh

230 Fruit tinned or 90

Fruit dried 28 Jam/Marmalade may be drawn in lieu of 30 gm Fruits Fresh

7. Firewood 1.400 (900 gms basic plus 500 gms if sanctioned by Fmn Commander)

Kerosene Superior (For 45 men set cooker)

11.360 ltrs

Or Steam coal or 700 gms Kerosene Superior 2.270 ltrs For 4-5 men set cooker

Coke soft or 900 gms Charcoal or 400 gms

Firewood (for kindling purpose)

200 gms

17

Appendix „B‟ to Tender Notice No Q-Fresh/2019-20 dated Jan 2019

STANDARD SPECIFICATIONS FOR RATION COMMODITIES

PART – I : GROUP `B‟

1. Potatoes.

(a) Quality. The potato fresh shall be the one from the crop in season and freshly dug. These shall be of similar varietal characteristics, washed well and graded uniformly for size for individual supplies. Fresh potatoes shall be of average size so that they should not pass through a circular sieve having aperture 5 Cm x 5 Cm and should not retain on a circular sieve having aperture 10 Cm x 10 Cm. The fresh potato shall be sound, wholesome and of a proper stage of maturity, with round (flat) or pebble round (spherical) , pear shaped, long oval, short oval, or oval shapes and must be free from malformed and spindle shape tubers. Fresh potato shall be in a pronounced state of rest, free from signs of sprouting, injury, cuts bruises, shrinkage, physiological disorder, insect damage, disease and any type of discolouration.

(i) The colour of fresh potato skin shall be russet, pale yellow, red, with netted or smooth eyes. These eyes shall also be free from discolouration.

(ii) The colour of potato fresh shall be white or slightly pale yellow with mealy or firm texture and shall be totally free from discolouration of any type, rings, irregular patches or brittle flesh.

(iii) Potatoes shall be free from soft wet cracking surface, watery, white to milky or cream coloured exudate and lesions. The lesions are deep pit extending upto 5 cm or more to the tuber flesh, hard and chalky, cheesy, leathery, bumpiness, necrosis around lenticles and growth cracks.

(iv) Potatoes shall be washed well, cleaned, dried and freed from any contaminant, attached dirt/filth or any other material injurious to health.

(b) Supplies from Cold Storage. The supplies of potatoes from cold storage can be accepted during off seasons when fresh crop is not available in the market subject to the cond ition that the supplies shall conform to the quality requirements as laid down above in addition a strict norm shall be followed for the cut-off period for such supplies. A maximum period of twelve weeks of storage supplies could be accepted in extreme con ditions. In no circumstances while the fresh potatoes are available in the market potato stocks ex cold storage shall be tendered/accepted. However in case where such supplies have to be accepted they shall be checked for the additional defects arising during storage in cold condition. Therefore such stocks shall be free from all above mentioned defects in addition shrinkage, light weightness of tubers, undesirable sweet taste, mahogany browning, stem and browning, greening, damages due to desiccation, holl y heart, decay, bruising stringy, slimy and mucous discolouration or mucous discharge of tuber tissue/oozing from lentils. These shall be properly thawed and cleaned dried.

(c) Inspection. The potatoes fresh will be inspected for the prescribed quality and will be approved by the Contract Operating Officer after his careful inspection and having found supplies conforming to this Specification. The potatoes fresh shall be supplied in suitable clean containers designed to protect the potatoes from damages, deterioration and contamination of any kind. These containers shall be washed well, disinfected and dried before packing/keeping potatoes

2. Onions.

(a) Quality. An appropriate variety of onions as per season shall be approved and accepted for supply. The colour of onion shall be characteristic of its variety. The onion shall be mature, reasonably firm viz not tangibly soft or spongy. May have developed more than one distinct bulb joined only at base. Shapes like flattened globe, globe, high globe, spindle are normal shapes for onion. Onion bulbs shall be dry, well formed and give a rustling noise when handled. They shall be well cured with tough clinging skins and closed necks. Tops when present shall not exceed 2 cm in length and such onions shall not constitute more than 20% by weight of supply. Damaged onions are the onion bulbs, the appearance or the edible or marketing quality of which is materially affected by splitting, dry sunscald, sunburn, staining, sprouting, seed steams or mechanical injuries. Onion with these defects shall be rejected. Various types of damages of onions are indicated as under and onion fresh shall be free from all such defects :-

(i) Splitting. A split onion having more than one distinct bulb shall be considered as damaged when not completely covered by an outer scale and not well cured.

(ii) Dry Sunscald. Softening of the tissues of not well cured onions due to exposure to the sun shall be considered as damage by sunscald. If dry and well cured, an onion shall be considered as damaged by sunscald when the injury is more than alight and is readily apparent without peeling it, except when affected area is dry and so inconspicuous that the appearance of onion is not materially injured.

18

(iii) Sunburn. Is the discolouration of onions due to exposure to the sun where there is no injury to the tissue. Individual onions shall be considered damaged when this burn exceeds 25% of the to tal area.

(iv) Sprouting. Onions are those which have visible sprouts. (v) Rooting. Onion exhibiting development of fresh roots shall be considered as damaged. (vi) Staining. Onions showing discolouration caused by weathering or other causes seriously affecting the appearance and its natural smell shall be considered as damaged. Onions shall be free from black powdery material on the outer scales or in between the outer and first scale, also from small dark green to black dots that appear on the outer scales in the form of concentric rings or blotches.

(vii) Onion shall be free from soft fleshy scales, if pressure on the bulb forces, a watery, foul smelling liquid, through the neck or on such pressure some of the scales slip off. And also grassy, water soaked, Pale-yellowish to light brown or yellow tissue often slimy with vinegar odour and soft spongy scales. They shall be totally free from signs of sweating or moisture condensation, dirt, dust filth or any other material not component of onion bulbs.

(viii) Size. Onion supplies shall be of uniform and fairly well graded for size and the smallest size of onion shall not pass through a circular sieve having aperture 5 Cm x 5 Cm.

(ix) Taste and flavour. The onion shall have the characteristic pungent taste and flavour of onion. The bulbs shall be free from any off taste, smell or odour.

(b) Supplies from Cold Storage. The supplies of onion from cold storage can be accepted during off season months when fresh crop is not available in the market subject to the condition that the supplies shall conform to the quality requirements as laid down as specification mentioned above at para 2 (a) (i) to (ix). However, in all such cases while stored supplies are accepted they shall be carefully checked for the additional storage defects and rejected in case found to have suffered any such damage/storage damage.

(c) Inspection. The onion supplies shall be inspected for the prescribed quality and will be ap proved by the Contract Operating Officer after his careful inspection and having found supplies conforming to this specification. The onion shall be supplied in suitable clean, dry containers designed to protect the onions from damages deterioration, sweating, decay and contamination of any kind. These containers shall be washed well, disinfected and dried before packing the supplies.

3. Garlic.

(a) Quality. Garlic shall be matured and well cured in that fully developed, firm, sufficiently dry and not so ft or spongy. Garlic fresh shall be free from damaged bulbs in that any defect or injury which materially affects the appearance or the edible or marketing quality of the bulb. The bulbs of garlic shall have the shape and natural colour characteristic of the variety. The bulbs shall be matured, well cured, compact, that is the cloves shall not be spreading out but shall fit closely together, practically the entire length of the cloves, and enclosed in an outer sheath. The cloves shall be well filled and fai rly plump. The garlic shall also be free from soft fleshy scales, swollen bulb (pulpy soft) if pressure on bulbs forces a watery, foul smelling liquid, may be glassy to pale yellow. The garlic bulbs shall also be free from dried and discoloured light brown to brown coloured units and totally free from moulds, decay, diseases, insect attack. Garlic fresh shall be totally free from signs of sweating, decay or moisture condensation, attached dirt/dust, filth or any other material not component of garlic.

(i) Size. The garlic supplies shall be of uniform characteristics and well graded for size and the smallest size of the composite bulb of garlic shall not pass through a sieve of 3 x 3 cm and also consist of about 10 cloves. The stalk shall not be more than 2 cm.

(ii) Taste and flavor. Garlic shall have the characteristic pungent taste and flavour and they shall be free from any off taste, smell and odour.

