schedule to tender office of the commandant-160 … filecommandant-160 bn, crpf, fci camp, chatha,...

23
1 SCHEDULE TO TENDER OFFICE OF THE COMMANDANT-160 BATTALION CENTRAL RESERVE POLICE FORCE FCI CAMP, CHATHA, JAMMU (J&K) Tele/Fax 0191-2262102, Email: [email protected] --------------------------------------------------------------------------------------------------------------- NO.C.XVII-1/2018-19-160-(T/C JMU) Dated, the 27 March’2019 ONLINE TENDER NOTICE through e-Procurement site http://eprocure.gov.in/eprocure/app Time and date of Receipt of Tender 17/04/2019 at 1100 hrs. Time and date of opening the tender 18/04/2019 at 1130 hrs. Commandant-160 Bn, CRPF, FCI Camp, Chatha, Jammu (J&K) - 180009 for and on behalf of the President of India, invites sealed Two Bid systems tender (Technical bid and commercial bid) from approved/registered and eligible contractor/vendor for outsourcing of wet canteen to serve a variety of food items, snacks & other packed edible items round the clock (24x7x365) at reasonable rates for the use of Jawans at CRPF, Transit Camp Channi Rama, Jammu (J&K) as per terms and conditions mentioned below :- Details of items to sell in shops to which called for Tender Enquiry Sl No. Name of items A/U NAMKEEN ITEMS 01(A) Aloo Bujiya 200 Gms Haldi Ram Pkt. 01(B) Aloo Bujiya 400 Gms Haldi Ram Pkt. 02 Punjabi Tadka 200 Gms Haldi Ram Pkt. 03(A) Moong Dal (Mix) 200 Gms Haldi Ram Pkt 03(B) Moong Dal (Mix) 400 Gms Haldi Ram Pkt 04(A) Navratan Mix 200 Gms Haldi Ram Pkt 04(B) Navratan Mix 400 Gms Haldi Ram Pkt 05(A) Khata Mitha (mix) 200 Gms Haldi Ram Pkt 05(B) Khata Mitha (mix) 400 Gms Haldi Ram Pkt 06(A) Nut Craker 200 Gms Haldi Ram Pkt 06(B) Nut Craker 400 Gms Haldi Ram Pkt BISCUITS 07(A) Britania (Cookies) Pkt 07(B) Britania (Milk Bikis) Pkt 07(C) Britania (Good day) Pkt 07(D) Britania (Marie Gold) Pkt 07(E) Britania (50 50) Pkt

Upload: others

Post on 23-Sep-2019

2 views

Category:

Documents


0 download

TRANSCRIPT

1

SCHEDULE TO TENDER

OFFICE OF THE COMMANDANT-160 BATTALION

CENTRAL RESERVE POLICE FORCE

FCI CAMP, CHATHA, JAMMU (J&K)

Tele/Fax 0191-2262102, Email: [email protected]

---------------------------------------------------------------------------------------------------------------

NO.C.XVII-1/2018-19-160-(T/C JMU) Dated, the 27 March’2019

ONLINE TENDER NOTICE through e-Procurement site http://eprocure.gov.in/eprocure/app

Time and date of Receipt of Tender 17/04/2019 at 1100 hrs.

Time and date of opening the tender 18/04/2019 at 1130 hrs.

Commandant-160 Bn, CRPF, FCI Camp, Chatha, Jammu (J&K) -

180009 for and on behalf of the President of India, invites sealed Two Bid systems

tender (Technical bid and commercial bid) from approved/registered and eligible

contractor/vendor for outsourcing of wet canteen to serve a variety of food items,

snacks & other packed edible items round the clock (24x7x365) at reasonable rates for

the use of Jawans at CRPF, Transit Camp Channi Rama, Jammu (J&K) as per terms

and conditions mentioned below :-

Details of items to sell in shops to which called for Tender Enquiry

Sl No. Name of items A/U

NAMKEEN ITEMS

01(A) Aloo Bujiya – 200 Gms Haldi Ram Pkt.

01(B) Aloo Bujiya – 400 Gms Haldi Ram Pkt.

