ministry of health and indigenous medicine ifb 2012 - procurement of supplementary food

61
 Invitation for Bids (IFB) “JSDF Grant for Local Level Nutrition Intervention for Northern Province project  TF097171 Procurement of Supplementary food Ref No. JSDF/NUT/NP/GOOD /13 Date: ………………..  1. The Democratic Socialist Republic of Sri Lanka has received a Grant from the Japan Social Development Fund (JSDF) managed by the World Bank toward the cost of Local Level Nutrition Intervention for Northern Province project and it intends to apply part of the proceeds of this Grant to payments under the contract for Procurement of Supply of Supplementary food. 2. The Chairman, Governor Appointed Procurement Committee of the Northern Province on behalf of the Secretary, Ministry of Health & Indigenous Medicine, Northern Province, now invites sealed bids from eligible suppliers for supply of supplementary food for children, pregnant and lactating mothers of the Northern Province. 3. Bidding will be conducted through the National Competitive Bidding (NCB) procedure and are open to all bidders from Eligible Source Countries as defined in the World Bank Guidelines. 4. Interested eligible Bidders may obtain further information from Ministry of Health and Indigenous Medicine, Northern Province (021 222 0801, [email protected]) and inspect the bidding documents at the address given below during the office hours. 5. A complete set of Bidding Document in English language may be purchased by interested Bidders from 09.00 hours to 15.00 hours on Mondays to Fridays inclusive except on public holidays on the submission of a written application to the address given below and upon payment of a non- refundable fee of Rupees 2,000/=. A cash payment shall be made to the cashier. 6. All bids must be accompanied by a bid security of Rs. 250,000 in the format provided in the bidding document. 7. All bids in one original and a copy, properly filled in, and enclosed in plain envelopes must be delivered by registered post or deposited in the Bid box kept at Chief Accountant ’s Room to the address of Ministry of Health and Indigenous Medicine , Health Village, Pannai, Jaffna at or before 15.00 hours of 30 th March 2012. The top of the left hand corner of the envelope should be marked “Procurement of Supplementary Food (JSDF/NUT/NP/GOOD/13)”. Opening on 30 th March 2012 (15.00 hours) immediately thereafter . Late bids will be rejected. 8. Bids will be opened promptly thereafter in the presence of Bidder s representatives who choose to attend in the opening. Chief Secretary For Contacts: & Chairman  GAPC Chief Accountant, Northern Province Ministry of Health & Indigenous Medicine, 187, Adiyapatham Road, Northern Province, Thirunelvely, Health Village, Jaffna. Pannai ,Jaffna, Telephone : 021 222 0843 Sri Lanka. Telephone: 021 222 0801 Fax: 021 222 0806 E mail:[email protected] 

Upload: npgovlk

Post on 06-Apr-2018

218 views

Category:

Documents


0 download

TRANSCRIPT

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 1/61

 

Invitation for Bids (IFB)

“JSDF Grant for Local Level Nutrition Intervention for Northern Province project” 

TF097171

Procurement of Supplementary food

Ref No. JSDF/NUT/NP/GOOD/13

Date: ……………….. 

1. The Democratic Socialist Republic of Sri Lanka has received a Grant from the Japan Social

Development Fund (JSDF) managed by the World Bank toward the cost of Local Level Nutrition

Intervention for Northern Province project and it intends to apply part of the proceeds of this

Grant to payments under the contract for Procurement of Supply of Supplementary food.

2. The Chairman, Governor Appointed Procurement Committee of the Northern Province on behalf 

of the Secretary, Ministry of Health & Indigenous Medicine, Northern Province, now invites

sealed bids from eligible suppliers for supply of supplementary food for children, pregnant and

lactating mothers of the Northern Province.

3. Bidding will be conducted through the National Competitive Bidding (NCB) procedure and are

open to all bidders from Eligible Source Countries as defined in the World Bank Guidelines.

4. Interested eligible Bidders may obtain further information from Ministry of Health and Indigenous

Medicine, Northern Province (021 222 0801, [email protected])  and inspect the bidding

documents at the address given below during the office hours. 

5. A complete set of Bidding Document in English language may be purchased by interested Bidders

from 09.00 hours to 15.00 hours on Mondays to Fridays inclusive except on public holidays on

the submission of a written application to the address given below and upon payment of a non-

refundable fee of Rupees 2,000/=. A cash payment shall be made to the cashier.

6. All bids must be accompanied by a bid security of Rs. 250,000 in the format provided in the

bidding document.

7. All bids in one original and a copy, properly filled in, and enclosed in plain envelopes must be

delivered by registered post or deposited in the Bid box kept at Chief Accountant’s Room to the

address of Ministry of Health and Indigenous Medicine, Health Village, Pannai, Jaffna at or

before 15.00 hours of 30th

March 2012. The top of the left hand corner of the envelope should be

marked “Procurement of  Supplementary Food (JSDF/NUT/NP/GOOD/13)”. Opening on 30th

March 2012 (15.00 hours) immediately thereafter. Late bids will be rejected.

8. Bids will be opened promptly thereafter in the presence of Bidder ’s representatives who choose to

attend in the opening.

Chief Secretary For Contacts:

& Chairman – GAPC Chief Accountant,

Northern Province Ministry of Health & Indigenous Medicine,

187, Adiyapatham Road, Northern Province,

Thirunelvely, Health Village,

Jaffna. Pannai ,Jaffna,

Telephone : 021 222 0843 Sri Lanka.

Telephone: 021 222 0801 Fax: 021 222 0806E mail:[email protected] 

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 2/61

 

MINISTRY OF HEALTH AND INDIGENOUS MEDICINE,

NORTHERN PROVINCE

Section IInstructions to Bidders

Introduction

Scope of 

Bid 

1.1 the Secretary, Ministry of Health & Indigenous Medicine, Northern Province

(The Purchaser) issues these bidding documents for supply of supplementary

food and related services Section III, Schedule of Requirement and Technical

Specifications.

1.2 Throughout these Bidding Documents:

(a)  the term “in writing” means communicated in written form with proof of receipt;

(b)  if the context so requires, “singular” means “plural” and vice versa; and 

(c)  “day” means calendar day. 

Source of 

Funds

2.1 The Democratic Socialist Republic of Sri Lanka has received a Grant from the

Japan Social Development Fund (JSDF) managed by the World Bank toward the

cost of Local Level Nutrition Intervention for Northern Province project and it

intends to apply part of the proceeds of this Grant to payments under the contract

for Procurement of supplementary food for children, pregnant and lactating

mothers of the Northern Province.

Fraud and

Corruption 

3.1 It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank 

loans), as well as bidders, suppliers, and contractors and their agents (whether

declared or not), personnel, subcontractors, sub-consultants, service providers and

suppliers under Bank-financed contracts, observe the highest standard of ethics

during the procurement and execution of such contracts.1

In pursuance of this

policy, the Bank:

(a) defines, for the purposes of this provision, the terms set forth below as

follows:

(i) “corrupt practice” is the offering, giving, receiving or soliciting,

directly or indirectly, of anything of value to influence improperly

the actions of another party2;

1 In this context, any action taken by a bidder, supplier or their employees to influence the procurement process

or contract execution for undue advantage is improper.2

 “  Another party” refers to a public official acting in relation to the procurement process or contract execution.In this context, “public official” includes World Bank staff and employees of other organizations taking or 

reviewing procurement decisions. 

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 3/61

 

(ii) “fraudulent practice” is any act or omission, including a

misrepresentation, that knowingly or recklessly misleads, or

attempts to mislead, a party to obtain a financial or other benefit or

to avoid an obligation3;

(iii) “collusive practice” is an arrangement between two or more

parties4

designed to achieve an improper purpose, including to

influence improperly the actions of another party;

(iv) “coercive practice” is impairing or harming, or threatening to

impair or harm, directly or indirectly, any party or the property of 

the party to influence improperly the actions of a party5;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of 

evidence material to the investigation or making false

statements to investigators in order to materially impede a

Bank investigation into allegations of a corrupt, fraudulent,

coercive or collusive practice; and/or threatening, harassing

or intimidating any party to prevent it from disclosing its

knowledge of matters relevant to the investigation or from

pursuing the investigation; or

(bb) acts intended to materially impede the exercise of the Bank’s

inspection and audit rights provided for under sub-clause 3.2

below.

(b) will reject a proposal for award if it determines that the bidder

recommended for award has, directly or through an agent, engaged in

corrupt, fraudulent, collusive, coercive or obstructive practices incompeting for the contract in question;

(c) will cancel the portion of the loan allocated to a contract if it

determines at any time that representatives of the Borrower or of a

beneficiary of the loan engaged in corrupt, fraudulent, collusive, or

coercive practices during the procurement or the execution of that

contract, without the Borrower having taken timely and appropriate

action satisfactory to the Bank to address such practices when they

occur; and

(d) will sanction a firm or an individual, at any time, in accordance with

  prevailing Bank’s sanctions procedures

a

, including by publicly

3 “ Party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or 

contract execution; and the “act or omission” is intended to influence the procurement process or contract 

execution. 4 “ Parties” refers to participants in the procurement process (including public officials) attempting to establ ish

bid prices at artificial, non- competitive levels.5 “ Party” refers to a participant in the procurement process or contract execution.  

aA firm or an individual may be declared ineligible to be awarded a Bank-financed contract upon completion of 

the Bank’s sanctions proceedings as per its sanctions procedures, including inter alia: (i) temporary suspension

in connection with an ongoing sanctions proceeding; (ii) cross-debarment as agreed with other International

Financial Institutions, including Multilateral Development Banks; and (iii) the World Bank Group corporateadministrative procurement sanctions procedures for fraud and corruption.

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 4/61

 

declaring such firm or individual ineligible, either indefinitely or for

a stated period of time:(i) to be awarded a Bank-financed contract;

and (ii) to be a nominatedb

subcontractor, consultant, manufacturer or

supplier, or service provider of an otherwise eligible firm being

awarded a Bank-financed contract.

3.2 In further pursuance of this policy, Bidders shall permit the Bank to inspect any

accounts and records and other documents relating to the Bid submission and

contract performance, and to have them audited by auditors appointed by the

Bank.

Eligible

Bidders 

4.1 A Bidder, and all parties constituting the Bidder, may have the nationality of any

country, subject to the restrictions specified in Section IV, Eligible Countries. A

Bidder shall be deemed to have the nationality of a country if the Bidder is acitizen or is constituted, incorporated, or registered and operates in conformity

with the provisions of the laws of that country. This criterion shall also apply to

the determination of the nationality of proposed subcontractors or suppliers for

any part of the Contract including Related Services.

4.2 A Bidder shall not have a conflict of interest. All bidders found to have conflict

of interest shall be disqualified. Bidders may be considered to have a conflict of 

interest with one or more parties in this bidding process, if they:

(a)  are or have been associated in the past, with a firm or any of its affiliates

which have been engaged by the Purchaser to provide consulting servicesfor the preparation of the design, specifications, and other documents to be

used for the procurement of the goods to be purchased under these

Bidding Documents ; or

(b) Submit more than one bid in this bidding process. .