(b) Supplies from Cold Storage. The supplies of garlic can also be accepted during off season months when fresh crop is not available in the market subject to the quality requirements as laid down in this specification. However, in all such cases while stored supplies are accepted they shall be carefully checked for the additional storage defects and rejected in case found to have suffered any such damages/ storage damage.

(c) Inspection. The garlic supplies shall be inspected for the prescribed quality and will be approved by the Contract Operating Officer after his careful inspection and having found supplies conforming to this specification. The garlic shall be supplied in suitable clean, dry containers designed to protect the Garlic from damages, deterioration, sweating, decay and contamination of any kind. These containers shall be washed well, disinfected and dried before placing the supplies. Garlic will not be treated with any chemical for the purpose of preservation or suppress storage defects.

19

4. Vegetable Fresh

(a) General

(i) The fresh vegetables will be crisp, well formed, of proper tender maturity and shall not be with coarse fibres, stringy, old or hard due to over age and over growth, spongy or fluffy due to age. The vegetables shall be those in season commencing from early season arrivals and also late season receipts. These will be freshly gathered, cleaned, graded for soundness and wholesomeness. Botanically fruits of plants, roots, leaves, stems, flowers and modified forms of stems, roots and leaves constitute vegetable fresh for human consumptions.

(ii) The vegetable fresh shall be free from insect infestation, physiological disorders, blemishes of damage and disease. They shall also be free from discolouration, injury, damage or signs of improper storage, handling and transportation, which renders them a poor look as to the freshness.

(iii) The vegetable fresh shall be free from rotting, coating of waxes, mineral oil and colours.

(iv) All mandatory requirements of FSSAI Rules, as amended from time to time, pertaining to this specification shall be complied with.

(v) The vegetable can broadly be classified into:- (aa) Root varieties.

(ab) Creeper varieties.

(ac) Leafy varieties.

(ad) Fruits/surface/overground varieties.

(b) Root Varieties

(i) These vegetables shall be well formed and not forked or misshapen, over or under -grown. The surface shall be characteristic of type but free from growth cracks/hardened body and fibrous cores. The leaves of root vegetables shall be removed 5 cms from the crown and trimmed to remove tail and root portion.

(ii) Monthwise varites cum percentage is given at Annexure to Schedule Numbers.

(iii) This category includes the modified roots and stems used as food like Arvi, Carrots, Radish, Turnips, Ginger and the like. The specifications of vegetables under these varieties are as under :-

(aa) Arvi. It has a wide range of physical classification, starting from small sized bulbs to large sized bulbs from round shaped to faizabadi elongated long sized Arvi. Arvi shall be soft in texture, free from field fungal diseases and hardening of bulbs which is evident with partial decay of degeneration of portion of bulb.

(ab) Carrots. The varieties of carrots range from golden yellow, light red, bright orange-red to deep orange-red colour. The greenish white or country carrot and also yellowish white are hard, coarse and insipid. Carrots should be smooth and regular, of good size, should break crisp, having a fine skin and sweet tender flesh. It should not be tough, stringy with leathery skin, fibrous flesh or with excessive heart. The varieties of carrots are namely Pusa Kesar, Pusa Meghali and Half-long-Nantes, Pusa Yamdagni & coreless. The size of carrots shall be not less than 12 cm and not more than 30 cm. Top should be denuded of foliage.

(ac) Radish. The radish varies in size according to the area in which it is grown. They should be smooth and regular, of good size, should break crisp, having a fine skin, juicy and of good flavour. It should not be tough with fibrous flesh and wanting in flavour which indicates inferior quality and overgrown roots.

(ad) Turnips. The turnip belongs to the family cruciferace, genus Brassica and species rapa. They should be clean and fresh in appearance, of good size and regular shape, free from all cracks. The flesh should be crisp, tender, fine grained, solid, sweet, juicy and of good flavour. Loose wrinkled skin, softness, discoloured appearance due to staleness, and bad storage are chief defects. Toughness, cracked skin, hard and fibrous flesh and wanting in flavour denote inferior quality and overgrown roots. The top shall not be more than 1.0 cm.

(ae) Ginger. It is the bulbous root of ginger plant. It should be fresh, should break crisp, having a fine stain, tender and juicy flesh. It should give a slightly bitter taste. Bruised and discoloured skin is caused due to bad packing and rough handling. Toughness, hardness and excessive fibrous flesh wanting in juice and flavour indicate inferior quality and overgro wn roots.

20

(af) Beet Root (Chaukinder). Well formed bulbs, proper stage of maturity with soft secondary roots of bright reddish purple colour. These bulbs will be free from sogginess and attacks of field fungi or disease. Max numbers of Beetroot in a kg can be 10 with each single piece not less than 100 gms.

(c) Creeper Varieties.

(i) The vegetable like, beans, cucumber, pumpkin, snake gourd, tinda, bitter gourd, chappan kaddu, marrow, ridge gourd, ribbon gourd, tori ghia, tori jhinga and long melon etc. form part of this category of vegetables. These vegetables are susceptible to damage by field fungi and various other insects, thus, making them unsuitable for human consumption.

(ii) These vegetables shall be well formed, tender of proper stage of maturity. Surfaces not facing sun may have little under distribution of chlorophyll thus slight light yellow in colour, this should not be taken as a major defect. Skin shall be moist, smooth and with velvety feeling. Presence of hard seeds , hard skin, bitterness, shrinkage and physiological disorders are defects and vegetable with these defects shall be rejected. The specifications of vegetables under these varieties are as under : -

(aa) Beans. This category includes cluster beans, broad beans, french beans, soya beans, moong beans, bengal beans etc. They should be young, tender and fleshy, not hard, wrinkled, stringy or discoloured.

(ab) Cucumber. It should be smooth and regular, of good size and shape, should be filled with tender flesh and seeds. It should not be over ripe, loose or with wrinkled skin which denote staleness. The cucumber shall be of varieties namely Field Grown slicing or Table -sorts, Packing varieties and Forging or Green house varieties of size between 8 cm and 50 cm.

(ac) Snake gourd, Ridge gourd, Ribbon gourd, Sponge gourd, Tori ghia, Tori Jhinga and Squash. These should be smooth, tender and of good size. The colour is normally fresh light green and not yellowish or rusty brown which denotes staleness. The interior should be fleshy, soft and tender, not hard and stringy which denotes over ripeness or inferior quality.

(ad) Pumpkin. It should be of good size with tender skin. It may be of fresh green colour to rusty brown. Once it is fully matured and turns into rusty brown colour, it can be stored for long period. The skin should be free from any damage and field fungi or disease. The damage on outer skin is the sign of bad handling and storage.

(ae) Tinda. It should be round shape with smooth skin of fresh light green colour or they may have fresh off white velvety appearance. The interior should be fleshy with small and soft seeds. The skin should be soft and tender and not hard which denotes over ripeness or inferior quality. The hard seed also conform over ripeness of tinda.

(af) Bitter Gourd. It should be of good size and shape with bright green colour knotted skin. It should break crisp and have tender flesh. The yellowish or rusty brown colour indicates over ripeness or inferior quality.

(ag) Chappan Kaddu. This should be smooth and regular of good size, having fine skin and sweet tender flesh. Hardness of skin and seeds and wanting of flavour denote inferi or quality and over ripeness.

(ah) Marrow. It should have fresh green colour tender skin. The interior is filled with soft whitish pulp and tender seeds. Hard yellowish skin and hard seeds indicate over ripeness and inferior quality. It should be free from any damage and disease.

(aj) Long Marrow. It is normally ribbed and long shaped of fresh green colour with velvety appearance. The interior flesh is filled with soft tender seeds and watery pulp. The yellowish colour, hardness of skin and seeds denote over ripeness and inferior quality.

(d) Leafy Varieties

(i) The vegetables like lai sag, cabbage, spinach, coriander green etc. form part of this category.

(ii) The leaves of above varieties vary in size and shape. They should be fresh, bright, soft and succulent, not stale withered and dry due to being kept too long or exposed to the sun after being plucked. The leaves should be free from disease and any type of infestation. Tough, coarse and stringy leaves denote that the crop is over grown, has been badly cultivated or is of inferior quality. These will be properly trimmed and will be free from roots, stumps, hard stalks and extraneous leaves.