02 Punjabi Tadka – 200 Gms Haldi Ram Pkt.

03(A) Moong Dal (Mix) – 200 Gms Haldi Ram Pkt

03(B) Moong Dal (Mix) – 400 Gms Haldi Ram Pkt

04(A) Navratan Mix – 200 Gms Haldi Ram Pkt

04(B) Navratan Mix – 400 Gms Haldi Ram Pkt

05(A) Khata Mitha (mix) – 200 Gms Haldi Ram Pkt

05(B) Khata Mitha (mix) – 400 Gms Haldi Ram Pkt

06(A) Nut Craker – 200 Gms Haldi Ram Pkt

06(B) Nut Craker – 400 Gms Haldi Ram Pkt

BISCUITS

07(A) Britania (Cookies) Pkt

07(B) Britania (Milk Bikis) Pkt

07(C) Britania (Good day) Pkt

07(D) Britania (Marie Gold) Pkt

07(E) Britania (50 – 50) Pkt

2

07 (F) Parle-G Pkt 07(G) KrackJack Parle-G Pkt 07(H) Coconut Cokies Parle-G Pkt 07(I) Namkin Parle-G Pkt 07(J) Kreams Parle-G Pkt 07(K) Parle Marie Pkt 07 (L) Priya Gold (Coconut Crunch) Pkt 07 (M) Priya Gold (Butter Bite) Pkt 07(N) Priya Gold (Maries Lite) Pkt 07(O) Priya Gold (Classic Cream) Pkt 08 (A) Dukes (Cheesy Nibbles) Pkt 08(B) Unibic (Cookies) Pkt 08(C) Anmol (Dream Lite) Pkt

08(D) Sunfeast (Formlite) Pkt

08(E) Bakery Biscuits Kgs. WATER BOTTLE

09 (A) Water bottle – 1 Ltr. (Bislery) Nos.

09(B) Water bottle ½ Ltr. (Bislery) Nos. JUICE

10(A) Mango – 100 ML. Nos.

10(B) Mango – 200 ML Nos.

10(C) Mango – 300 ML Nos.

10(D) Mango – 500 ML Nos.

11 (A) Guava – 100 ML. Nos.

11(B) Guava – 200 ML Nos.

11(C) Guava – 300 ML Nos.

11(D) Guava – 500 ML Nos.

12 (A) Pineapple – 100 ML Nos.

12 (B) Pineapple – 200 ML Nos.

12 (C) Pineapple – 300 ML Nos.

12 (D) Pineapple – 500 ML Nos.

13 (A) Apple – 100 ML Nos.

13 (B) Apple – 200 ML Nos.

13 (C) Apple – 300 ML Nos.

13 (D) Apple – 500 ML Nos.

14 (A) Pomegranate – 100 ML Nos.

14 (A) Pomegranate – 200 ML Nos.

14 (A) Pomegranate – 300 ML Nos.

14 (A) Pomegranate – 500 ML Nos. CAKES/CREAM ROLL / PASTRIES

15 Cream Roll Nos.

16 Veg. patty Nos.

17 Cream Ilaichi Nos.

18 Cream Choco Orange Nos. COLD DRINKS/SOFT DRINKS

19 Tea – standard size Cup

20 Coffee – standard size Cup

21 Lemon Tea – standard size Cup

22 Green Tea – standard size Cup

3

23 Kahwa – standard size Cup

24(A) Dessi lassi Khati – 200ML Nos.

24 (B) Dessi lassi Mithi- 200 ML Nos.

25 Sugar cane juice in summer season Nos.

ICE CREAM

26 Kulfi Nos.

27 Matka Kulfi Nos.

28 Lacha Kulfi Nos.

29 Ice cream – 100 Gms. (Amul) Nos.

FAST FOODS

30(A) Maggie ½ Plate Nos.

30(B) Maggie Quarter Plate Nos.

31)A) Noodles/Chowmin - ½ Plate Nos.

31(B) Noodles/Chowmin - Quarter Plate Nos.

32(A) Sandwich – ½ Plate Nos.

32(B) Sandwich – Quarter Plate Nos.

33(A) Rajma/Channa Rice with Aachar- Full Plate standard size Nos.

33(B) Rajma/Channa Rice with Aachar- Half Plate standard size Nos.