4.3 A firm that has been sanctioned by the Bank in accordance with the above ITB

Clause 3.1 (d), or in accordance with the Bank’s Guidelines on Preventing and

Combating Fraud and Corruption in Projects Financed by IBRD Loans and IDA

Credits and Grants, shall be ineligible to be awarded a Bank-financed contract, or

benefit from a Bank-financed contract, financially or otherwise, during suchperiod of time as the Bank shall determine. The list of debarred firms is available

at http://www.worldbank.org/debarr 

4.4 Sri Lankan Government-owned enterprises shall be eligible only if they can

establish that they (i) are legally and financially autonomous, (ii) operate under

commercial law, and (iii) are not a dependent agency of the Purchaser.

bA nominated sub-contractor, consultant, manufacturer or supplier, or service provider (different names are

used depending on the particular bidding document) is one which  either has been: (i) included by the bidder in

its pre-qualification application or bid because it brings specific and critical experience and know-how that areaccounted for in the evaluation of the bidder’s pre-qualification application or the bid; or (ii) appointed by the

Borrower.

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 5/61

 

4.5 Bidders shall provide such evidence of their continued eligibility satisfactory to

the Purchaser, as the Purchaser shall reasonably request

Eligible

Goods and

Related

Services 

5.1 All the Goods and Related Services to be supplied under the Contract and

financed by the Bank may have their origin in any country in accordance with

Section IV, Eligible Countries.

5.2 For purposes of this Clause, the term “goods” includes commodities, raw

material, machinery, equipment, and industrial plants; and “related services”

includes services such as insurance, installation, training, and initial maintenance.

5.3 The term “origin” means the country where the goods have been mined, grown,

cultivated, produced, manufactured or processed; or, through manufacture,

processing, or assembly, another commercially recognized article results thatdiffers substantially in its basic characteristics from its components.

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 6/61

 

Contents of Bidding Documents 

Sections of 

Bidding

Documents 

6.1 Bidding Documents which should be read in conjunction with any addenda issued in

accordance with ITB sub-8.1 include:

a)  Section I: Instructions to Bidders (ITB)

b)  Section II: General Conditionsc)  Section III: Special Conditions

d)  Section IV: Schedule of Requirements

e)  Section V: Technical Specifications

f)  Section VII: Forms - Bid

i.  Form of Bid

ii.  Price Schedule for Supplies and

iii.  Related Services

iv.  Form of Qualification Information

g)  Section VII Forms- Security

i.  Bid Securityii.  Letter of Acceptance

iii.  Agreement Form

iv.  Performance Security Form

v.  Bank Guarantee for Advance

vi.  Payment Form

h)  Section VIII – Eligible Countries

The “Invitation for Bids” issued by Purchaser does not form part of the BiddingDocuments and is included as a reference only. In case of discrepancies between the

Invitation for Bid and the Bidding Documents listed above, the said Bidding

Documents will take precedence.

6.3 Purchaser is not responsible for the completeness of the Bidding Documents and

their addendum, if they were not obtained directly from the Purchaser.

6.4 The bidder is expected to examine all instructions, forms, terms and specifications in

the Bidding Documents. Failure to furnish all information required by the Bidding

Documents may result in the rejection of its Bid.

Clarificati

on of 

BiddingDocuments 

7.1 A prospective Bidder requiring any clarification of the Bidding Documents may

notify Purchaser in writing at the

Ministry of Health and Indigenous Medicine,Northern Province,

Health Village,

Pannai ,

Jaffna.

Fax : 021 222 0806

E mail : [email protected] prior to the deadline for the submission of Bids.

7.2 Purchaser will, respond in writing to any request for clarification provided that such

request is received no later than 10 days prior to the deadline for the submission of 

Bids.

7.3 Copies of the Purchaser's response will be forwarded to all purchasers of the bidding

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 7/61

 

documents, including a description of the inquiry, but without identifying its source.

7.4 Should Purchaser deem it necessary to amend the bidding documents as a result of a

clarification, it shall do so following the procedure under ITB Clause 8.

Amendme

nt of 

Bidding

Documents 

8.1 At any time prior to the deadline for submission of bids, the Purchaser may amendthe Bidding Documents by issuing addendum.

8.2 Any addendum issued shall be part of the Bidding Documents and shall be

communicated in writing to all who have obtained the Bidding Documents directly

from the Purchaser.

8.3 To give prospective Bidders reasonable time in which to take an addendum into

account in preparing their bids, the Purchaser may, at its discretion, extend the

deadline for the submission of bids, pursuant to ITB Sub-Clause 22.2.

Preparation of Bids 

Cost of 

Bidding9.1 The Bidder shall bear all costs associated with the preparation and submission of 

its bid, and the Purchaser shall not be responsible or liable for those costs,

regardless of the conduct or outcome of the bidding process.

Language of 

Bid10.1 The bid prepared by the bidder, as well as all correspondence and documents

relating to the bid exchanged by the bidder and Purchaser shall be written in

English language.

Documents

Constituting

the

Bid

11.1 The bid prepared by the bidder shall constitute the following components:

a)  Bid Submission Form and a Price Schedule completed in accordance

with ITB Clauses 14 and 15;

b)  Bid Security furnished in accordance with ITB Clause 18;

c)  Documentary evidence established in accordance with ITB Clause 12

that the supplies and ancillary services to be supplied by the bidder are

eligible and services and conform to the bidding documents; and

d)  Documentary evidence established in accordance with ITB Clause 13

establishing the Bidder’s qualifications to perform the contract if its

bid is accepted.

Documents

Establishing

Eligibility of 

Supplies and

Related

Services

and

Conformity

to

Bidding

Documents 

12.1 Pursuant to ITB Clause 11, the bidder shall furnish, as part of its bid, documents

establishing the conformity to the Bidding documents of all supplies and/or related

services which the Bidder proposes to supply under this Contract.

12.2 The documentary evidence of conformity of the supplies and related services to the

Bidding Documents may be in the form of literature, drawings, and data, and shall

consist of:

a)  a detailed description of the essential technical and performance

characteristics of the supplies

b)  an item-by-item commentary on the Purchaser’s Technical Specifications

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 8/61

 

demonstrating substantial responsiveness of the supplies and Services to

those specifications, or a statement of deviations and exceptions to the

provisions of the Technical Specifications;

c)  any other procurement specific documentation.

Documents

Establishing

Qualification

s of the

Bidder 

13.1 Pursuant to ITB Clause 11, the Bidder shall furnish, as part of its Bid, documents

establishing the qualifications the Bidder to perform the contract if its bid is

accepted.

13.2 The documentary evidence of the Bidder’s qualifications to perform the contract if its Bid is accepted shall establish to the Purchaser’s satisfaction: a) the bidder has the financial, technical, and production capability necessary to

perform the contract, meets the following qualification criteria:

  The bidder shall be in the business of supplying of process food at least for

last 3 years.

  Bidder shall have experience in the past on supply of Supplementary food

least for a value more than Rs.0.5 million for a month,

and has a successful performance history.

Form of Bid  14.1 The bidder shall fill the Form of Bid furnished in the Bidding Documents. The Bid

Form must be completed without any alterations to its format and no substitute

shall be accepted.

Bid Prices  15.1 The unit price(s) and discount(s) quoted by the bidder in the Price Schedules shall

conform to the requirements specified below.

15.2 The bidder shall quote for all items.

15.3 The bidder shall quote any unconditional discounts.

Bid

Currency 16.1 The currency of the Bid shall be only in Sri Lanka Rupees.

Bid Validity

Period17.1 Bids shall remain valid for a period of 91 days after the date of the bid submission

deadline prescribed by the Purchaser pursuant to ITB Clause 22. A bid valid for a

shorter period shall be rejected by the Purchaser as non-responsive.

17.2 In exceptional circumstances, prior to the expiration of the bid validity period, the

Purchaser may request Bidders to extend the period of validity of their bids for a

specified additional period. The request and the Bidders responses shall be made in

writing. A bidder may refuse the request without forfeiting its causing to be

executed its Bid Security. A Bidder agreeing the request will not be required nor

permitted to modify its Bid, but will be required to extend the validity of its Bid

Security for the period of the extension, and in compliance with ITB Clause 18 in

all respects.

Bid Security  18.1 The Bidder shall furnish as part of its bid, a bid security.

18.2 The Bid Security shall be Rs. 250,000 and shall:a)  At the bidder’s option, be in the form of either a bank, draft, a letter of 

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 9/61

 

credit, or a bank guarantee from a banking institution;

b)  be substantially in accordance with the form included in Section II;

c)  be payable promptly upon written demand by the Purchaser incase the

conditions listed in ITB 18.6 are invoked;

d)  be submitted in its original form; copies will not be accepted.

e)  Remain valid for 119 days from the deadline for bid submission.

18.3 Any bid not accompanied by a Bid Security in accordance with sub-Clauses 18.1

shall be rejected by Purchaser as non-responsive, pursuant to ITB Clause 28.

18.4 Unsuccessful Bidders’ Bid Security will cease not later than thirty (30) days after

the expiration of the period of Bid Validity prescribed by the Purchaser pursuant to

ITB Clause 17.

18.5 The successful bidder’s Bid Security will cease upon the Bidder signing the

Contract, pursuant to ITB Clause 36

18.6 The Bid Security may be forfeited:

a)  if a Bidder withdraws its Bid during the period of Bid validity specified by

the Bidder on the Bid Form except as provided for in sub-clause 17.2; or

b) in the case of a successful bidder, if the bidder fails to sign the Contract in

accordance with ITB Clause 36;

Alternative

Bids

by Bidders

19.1 Alternatives will not be considered,

Format and

Signing of 

Bid 

20.1 The bidder shall prepare one original of the documents comprising the bid as

described in ITB Clause 11 and clearly mark it “ORIGINAL.” In addition, thebidder shall submit a copy of the bid, and clearly mark each of them “COPY.” Inthe event of any discrepancy between the original and the copies, the original shall

prevail.

20.2 Any interlineations, erasures, or overwriting shall be valid only if they are signed

or initialed by the person signing the Bid.

Submission of Bids

Sealing and

Marking of 

Bids 

21.1 The bidder shall enclose the original and the copy of the bid, in separate sealed

envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.” Theenvelopes shall then be sealed in an outer envelope securely sealed in such a

manner that opening and resealing cannot be achieved undetected.

21.2 The inner and outer envelopes shall:

a) be addressed to Purchaser at Ministry of Health and Indigenous Medicine,

Northern Province, Health Village, Pannai , Jaffna; and b) bear the Invitation for Bids (IFB) “Procurement of Supplementary Food

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 10/61

 

(JSDF/NUT/NP/GOOD/13) Opening on 30th

March 2012”, and a statement:

“DO NOT OPEN BEFORE 30th

March 2012”.

21.3 In addition to the Sub-Clause 21.2, the inner envelopes shall also indicate the name

and address of the Bidder to enable the Bid to be returned unopened in case it is

declared “late” pursuant to ITB Clause 23 and for matching purpose under ITBClause 24.

21.4 If all envelopes are not sealed and marked as required by sub-Clause 21.2,

Purchaser will assume no responsibility for the misplacement or premature opening

of the bid.