21

(e) Fruit/Surface/Overground Varieties. Peas green, knol-khol, brinjal, cauliflower, ladies finger, plaintain green, tomatoes, capsicum, green papaya, jack fruit, marrow, parwal, squash and chillies green etc. are from this category of vegetables. The specifications of vegetables under these varieties are as under :-

(i) Peas. The pods should be of fresh green colour, crisp, juicy and of good size. They should be well filled with fresh light-yellow, green, dark green or white unwrinkled peas of good size, tender, thin-skinned, sweet and full flavoured. Over ripe, flat ill filled pods containing a few puny small peas, denote inferior quality and bad cultivation. Dull, yellowish green, hard pods containing hard dry light peas are stale and bad. Peas attacked by insects will be empty and light in weight owing to kernel having been eaten up. The peas are of varieties namely Early variety (Asauji and meteror smooth seeded varieties), Early badger ( A wrinkle -seeded, dwarf variety ), Arkel ( A wrinkle-seeded high yielding dwarf variety), Mid season (Bonneville: Wrinkle-seeded, double podded, medium tall variety) and late variety (N.P.29: wrinkle -seeded). Varieties suitable for hills : Early Giant (Dark pods with wrinkled seed ) and Alderman ( Pods more or less straight nearly 9 cm in length )

(ii) Knol-Khol. They should be clean and fresh in appearance of good size and regular shape. It should have well formed body and soft flesh. The discoloured appearance due to staleness and bad storage are chief defects. Toughness, hard and fibrous flesh denote inferior quality.

(iii) Brinjal. The colour of brinjal varies, they may be white to yellow or dark purple. They should have fresh looking shiny skin. The thinner skin, the better the brinjal. It should be well filled with sof t greenish pulp and tender seeds which should not be in excess. It should not be over-ripe, loose or with wrinkled skin which denotes staleness.

(iv) Cauliflower. This should have large, firm snowy-white compact head of uniform closeness. Any tinge of green or yellow indicates inferior quality. Some varieties of good quality when fully matured, become suffused with violet. The less foliage the better, small dark spots or soft spots denote decomposition. They should normally be delivered with two layers of leaves of sufficient length to protect the flower and stalk removed. The varieties of Cauliflower are classified as Early (Kunwari or Kauri and Early Patna available from mid-September to mid-Novober), Pusa Ketki and Pusa Deepali available in Novober -November Mid-Season (Aghani, Poosi, Patna Main Crop, plant Shubhra -available from mid-November to mid-December. Early snowball, Giant Snowball, D-96, Japanese Improved, Pusa Shubhra - available from mid-December to mid-January) and Late ( Dania-available in January -February, snowball -16 Pusa snowball 1-2 and Pusa Himjyoti-available from mid-January to April)

(v) Ladies Finger or Bhindi. The pods of these vary, some are ridged, others are not. The colour is either fresh, light green or they have fresh white velvety appearance, not yellowish or rusty brown denoting staleness. The interior should be fleshy and seeds small and soft. A dry and stringy interior, with hard seeds is due to over ripeness. The skin should be soft and tender not hard and stringy which denotes over ripeness or inferior quality. The ladies finger are of varieties namely Makhmali, Pusa Sqwani, Perkin's Long Green, Vaishali Badhu, Punjab Padmini and Parbani Kranti. The tail end of ladies finger shall break crisp without any signs of fibrous formation.

(vi) Plaintain Green. These should be smooth and regular with fresh appearance. It should break crisp and interior should have good creamy white pulp. Toughness, cracked skin and wanting in flavour denote inferior quality. These are available in different sizes according to the area where these are grown.

(vii) Cabbage. These will be green in colour, should be fresh, crisp and firm with a large compact heart and as few loose outer leaves and as little stalk as possible. The different vari eties of cabbage are Round head or Bell head type, Flat head or Drum head type ( Pusa Drumhead ), Conical head type (Jersey wake field ) and Savoy type (Chieftain ).

(viii) Tomatoes. These should be of good fresh appearance and ripe colour, good size, firm, solid, plump, well filled and heavy. The flesh should be plentiful, rich, solid, tender of good colour. It should have a pleasant, not too bitter flavour. Smaller the core and less seeds the better the tomatoes. Greenish, tough skinned, lumpy and sour flesh (due to unripeness) dry wrinkled, discolour skin and a watery pulpy interior shows staleness and poor quality. Bruised and discoloured tomatoes are caused due to bad packing and rough handling and loose their taste and flavour. The dif ferent varieties of tomatoes are Pusa Early Dwarf, Pusa Fuby, Sioux Marglobe, Best of all, La Bonita, Pusa 120, Pusa Sheetal, Pusa Gaurav, Italian Red Pear and Rema.

(ix) Chillies. These will be of good size as per variety with fresh and bright in appearance. Should break crisp, well filled with soft seeds and free from field fungi or any other disease. Loose or damaged skin denote bad handling/storage and inferior quality. The size of individual chillies shall not be less than 2.0 cm.

22

(x) Green Papaya. It should be smooth and regular of good size, well shaped of green colour. The skin should be thin with creamy white pulp, minimum of seeds and pleasant flavour. The discolouration and damage to skin are the sign of long storage and bad handling.

(xi) Parwal. These should be smooth and regular, of good size and shape with fine skin and tender flesh. The interior will be filled with creamy white pulp and soft seeds. The hard seeds and discolouration of skin are the signs of over ripeness and staleness.

(xii) Jack fruit. This should be of green colour, solid, young and good size. The interior should be filled with whitish pulp and tender seeds. When cut the milky substance, should come out. If it is over mature, it can not be used as vegetable, should be free from any disease and softness of skin shows the sign of staleness and long storage.

(xiii) Fresh Lime (Kagzi Nimbu). Fresh lime shall be of two types namely round and oval. The lime fresh shall show a green rind colour just beginning to turn yellow or uniform golden yellow, rind not soft or flabby, shall be free form bruises, injury, damage, canker and discolouration. The minimum weight of single fresh lime shall not be less than 30 gm and maximum number to a kg shall be 33.

(xiv) Radish. On maturity the radish top bear fruit which are used as vegetable. They are bitter in taste and when cooked produces excellent vegetable. The fruit pod is a cilicle which is about 2.5 to 7.5 cm in length and does not become open to discharge the seeds at maturity.

(f) Inspection.

(i) The fresh vegetables will be subjected to the approval of Contract Operating Officer after his careful inspection and having found them conforming to this specification. The decision of this officer shall be final.

(ii) All vegetables shall be supplied in suitable clean containers designed to protect them from damage, deterioration and contamination of any kind.

(iii) An excess of earth on root vegetables amount to adulteration, they should be tendered clean. The contractors must not give bright appearance to the vegetables especially of green leaf by washing them. This is important as water used for the purpose is often filthy and germ laden. Some suppliers soak the vegetables to increase weight, which can be detected easily by their damp and sodden feel, and their over bright and pulpy state.

5. Fresh Fruits. (a) Quality.

(i) General. All fruits fresh will be fresh, ripe, sound, sweet, wholesome, mature, well formed, firm, of good even size. It will have characteristic colour, taste, aroma, shape and visual appearance, as applicable to each fruit fresh and its varieties. The fruit fresh should mature naturally on trees or under normal storage conditions. It will be practically free from insects and pests infestation (live or dead) and foreign matter and totally free from fungal or bacterial rot (skin or pulp). It will have no holes, cuts, cracks, wounds or bruises (indented or water soaked). It will have no discoloration of skin, internal break down, browning, scabs, wrinkled or water soaked skin, blemishes, physical injury, diseases or any other defects. Physiological disorders and temperature injury (heat, chill, freeze) should not be seen in it. It will also be free from signs of improper storage, handling and transportation. It will not be bland, bitter, sour in taste, dry/ dehydrated, overripe. It will also be free of any other defects that may have poor visual appeal, injurious to health or poor organoleptic quality.

(ii) Size and Weight relationship. Fruits fresh will conform to the requirements of size/weight relationship as given in succeeding paragraphs in this specification. Fruits fresh of abnormal shape, size, weight, etc likely due to growth enhancers/hormone injections/genetic modification/etc will be rejected, even if all other aspects of this specification are being met. Abnormality will be arrived at by mutual consent, to be approved by station commander/medical officer. Good average size of fruits mentioned against each fruits will be decided by the Executive Officer considering its purchase.