34(A) Chola Bhatura – standard size – 02 Pc. Nos.

34(B) Chola Bhatura – standard size – 03 Pc. Nos.

35 Bread Pakora Nos.

36 Smosa- standard size Nos.

37(A) Aloo Tikki – standard size – 02 Pc. Nos.

37(B) Aloo Tikki – standard size – 01 Pc. Nos.

38(A) Channa Kulcha- standard size – 02 Pc. Nos.

38(B) Channa Kulcha- standard size – 01 Pc. Nos.

38(C) Nan roti with butter – standard size Nos.

38(D) Nan roti without butter – standard size Nos.

39(A) Kari Pakora + Rice – Full plate Nos.

39(B) Kari Pakora + Rice – Half plate Nos.

40(A) Biryani – Full plate Nos.

40(B) Biryani – Half plate Nos.

SOUTH INDIAN FOODS

41(A) Idly with Sambhar & Chatni – 02 Pc. (Plate) Nos.

41(B) Idly with Sambhar & Chatni – 03 Pc. (Plate) Nos.

42 Dosa (Plain+Chatni)– standard size – 01 Pc. Nos.

43 Uttapum Nos.

44 Masala dosa + coconut chatni + Sambhar Nos.

45 Dhokla Kgs

SWEETS

46 Jalebi Kgs

47 Gulab Jamun Kgs

48 Laddu Kgs.

49(A) Burfi (Besan) Kgs

49(B) Burfi (Coconut) Kgs

49(C) Burfi (Khowa) Kgs

50 Balusahi etc. Kgs.

4

(Tenderers are advised to read the instructions carefully before submitting their offer)

1. Tender Documents are available at C.P.P.P e-Procurement site http://eprocure.gov.in/eprocure/app

as well as on CRPF website (http://crpf.nic.in/tender-notices- htm) which can be downloaded by

interested firms free of cost. It is therefore important that Acceptance Letter which is a written

undertaking that all the terms and condition of the tender are understood and accepted should be

signed and submitted through e-Procurement sitehttp://eprocure.gov.in/eprocure/app under two bid

system (i) Technical Bid and (ii) Price Bid to the Commandant-160 BN, CRPF.

2. All the tender documents whose hard copies only have been called for duly completed in all

respect are to be submitted through e-Procurement site http://eprocure.gov.in/eprocure/app under two

bid system (i) Technical Bid and (ii) Price Bid, before specified time and date mentioned in the

Schedule of Tender. Price shall not be disclosed anywhere in Technical Bid. Late/ Delayed/ Non-

Submission of originals may result in rejection of bid.

3. Intending tenderers must read the terms and conditions carefully and submit their tenders if

they consider themselves eligible and are in possession of all the required documents by 1100 hours

on 17/04/2019 online through e-Procurement site http://eprocure.gov.in/eprocure/app and also

Quotations will be sent by Speed Post/Registered Post/ Courier / By-hand in favour of The

Commandant-160 Bn, CRPF, FCI Camp Chatha, Jammu (J&K)- 180009 or can be deposited in

tender box within target date.

4. Tenders will be opened online through e-Procurement site http://eprocure.gov.in/eprocure/app

in the office of Commandant-160 Bn, CRPF at 1130 hrs. on 18/04/2019 at HQ/160 Bn, CRPF, FCI

Camp Chatha, Jammu (J&K). Tenderers shall remain present during opening of tender. In case date

of opening of tender happens to be a closed holiday, the tenders will be opened on next working day

at the stipulated time.

5. Tenderers shall submit Tender documents well before the date of opening tender to avoid last

minute rush.

6. All tender documents attached with this invitation to tender including specifications are

SACROSANCT for considering any offer as complete offer. It is therefore, important that each page

of the tender documents duly completed and signed is attached with your offer. Sealed envelope

containing the tender quotations shall be super scribed.

7. The bids shall be submitted in two stages viz.

(i) Technical Bid (ii) Price Bid.

The enlistment of the contractors should be valid on the last date of evaluation of Technical Bid. In

case only the last date of evaluation of Technical Bid is extended, the enlistment of contractor should

be valid on the original date of evaluation of Technical Bid. In case both the last date of evaluation of

Technical Bid and Price Bid are extended, the enlistment of contractor should be valid for original

date of evaluation of Technical Bid.