Deadline for

Submission

of 

Bids 

22.1 Bids shall be received by Purchaser at Ministry of Health and Indigenous

Medicine, Northern Province, Health Village, Pannai , Jaffna,and no later than

30th

March 2012. 

22.2 Purchaser may, in exceptional circumstances and at its discretion, extend the

deadline for the submission of Bids by amending the Bidding documents inaccordance with ITB Clause 8, in which case all rights and obligations of 

Purchaser and Bidders previously subject to the deadline will thereafter be subject

to the new deadline.

Late Bids 23.1 Purchaser shall not consider for evaluation any bid that arrives after the deadline

for submission of bids, in accordance with ITB Clause 22.

23.2 Any bid received by Purchaser after the deadline for submission of bids shall be

declared late, rejected and returned unopened to the bidder.

Modification,

Substitutionor

Withdrawal

of 

Bids

24.1 A bidder may modify, substitute or withdraw its Bid after it has been submitted,

provided that written notice of the modification, substitution or withdrawal notice

of the bid is received by Purchaser prior to the deadline for submission of bids.

24.2 The bidder’s modification, substitution or withdrawal notice shall be prepared,sealed, marked, and dispatched in accordance with the provisions of ITB Clauses

21 and 22 with outer and inner envelops additionally marked “MODIFICATION,SUBSTITUTION OR WITHDRAWAL”. 

24.3 Bids may only be modified by withdrawal of the original bid and submission of a

replacement bid in accordance with sub-Clause 24.1. Modifications submitted inany other way shall not be taken into account in the evaluation of bids.

24.4 Bidders may only offer discounts to or otherwise modify the prices of their bids by

substituting Bid modifications in accordance with this Clause or included in the

original bid submission.

24.5 No bid may be withdrawn, replaced or modified in the interval between the

deadline for submission of Bids and the expiration of the period of Bid validity

specified by the Bidder on the Form of Bid. Withdrawal of a bid during this

interval may result forfeiting the bid security pursuant to the sub-Clause 18.6

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 11/61

 

Opening and Evaluation of Bids

Opening of 

Bids 25.1 Purchaser will open all bids including modifications, substitutions or withdrawal

notices made pursuant to ITB Clause 24, in public in the presence of bidders’representatives who choose to attend and other parties with legitimate interest in

the bid proceedings, at the Chief Accountant’s Room, Ministry of Health &

Indigenous Medicine, Northern Province, Health Village, Pannai ,Jaffna,

on the 30th

March 2012 at 15.00 hours. The bidders’ representatives presentshall sign a register as proof of their attendance.

25.2 Envelopes marked “WITHDRAWAL ” shall be opened and read out first. Bidsfor which an acceptable notice of withdrawal has been submitted pursuant to ITB

Clause 24 shall not be opened but returned to the Bidder. If the withdrawal

envelope does not contain a copy of the “Power of Attorney” confirming thesignature as a person duly authorized to sign on behalf of the bidder, the

corresponding bid will be opened. Subsequently, all envelopes marked

"MODIFICATION" shall be opened and the submissions therein read out in

appropriate detail. Thereafter all envelopes marked "SUBSTITUTION" shall beopened and the submissions therein read out in appropriate detail.

25.3 All other envelopes shall be opened one at a time. The bidders' names, the unit

price(s), any discounts, the presence or absence of bid security pursuant to ITB

Clause 18 and such other details as appropriate may be announced.

25.4 Bids or modifications that are not opened and not read out at bid opening shall

not be considered further for evaluation, irrespective of the circumstances. In

particular, any discount offered by a bidder which is not read out at bid opening

shall not be considered further.

25.5 Bidders are advised to send in a representative with the knowledge of the contentof the bid who shall verify the information read out from the submitted

documents. Failure to send a representative or to point out any un-read

information by the sent bidder’s representative shall indemnify Purchaser againstany claim or failure to read out the correct information contained in the bidders

bid.

25.6 No bid will be rejected at bid opening except for late bids which will be returned

unopened to the bidder, pursuant to ITB Clause 23.

25.7 The Bid Opening Committee shall prepare minutes of the bid opening. The

record of the bid opening shall include, as a minimum: the name of the Bidder

and whether or not there is a withdrawal, substitution or modification, the unit

price per Lot if applicable, including any discounts and alternative offers and the

presence or absence of a Bid Security.

25.8 The bidders’ representatives who are present shall be requested to sign the

record. The omission of a bidder’s signature on the record shall not invalidate thecontents and affect the record. A copy of the record shall be distributed to all the

bidders.

Confidentiality  26.1 Information relating to the examination, evaluation, comparison, bids and

recommendation of contract award shall not be disclosed to bidders or any other

persons not officially concerned with such process until the award to thesuccessful bidder has been announced.

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 12/61

 

26.2 Any effort by a bidder to influence Purchaser processing of bids or award

decisions may result in the rejection of its bid.

26.3 Notwithstanding ITB sub-Clause 26.2, from the time of bid opening to the time

of Contract award, if any bidder wishes to contact Purchaser on any matterrelated to the bidding process, it should do so in writing.

Clarification of 

Bids 27.1 To assist in the examination, evaluation, and Bids comparison of bids and post-

qualification of bidders, Purchaser may, at its discretion, ask any Bidder for

clarification of its bid, including breakdowns of prices. Any clarification

submitted by a Bidder that is not in response to a request by Purchaser shall not

be considered.

27.2 The request for clarification and the response shall be in writing, but no change

in the price or substance of the bid shall be sought, offered, or permitted.

27.3 From the time of bid opening to the time of contract award if any bidder wishesto contact Purchaser on any matter related to the bid it should do so in writing.

Preliminary

Examination of 

Bids 

28.1 Prior to the detailed evaluation of bids, Purchaser will determine whether each

bid:

a)  meets the eligibility criteria defined in ITB Clause 3 and 4;

b)  has been properly signed;

c)  is accompanied by the required security; and

d)  is substantially responsive to the requirements of the bidding

documents.

Purchaser's determination of a bid's responsiveness will be based on the

contents of the bid itself.

28.2 A substantially responsive bid is one which conforms to all the terms, conditions,

and specifications of the bidding documents, without material deviation or

reservation. A material deviation or reservation is one that:

a)  affects in any substantial way the scope, quality, or delivery of related

goods and or services;

b)  limits in any substantial way, inconsistent with the bidding documents,

the Purchaser's rights or the bidder's obligations under the FA; or

c)  if rectified, would affect unfairly the competitive position of other

bidders presenting substantially responsive bids.

28.3 Purchaser will confirm that the documents and information specified under ITBClause 11, 12 and 13 have been provided in the bid. If any of these documents or

information is missing, or is not provided in accordance with the Instructions to

bidders, the bid shall be rejected.

28.4 Purchaser may waive any minor informality, nonconformity, or irregularity in a

bid which does not constitute a material deviation, provided such waiver does not

prejudice or affect the relative ranking of any bidder.

28.5 If a Bid is not substantially responsive, it will be rejected by the Purchaser and

may not subsequently be made responsive by the bidder by correction of the

nonconformity.

Examination of  29.1 Purchaser shall examine the bid to confirm that all Terms and Conditions have

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 13/61

 

Terms and

Condition;

Technical

Evaluation 

been accepted by the bidder without any material deviation or reservation.

29.2 Purchaser shall evaluate the technical aspects of the bid submitted in accordance

with ITB Clause 12 and ITB Clause 13, to confirm that all requirements

specified in Section VI  –  Schedule of Requirements of the bidding documents

and Section VII  –  Technical Specifications have been met without material

deviation or reservation.

29.3 If after the examination of the terms and conditions and the technical evaluation,

the Purchaser determines that the Bid is not substantially responsive in

accordance with ITB Clause 28, it shall reject the bid.

Commercial

Evaluation of 

Bids 

30.1 Purchaser shall evaluate and compare only the bids determined to be

substantially responsive, pursuant to ITB Clauses 28 and 29.

30.2 To financially evaluate a bid, Purchaser shall only use the criteria and

methodologies defined in this Clause. No other criteria or methodology shall be

permitted.

30.3 Purchaser’s financial comparison of bids may require the consideration of factorsother than costs, in addition to the bid price quoted in accordance with ITB

Clause 15. The factors selected, if any, shall be expressed in monetary terms to

facilitate comparison of bids.

30.4 To financially compare bids, Purchaser shall:

a.  apply any unconditional discounts offered in accordance with ITB Sub-

Clause 15.1;b.  determine the evaluated price of each item.

Determination

of 

the Most

Economical

Advantageous

Bids

31.1 The bids with the most economical advantageous among those which are

eligible, compliant and substantially responsive shall be selected.

Post

Qualification 32.1 Post-qualification shall not be undertaken.

32.2 The determination will evaluate the bidder's financial, technical, and other

relevant capabilities. It will be based on an examination of the documentary

evidence of the bidder's qualifications submitted by the bidder, pursuant to ITB

Clause 13, as well as other information Purchaser deems necessary and

appropriate. Factors not included in these bidding documents shall not be used in

the evaluation of the Bidders’ qualifications.

32.3 An affirmative post-qualification determination will be a prerequisite for award

of the FAs to the bidder. A negative determination will result in rejection of the

bidder's bid.

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 14/61

 

Award of Contract 

Criteria of 

Award 33.1 Subject to ITB Clause 33 and 34, the Purchaser will award the Contract to the

bidder whose bid have been determined to be substantially responsive to the

bidding documents and who have offered most economical advantageous price,

provided that such bidders have been determined to:

a)  have supplies that are eligible pursuant to ITB Clause 3; and

b)  be eligible in accordance with the provisions of ITB Clause 4, and

c)  is determined to be qualified to perform the Contract satisfactorily

Purchaser’s

Right to

Accept Any

Bid

and to Reject

Any

or All Bids 

34.1 Notwithstanding award criteria pursuant to ITB Clause 33, Purchaser reserves

the right to accept or reject any bid, and to annul the bidding process and reject

all bids at any time prior to award of Contract, without thereby incurring any

liability to the affected bidder or bidders or any obligation to inform the affected

 bidder or bidders of the grounds for the Purchaser’s action. 

Notification of 

Award 35.1 The bidders whose bid has been accepted will be notified of the award of 

Contract by the Purchaser prior to expiration of the bid validity period in writing.

35.2 The notification of award of Contract will constitute the formation of the

Contract which is binding.

Signing of 

Contract 36.1 Promptly after notification, Purchaser shall send the successful bidders the

Contact, incorporating all agreements between the parties.

36.2 Within twenty eight (28) days of receipt of the Contract, the successful Bidder

shall sign and date the Contract and return it to the Purchaser.

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 15/61

 

Section III

FORMS - BID

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 16/61

 

1. Form of Bid

Date: [insert date (as day, month and year) of bid submission]

Procurement Reference No: [insert Procurement Reference number]

To: [Insert Purchaser Address]

We, the undersigned, declare that:

a)  We have examined and have no reservations to the Bidding Document, including Addenda

No.: [insert the number and issue date of each Addenda];

b)  We offer to supply the following items in conformity with the Bidding Document in

accordance with the Delivery Schedule specified in the Schedules of Requirements: 

Item

number

Brief Description

of Supplies and Related Services

Unit of 

Measure

Quantity Rate

Rs.