(iii) All mandatory requirements of FSSAI and other government bodies, as amended from time to time, pertaining to this specification, will be complied with.

23

(b) Inspection.

(i) General. Fruits fresh will be subjected to inspection by contract operating Officer, as per parameters mentioned in this specification and contract clauses therein. After careful inspection and having found fruits fresh conforming to this specification, the same will be accepted. All fruits fresh will be supplied in suitable size containers (CFB, CFC, plastic crates, wooden boxes, baskets, paper boxes, etc other than bags), designed to protect the fruits fresh from transportation related d amages and deterioration. These containers will be clean and dry, without any previous remnants/marks/contaminants, before placing the fruits fresh. Additional cushioning to protect individual fruits fresh may be provided if so required, by use of paper, grass, leaves, soft plastic shreds, etc. Stickers individually affixed on fruits fresh when removed, should not leave visible traces of glue nor lead to skin defects. Fruits fresh viz; Grapes will be issued in small size packs only. These will not be emptied for inspection. The inspection will be carried out after opening of upper flaps only, where a detailed check is necessary adequate number of packs may be emptied.

(ii) Use of Chemicals. No chemicals will be administered to the fruits fresh internally or externally to enhance size, colour, taste, ripening, shine, etc. Fruits fresh will not be d ipped in water. Preservatives where used must be permitted ones as per FSSAI guidelines and must be w ithin the permissible limits.Residual level of heavy metals, insecticide, pesticides, fungicides and others, for food safety requirements will be complied with as per guidelines of FSSAI or other related Government bodies.

(c) Apple (Hindi name – Seb, Botanical name – Malus Domestica)

(i) Fruit Characteristics. Apple will be fine grained, sweet, juicy, mature and good smelling. It will be of normal bloom, glossy smooth skin, stem intact (if removed brake should be c lean). Colour of apple will be characteristics of the variety, which generally ranges from creamy white, light green, golden, pink to red with small dots scattered all over. It will be of even size, shape and weight for each variety. The maximum numbers of an Apple in a Kg be 11 and weight of one Apple be 90 gm.

(ii) Major Defects. It will not have any sign of internal blackening/rotting or degradation of pulp. It will not be distorted or irregular in shape or, sour in taste.

(iii) Minor Tolerances. Minor skin blemishes, healed injury on skin (nail, rub marks), minor superficial bruises, natural marks, slightly defect in colour, skin, shape, development, etc not affecting quality of fruit may be accepted, if within acceptable limits.

(iv) Recommended Varieties.

(aa) Red Delicious. (ab) Starking Delicious. (ac) Ambri. (ad) Golden Delicious.

(ae) Red Chief. (af) Red Spur. (ag) Fuji. (ah) Honey Crisp. (aj) Gala. (ak) Braeburn. (al) Red Gold. (am) Macintosh. (an) Sunhari. (ao) Khuru. (ap) American. (aq) Kashmiri. (ar) Himachali. (as) Kinnauri.

(d) Banana (Hindi name – Kela, Botanical name – Musa Sapientum)

(i) Fruit Characteristics. Banana will be sweet, aromatic, firm (not soft) with starchy flesh and no foreign smell or taste. It will have normal bright bloom with colour generally ranging from green, yellow to orange. It will be slightly arched to a smooth curvature. Its butt end intact and neck end attached to a bunch. The size of Banana (measurement is over the curvature, across the back) will vary according to variety in the range of 100 - 250 mm. It will be offered in bunches and not in complete cluster (having large number of bunches together). Minimum 95% Bananas will be in bunches. It will be totally free from seeds. The maximum numbers of a Banana in a Kg be 13 and weight of one Banana be 70 gm.

(ii) Major Defects. It will be free of cuts (through the peel into the pulp), hard lumps, excessive scattered brown spots/ flecks. It will be free from heat injury (pilling, blackening of skin), chill injury (dull greyish or blackened peel or brown under peel discoloration), freeze injury (dark water soaked areas).

24

(iii) Minor Tolerances. Insect damage (dry brown scab), bird/nail damage (scars), physiological disorder (reddish brown discoloration), superficial skin bruises, abrasion, rub damage, etc not affecting quality of fruit may be accepted, if within acceptable limits

(iv) Recommended Varieties.

(aa) Dwarf Cavendish. (ab) Harichal. (ac) Nendrun. (ad) Safed Velchi. (ae) Poovan.

(af) Martman. (ag) Robusta (ah) Chinia. (aj) Basrai. (ak) Virupakshi. (al) Lal Banana Chitradar,

(e) Mango (Hindi name- Aam, Botanical name - Mangifera Indica)

(i) Fruit Characteristics. Mango will be mature, ripe, firm, juicy, yield slightly to finger pressure, smooth thin skin, sweet, pleasant aroma. The colour generally ranges from light green to yellow (lemon/golden) to orange as per variety. The shape generally ranges from oval, heart shape to oblong shape. It will ripe on trees or under normal storage conditions. It will have good pulp recovery. The maximum numbers of a Mango in a Kg be 7 to 11 and weight of one Mangp be 90 to 140 gm.

(ii) Major Defects. It will be free from temperature injury (scattered small dark- brown spotting on dull discoloured skin), physiological injury with internal breakdown (watery, translucent or spongy) and scalding due to temperature injuries. It will not be fibrous, sour, sweet-sour in taste.

(iii) Minor Tolerances. Light/dark blemishes in small spots, sunburn injury (bleaching) in small patches, marks of tree latex, etc not affecting quality of fruit may be accepted, if within acceptable limits.

(iv) Recommended Varieties.

(aa) Safeda. (ab) Ratna (Neelum x Alphonso) (ac) Kesar (ad) Deshari (ae) Langra. (af) Chausa. (ag) Banganpalli. (ah) Bombay Green. (aj) Himsagar. (ak) Alphanso. (al) Neelum (am) Raspuri. (an) Sindura. (ao) Mallika. (ap) Malgoba. (aq) Fajali.

(f) Orange (Hindi name- Santra, Botanical name - Citrus Reticulate Deliciosa)

(i) Fruit Characteristics. Orange will be mature, ripe, juicy, fresh, bright bloom, waxed look, firm, smooth skin (not more than 5 mm thick), sweet, low acid flavour. Uniform colour is generally from light to full orange with red blush, dark red or burgundy flesh, yield to slight pressure, round to oval in shape. It has very high juice content. Minimum juice extraction will be 35% for all varieties. The maximum numbers of an Orange in a Kg be 11 and weight of one Orange be 90 gm.

(ii) Major Defects. It will be free of dark lesions on the fruit skin, black decay of fruit core, frost damage. No temperature injury (water soaked flesh or dark brown depressed lesions) or sunburn (pale, hard skin). Green coloured, bitter, foul, bland taste and smell are not permitted. The wedges should be intact, without leakage, no bitter/foul/bland taste and smell.

(iii) Minor Tolerances. Superficial black/grey marks, enlarged navels, stem corrugations, light/ dark blemishes over small area, sun bleached yellow orange areas, slight defects in shape, colour, skin, russets, etc, not affecting quality of fruit may be accepted, if within acceptable limits. Light green area not more than 20 % or 30 % of surface is permitted during late seasoning, over and above the minor tolerances limit.

25

(iv) Recommended Varieties. (aa) Nagpur. (ab) Hamlin. (ac) Jaffa. (ad) Malta Blood Red. (ae) Sathgudi. (af) Valencia Late.

(g) Guava (Hindi name- Amrood, Botanical name - Psidium Guajava)

(i) Fruit Characteristics. Guava will be thin skin, smooth/ bumpy surface, firm, ripe, sweet, mature, with good aroma. It will have thick pulp with seeds, which becomes softer towards the centre. It is generally round, oval, pear shaped as per the variety. Its colour is generally green, pale green to yellow. The pulp will be white, yellow, pink, salmon or red as per the variety. It must not yield to fair pressure. It will have typical fragrance and will be tree ripe. The maximum numbers of a Guave in a Kg be 11 and weight of one Guava be 90 gm.