8. Details required to be furnished by all bidders in Technical/Price bid are as under:-

a) TECHNICAL BID b)

i) Acceptance of above details as specified/approved by competent authority.

ii) All pages of tender documents duly completed and signed without indicating the rates quoted.

Full name and status of the person signing the tender documents must be clearly mentioned. Scanned

copy of the all pages of tender documents duly completed and signed should be uploaded while

submitting Technical Bid through C.P.P. Portal.

.

5

iii) Tender cost Rs. 200/- in form of CDR/BD/DD/Fixed Deposit Receipt/Bank Guarantee from

any of the nationalized / commercial banks in an acceptable form in favour of THE

COMMANDANT-160 BN, CRPF, JAMMU, Payable at SBI, Hari Market, JAMMU (Branch code

No.0657). Scanned copy of the tender cost should be uploaded while submitting Technical Bid

through C.P.P. Portal.

iv) Copy of any valid Govt. authorized Registration / License, which specifies appropriate class of

Contractor/Agency from any Govt. department as necessary to establish the canteen using

external sources.

v) Copy of PAN card.

vi) Copy of GST registration.

vii) Copy of experience continuously running similar wet canteen in defence/police/CAPFs

establishment with supporting documents.

viii) Latest Banker statement / Report.

ix) The bidders will also attach a copy of their latest income tax return (ITR).

Documents in support of Past Performance i.e. copy of any supply order received by

the firm in the past from CRPF/Govt/Under taking department may be attached. Preference

will be given to the firms who have past experience in similar work.

x) Copy of license, whose authorisation for distributor or manufacturer.

xi) Certificate of Black listed or otherwise.

xii) Any other document as asked in TE or feel necessary by Bidder. Scanned copy of all above

documents should be uploaded while submitting Technical Bid through C.P.P. Portal.

xiii) Copy of FSSAI (Food safety and standard authority of India) certificate. b) Price Bid Price should be quoted as per BOQ format provided along with the tender document at e-Procurement

site http://eprocure.gov.in/eprocure/app.

9. The tender document is consisting of specifications, rates, brand name and terms and

conditions of this supply to be complied.

10. PLACE OF SUBMISSION OF TENDER SAMPLE & TENDER DOCUMENTS IN

ORIGINAL :- Tender sample Catalog/ CD/DVD shall be submitted to the Commandant 160 Bn

CRPF, FCI Camp, Chatha, Jammu (J&K). Payment instrument in respect of one copy of Tender

Acceptance letter manually, Tender fee, Lab Test Certificate duly completed in all respect are to be

submitted in the tender box kept in the Control Room of 160 Bn CRPF, FCI Camp Chatha,

Jammu-180009 and also Scanned copy of all documents should be uploaded while submitting

Technical Bid through C.P.P. Portal before specified time and date mentioned in the Schedule to

Tender. Late/Delayed/Non submission of originals would result in rejection of bid during bid

opening. Tender samples sent on FREIGHT TO PAY basis will not be accepted. Tender samples of

tenderers whose offers are not accepted may be collected by their authorized representatives on

requisition on letter head of the firm duly stamped, signature and attested by the tenderers on hearing

from this Unit.

11. For any change in tender enquiry tenderers are requested to visit the CRPF website

“www.crpf.nic.in” and e-Procurement site http://eprocure.gov.in/eprocure/app regularly.

12. The composite bid i.e. rate indicated in the technical bid “OPENLY” shall be ignored. Prices

should be quoted for different brands as per requirement provided along with the tender document in

price bid.

6

13. In that Cover containing Technical Bid will sealed separately and Marked as Technical Bid on

top of the cover indicating Tender No. date & time of opening. This cover should also be supper

scribed with the tender No., date & Time of tender Opening preferably in bold letters. Online Price

bid of only those firms will be opened whose technical bid is accepted after evaluation of samples and

documents submitted by firm.

14. The representative of the firms who responded to our tender inquiry can be present at HQ/160

CRPF, FCI Camp, Chatha, Jammu (Jammu & Kashmir)-180009 at the time of opening of tenders on

18/04/2019. Technical Bid will be opened online. Date and time of opening of Price Bid will be

informed separately.