Amount

Rs.1 Supplementary Food – Formula 1

(100g/day) – For Pregnant and

Lactating Mothers

Packs 275,712

2 Supplementary Food – Formula 2

(50g/day) – For Infants (6 to 11

months)

Packs 124,752

3 Supplementary Food – Formula 2

(75g/day) – For Children (12-23

months)

Packs 275,472

TOTAL

c)  The total price of our   bid without VAT is. ……………………………………….

…………………………..; 

d)  Our bid shall be valid for a period of 91 calendar days from the date fixed for the bid

submission deadline in accordance with the Bidding Document, and it shall remain binding

upon us and may be accepted at any time before the expiration of that period;e)  We, for any part of the contract resulting from this procurement process, are eligible to

participate in public procurement in accordance with ITB Clause 3.1;

f)  We are not participating, as Bidders, in more than one bid in this bidding process;

 j)  We understand that this bid , together with your written acceptance, shall constitute an

agreement will be binding; and

k)  We understand that you are not bound to accept the lowest unit prices or any other bid that

you may receive.

Signed: [signature of person whose name and capacity are shown below]

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 17/61

 

Name: [insert complete name of person signing the bid ]

In the capacity of [insert legal capacity of person signing the bid]

Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder ]

Dated on ____________ day of __________________, _______ [insert date of signing]

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 18/61

 

2. Price Schedule for Supplies and Related Services 

Date: [insert date of bid submission]

Procurement Reference No: [insert Procurement Reference number ]

Name of Bidder: [ Insert the name of the Bidder ]

Item

number

Brief Description

of Supplies and Related Services

Unit of 

Measure

Quantity Unit

Price

Rs.

Amount

Rs.

1 Supplementary Food – Formula 1

(100g/day) – For Pregnant and

Lactating Mothers

Packs

(15Sachets)

275,712

2 Supplementary Food – Formula 2

(50g/day) – For Infants (6 to 11

months)

Packs

(15Sachets)

124,752

3 Supplementary Food – Formula 2

(75g/day) – For Children (12-23

months)

Packs

(15Sachets)

275,472

TOTAL

Signed: [signature of person whose name and capacity are shown below ]

Name: [insert complete name of person signing the bid ]

In the capacity of [insert legal capacity of person signing the bid]

Duly authorized to sign the bid for and on behalf of: [insert complete name of Bidder ]

Dated on ____________ day of __________________, _______ [insert date of signing]

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 19/61

 

MINISTRY OF HEALTH AND INDIGENOUS MEDICINE,

NORTHERN PROVINCE

3. Bid Security

(Bank Guarantee)

[this Bank Guarantee form shall be filled in accordance with the instructions indicated in brackets] 

--------------- [insert issuing agency’s name, and address of issuing branch or office] ------ 

*Beneficiary: Secretary, Ministry of Health & Indigenous Medicine, Northern Province 

Date: -------------------- [insert (by issuing agency) date] 

BID GUARANTEE No.:------------------------------- [insert (by issuing agency) number] 

We have been informed that ----------------------------------- [insert (by issuing agency) name

of the Bidder; if a joint venture, list complete legal names of partners] (hereinafter called "the

Bidder") has submitted to you its bid dated --------- [insert (by issuing agency)

date](hereinafter called "the Bid") for the supply of  [insert name of Supplier] under

Invitation for Bids No. ----------- [insert IFB number] (“the IFB”).

Furthermore, we understand that, according to your conditions, Bids must be supported by a

Bid Guarantee.

At the request of the Bidder, we --------------- [insert name of issuing agency] hereby

irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ------------ [insert amount in figures] ----------[insert amount in words]) upon receipt by us of your

first demand in writing accompanied by a written statement stating that the Bidder is in

breach of its obligation(s) under the bid conditions, because the Bidder:

(a) has withdrawn its Bid during the period of bid validity specified; or

(b) does not accept the correction of errors in accordance with the Instructions to

Bidders (hereinafter “the ITB”); or  

(c) having been notified of the acceptance of its Bid by the Purchaser during the period of 

bid validity, (i) fails or refuses to execute the Contract Form, if required, or (ii) failsor refuses to furnish the Performance Security, in accordance with the ITB.

This Guarantee shall expire: (a) if the Bidder is the successful bidder, upon our receipt of 

copies of the Contract signed by the Bidder and of the Performance Security issued to you by

the Bidder; or (b) if the Bidder is not the successful bidder, upon the earlier of (i) our receipt

of a copy of your notification to the Bidder that the Bidder was unsuccessful, otherwise it will

remain in force up to ------ (insert date) 

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 20/61

 

Consequently, any demand for payment under this Guarantee must be received by us at the

office on or before that date._____________________________

[signature(s) of authorized representative(s) ]

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 21/61

 

SECTION III:

SCHEDULE OF REQUIREMENTS AND TECHNICAL

SPECIFICATIONS

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 22/61

 

1. List of Supplies and/or Related Services

The items shown below will be purchased under the contract.

Item

number

Brief Description

of Supplies and Related Services

Unit of 

Measure

Quantity

1 Supplementary Food – Formula 1 (100g/day)

 – For Pregnant and Lactating Mothers

Packs

(15Sachets)

275,712

2 Supplementary Food – Formula 2 (50g/day) –  For Infants (6 to 11 months)

Packs

(15Sachets)

124,752

3 Supplementary Food – Formula 2 (75g/day) –  For Children (12-23 months)

Packs

(15Sachets)

275,472

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 23/61

 

2. Delivery and Completion Schedule

Supplementary Food will be delivered to the location shown below in a staggered basis with the

first consignment received by the 5 RDHS offices for a 2 month supply. Thereafter, a

months stock shall be delivered at the respective RDHS offices monthly. Additional

quantities of supplementary food may be supplied based on a request made by thePurchaser to the supplier at least a month before expected date of delivery.

The first batch will be delivered within a week after 2 months of signing the contract. Subsequent

deliveries shall be made within a week at one month interval thereafter.

Formula 1 – For Pregnant and lactating Mothers – Total quantity of 275,712 packs

Districts Month

2

Month

3

Month

4

Month

5

Month

6

Month

7

Month

8

Month

9

Month

10

Month

11

Month

12Total

Jaffna 9796 4898 4898 4898 4898 4898 4898 4898 4898 4898 4898 58776

Killinochchi 9068 4534 4534 4534 4534 4534 4534 4534 4534 4534 4534 54408

Mullativu6868 3434 3434 3434 3434 3434 3434 3434 3434 3434 3434 41208

Vavunia12480 6240 6240 6240 6240 6240 6240 6240 6240 6240 6240 74880

Mannar7740 3870 3870 3870 3870 3870 3870 3870 3870 3870 3870 46440

Total

45952 22976 22976 22976 22976 22976 22976 22976 22976 22976 22976 275712

Supply Locations District

RDHS Office Jaffna, Hospital Road,Jaffna Jaffna

MOH Office Kilinochchi, A-9 Road, Kilinochchi Kilinochchi

MOH Office Vavuniya,Kandy Road,Vavuniya VavuniyaMOH Office Thunukkai,Mallavi. Mullaitivu

MOH Office Mannar,Near tha town,Mnnar Mannar

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 24/61

 

Formula 2 – For Children (12-23 months) – Total quantity of 275,472 packs

Districts Month

2

Month

3

Month

4

Month

5

Month

6

Month

7

Month

8

Month

9

Month

10

Month

11

Month

12Total

Jaffna 8116 4058 4058 4058 4058 4058 4058 4058 4058 4058 4058 48696

Killinochchi 10072 5036 5036 5036 5036 5036 5036 5036 5036 5036 5036 60432

Mullativu8012 4006 4006 4006 4006 4006 4006 4006 4006 4006 4006 48072

Vavunia12208 6104 6104 6104 6104 6104 6104 6104 6104 6104 6104 73248

Mannar7504 3752 3752 3752 3752 3752 3752 3752 3752 3752 3752 45024

Total

45912 22956 22956 22956 22956 22956 22956 22956 22956 22956 22956 275472

Formula 2 – For Children (6-11 months) – Total quantity of 124,752 packs

Districts Month

2

Month

3

Month

4

Month

5

Month

6

Month

7

Month

8

Month

9

Month

10

Month

11

Month

12Total

Jaffna 4156 2078 2078 2078 2078 2078 2078 2078 2078 2078 2078 24936

Killinochchi 4068 2034 2034 2034 2034 2034 2034 2034 2034 2034 2034 24408

Mullativu 3432 1716 1716 1716 1716 1716 1716 1716 1716 1716 171620592

Vavunia5768 2884 2884 2884 2884 2884 2884 2884 2884 2884 2884

34608

Mannar3368 1684 1684 1684 1684 1684 1684 1684 1684 1684 1684

20208

Total

20792 10396 10396 10396 10396 10396 10396 10396 10396 10396 10396 124752

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 25/61

 

Local Level Nutrition Interventions for Northern Province Project 

3. Technical Specifications

for supply of precooked supplementary food

for children 6 to 23 months, , pregnant and lactating mothersin the Northern Province in Sri Lanka

1.  Background

The Northern Province has recently emerged from 30 years of civil conflict.

Approximately three hundred thousand persons were displaced during and immediately after

the war in June 2009; most were from the districts Vavuniya, Mannar, Kilinochchi, and

Mullativu. These residents were living in the Internally Displaced People's (IDP) camps in

Vavuniya and during one year majority of this population returned to their original home-

towns or now live with host families.

Evidence from other conflict-affected countries shows that in the absence of special

efforts, malnutrition rates are likely to get worse after displaced populations return home

from camps; this is partly because the IDPs living in camps generally get reasonable access to

service provision from humanitarian agencies but once they get spread out in their villages,

they are much more difficult to reach, especially if there is significant destruction of 

infrastructure. In addition, most IDPs return to areas where the infrastructure and service

provision capacity are just beginning to be rebuilt; their livelihoods are not likely to be

restored immediately and the resultant food insecurity is very likely to worsen their already

poor nutritional status.

A Pilot project funded by the Japan Social Development Fund financed through the

World bank / on “Local Level Nutrition Interventions for the Northern Province” is being

implemented to fill the gaps in the regular service provision and nutrition activities funded by

other development partners. The project has four components:

1.  Supply of supplementary food to vulnerable groups in the villages with returning

IDPs and for those living with host families

2.  Capacity-building and community mobilization

3.  Community-based nutrition interventions that seek to improve the household level

behaviors in terms of feeding and caring practices and

4. 

Advocacy, Project Supervision, Monitoring and Evaluation. Its objective is toimprove the nutrition status through local level nutrition interventions.

The project is being implemented in the districts of Killinochchi, Vavuniya, Mullativu and

Mannar in full and for approximately half the population of Jaffna as the interventions are

focused to resettled populations in the North province. The population and land area

information is in Table 1 below and Table 2 provides the geographic areas covered through

the project.

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 26/61

 

Table 1: Population covered under the JSDF project and the land area in the North project.