(ii) Major Defects. It should not be acidic in taste, over ripe, under ripe, fibrous, hard to bite or chew, gummy, astringent, foul smell/ taste.

(iii) Minor Tolerances. Superficial marks, bruises, blemishes, fairly hard seeds, etc not affecting quality of fruit may be accepted, if within acceptable limits.

(iv) Recommended Varieties.

(aa) Allahabad Safeda.

(ab) Lucknow-49. (ac) Allahabad Surkha.

(ad) Chittidar. (ae) Nagpur seed less. (af) Bangalore. (ag) Dharwar. (ah) Akara Mridula.

(h) Pear ( Hindi name - Nashpati, Botanical name- Pyrus Communis)

(i) Fruit Characteristics. Pear will be firm, sweet, juicy, crunchy, skin intact, evenly sized, sweet smelling with a dull bloom, stem intact and no foreign matter, with uniform rough skin and typical lon g pear shape with elongated, tapering neck. It is generally yellow green to dark green in colour. The maximum numbers of a Pear in a Kg be 11 and weight of one Pear be 90 gm.

(ii) Major Defects. It will be free of sun burns, heat damage, rots, etc. It wi ll not have protruding areas, irregular curvatures or sutures, no internal breakdown or internal bruises.

(iii) Minor Tolerances. Skin marks/blemishes, etc not affecting quality of fruit may be accepted, if within acceptable limits.

(iv) Recommended Varieties.

(aa) Nashpati. (ab) Pears Kashmiri. (ac) Bagu Gosha (Bartlett). (ad) Pears William. (ae) Pears Stone.

(j) Grapes (Hindi name - Angoor, Botanical name- Vitis Vinifera)

(i) Fruit Characteristics. Grapes will be full bodied, bright, practically intact bloom, sweet, firm, crispy skin, juicy, seedless, distinctive flavour, aromatic, colour generally ranges from black to blue to green (light/dark light). Shape is generally round, oval or elongated. Up to 90% of berries must be attached to the bunch.

(ii) Major Defects. It will be free of pests, rotten skin, skin damages, spray deposits, water berries, etc. Detached berries from bunches will be well healed and not deteriorated.

(iii) Minor Tolerances. Differences in shape, small berries, uneven ripening/colour, bruising, sun scorching, etc not affecting quality of fruit may be accepted, if within acceptable limits.

26

(iv) Recommended Varieties. (aa) Thomson Seedless (and its mutants). (ab) Sharad Seedless

(ac) Perlette. (ad) Flame Seedless. Sonaka, Pusa Seedless, Beauty Seedless.

(k) Papaya (Hindi name - Papita, Botanical name - Carica Papaya)

(i) Fruit Characteristics. Papaya will be firm, full bodied, fresh, smooth, melting flesh, sweet, juicy, thin and slightly waxed skin, less number of seeds, free from foreign smell or taste. It is generally oval, elongated to slightly pear shaped, larger fruits are generally five sided. Generally greenish yellow to yellow, pink, red coloured flesh. Small green/brown skin spots over the surface. Skin smooth with moderate gloss.

(ii) Major Defects. It will be free from rots, scars, wounds, scratches, and frost damage.

(iii) Minor Tolerances. Leak of latex, surface debris, etc not affecting quality of fruit may be accepted, if within acceptable limits.

(iv) Recommended Varieties. All varieties are permitted. The following are however recommended.

(aa) Coorg Honey Dew. (ab) Pusa Dwarf. (ac) Pusa Majesty. (ad) Pusa Delicious. (ae) Honey Dew. (af) Ranchi Selection. (ag) Washington.

(l) Sweet Orange ( Hindi name – Mosambi, Botanical name - Citrus Sinensis)

(i) Fruit Characteristics. Sweet Orange will be large, firm, juicy, sweet citrus fruit. It is generally dark green to light green / pale green in colour and round/ oval in shape. It shall have characteristic aroma and taste. It shall have comparatively tight rinds, wedges tightly packed and difficult to remove. Minimum juice extraction will be 35% for all varieties. The maximum numbers of a sweet Orange in a Kg be 9 and weight of one sweet Orange be 105 gm.

(ii) Major Defects. It will be free of lesions on fruit skin, decay of fruit core. No frost damage, temperature injury (water soaked flesh or dark brown depressed lesions) or sunburn (pale, hard skin). Bland taste and smell are not permitted.

(iii) Minor Tolerances. Superficial black/grey marks, enlarged navels, stem corrugations, slight defects in colour, shape, skin, hail damage, handling damage, sun bleached areas, etc, not affecting quality of fruit may be accepted, if within acceptable limits. Light green area not more than 20 - 30 % of surface is permitted during late seasoning, over and above the minor tolerances limit.

(iv) Recommended Varieties. All varieties are permitted.

(m) Pine Apple (Hindi name - Ananas, Botanical name - Ananas Comosus)

(i) Fruit Characteristics. Pine Apple will be sweet, firm, juicy, strong sweet aroma and taste, texture not chalky or fibrous. It will have thick, rough skin covered with hexagonal pattern of nodules. It will have thick blue-green bunch of Cactus like leaves at top with tough central core. Colour of skin is generally greenish yellow to golden yellow. Shape is generally cylindrical to pine cone. On slicing should have minimum development of translucent area. Stem and crown be trimmed to 2 cm to 10 cm respectively.

(ii) Major Defects. It should be free from diseases, insipid/cracky taste, mechanical damages, black rot, watery spots, low temp injuries and decay.

(iii) Minor Tolerances. Minor shrivelling, discoloration, non-uniform ripening, stains, surface mud debris, wounds, scratches, punctures, etc, not affecting quality of fruit may be accepted, if within acceptable limits. (iv) Recommended Varieties. All varieties are permitted. The following are however recommended :-

(aa) Giant kew. (ab) Queen. (ac) Kew. (ad) Mauritius.

27

(n) Water Melon (Hindi name – Tarbooja, Botanical name – Citrullus Lanatus)

(i) Fruit Characteristics. Water Melon will be juicy, have thick rind, fleshy centre, smooth exterior (colour is generally green, yellow, white), sweet interior (colour pink, orange, yellow, red (not over ripe). It is generally round, oblong, tubular in shape. It will have light green, dark green, mixed green, stripes in the exterior.

(ii) Major Defects. It will be free of sun burns, heat damage. It will not have protruding areas, internal breakdown or bruises. It will be free from foreign or 'off' tastes or odours. It will not be deformed or have sutures.

(iii) Minor Tolerances. Physical damages, skin marks/blemishes, soil matter attached to fruits, etc, not affecting quality of fruit may be accepted, if within acceptable limits.

(iv) Recommended Varieties. All varieties are permitted. The following are however recommended :-

(aa) Arka Jyoti. (ab) Arka Manik. (ac) Asahi Yamato. (ad) Durgapur Kesar. (ae) Madhu, Milan, Mohini. (af) Sugar baby.

28

PART –II : GROUP `C‟ 1. Live Stock (Sheep/Goat) (a) Quality.

(i) The animals shall be well nourished, in good condition and free from any appearance of ill health. If the dressed carcass of any animal (otherwise fit for slaughter) is likely to contain more than 33⅓ percent bones, such animals shall NOT be accepted for slaughter. In all respects, the Contract Operating Officer will be the final authority for acceptance or rejection of animals tendered by a contractor.

(ii) No female sheep or goats which are pregnant will be accepted for issue to troops. Where however, restrictions are imposed by the Central or State Government on the slaughter of female animals during the breeding seasons, no female stock will be accepted during such season.

(iii) Animals falling under any of the under mentioned categories shall Not be slaughtered or purchased for slaughter :-

(aa) Age below 2 ½ years, when they possess six permanent incisors, all in wear.

(ab) Female goats below 2 years when they possess four permanent incisors all in wear.

(ac) Male goats and sheep (castrated or entire) below 1 year.

(ad) Goats and Sheep above six years.

(b) Inspection. Inspection will be carried out by the Veterinary Officer/Veterinary Field Assistant or the Contract Operating Officer, if the former is NOT available and will bear the stamp of the Inspecting Officer.

(c) Reserve.