15. The tender received after expiry of specified date and time will not be accepted.

16. Successful vendor will have to deposit the security money within 2 days the award of tender.

17. While opening the tenders, the technical bid will be opened first and on scrutiny of all

the documents enclosed by the tenderer, a comparative study will be made. If a Tenderer fail

to fulfill all the conditions stipulated in the tender notice/fails to enclose the documents as

asked or fails to arrange Technical Data of stores specified the above, then his tender will be

rejected out rightly and his name will not be included for the price bid. Names of successful

tenderers who fulfilled all the conditions in the technical bid after testing protection level

practically will be prepared separately and only their tender will be opened for Price bid. The

Price Bid given by the unsuccessful bidder in the technical bid will not be opened .

18. The contract will be awarded to successful bidder(L-I) only on the basis of technical

bid, price bid and documents.

19. Department reserves the right to scrap the tender.

20. In case of any dispute/doubt the decision of 160 BN CRPF, FCI Camp, Chatha, Jammu

(Jammu & Kashmir) shall be final and binding on all parties/ Tenderer.

21. Commandant-160 Bn CRPF reserves the right to cancel the contract at any time on

breach of contract by the contractor.

Sd – 27/03/2019

(K.D. Joshi) COMMANDANT-160 BN CRPF

FCI CAMP, CHATHA, JAMMU

7

II. IMPORTANT TERMS AND CONDITIONS

Only approved snacks, sweets, foods items and soft drinks to be sold.

Approx 2200 transients/personnel will be halted during a week.

Successful vendor/contractor will be awarded a contract to operate the Canteen/shop on

an agreement basis of a period of one year which will be extendable for subsequent

year on the basis of performance.

Contractor will be required to deposit a fixed amount as security money Rs. 1,00,000/-

only in current A/C of 160 Bn and security money will be refundable to the contractor

only on termination of the agreement (without any interest) and will be subjected to

clearance of all dues by the contractor like rent, electricity etc.

Non-compliance or breach of any of the conditions of the agreement will entail

automatic forfeiture of the security deposit.

An SOP/MoU will be prepared to lay down the procedure for operation of the canteen,

which will be fixed by board of officers to be detailed by the competent authority.

Vendor should have atleast 5 years of experience continuously running similar wet

canteen in Defence/CAPFs/Police establishment. He should be managing atleast one

canteen of similar size/magnitude with force/CAPF/Police. The shop will function

round the clock or as per timings decided by the competent authority.

Rent, electricity on commercial rate and other allied charges are to be fixed by detailing

a Board of Officers by CRPF from time to time with respect to the proposed

canteen/shop and will be borne by the contractor and be cleared within 10 days of

receipt of intimation of such bills.

Rent of room will be decided as per Circle Rate issued by Civil authority in Jammu

time to time.

Right to rate revise be kept under the competency of Commandant-160 Bn.

Rights for adding new items in the list as and when demand is projected by

Jawans/transients be kept with the department.

Discretion of the 160 Bn CRPF, which shall be final and against where there shall be no

appeal levied for the following:-

Any irregularity like excessive pricing, poor quality of the item.

Breach of discipline, misconduct by contractor or any of the employees.

Contravention of the terms of the agreement or non-payment of monthly dues.

Lack of cleanliness and hygiene in the premises of the shop (as detected by

MO/SMO or a superior officer of CRPF).

The contractor will make arrangements for furniture, equipment’s, display units

requirement for running of the canteen/shop from his/her own sources.

Contractor and his employees are neither permitted to live in the shop nor to keep their

families therein.

Vendor will be held responsible, in case of any food poisoning to the Jawans which is

being cater from the canteen.

Commandant -160 Bn, CRPF, will not be responsible for any dispute arise, due to sale

of items on credit.

Keeping in view the Security force activities, all prescribed security measures will be

8

adopted by the contractor and his employees. Any breach of security will attract

stringent action as may be deemed necessary.

Contractor will be personally responsible for the conduct, working and behavior of all

his/her employees.

The verification of the character and antecedents of the contractor and his employees

will be done by the civil police and temporary passes will be issued by the controlling

authority. These passes will be carried by the required people at all times.