Regional

Director Health

Services (RDHS)

Region

Land (Sq. Km) Population Population Density

Jaffna 1,025 *617,681 602.61

Vavuniya 1,967 189,906 96.55

Mannar 2,002 149,210 51.29

Kilinochchi 1,237 118,918 96.13

Mullaithivu 2,517 71,005 28.21

* Part of the population included.

Table 2: Geographic areas covered through the project 

RDHS Region Medical Officer of Health area

Jaffna Maruthankerny, Kayts, Tellippalai and Chavakachcheri

Vavuniya Vavuniya Town, Vavuniya South, Vavuniya North and ChettikulamMannar Mannar Town, Madhu, Nanattan, Manthai West, Musali

Kilinochchi Kilinochchi, Poonagary, Kandawali, Pallai

Mullaithivu Maritime Pattu, Odusuddan, Mallavi, PTK

The project is focusing to provide pre cooked supplementary food to children between 6 – 23

months and to pregnant and lactating mothers in this area. Table 3 provides details on the

number of beneficiaries in four categories (pregnant and lactating mothers, infants 6-11

months and children 12 – 23 months totaling to 28164 beneficiaries.

Table 3: Approximate number of Beneficiaries by district

Time frame for supply of pre cooked supplementary food is one year.

Beneficiaries Jaffna Kilinochchi Mullaitivu Vavuniya Mannar Total

Pregnant Mothers 1,229 1,175 910 1,692 1,078 6,084

Lactating Mothers 1,220 1,092 807 1,428 857 5,404

Infants

(6 - 11 months)1,039 1,017 858 1,442 842 5,198

Children

(12 - 23 months)2,029 2,518 2,003 3,052 1,876 11,478

Total 5517 5802 4578 7614 4653 28,164

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 27/61

 

The following food safety and quality assurance measures should be met.

1.  The proposed precooked supplementary food must consist of the following

ingredients mix and quantities for children and pregnant and lactating mothers are

indicated in Table 1.1 and 1.2.

Table 1.1 – Formula 1 – Pregnant and lactating mothers

Table 1.2 - Formula 2 - Children 6 to 11 months and Children12 to 23 months

Raw Material Formula

Rice (g/100g)

Green gram(g/100g)

Black gram (g/100g)

Ground nut (g/100g)

Sesame (g/100g

42.0

12.0

12.0

17.0

17.0

Raw material Formula

Rice (g/100g)

Green gram(g/100g)

Black gram (g/100g)

Ground nut (g/100g)

Sesame (g/100g)

50.0

16.0

16.0

9

9

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 28/61

 

2.  The product should be manufactured by extrusion process. The final product must

have a shelf life of minimum of four months at the time of delivery.

3.  The product should be packed as follows:

The supplementary food should presented in daily portion sachets with a sachet forchildren 6-11 months being 50 g of Formula 2; child of 12 – 23 months being 75 g of 

Formula 2; and 100g sachets of Formula 1for pregnant and lactating mothers. The

sachets for each target group (6-11 months, 12-23 months and pregnant and lactating

mothers) should be visually distinguishable with different colour strips or stickers for

easy identification.

Packing: Each sachet should be double laminated with a film thinness of 80 microns.

15 sachets (15 day quantity) will be packed into outer packs for easy handling. Outer

packs also should be double laminated with a film thickness of 80 microns. 20 packs

should be packed into a master bags made of kraft paper.

Labeling: Information printed on the labels shall be in Tamil, Sinhala and English

languages. The label proof should be cleared by the Ministry of Health and

Indigenous Medicine of Northern Province prior to use.

Sachet:

The label should indicate the target group for the supplementary food along

with date of manufacture, expiry date along with the logos of the Northern

Provincial Council, Government of Sri Lanka, The World Bank and the

Japanese flags.

Please refer Annexture I and sample label for Pregnant and Lactating mothers

Please refer Annexture II and sample label for Children 6 to 11 months

Please refer Annexture III and sample label for Children 12 to 23 months

Pack (15 Sachets): The label should indicate the target group for the

supplementary food along with date of manufacture, expiry date, recipes for

preparation of the supplementary food, the ingredients along with the nutrient

values, permitted antioxidant, quantity of sachets along with the logos of the

Northern Provincial Council, Government of Sri Lanka, The World Bank and

the Japanese flags.

Master Bag (20 Packs): 

The label should indicate the target group for the supplementary food along

with date of manufacture, expiry date, quantity of packs along with the logos

of the Northern Provincial Council, Government of Sri Lanka, The World

Bank and the Japanese flags.

Please refer Annexture I and sample label for Pregnant and Lactating mothers

Please refer Annexture II and sample label for Children 6 to 11 months

Please refer Annexture III and sample label for Children 12 to 23 months

4.  The moisture content of the product shall be less than 4%.

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 29/61

 

5.  No salt or sugar should be added for the supplementary food targeting children aged 6

to 11months.

6.  Salt will be added for the supplementary food for the children aged 12 to 23 months

and pregnant and lactating mothers at 3.6g of salt /100g of supplementary food.

7.  A permitted antioxidant may be added with the agreement of the Purchaser and shall

be declared in the label. Mixed tocopherols concentrate – 300 mg / kg fat (INS 306),

L-Ascorby palmitate – 200 mg/kg fat (INS 304) or Alpha tocopherol – 300 mg / kg fat

(INS 307) are acceptable antioxidants.

8.  The product shall be free from any microbial contamination, including free from

Salmonella and should adhere to requirements of SLS 1036:2010 (new).

9.  The final product shall have a proximate composition as follows:

  Pre cooked supplementary food for children aged 6 – 23 months (per 100 g.

dry basis) should have a minimum of :400 Kcal of energy, 12% Protein,

12% Fat and 50% Carbohydrates; and

  Pre cooked supplementary food for pregnant and lactating mothers (per 100g,

dry basis) should have a minimum of 450 Kcal of energy, 15% Protein,

15% Fat and 55% carbohydrates.

The Ministry of Health and Indigenous Medicine of the Northern province, has appointed

Industrial Technology Institute(ITI) Colombo for conducting periodic tests on sachets at the

household level. Similar tests will also be carried out by Food and Drugs inspectors of therespected RDHSs divisions in the province.

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 30/61

 

Section IVV

Eligible Countries

Eligibility for the Provision of Goods, Works and Services in Bank-Financed

Procurement

1. In accordance with Para 1.8 of the Guidelines: Procurement under IBRD Loans and

IDA Credits, dated May 2004, the Bank permits firms and individuals from all

countries to offer goods, works and services for Bank-financed projects. As an

exception, firms of a Country or goods manufactured in a Country may be excluded

if:

Para 1.8 (a) (i): as a matter of law or official regulation, the Borrower’s Countryprohibits commercial relations with that Country, provided that the Bank is

satisfied that such exclusion does not preclude effective competition for the

supply of the Goods or Works required, or

Para 1.8 (a) (ii): by an Act of Compliance with a Decision of the United Nations

Security Council taken under Chapter VII of the Charter of the United

  Nations, the Borrower’s Country prohibits any import of goods from that

Country or any payments to persons or entities in that Country.

2. For the information of bidders, at the present time firms, goods and services from the

following countries are excluded from this bidding:

(a) With reference to paragraph 1.8 (a) (i) of the Guidelines: None

(b) With reference to paragraph 1.8 (a) (ii) of the Guidelines: None

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 31/61

 

MINISTRY OF HEALTH AND INDIGENOUS MEDICINE,

NORTHERN PROVINCE

Section V

General Conditions (GCC)

Definitions  1.1 In this Contract, the following terms shall be interpreted as indicated:

a)  “The Contract” means the agreement entered into between the Purchaser

and the Supplier, including all attachments and appendices thereto and all

documents incorporated by reference therein.

b)  “Completion” means the fulfillment of the related services by the Supplier 

in accordance with the terms and conditions set forth in the contract

c)  “The Contract Price” means the price payable to the Supplier as specified

in the Contract Agreement, subject to such additions and adjustment here

to or deduction there from as may be made pursuant to the contract for the

full and proper performance of its contractual obligations.

d)  “The Related Services” means those services ancillary to the supply of the

Goods, such as transportation and insurance, and any other incidental

services.

e)  “GCC” means the General Conditions contained in this section.

f)  “SCC” means the Special Conditions of Contract.

g)  “The Purchaser” means the entity purchasing the supplementary food and

related service, as named in SCC.

h)  “The Supplier” means the entity whose bid to perform the contract has

been accepted by the Purchaser.

i)  “Day” means calendar day. 

Governing

Language

and

Applicable

Law 

2.1 The Contract as all correspondence and documents relating to the contract

exchanged by the Supplier and the Purchaser shall be in English language.

3.1 The Contract shall be governed and interpreted in accordance with the laws of 

the Democratic Socialist Republic of Sri Lanka.

Standards  4.1 The Goods supplied under this Contract shall conform to the standards

mentioned in the Technical Specifications, and, when no applicable standard is

mentioned, to the appropriate Sri Lanka Standard Institution.

Patent and

Copy

Rights 

5.1 The Supplier shall indemnify the Purchaser against all third-party claims of 

infringement of patent, trademark, or industrial design rights arising from use of 

the Goods or any part thereof.

Performance

Security 6.1

Within fourteen (14) Days of receipt of the notification of Contract Award, theSupplier shall furnish to the Purchaser the performance security in the amount

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 32/61

 

specified in SCC.

6.2 The proceeds of the performance security shall be payable to the Purchaser as

compensation for any loss resulting from the Supplier’s failure to complete its

obligations under the Contract.

6.3 The performance security shall be in one of the following forms:

(a) A bank guarantee or an irrevocable letter of credit issued by a reputable bank 

located in Sri Lanka, in the form provided in the bidding documents or

another form acceptable to the Purchaser; or

(b) A cashier’s or certified check.

6.4 The performance security will be discharged by the Purchaser and returned to the

Supplier not later than twenty eighty (28) Days following the date of completion

of the Supplier’s performance obligations under the contract.Review

Meetings,

Reports,

Inspections

and

Tests 

7.1 The Purchaser or its representative shall have the right to inspect and /or to test

the supplies to confirm their conformity to the specifications at no extra cost to

the Purchaser. SCC and the Technical Specifications shall specify what

inspections and tests the Purchaser shall notify the Supplier in writing, in a

timely manner, of the identity of any representatives retained for these purposes.

7.2 The inspections and tests may be conducted on the premises of the Supplier, at

point of delivery, and/or at the final destination. If conducted on the premises of 

the Supplier, all reasonable facilities and assistance, shall be furnished to the

inspectors at no charge to the Purchaser.

7.3 Should any inspected or tested goods fail to conform to the Specifications, the

Purchaser may reject the Goods, and the Supplier shall replace the rejected

Goods to meet specification requirements free of cost to the Purchaser.

Packing 8.1 The Supplier shall provide such packing of the Goods as is required to prevent

their damage or deterioration during transit to their final destination, as indicated

in the Contract. The packing shall be sufficient to withstand, without limitation,rough handling during transit and exposure to extreme temperatures.