(i) The contractor shall be required to maintain at all times a reserve not less than 15 days requirement of live animals. All such animals in the reserve stock must be healthy and likely to be accepted by the contract operating officer. In the event of such reserve falling below the prescribed minimum limit the respective contract operating officer will be at liberty to purchase at the risk and expense of the contractor sufficient number of animals to bring the reserve upto the requisite limit without prejudice to any other action that may be taken against the contractor by the DGAR/IGsAR on accordance with provision of clause 12 of the Tender Notice.

(ii) All rejected animals will be removed at once by the contractor and shall not be kept with the reserve.

(iii) The Contractor shall have to maintain his reserve under his own arrangements. 2. Meat Dressed (Goat/Sheep)

(a) Quality.

(i) The meat shall be the produce of healthy, well nourished stock which has been passed as fit for slaughter by a supply officer. If the dressed carcass of any animal contains more than 33.33 percent bones, such carcass shall be rejected. In all respects, the supply officer will be the final authority for acceptance or rejection of meat tendered by a contractor.

(ii) The udder will be removed from the carcass before issue.

(b) Inspection.

(i) The meat shall be inspected and passed by the Veterinary Officer /Veterinary Field Assistant or Contract Operating Officer before issue to troops and will bear his stamp.

(ii) In the case of issue to hospitals, the meat after approval of the supply officer shall be cut up into diets as may be required.

(iii) Sheep and goat will be slaughtered either by Jhatka or halal method as stipulated in the schedule. In slaughtering sheep/goat by Jhatka method, the neck will be severed in one blow as close to the head as possible. When animals are slaughtered by Halal method, the head of the carcass will be removed after the slaughter. After slaughter of animals either by Jhatka or Halal method, each carcass shall be cut through the middle of knee and hock joints. The portion of the neck shall remain attached with the carcass after slaughter of animals by either method together with the flesh, skin and tissues surrounding it.

29

(iv) The fat which covers the stomach and the intestines shall be issued with each carcass, whether goat or sheep and also if desired by the officer operating the contract the tail fat of dumba sheep.

(v) The spleen shall NOT be removed from the carcass until it has been inspected.

(vi) The pluck shall be kept attached with the carcass and hung out after the sternum has been split for inspection. Out of whole pluck only liver, kidney and testicles shall be issued alongwith carcass subject to passed fit by the Inspecting Officer. Any other cuttings and arising of meat carcasses will not be accepted.

(c) Reserve.

(i) The contractor shall be required to maintain at all times a reserve not less than 15 days requirement of live animals. All such animals in the reserve stock must be healthy and likely to be accepted by the contract operating officer. In the event of such reserve falling below the prescribed minimum limit the respective contract operating officer will be at liberty to purchase at the risk and expense of the contractor sufficient number of animals to bring the reserve upto the requisite limit without prejudice to any other action that may be taken against the contractor by the DGAR/IGsAR on accordance with provision of clause 12 of the Tender Notice.

(ii) All rejected animals will be removed at once by the contractor and shall not be kept with the reserve.

(iii) The Contractor shall have to maintain his reserve under his own arrangements. 3. Poultry Live (Fowl/Chicken).

(a) Quality.

(i) Poultry live (Fowl/Chicken) shall be healthy and well nourished birds of good confirmation. The birds tendered shall be plumpy (i.e. the breast bone being well covered with flesh).

(ii) The birds shall be of the following age and weight:-

Age in Live weight in Kg weeks Min Max

(aa) Broiler 6-10 1.5 2.0

(ab) Culled fowl/chicken 52-72 1.5 2.5

(iii) For definition of birds mentioned above refer to Annuxure-`I' to this specification.

(iv) Under normal circumstances only broiler will be accepted. However, under exceptional circumstances, at the discretion of the CFA culled fowl/chicken may also be accepted. Ducks, jungle bird fowl, waterfowl, turkey, guinea fowl, or any other bird shall not be acceptable.

(v) The eyes of the live birds shall be healthy, bright, nostrils free from discha rge, combs and wattles firm and bright in colour, feathers glossy, movements active and showing no evidence of diarrhoea or any other disease or infection. The birds shall be free from diseases/infections of all types.

(vi) The proof of age of the birds shall be assessed by the colour of the feather, flexibility of the breast bone cartilage and colour of the combs and wattles through visual inspection (see appendix „A' to this specification).

(vii) The birds shall be inspected before acceptance by an Veterinary Officer/Veterinary Field Assistant/Contract Operating Officer. Where no Veterinary Officer/ Veterinary Field Assistant is available, such inspection will be carried out by the Contract Operating Officer.

(b) Reserve.

(i) The contractor shall be required to maintain at all times a reserve not less than 15 days requirement of live animals. All such animals in the reserve stock must be healthy and likely to be accepted by the contract operating officer. In the event of s uch reserve falling below the prescribed minimum limit the respective contract operating officer will be at liberty to purchase at the risk and expense of the contractor sufficient number of animals to bring the reserve upto the requisite limit without prejudice to any other action that may be taken against the contractor by the DGAR/IGsAR on accordance with provision of clause 12 of the Tender Notice.

30

(ii) All rejected animals will be removed at once by the contractor and shall not be kept with the reserve.

(iii) The Contractor shall have to maintain his reserve under his own arrangements.

(c) Inspection. The poultry shall be subjected to ante-mortem and post-mortem examinations by Veterinary Officer/Veterinary Field Assistant or Contract Operating Officer, who will stamp the poultry found acceptable. While carrying out post-mortem of dressed birds, the edible offals shall also be inspected and passed. Where no veterinary officer is available, such inspections shall be carried out by the Contract Operating Officer. The birds showing signs of diseases will be discarded. The final authority for the acceptance shall be the Contract Operating Officer.

4. Poultry Dressed (Fowl/Chicken).

(a) Quality

(i) The poultry dressed (fowl/chicken) shall be the carcasses derived from slaughtered poultry live (fowl/chicken) which are strictly conforming to specification for poultry live (fowl/ chicken) as given above at paragraph 3 (a).

(ii) The live birds shall have the following age and weight:-

Age in Live weight in Kg weeks Min Max

(aa) Broiler 6-10 1.5 2.0 (ab) Culled fowl/chicken 52-72 1.5 2.5

(iii) Under normal circumstances only broilers will be accepted. However, under exceptional circumstances, at the discretion of the CFA culled fowl/chicken may also be accepted. Ducks, jungle bird fowl, water fowl, turkey, guinea fowl, or any other bird shall not be accepted. (iv) The slaughter of the birds shall be carried out either by the methods of Jhatka or Halal as specified in contract deed. (v) The slaughtering of the birds shall be carried out in the Butchery under strict hygienic condition. (vi) The slaughtered birds after having been properly bled shall be scalded by dipping in boiling water for 3 to 5 seconds and all feather and body hair properly removed by hand or mechanical picking. The poultry shall be well dressed, feet well cleaned and vent emptied. (vii) The carcasses shall be eviscerated (that is intestines, inedible offals and fat glands removed from the body cavity). The head, feet and the last digits of the wings properly removed by cutting. All vents shall be properly cleaned. (viii) The cleaning of the carcasses shall be done by washing with water and water drained off properly. (ix) The edible offals i.e. heart, gizzard and liver shall be preserved. The gizzard shall be cleaned by splitting with knife, contents removed by washing, inner hard lining peeled off and a final wash given. No other offals shall be accepted.

(b) Reserve.

(i) The contractor shall be required to maintain at all times a reserve not less than 15 days requirement of live animals. All such animals in the reserve stock must be healthy and likely to be accepted by the contract operating officer. In the event of such reserve falling be low the prescribed minimum limit the respective contract operating officer will be at liberty to purchase at the risk and expense of the contractor sufficient number of animals to bring the reserve upto the requisite limit without prejudice to any other action that may be taken against the contractor by the DGAR/IGsAR on accordance with provision of clause 12 of the Tender Notice.

(ii) All rejected animals will be removed at once by the contractor and shall not be kept with the reserve.

(iii) The Contractor shall have to maintain his reserve under his own arrangements.

(c) Hygiene. Poultry dressed shall be prepared in premises maintained in hygienic conditions which shall be open to inspection at any time by Veterinary Officer/Veterinary Field Assistant or Contract Operating Officer.