The contractor will carry out business at the rates fixed by CRPF. These rates will be

displayed prominently in front of the canteen/shop.

The board of officers will assemble, as and when deemed fit, and compare the rates

charged by the contractor with the prevailing market rates.

CRPF will not provide any vehicle or help for delivery/supply of raw/edible products.

Rates of products requires to be change will be done only after obtaining prior approval

of Commandant-160 Bn, CRPF.

Selling rate and charges of items indicated in each shop should not be higher than

market rate MRP/MSP. If noticed by competent authority the contract will be

cancelled.

Selling of items and providing of services should be as per contract agreement only.

Not allowed to sell in Barracks/residential area.

The contractor should have FSSAI (Food safety and standard authority of India)

certificate.

If the allottee withdraw the contract before the contract period the Security money will

be forfeited. However the refund can be considered by Competent authority, if found

genuine grounds.

The allottee should submit full details of address with police verification.

Sd – 27/03/2019

(K.D. Joshi) COMMANDANT-160 BN CRPF

FCI CAMP, CHATHA, JAMMU

9

APPENDIX-"A"

TECHNICAL BID FORM

To,

The Commandant-160 Bn,CRPF

FCI Camp, Chatha,

Jammu (Jammu & Kashmir)

T.E. NO.C.XVII-1/2018-19- 160-(T/C JMU) Dated, the March’2019

Sir,

1. I hereby offer to supply the outsourcing of wet canteen to serve a variety of food items,

snacks & other packed edible items round the clock (24x7x365) at reasonable rates for the use

of Jawans at CRPF, Transit Camp Channi Rama, Jammu (J&K) given in the schedule and

agree to hold offer open till ……………….. I shall be bounded by a communication of

acceptance within the prescribed time.

2. I have understood the terms and conditions as laid down in para 1 to 26 and certify that

I will be fully abide by terms and conditions. If I/we fail to comply with any of the terms and

conditions EMD/Security Money already deposited may be forfeited.

3. Rs. ) only as tender cost enclosed herewith in form of ,……………..

4. Photo copies of valid GST/Sales Tax clearance and past performance certificate of

such supply are enclosed.

5. Catalog/ CD/DVD/Samples as per required items with specification may be deposited

within the prescribed time.

6. Place of delivery i.e. F.O.R. will be made under mentioned consignees :-

7. Certified that I have no pre-conditions attached with tender.

Your's faithfully,

Signature

Name / address of the

tenderer with seal.

10

APPENDIX-"B"

COMMERCIAL/PRICE BID UPLOADED

online through e-Procurement site http://eprocure.gov.in/eprocure/app

To,

The Commandant

160 Bn,CRPF, FCI Camp, Chatha,

Jammu (Jammu & Kashmir)

Reference: Your tender notice No.C.XVII-1/2018-19-160-(T/C JMU) Dated, the March’2019

Sir,

I/we hereby quoted online the following rates of under mentioned items as per details

given below :-

Details of items to sell in shops to which called for Tender Enquiry

Sl No. Name of items A/U

NAMKEEN ITEMS

01(A) Aloo Bujiya – 200 Gms Haldi Ram Pkt.

01(B) Aloo Bujiya – 400 Gms Haldi Ram Pkt.