8.2 The packing, marking, and documentation within and outside the packages shall

comply strictly with such special requirements as shall be expressly provided for

in the Contract, including additional requirements, if any, specified in SCC, and

in any subsequent instructions ordered by the Purchaser.

Delivery and

Documents  9.1 The Supplier shall deliver the Goods places and within the time or response

times stated in this contract and shall obtain a receipt of their delivery. Titles in

the Goods shall pass to the Purchaser upon satisfactory delivery of the Goods by

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 33/61

 

the Supplier in accordance with the Contract. Delivery and receipt of the Goods

shall not be an acceptance of the Goods by the Purchaser. The Purchaser may

reject Goods, which are not in accordance with the Contract.

9.3 Receipt of delivery, acceptance or payment shall not prejudice the right of the

Purchaser to maintain an action for breach of condition or warranty should the

Goods prove to be of inferior quality or in any respect contrary to the

requirements of the Contract.

9.4 Delivery of the Goods shall be made by the Supplier in accordance with the

terms specified in the Schedule of Requirements.

Insurance  10.1 The Goods supplied under the Contract shall be fully insured against loss or

damage incidental to manufacture or acquisition, transportation, storage, and

delivery.

Transportati

on 11.1 Where the Supplier is required under the Contract to transport the Goods to a

specified place of destination, transport to such place of destination, including

insurance and storage, as shall be specified in the Contract, shall be arranged by

the Supplier, and related costs shall be included in the unit price.

Payment  12.1 The sum payable shall be calculated by multiplying the Unit Price for the

specific Goods by the number of unit delivered and accepted in accordance with

the Contract.

12.2 The Supplier’s request(s) for payment shall be made to the Purchaser in writing,

accompanied by an invoice describing, as appropriate, the Goods delivered and

Services performed, and by documents submitted pursuant to GCC Clause 6, and

upon fulfillment of other obligations stipulated in the Contract.

12.3 Payments shall be made promptly by the Purchaser, within twenty eight (28)

Days after submission of an invoice or claim by the Supplier. If the Purchaser

makes a late payment, the Supplier shall be paid interest on the late payment.

Interest shall be calculated from the date by which the payment should have been

made up to the date when the late payment is made at a rate specified in theSCC.

Prices  13.1 The contract price shall be as specified in the Form of Contract signed between

Purchaser and Supplier subject to any additions and adjustments thereto or

deductions there from, as may be made pursuant to the Contract.

13.2 Prices charged by the Supplier for Goods delivered and Services performed

under the Contract shall not vary from the prices quoted by the Supplier in its

bid.

Delivery of  15.1 Delivery of the Goods and performance of Services shall be made by the

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 34/61

 

the Goods Supplier in accordance with the time schedule prescribed in this contract.

15.2 If at any time during performance of the Contract, the Supplier should encounter

conditions impeding timely delivery of the Goods and performance of Services,

the Supplier shall promptly notify the Purchaser in writing of the fact of the

delay, it’s likely duration and its cause(s). As soon as practicable after receipt of 

the Supplier’s notice, the Purchaser shall evaluate the situation and may at its

discretion extend the Supplier’s time for performance. 

15.3 Except as provided under GCC Clause 18, a delay by the Supplier in the

performance of its delivery obligations shall render the Supplier liable to the

imposition of liquidated damages pursuant to GCC Clause 16, unless an

extension of time is agreed upon pursuant to GCC Clause 15.2.

Liquidated

Damages 16.1

Subject to GCC Clause 18, if the Supplier fails to deliver any or all of the Goodsor to perform the Services within the period(s) specified in the delivery schedule,

the Purchaser shall, without prejudice to its other remedies under the Contract,

deduct from the Contract Price, as liquidated damages, a sum equivalent to the

percentage specified in SCC of the delivered price of the delayed Goods or

unperformed Services for each Day of delay until actual delivery or

performance, up to a maximum deduction of the percentage specified in SCC.

Once the maximum is reached, the Purchaser may consider termination of the

Contract pursuant to GCC Clause 17.

Termination

for

Default 

17.1 The Purchaser or the Supplier, without prejudice to any other remedy for breach

of Contract, by written notice of default sent to the concerned party mayterminate the Contract if the other party causes a fundamental breach of the

Contract.

17.2 Fundamental breaches of Contract shall include, but shall not be limited to the

following:

a) The Supplier fails to deliver any or all of the Goods within the period(s)

specified in the Delivery Schedule, or within any extension thereof 

granted by the Purchaser pursuant to GCC Clause 15; or

b) The Supplier fails to perform any other obligation(s) under the Contract;c) The supplier has abandoned or repudiated the contract.

d) The Purchaser or the Supplier is made bankrupt or goes into liquidation

other than for a reconstruction or amalgamation;

e) A payment is not paid by the Purchaser to the Supplier within 84 days of 

the due date for payment;

f) The Purchaser gives Notice that goods delivered are defect and the

Supplier fails to correct the defect within a reasonable period of time

determined by the Purchaser; and

g) The supplier, in the judgment of the Purchaser, has engaged in corrupt or

fraudulent practices in competing for or in exacting the Contract.

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 35/61

 

For the purpose of this clause:

a)  “corrupt practice” means the offering, giving, receiving, or soliciting

of anything of value to influence the action of a public official in the

procurement process or in contract execution and includes, inter alia,

bribery and extortion or coercion which involves threats of injury to

person, property or reputation, and

b)  “fraudulent practice” means a misrepresentation of facts in order to

influence a procurement process or the execution of a contract to the

detriment of the procuring entity, and includes collusive practices

among Bidders (prior to or after bid submission)

17.3 In the event the Purchaser terminates the Contract in whole or in part, pursuant

to GCC Clause 17.1, the Purchaser may procure, upon such terms and in such

manner as it deems appropriate, Goods or Services similar to those undelivered,and the Supplier shall be liable to the Purchaser for any excess costs for such

similar Goods or Services. However, the Supplier shall continue performance of 

the Contract to the extent not terminated.

Force

Majeure 18.1 Notwithstanding the provisions of GCC Clauses 15, 16, and 17, the Supplier

shall not be liable for forfeiture of its performance security, liquidated damages,

or termination for default if and to the extent that it’s delay in performance or 

other failure to perform its obligations under the Contract is the result of an event

of Force Majeure.

18.2 For purposes of this clause, “Force Majeure” means an event or situation beyond

the control of the Supplier and not involving the Supplier’s fault or negligence

and not foreseeable, is unavoidable, and is not due to negligence or lack of care

on the part of the Supplier. Such events may include, but are not restricted to,

acts of the Purchaser in its sovereign capacity, wars or revolutions, fires, floods,

epidemics, quarantine, restrictions, acts of terrorists and freight embargoes.

18.3 If a Force Majeure situation arises, the Supplier shall promptly notify the

Purchaser in writing of such condition and the cause thereof. Unless otherwisedirected by the Purchaser in writing, the Supplier shall continue to perform its

obligations under the Contract as far as is reasonably practical, and shall seek all

reasonable alternative means for performance not prevented by the Force

Majeure event.

Termination

for

Insolvency 

19.1 The Purchaser may at any time terminate the Contract by giving written notice to

the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this

event, termination will be without compensation to the Supplier provided that

such termination will not prejudice or affect any right of action or remedy which

has accrued or will accrue thereafter to the Purchaser.

Termination 20.1 The Purchaser, by written notice sent to the Supplier, may terminate the contract,

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 36/61

 

for

Convenience in whole or in part, at any time for its convenience. The notice of termination

shall specify that termination is for the Purchaser’s convenience, the Contract is

terminated, and the date upon which such termination becomes effective.

Disputes  21.1 If any dispute or difference of any kind whatsoever shall arise between the

Purchaser and the Supplier in connection with or arising out of the Contract, the

parties shall make every effort to resolve amicably such dispute or difference by

mutual consultation.

21.2 If after twenty eight [28] Days, the parties have failed to resolve their dispute or

difference by such mutual consultation, then either the Purchaser or the Supplier

may give notice for adjudication.

21.3 If the either party believes that a decision taken by the other was wrongly taken,

the decision shall be referred to the Adjudicator within twenty eight [28] days of the notification of the decision.

21.4 The parties shall jointly appoint the adjudicator within reasonable time. The

adjudicator shall be suitably qualified person whom shall be fluent in the

language for communication defined in the contract and shall be a professional

experienced in the type of contract and with interpretation of contractual

documents.

Procedure

for

Disputes 

22.1 The Adjudicator jointly appointed shall give a decision in writing within 28 Days

of receipt of a notification of a dispute.

22.2 The Adjudicator shall be paid by the hour at the rate specified in the SCC,

together with reimbursable expenses of the types specified in the SCC, and the

cost shall be divided equally between the Purchaser and the Supplier, whatever

decision is reached by the Adjudicator. Either party may refer a decision of the

Adjudicator to an Arbitrator within 28 Days of the Adjudicator’s written

decision. If neither party refers the dispute to arbitration within the above 28

Days, the Adjudicator’s decision will be final and binding. 

22.3 The arbitration shall be conducted in accordance with the arbitration procedure

published by the institution named and in the place shown in the SCCO.

Replacement

of 

Adjudicator 

23.1 Should the Adjudicator resign or die, or should the Purchaser and the Supplier

agree that the Adjudicator is not functioning in accordance with the provisions of 

the Contract; a new Adjudicator will be jointly appointed by the Purchaser and

the Supplier. In case of disagreement between the Purchaser and the Supplier,

within 28 Days, the Adjudicator shall be designated by the Appointing Authority

designated in the SCC at the request of either party, within fourteen [14] Days of 

receipt of such request.

Limitation of Liability 

24.1 Except in cases of criminal negligence or willful is conduct, and in the case of 

infringement pursuant to Clause 5,

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 37/61

 

(a) The Supplier shall not be liable to the Purchaser, whether in contract, or

otherwise, for any indirect or consequential loss or damage, loss of use,

loss of production, or loss of profits or interest costs, provided that this

exclusion shall not apply to any obligation of the Supplier to pay

liquidated damages to the Purchaser; and

(b) The aggregate liability of the Supplier to the Purchaser, whether under the

Contract, in tort or otherwise, shall not exceed the total Contract Price,

provided that this limitation shall not apply to the cost of repairing or

replacing defective equipment or to any obligation of the Supplier to

indemnify the Purchaser with respect to patent infringement.

Notices  25.1 Any notice given by one party to the other pursuant to this Contract shall be sent

to the other party in writing to the other party’s address specified in SCC.

Taxes and

Duties 26.1 Supplier shall be entirely responsible for all taxes, duties, license fees, etc.,

payable by the Supplier incurred until delivery of the contracted Goods to the

Purchaser.

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 38/61

 

Section VI

Special Conditions

The following Special Conditions of Contract shall supplement the General Conditions of Contract.

Whenever there is a conflict, the provisions herein shall prevail over those in the GCC. The

corresponding clause number of the GCC is indicated in parentheses.