31

(d) Inspection. The poultry shall be subjected to ante-mortem and post-mortem examinations by Veterinary Officer/Veterinary Field Assistant or Contract Operating Officer, who will stamp the poultry found acceptable. While carrying out post-mortem of dressed birds, the edible offals shall also be inspected and passed. Where no veterinary officer is available, such inspections shall be carried out by the Contract Operating Officer. The birds showing signs of diseases will be discarded. The final authority for the acceptance shall be the Contract Operating Officer.

5. Fish Fresh.

(a) Quality.

(i) The fish shall be fresh, sound, and wholesome and in all respects fit for human consumption.

(ii) The fish tendered shall be of varieties and in proportions approved by the Contract Operating Officer, if necessary, in consultation with the local veterinary authority or the local Medical authority, if the former is NOT available.

(iii) The fish fresh shall be tendered whole i.e with tail, fins, guts and head. The weight of individual fish shall not be less than 250 gm and maximum number of fish in a kg shall not be more than four.

(iv) Generally, the fish fresh will only be tendered. However, during the closed and off seasons, fish in frozen state may be tendered, if fresh fish is NOT available.

(b) Inspection. After fish tendered by contractors for the Assam Rifles has been inspected and passed fit for human consumption by the Veterinary Officer/Veterinary Field Assistant or Contract Operating Officer, the tail, fins, guts and head will be removed by the contractor. The Officer Operating the contract shall be the final authority for acceptance.

(c) The signs of freshness in fish are as follows:-

(i) The fish looks “alive” i.e the eyes are bright and not depressed and dull with greyish pupil.

(ii) The flesh is firm, elastic and adherent to the bone. If pressed with a finger, the impression of the finger should not persist.

(iii) The gills are of a bright red colour and not discoloured, greyish or dirty yellow. The skin is unbroken and glistening.

(iv) The fish is free from the typical odour of staleness or putrefaction.

(v) The nape of the fish is firm.

(vi) The belly cavity is bright and sound, free from discolouration and damage.

(d) The fish which will be tendered fresh and whole, after being inspected by the Veterinary Officer/Veterinary Field Assistant or Contract Operating Officer, should be properly eviscerated, washed and its head, tail, fins and guts be removed and the fish be kept in hygienic containers for issue. (e) The supply of Fish (Fresh) shall be at the ratio of Rahu 50% and Katla 50%.

6. Eggs.

(a) Quality.

(i) The eggs shall be fresh hen eggs of good size. The weight of individual eggs shall not be less than 48 gm and weight of 12 eggs not less than 600 gm. (ii) The shell of the eggs shall be sound and free from cracks, stain, discolouration and adhering excreta/foreign matter. Cracked and dirty eggs shall be discarded.

(iii) However, eggs having adhering excreta or extraneous matter but cleaned with water and dried may be accepted.

(b) Inspection. The eggs shall be subjected to following tests for adjudging its degree of freshness:-

(i) Salt Water Test.

(aa) Eggs which sink to the bottom when immersed in 10% salt solution are fresh eggs.

(ab) Eggs which afloat at the centre or float on the top of 10% salt solution shall be discarded/rejected being either marginally stale or definitely bad.

32

(c) Light Test. This test shall be carried out on a properly made commercially available or improvised box constructed as per Annexure-„II' to this Specification.

(i) Eggs when viewed against light in vertical position by placing on the holes of the box one by one shall be transparent. Such eggs are fresh ones.

(ii) Eggs which are opaque or translucent shall be discarded being stale eggs.

(d) Visual Test. Egg shall be broken into two halves in such a manner that the membrane of the egg yolk is not ruptured. Pour the contents of the egg on a plate and observe the shape and size of the yolk and spreading of the egg whites for following inferences in regard to the state of freshness of the eggs :-

(i) Egg yolks having good close and compact shape with bulged height and egg whites close to the yolk. Such eggs are less than 3 to 4 days old.

(ii) Egg whites spread out and egg yolk enlarged to slightly bigger size with slight depression of the bulge. Such eggs are around 7 to 9 days old.

(iii) Egg whites spread out in irregular shape and egg yolk flattens and increases to about double the size. Such eggs are around 15 days old.

(iv) Egg yolk and egg whites mix up into a liquid. Such eggs are deteriorated and bad.

(e) Packing. The fresh eggs shall be tendered in virgin machine made paper pulp trays for inspection and acceptance by the supply officer whose decision shall be final and binding. Re -cycled paper trays shall not be used. The paper pulp trays used for packing fresh eggs shall be clean, sound, dry and free from signs of any damage.

7. Health of Workers Employed by Contractor at Butchery.

(a) So far as the health of the employees is concerned, they shall be periodically examined by Medical Officer and it should be ensured that no individual suffering from any communicable disease or any disability likely to result in contamination of the raw materials, implements, equipments or finished products, is employed.

(b) All the employees should be protected against communicable diseases with preventive inoculation/ vaccination.

(c) Provisions for personal hygiene of employees will include potable drinking water, washing facilities (Soap, basin or taps, nail brushes and towels) sanitary annexes and at least two sets of clean clothing for each employee for use only in the factory and Masks/ hand gloves, where necessary. There should be a separate room for keeping the personal belongings and to change the clothes and for drying of wet clothes.

33

Annexure-„I‟ {Ref Part-II Para 3 Sub Para (iv)}

FOR POULTRY LIVE (FOWL/CHICKEN) 1. Definition of Broiler.

(a) Broiler. A young meat type chicken 6 to 10 weeks of age of either sex that is tender meat with soft, pliable, smooth textured skin, flexible breast bone, white feather and yellow skin.

(b) Culled fowl/chicken. A matured fowl/chicken of either sex, 52 - 72 weeks of age with toughened and darkened meat and non flexible breast bone due to hardening of the cartilage.

2. Identification of age.

(a) A young fowl/chicken shall have glossy feather, bright, firm and sharp pointed combs, legs with smooth small scales and unfeathered shanks. The male birds shall have spurs which are small and under -developed.

(b) The older birds have faded, worn-out and broken plumage. The birds are generally dark in colour and have a coarse body texture with toughened muscle fibre with non flexible and hardened breast bone cartilage.

Annexure-`II' {Ref Part-II Para 6 Sub Para (c)}

"CONSTRUCTION OF LIGHT TESTER FOR EGGS FRESH"

1. Take a wooden box of suitable size with detachable lid. 2. Make number of holes in the top lid (diameter of holes shall be around 30 mm) to make egg stand in vertical position on its tapered end. 3. Paint interior of the box with good ultra white enamel paint. 4. Fix an electric bulb of 100 watts to provide sufficient illumination alongwith electricity connection, off/on switch, cord etc.

34

Tender Notice Form – 101 Issued to:

SCHEDULE No : ___

Form No : _______ Tender for supply of Group ____ rations to Bn HQ ____ Assam Rifles incl _____ Rifle Coy(s) ____________________________________________________________________during the financial year 2019-20. Earnest money Rs. ______________/- (Rupees _____________________________________________________) only as fixed for the above Schedule in the Tender Notice) deposited vide __________________________________________________________________ dated ____________. Delivery will be made in Assam Rifles Godown at _________________________________________, as per the direction of the Contract Operating Officer of ________________________________. To, The Directorate General Assam Rifles Assam Rifles Tender Notice : 2019-20 1. I/We hereby agree to abide by all terms and conditions of the Assam Rifles Tender Notice published on dated 29 Jan 2019 issued by the Director General Assam Rifles, Shillong for the supply of rations to Assam Rifles as mentioned in the Schedule No _______ during the year 2019-20 in response to which I/We have submitted this tender. 2. I/We the undersigned, do hereby also agree, in case of acceptance of this tender to provide rations as per instructions given in the Schedule and in accordance with terms of Tender Notice dated 29 Jan 2019 issued by Directorate General Assam Rifles, Shillong in response to which I/We, have submitted this tender at the rates noted against each tendering the full period of currency of the contract. 3. I/We attached hereby scanned copy of the following documents as required under Clause No 04 of the aforementioned Tender Notice.