02 Punjabi Tadka – 200 Gms Haldi Ram Pkt.

03(A) Moong Dal (Mix) – 200 Gms Haldi Ram Pkt

03(B) Moong Dal (Mix) – 400 Gms Haldi Ram Pkt

04(A) Navratan Mix – 200 Gms Haldi Ram Pkt

04(B) Navratan Mix – 400 Gms Haldi Ram Pkt

05(A) Khata Mitha (mix) – 200 Gms Haldi Ram Pkt

05(B) Khata Mitha (mix) – 400 Gms Haldi Ram Pkt

06(A) Nut Craker – 200 Gms Haldi Ram Pkt

06(B) Nut Craker – 400 Gms Haldi Ram Pkt

BISCUITS

07(A) Britania (Cookies) Pkt

07(B) Britania (Milk Bikis) Pkt

07(C) Britania (Good day) Pkt

07(D) Britania (Marie Gold) Pkt

07(E) Britania (50 – 50) Pkt

07 (F) Parle-G Pkt 07(G) KrackJack Parle-G Pkt 07(H) Coconut Cokies Parle-G Pkt 07(I) Namkin Parle-G Pkt 07(J) Kreams Parle-G Pkt 07(K) Parle Marie Pkt 07 (L) Priya Gold (Coconut Crunch) Pkt 07 (M) Priya Gold (Butter Bite) Pkt 07(N) Priya Gold (Maries Lite) Pkt 07(O) Priya Gold (Classic Cream) Pkt 08 (A) Dukes (Cheesy Nibbles) Pkt

11

08(B) Unibic (Cookies) Pkt 08(C) Anmol (Dream Lite) Pkt

08(D) Sunfeast (Formlite) Pkt

08(E) Bakery Biscuits Kgs. WATER BOTTLE

09 (A) Water bottle – 1 Ltr. (Bislery) Nos.

09(B) Water bottle ½ Ltr. (Bislery) Nos. JUICE

10(A) Mango – 100 ML. Nos.

10(B) Mango – 200 ML Nos.

10(C) Mango – 300 ML Nos.

10(D) Mango – 500 ML Nos.

11 (A) Guava – 100 ML. Nos.

11(B) Guava – 200 ML Nos.

11(C) Guava – 300 ML Nos.

11(D) Guava – 500 ML Nos.

12 (A) Pineapple – 100 ML Nos.

12 (B) Pineapple – 200 ML Nos.

12 (C) Pineapple – 300 ML Nos.

12 (D) Pineapple – 500 ML Nos.

13 (A) Apple – 100 ML Nos.

13 (B) Apple – 200 ML Nos.

13 (C) Apple – 300 ML Nos.

13 (D) Apple – 500 ML Nos.

14 (A) Pomegranate – 100 ML Nos.

14 (A) Pomegranate – 200 ML Nos.

14 (A) Pomegranate – 300 ML Nos.

14 (A) Pomegranate – 500 ML Nos. CAKES/CREAM ROLL / PASTRIES

15 Cream Roll Nos.

16 Veg. patty Nos.

17 Cream Ilaichi Nos.

18 Cream Choco Orange Nos. COLD DRINKS/SOFT DRINKS

19 Tea – standard size Cup

20 Coffee – standard size Cup

21 Lemon Tea – standard size Cup

22 Green Tea – standard size Cup

23 Kahwa – standard size Cup

24(A) Dessi lassi Khati – 200ML Nos.

24 (B) Dessi lassi Mithi- 200 ML Nos.

25 Sugar cane juice in summer season Nos.

ICE CREAM

26 Kulfi Nos.

27 Matka Kulfi Nos.

28 Lacha Kulfi Nos.

29 Ice cream – 100 Gms. (Amul) Nos.

FAST FOODS

30(A) Maggie ½ Plate Nos.

30(B) Maggie Quarter Plate Nos.

12

31)A) Noodles/Chowmin - ½ Plate Nos.

31(B) Noodles/Chowmin - Quarter Plate Nos.

32(A) Sandwich – ½ Plate Nos.

32(B) Sandwich – Quarter Plate Nos.

33(A) Rajma/Channa Rice with Aachar- Full Plate standard size Nos.

33(B) Rajma/Channa Rice with Aachar- Half Plate standard size Nos.

34(A) Chola Bhatura – standard size – 02 Pc. Nos.

34(B) Chola Bhatura – standard size – 03 Pc. Nos.

35 Bread Pakora Nos.

36 Smosa- standard size Nos.

37(A) Aloo Tikki – standard size – 02 Pc. Nos.

37(B) Aloo Tikki – standard size – 01 Pc. Nos.

38(A) Channa Kulcha- standard size – 02 Pc. Nos.

38(B) Channa Kulcha- standard size – 01 Pc. Nos.

38(C) Nan roti with butter – standard size Nos.

38(D) Nan roti without butter – standard size Nos.

39(A) Kari Pakora + Rice – Full plate Nos.

39(B) Kari Pakora + Rice – Half plate Nos.

40(A) Biryani – Full plate Nos.

40(B) Biryani – Half plate Nos.