GCC

Clause

Number

Amendments of, and Supplements to, Clauses in the General

Conditions of Contract

1.1 (g) The Purchaser is: Secretary, Ministry of Health and Indigenous Medicine,

Northern Province

1.1 (h) The Supplier is: [Name and address]

6.1 The amount of performance security, as a percentage of the Contract Price, shall be: 10

 percent of the Contract Price

8.2 Section III  –  Schedule of Requirement and Technical Specifications shall supplement

GCC Clause 8.2

12.3 Rate to be used for paying the Supplier interest on the late payment made by Purchaser

shall be 1% over the lending rate of the Central Bank to the commercial banks.

16.1 Applicable rate: 0.05 per cent per day of undelivered good’s value. 

Maximum deduction is equal 10% of the Contract Price

22.2 Rate of the Adjudicator fees shall be [insert: hourly rate]

Reimbursable expenses are ……………….. 

22.3 Arbitration institution shall be in accordance with Arbitration Act No 11 of 1995.

23.1 Appointing Authority for the Adjudicator [ insert: Authority]

25.1 Purchaser’s address for notice purposes: 

Supplier’s address for notice purposes: 

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 39/61

 

Section VII

Contract Forms

1. Contract Agreement

[The successful Bidder shall fill in this form in accordance with the instructions indicated]

THIS CONTRACT AGREEMENT is made

the [ insert:  number ] day of  [ insert:  month ], [ insert:  year ].

BETWEEN

(1) [ insert complete name of Purchaser ], a [ insert description of type of legal

entity, for example, an agency of the Ministry of .... of the Government of 

{ insert name of Country of Purchaser }, or corporation incorporated under 

the laws of { insert name of Country of Purchaser } ] and having its principal

place of business at [ insert address of Purchaser  ] (hereinafter called “the

Purchaser”), and

(2) [ insert name of Supplier  ], a corporation incorporated under the laws of 

[ insert: country of Supplier  ] and having its principal place of business at

[ insert: address of Supplier ] (hereinafter called “the Supplier”). 

WHEREAS the Purchaser invited bids for certain Goods and ancillary services, viz., [insert 

brief description of Goods and Services] and has accepted a Bid by the Supplier for the

supply of those Goods and Services in the sum of  [insert Contract Price in words and 

 figures, expressed in the Contract currency(ies) ] (hereinafter called “the Contract Price”). 

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall constitute the Contract between the Purchaser and the

Supplier, and each shall be read and construed as an integral part of the Contract:

(a)  This Contract Agreement

(b)  Special Conditions of Contract

(c)  General Conditions of Contract

(d)  Technical Requirements (including Schedule of Requirements and TechnicalSpecifications)

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 40/61

 

(e)  The Supplier’s Bid and original Price Schedules 

(f)  The Purchaser’s Notification of Award 

(g)  [Add here any other document(s)] 

3. This Contract shall prevail over all other Contract documents. In the event of anydiscrepancy or inconsistency within the Contract documents, then the documents shall

prevail in the order listed above.

4. In consideration of the payments to be made by the Purchaser to the Supplier as

hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the

Goods and Services and to remedy defects therein in conformity in all respects with the

provisions of the Contract.

5. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of 

the Goods and Services and the remedying of defects therein, the Contract Price or such

other sum as may become payable under the provisions of the Contract at the times andin the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in

accordance with the laws of [insert the name of the Contract governing law country] on the

day, month and year indicated above.

For and on behalf of the Purchaser

Signed: [insert signature]

in the capacity of [ insert title or other appropriate designation ] 

in the presence of [insert identification of official witness] 

For and on behalf of the Supplier

Signed: [insert signature of authorized representative(s) of the Supplier] 

in the capacity of [ insert title or other appropriate designation ] 

in the presence of [ insert identification of official witness] 

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 41/61

 

2. Performance Security

[The bank, as requested by the successful Bidder, shall fill in this form in accordance with the

instructions indicated]

Date: [insert date (as day, month, and year) of Bid Submission] 

ICB No. and title: [insert no. and title of bidding process] 

Bank’s Branch or Office: [insert complete name of Guarantor] 

Beneficiary: [insert complete name of Purchaser] 

PERFORMANCE GUARANTEE No.:  [insert Performance Guarantee number]

We have been informed that [insert complete name of Supplier] (hereinafter called "the

Supplier") has entered into Contract No. [insert number] dated [insert day and month],

[insert year] with you, for the supply of  [description of Goods and related Services] 

(hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, a Performance

Guarantee is required.

At the request of the Supplier, we hereby irrevocably undertake to pay you any sum(s) not

exceeding [insert amount(s6 ) in figures and words] upon receipt by us of your first demand in

writing declaring the Supplier to be in default under the Contract, without cavil or argument,

or your needing to prove or to show grounds or reasons for your demand or the sum specified

therein.

This Guarantee shall expire no later than the [insert number] day of  [insert month] [insert 

 year],7 

and any demand for payment under it must be received by us at this office on or

before that date.

[signatures of authorized representatives of the bank and the Supplier] 

6The Bank shall insert the amount(s) specified in the SCC and denominated, as specified in the SCC, either in

the currency(ies) of the Contract or a freely convertible currency acceptable to the Purchaser.7   Dates established in accordance with Clause 18.4 of the General Conditions of Contract (“GCC”), taking

into account any warranty obligations of the Supplier under Clause 16.2 of the GCC intended to be secured 

by a partial Performance Guarantee. The Purchaser should note that in the event of an extension of the

time to perform the Contract, the Purchaser would need to request an extension of this Guarantee from

the Bank. Such request must be in writing and must be made prior to the expiration date established in the

Guarantee. In preparing this Guarantee, the Purchaser might consider adding the following text to the

Form, at the end of the penultimate paragraph: “We agree to a one-time extension of this Guarantee for a period not to exceed [six months] [one year], in response to the Purchaser’s written request for such

extension, such request to be presented to us before the expiry of the Guarantee.”  

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 42/61

 

Nutritional Labelling:

Food for infants: (serving size 50 g.)

Nutrition Information

Average values Per serving (50 g.)

Energy ( Kcal) 200

Protein 7.5 g.

Carbohydrates 34 g.

Fat 4 g.

Food for infants and young children: (serving size 75 g.)

Nutrition Information

Average values Per serving (75 g.)

Energy ( Kcal) 300 kcal.

Protein 11.3 g.

Carbohydrates 51.5 g.

Fat 6.0 g.

Food for pregnant and lactating mothers: (serving size 100 g., twice daily.)

Nutrition Information

Average values Per serving (100g)

Energy ( Kcal) 450

Protein 16 g.

Carbohydrates 63 g.

Fat 15 g.

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 43/61

 

Annexure I

Labelling of Sachets, Packs and Master Bag

Please refer to Food Act of No.26 of 1980, as amended by the Food Act No.20 of 1991.

Food (labelling and Advertising) Regulations -2003

Suggested labelling for pregnant and lactating mothers:

Size of the letters

Size of the letters used for the common names shall not be less than 1/3 of the size of the letters

used for the brand name with minimum height of 3.m.m. If the common name consists of one word

or more than one word such word or words (other than articles, conjunctions or prepositions) shall

be in identical type and size and similarly displayed.

The height of the letters used for the common name in the supplementary label as specified in the

regulations shall be not less than one half of the height of the letters used for the common name on

the main panel of the package or container subject to a minimum height of 3.m.m.

The area to be considered as the main panel shall not be less than 20% of the total surface area

excluding the bottom of the package or container.

The colour of sachet and pack should be in light yellow and the letters would be printed in any

colour.

The master bag would be in any colour and the letters should be printed in dark yellow colour.

Main panel of Sachet Back view of Sachet

Cereal Food for Pregnant and

lactating Mothers

Brand Name

100 g.

Name and Address of 

Manufacturer:

Batch No. or code number:

Date of Manufacture: DD/MM/YY

Date of Expiry: DD/MM/YY

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 44/61

 

Main Panel of Pack Back view of Pack

Cereal Food for Pregnant and lactating

Mothers

Brand Name

1.5 kg. (contains 15

sachets)

Ingredients:

Rice, mungbean, blackgram, groundnut and

sesame, antioxidant (INS or E No.)

Store at room temperature, under cool conditions,

without direct contact with heat or sunlight.

Nutrition information

Average values Per serving (100g)

Energy 450 kcal.

Protein 16 g.Carbohydrates 63 g.

Fat 15 g.

Instructions for preparation:

(see leaflet inside)

Name and Address of Manufacturer:

Batch No. or code number:

Date of Manufacture: DD/MM/YY

Date of Expiry: DD/MM/YY

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 45/61

 

Main Panel of Master bag

Cereal Food for Pregnant and lactating

Mothers (in one language)

Brand Name (in one language) 

Net Weight: 30 kg

(contains 20 packs)

Name and Address of Manufacturer:

Batch No. or code number

Date of Manufacture:

Date of Expiry:

Cereal Food for Pregnant and lactating

Mothers (in one language)

Brand Name (in one language) 

Store at room temperature, under cool

conditions, without direct contact with heat

or sunlight.

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 46/61

 

Name and Address of Manufacturer:

Batch No. or Code No.:

Date of Manufacture:DD/MM/YY

Date of Expiry:DD/MM/YY

Sample for Sachets

fu;ggpzp kw;Wk ghYhlLk jha;khUffhd rjJzT 

[tNgh\hජවපෝෂා 

JEEVAPOSHA 

cs;@u; NghrhfF Nkkghl;Lj jpllk

mDruiz: [g;ghdpa r%f mgptpUj;jp epjp / cyf tq;fp

mKy;g;gLj;jy;:- Rfhjhu mikr;R  – tl khfhzk;tpw;gidf;F my;y 

epfu vil: 100g

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 47/61

 

fu;ggpzp kw;Wk ghYhlLk jha;khUffhd rjJzT 

Ingredients: Rice, mungbean, black gram, groundnut and sesame,

antioxidant (INS or E No.)

Store at room temperature under cool conditions without direct

contact with heat or sunlight.

Nutrition information

Average values Per serving (100g)

Energy 450 kcal.

Protein 16 g.

Carbohydrates 63 g.

Fat 15 g.

Instructions for preparation: see leaflet inside 

Name and Address of Manufacturer:

Batch No. or code number:

Date of Manufacture: DD/MM/YYDate of Expiry: DD/MM/YY

Sample for Packs

[tNgh\hජවපෝෂා 

JEEVAPOSHA 

cs;@u; NghrhfFNkkghl;Lj jpllk

mDruiz: [g;ghdpa r%f mgptpUj;jp epjp / cyf tq;fp

mKy;g;gLj;jy;:- Rfhjhu mikr;R  – tlkhfhzk; tpw;gidf;F my;y

15 igf;fw;Wf;fs; epfu vil: 1.5kg

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 48/61

 

fu;ggpzp kw;Wk ghYhlLk jha;khUffhd rjJzT

Name and Address of Manufacturer:

Batch No. or code number

Date of Manufacture:Date of Expiry:

fu;ggpzp kw;Wk ghYhlLk jha;khUffhd rjJzT 

[PtNgh\h ජවපෝෂා 

JEEVAPOSHA 

 #hpa xspglhj ,lj; jpy;> rhjhuz miw ntg;gepiyapy; Fsph; epiyikfspy; fsQ;rpag;gLj; jTk; 

Sample for Master Bags

[tNgh\hජවපෝෂා 

JEEVAPOSHA 

cs;@u; NghrhfFNkkghl;Lj jpllk

mDruiz: [g;ghdpa r%f mgptpUj;jp epjp / cyf tq;fp

mKy;g;gLj;jy;:- Rfhjhu mikr;R  – tl khfhzk;tpw;gidf;F my;y 

20 nghjpfs; epfu vil: 30kg

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 49/61

 

Annexure II

Labelling of Sachets, Packs and Master Bag

Please refer to Food Act of No.26 of 1980, as amended by the Food Act No.20 of 1991.