(a) Bidder/Tenderer should quote their PAN (Permanent Account Number) issued by Income Tax Department upload/submit attested photocopy of PAN card. (b) Financial Stability Certificate issued during current financial year (i.e. 01 Apr 2018 onwards) from Commercial Bank, preferably Nationalised Bank mentioning the approximate value up to which the tenderer is capable of undertaking the contract. The Financial Stability Certificate value should be equal to or more than 75% for current account value of the ibid tender (Saving account will not be accepted). Bidders should also submit details of existing contract(s) and tenders participated for FY (2019-20) along with Value (s) of the same failing which bids/tenders are liable to be rejected. Value of financial stability certificate will correspondingly reduce for subsequent tenders. The bidder will be eligible to participate in tender/tenders equal to the value of the FSC provided at the time of tendering. In the event of non participation in tenders for FY 2019 -20, details can also be submitted as “NIL”/ “No participation” in any tender for FY 2019 -20. (c) A latest power of attorney in favour of signatory or signatories of the tender in case the tender is signed by a person or persons other than actual tenderer or on behalf of a Firm/ Company. The power of attorney along with the tenderer‟s signature(s) must be attested by a First Class Magistrate or equ ivalent only. The power of attorney should not be later than two years (24 months) from the date of opening of technical bid. (d) A passport size photograph of the signatory of the tender shall be pasted on tender form duly attested by a First Class Gazetted Officer. In case the attestation is done by a Civil Gazetted Officer or First Class equivalent, Gazette notification may please be attached, without which tender will be considered invalid.

(e) Copy of latest/up to date and Valid Trading License issued by any competent authority i.e concerned State Government / District Administration / Municipal Corporation within state trade licence for all tenderers. The permission / certificate / trade licence of the other state where the contractor will be delivering the subject items doing business for which tender is submitted, is required to be uploaded duly mentioned the commodities and attested by class-I Gazetted officer. The trading license should clearly indicate eithter in Hindi or Engl ish also if submitted in regional language translated copy in Hindi/English will also be uploated, the commodities for which the license is issued and the area of jurisdiction for which it is valid. If the trading license submitted by the bidder does not bear the name of items for which bid/tender has been called for, tender of ibid bidder will be considered as invalid. In case only name of Group/Schedule/Schedules given in the trading license of bidder/bidders for the commodities for which license is issued, list of items under ibid schedule/schedules, as specified by the issuing authority of Trading License, is required to be submitted along with trading license, failing which, tender will be liable to be rejected. Bidder should submit an affidavit for re newal of trade licence, if the same is expiring during the contractual period (i.e. 30 June 2020).

Signature of Tenderer _______________________________

Contd……2/-

35

2 (f) Past experience/ performance certificate issued by Army/ Central Paramilitary Forces/ Central Govt/ State Govt Departments for three years (e.g 2015-16, 2016-17 and 2017-18) for supply of fresh ration items (Group „B‟, „C‟ & similar items e.g. Veg, Fresh & meat group items) entitled for personnel of Army/Central Para Military Forces/ Central Govt/ State Govt Deptts. Past experience value should be equal to 50% or more than the value of the ibid tender. Past experience of any one year out of three years will be counted. Past experience value will be considered for contract (s) awarded in a singly year only and not by counting two or more years. Bids of all those firms whose performance is judged as `Not Satisfactory‟ or `Below Satisfactory‟ level are liable to be rejected. Relevant and authenticated documents supporting the performance/ experience issued by the department concerned where the bidder has made the supply is reqd to be submitted to Headquarters Directorate General Assam Rifles as and when called for, by the competent authority for necessary verification. Bids without supporting documents are liable to be rejected. Past experience certificate will be evaluated for any one financial year out of total 03 latest years & not on all 03 years combined together. Past experience certificate will be furnished for a period of any 03 latest FYs (e.g. FY 2015-16, 16-17 & 17-18).

(g) No tender fee will be reqd to be submitted.

(h) Registration certificate of the firm with GST authorities.

(j) FSSAI Certificate issued by the authorities to the bidder along with its validity period. The certificate should be valid for the contractual period (i.e. upto 30 June 2020). If the contractor/vendor applied for FSSAI certificate and renewal not received till the date of submission of tender, the tendered will have to upload the affidavit intimating the reason for non receipt of FSSAI certificate.

(k) Latest Income Tax Returns Statement for the financial year 2017-18 of bidder/Firm should be submitted/uploaded by the bidder duly attested by First Class Magistrate/Class – I Gazetted Officer/Notary.

NOTE:-

1. In the event of submission of photocopy of any of the document, the same should be attested by any Class I (one) Gazetted Officer. If documents are attested by any equivalent class I Gazetted Officer other then Assam Rifles/Indian Army, Gazette Notification is required to be attached with the tender. Photocopy of any attested or replica of any attested photocopied document, if attached with tender, is not acceptable/ liable to be rejected.

2. All the above documents mentioned at Para 4 (a) to (k) are to be uploaded duly scanned (after signing the documents by all bidders concerned to avoid rejection of tender) at www.eprocure.gov.in.

4. In the event of tender being accepted. I/We agree for the contract to be operative and binding upon me/us from the date of social communication of acceptance by DGAR/IGAR without prejudice to the signing of formal contract deed within 20 days and furnishing the security deposit from Scheduled Bank preferably Nationalised Bank, falling which I/We further agree that the offer of contract shall be deemed to be evoked and earnest money forfeited. Signature (s) of Tenderer (s) Complete Postal Address in Capital Letters

Pin Code No : __________________

Telephone No : _________________

Dated : _________________

36

Appendix “D”

NON BLACK LISTING CERTIFICATE This is to certify that our/my firm/transport company ____________________________has never been black listed during contractual period of any contract undertaken by this firm/ transport company for any Govt organization.

(Contractors signature with seal)

37

Appendix „C‟ to Tender Notice No. Q-Fresh/2019-20 dated Jan 2019 SCHEDULE NO – 118 Tender for supply of Group „B‟ ration to Bn HQ 46 Assam Rifles including one Rifle Coy, HQ 23 Sector Assam Rifles and 22 Field Workshop Assam Rifles at Aizawl during the financial year 2019-20. Tender Value : Rs. 80,30,000/- (Rupees Eighty Lakh Thirty Thousand only)

Earnest money : Rs. 3,21,000/- (Rupees Three Lakh Twenty One Thousand only)

Security Money : Ten percent of the total value of the contract.

Place of delivery Contract Operating Officer

Aizawl or any delivery point activated as per Para 2 of Tender Notice, as per the directions of Contract Operating Officer

Comdt 46 Assam Rifles

Ser No

Name of Articles Precentage Approximate annual

requirement in Kgs/Nos

Tender rate per 100Kgs/Nos

In figures In words

1 Arum/Arvi/Kachu 40% 1467.000

2 Beans/Seems 75% 2750.000

3 Bhat Karela 29% 1063.000

4 Bitter Gourd 25% 917.000

5 Bottle Gourd 96% 3520.000

6 Brinjal 90% 3300.000

7 Cabbage 108% 3960.000

8 Carrot 46% 1687.000

9 Cauliflower 98% 3593.000

10 Cucumber 34% 1247.000

11 Fresh Lemon 12% 440.000

12 Ginger 24% 880.000

13 Green Chilies 24% 880.000

14 Green Banana 20% 733.000

15 Green peas 40% 1467.000

16 Jhinga/Torai 20% 733.000

17 Ladies Finger 45% 1650.000

18 Laisag/Palak 24% 880.000

19 Pumpkin 110% 4033.000

20 Parwal 50% 1833.000

21 Radish 25% 917.000

22 Snake gourd/Tori 43% 1577.000

23 Squash 45% 1650.000

24 Turnip 25% 916.000

25 Tomato 52% 1907.000

Total 1200% 44000.000

26 Potato 31000.000

27 Onion 16000.000

28 Garlic 600.000

29 Apple 115% 5750.000

30 Banana (H/C) 500% 25000.000

31 Mangoes 80% 4000.000

32 Mussambies 65% 3250.000

33 Guavas 60% 3000.000

34 Grapes 40% 2000.000

35 Orange 115% 5750.000

36 Pineapple 80% 4000.000

37 Papaya 85% 4250.000

38 Pears 60% 3000.000

Total 1200% 60000.000