Food (labelling and Advertising) Regulations -2003

Suggested labelling for children 6 to 11 months:

Size of the letters

Size of the letters used for the common names shall not be less than 1/3 of the size of the letters

used for the brand name with minimum height of 3.m.m. If the common name consist of one word

or more than one word such word or words (other than articles, conjunctions or prepositions)shall

be in identical type and size and similarly displayed.

The height of the letters used for the common name in the supplementary label as specified in the

regulations shall be not less than one half of the height of the letters used for the common name on

the main panel of the package or container subject to a minimum height of 3.m.m.

The area to be considered as the main panel shall not be less than 20% of the total surface area

excluding the bottom of the package or container.

The colour of sachet and pack should be in light yellow and the letters would be printed in any

colour.

The master bag would be in any colour and the letters should be printed in dark yellow colour.

Main panel of Sachet Back view of sachet

Cereal Food for Infants

(Age 6- 11 months)

Brand Name

50 g.

Name and Address of 

Manufacturer:

Batch No. or code number:

Date of Manufacture: DD/MM/YY

Date of Expiry: DD/MM/YY

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 50/61

 

Main Panel of Pack Back view of Pack

Cereal Food for infants

Brand name

750 g (contains 15 sachets)

Ingredients:

Rice, mungbean, blackgram, groundnut and

sesame, antioxidant (INS or E No.)

Store at room temperature, under cool conditions,

without direct contact with heat or sunlight.

Nutrition information

Average values Per serving (50 g.)

Energy 200 kcal.

Protein 7.5 g.

Carbohydrates 34 g.

Fat 4 g.

Instructions for preparation:

(see leaflet inside)

Name and Address of Manufacturer:

Batch No. or code number:

Date of Manufacture: DD/MM/YY

Date of Expiry: DD/MM/YY

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 51/61

 

Main Panel of Master bag

Cereal Food for infants (in one language)

Brand Name (in one language)

Net weight: 15 kg (contains

20 packs)

Name and Address of Manufacturer:

Batch No. or code number

Date of Manufacture:

Date of Expiry:

Cereal Food for infants (in one language)

Brand Name (in one language)

Store at room temperature, under cool

conditions, without direct contact with heat

or sunlight.

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 52/61

 

Name and Address of Manufacturer:

Batch No. or Code No.:

Date of Manufacture:DD/MM/YY

Date of Expiry:DD/MM/YY

Sample for Sachets

6  –  12 khj FoeijfSf;fhd rjJzT 

[tNgh\hජවපෝෂා 

JEEVAPOSHA 

cs;@u; NghrhfF Nkkghl;Lj jpllk

mDruiz: [g;ghdpa r%f mgptpUj;jp epjp / cyf tq;fp

mKy;g;gLj;jy;:- Rfhjhu mikr;R  – tl khfhzk;tpw;gidf;F my;y 

epfu vil: 50g

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 53/61

 

Ingredients: Rice, mungbean, blackgram, groundnut and sesame,

antioxidant (INS or E No.)

Store at room temperature, under cool conditions, without direct

contact with heat or sunlight.

Nutrition information

Average values Per serving (50 g.)

Energy 200 kcal.Protein 7.5 g.

Carbohydrates 34 g.

Fat 4 g.

Instructions for preparation: see leaflet inside 

Name and Address of Manufacturer:

Batch No. or code number:Date of Manufacture: DD/MM/YY

Date of Expiry: DD/MM/YY

Sample for Packs

6  –  12 khj FoeijfSf;fhd rjJzT 

[tNgh\hජවපෝෂා 

JEEVAPOSHA 

cs;@u; NghrhfFNkkghl;Lj jpllk

mDruiz: [g;ghdpa r%f mgptpUj;jp epjp / cyf tq;fp

mKy;g;gLj;jy;:- Rfhjhu mikr;R  – tlkhfhzk; tpw;gidf;F my;y

15 igf;fw;Wf;fs; epfu vil: 0.75kg

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 54/61

 

6  –  12 khj FoeijfSf;fhd rjJzT

Name and Address of Manufacturer:

Batch No. or code numberDate of Manufacture:

Date of Ex ir :

6  –  12 khj FoeijfSf;fhd rjJzT 

[PtNgh\h ජවපෝෂා 

JEEVAPOSHA 

 #hpa xspglhj ,lj; jpy;> rhjhuz miw ntg;gepiyapy; Fsph; epiyikfspy; fsQ;rpag;gLj; jTk; 

Sample for Master Bags

[PtNgh\hජවපෝෂා 

JEEVAPOSHA 

cs;@u; NghrhfFNkkghl;Lj jpllk

mDruiz: [g;ghdpa r%f mgptpUj;jp epjp / cyf tq;fp

mKy;g;gLj;jy;:- Rfhjhu mikr;R  – tl khfhzk;tpw;gidf;F my;y 

20 nghjpfs; epfu vil: 15kg

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 55/61

 

Annexure III

Labelling of Sachets, Packs and Master Bag

Please refer to Food Act of No.26 of 1980, as amended by the Food Act No.20 of 1991.

Food (labelling and Advertising) Regulations -2003

Suggested labelling for children 13 to 24 months:

Size of the letters

Size of the letters used for the common names shall not be less than 1/3 of the size of the letters

used for the brand name with minimum height of 3.m.m. If the common name consists of one word

or more than one word such word or words (other than articles, conjunctions or prepositions) shall

be in identical type and size and similarly displayed.

The height of the letters used for the common name in the supplementary label as specified in the

regulations shall be not less than one half of the height of the letters used for the common name on

the main panel of the package or container subject to a minimum height of 3.m.m.

The area to be considered as the main panel shall not be less than 20% of the total surface area

excluding the bottom of the package or container.

The colour of sachet and pack should be in light blue and the letters would be printed in any colour.

The master bag would be in any colour and the letters should be printed in dark blue colour.

Main panel of Sachet Back view of sachet

Cereal Food for Young Children

(age 12- 23 months)

Brand Name

75 g.

Name and Address of 

Manufacturer:

Batch No. or code number:

Date of Manufacture: DD/MM/YY

Date of Expiry: DD/MM/YY

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 56/61

 

Main Panel of Pack Back view of Pack

Cereal Food for Young Children

(age 12- 23 months)

Brand Name

1.125 kg (contains

15 sachets)

Ingredients:

Rice, mungbean, blackgram, groundnut and

sesame, antioxidant (INS or E No.)

Store at room temperature, under cool conditions,

without direct contact with heat or sunlight.

Nutrition information

Average values Per serving (75 g.)

Energy 300 kcal

Protein 11.3 g.Carbohydrates 50.5 g.

Fat 6 g.

Instructions for preparation:

(see leaflet inside)

Name and Address of Manufacturer:

Batch No. or code number:

Date of Manufacture: DD/MM/YY

Date of Expiry: DD/MM/YY

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 57/61

 

Main Panel of Master bag

Cereal Food for Young Children (in

one language)

Brand Name (in one language )

Net Weight: 22.5 kg

(contains 20 packs)

Name and Address of Manufacturer:

Batch No. or code number

Date of Manufacture:

Date of Expiry:

Cereal Food for Young Children (in one

languages)

Brand Name (in one language)

Store at room temperature, under cool

conditions, without direct contact with heat

or sunlight.

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 58/61

 

Name and Address of Manufacturer:

Batch No. or Code No.:

Date of Manufacture:DD/MM/YY

Date of Expiry:DD/MM/YY

Sample for Sachets

13  –  24 khj FoeijfSf;fhd rjJzT 

[tNgh\hජවපෝෂා 

JEEVAPOSHA 

cs;@u; NghrhfF Nkkghl;Lj jpllk

mDruiz: [g;ghdpa r%f mgptpUj;jp epjp / cyf tq;fp

mKy;g;gLj;jy;:- Rfhjhu mikr;R  – tl khfhzk;tpw;gidf;F my;y 

epfu vil: 75g

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 59/61

 

Ingredients: Rice, mungbean, blackgram, groundnut and sesame,

antioxidant (INS or E No.)

Store at room temperature, under cool conditions, without direct

contact with heat or sunlight.

Nutrition information

Average values Per serving (75 g.)

Energy 300 kcalProtein 11.3 g.

Carbohydrates 50.5 g.

Fat 6 g.

Instructions for preparation: see leaflet inside 

Name and Address of Manufacturer:

Batch No. or code number:

Date of Manufacture: DD/MM/YY

Date of Expiry: DD/MM/YY

Sample for Packs

13  –  24 khj FoeijfSf;fhd rjJzT 

[tNgh\hජවපෝෂා 

JEEVAPOSHA 

cs;@u; NghrhfFNkkghl;Lj jpllk

mDruiz: [g;ghdpa r%f mgptpUj;jp epjp / cyf tq;fp

mKy;g;gLj;jy;:- Rfhjhu mikr;R  – tlkhfhzk; tpw;gidf;F my;y

15 igf;fw;Wf;fs; epfu vil: 1.125 kg

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 60/61

 

13  –  24 khj FoeijfSf;fhd rjJzT

Name and Address of Manufacturer:

Batch No. or code number

Date of Manufacture:Date of Ex ir :

13  –  24 khj FoeijfSf;fhd rjJzT 

[PtNgh\h ජවපෝෂා 

JEEVAPOSHA 

 #hpa xspglhj ,lj;jpy;> rhjhuz miw ntg;gepiyapy; Fsph; epiyikfspy; fsQ;rpag;gLj; jTk; 

Sample for Master Bags

[tNgh\h

ජවපෝෂා JEEVAPOSHA 

cs;@u; NghrhfFNkkghl;Lj jpllk

mDruiz: [g;ghdpa r%f mgptpUj;jp epjp / cyf tq;fp

mKy;g;gLj;jy;:- Rfhjhu mikr;R  – tl khfhzk;tpw;gidf;F my;y 

20 nghjpfs; epfu vil: 22.5 kg

8/2/2019 Ministry of Health and Indigenous Medicine IFB 2012 - Procurement of supplementary food

http://slidepdf.com/reader/full/ministry-of-health-and-indigenous-medicine-ifb-2012-procurement-of-supplementary 61/61

 

Preparation Leaflet

The product texture when prepared for feeding shall formulate into a smooth paste, not sticky on the palate,

appropriate for spoon feeding (for infant aged 6 – 8 months) and shall formulate into a fine granular texture (not

rubbery) and appropriate for spoon feeding (for infant and young children aged 9 to 24 months) when

reconstituted with hot or cold water / milk.

For mothers the product may from a thick coarse paste like porridge, may be granular and appetizing, whenformulated with milk or water.