SOUTH INDIAN FOODS

41(A) Idly with Sambhar & Chatni – 02 Pc. (Plate) Nos.

41(B) Idly with Sambhar & Chatni – 03 Pc. (Plate) Nos.

42 Dosa (Plain+Chatni)– standard size – 01 Pc. Nos.

43 Uttapum Nos.

44 Masala dosa + coconut chatni + Sambhar Nos.

45 Dhokla Kgs

SWEETS

46 Jalebi Kgs

47 Gulab Jamun Kgs

48 Laddu Kgs.

49(A) Burfi (Besan) Kgs

49(B) Burfi (Coconut) Kgs

49(C) Burfi (Khowa) Kgs

50 Balusahi etc. Kgs.

Your's faithfully.

Signature

Name / address of

the tenderer with seal.

13

PROFORMA FOR BANK GUARANTEE FOR SUBMITTING EARNEST MONEY

(ON BANKS LETTER HEAD WITH ADHESIVE STAMP)

To

The Commandant

160 Bn CRPF, FCI Camp Chatha,

Jammu (Jammu & Kashmir)- 180009.

Dear Sir,

In accordance with your invitation to Tender No.---------------------------------------------- M/s --

------------------------------------------------------------------- here in after called the Tenderer with

the following Directors on their Board of Directors /Partners of the firm.

1. ________________________ 2.____________________________

3.________________________ 4. ____________________________

;wish to participate in the said tender enquiry for the supply of __________________ as a

bank guarantee against Earnest Money for a sum of Rs. __________________ ( in words)

___________________________ Valid for 180 days from the date of tender opening viz. up

to _______________________is required to be submitted by the Tenderer as condition for

the participation, this bank hereby guarantees and undertakes during the above said period of

180 days, to immediately pay on demand by ________________________ in the amount of

without any reservation and resource if,

1. The Tenderer after submitting his tender, modifies the rates or any of the terms and

conditions thereof, except with the previous written consent of the purchaser.

2. The Tenderer withdraws the said tender within 180 days after opening of tenders OR

3. The Tenderer having not withdrawn the tender, fails to furnish the contract security

deposit imposed for due performance of the contract within the period provided in the general

conditions of the contracts. The guarantee shall be irrevocable and shall remain valid up to

________________________ if further extension to this guarantee is required, the same shall

be extended to such period on receiving instructions from the tenderer on whose behalf this

guarantee is issued. This guarantee will remain in force up to and including 45 days after the

period of tender validity and any demand in respect thereof should reach the Bank not later

than the above date.

Date :_____________________________ Signature _______________________

Place : _________________Name __________________Witness ___________________

(Designation)_______________________ Printed

(Banker’s Common seal)_____________________

14

Form 68-A

Tender No. ________________________________________________

Full name and address of the Tenderer

in addition to Post Box No. if any,

should be quoted in all communication

to this office.

Contractor’s Telegraphic

address--------------------------------------------------------------------

Telephone No.------------------------------------------------------------

Fax No-------------------------------------------------------------------

From,

________________________________

________________________________

________________________________

Dear Sir,

1. I/We hereby offer to supply the stores detailed in the schedule here to or such portion thereof as you

may specify in the acceptance of tender at the price given in the said schedule and agree to hold this offer open

till ____________________ I/we shall be bound by a communication of acceptance within the prescribed time.

2. I/We have understood the instructions to Bidders in the booklet DGS&D-229 and conditions of

contract in the Form No-68 (Revised) including in the pamphlet entitling conditions of contract governing

contracts placed by the Central Purchases Organization of the Government of India read with the amendments

annexed herewith and have thoroughly examined the specification drawing and/or pattern quoted in the

schedule hereto and am/are fully aware of the nature of the stores required and my/our offer is to supply stores

strictly in accordance with the requirements. The following pages have been added to and form part of this

tender______________________

Here paste coupon in case where coupons are

supplied to contractors on payment

Yours faithfully

(Signature of the Tenderer)

Address_____________________________

Dated________________________________

(Signature of the Witness)

Address_____________________________

Dated________________________________

15

QUESTIONNAIRE ABOUT MANUFACTURER

Please Mark in appropriate Box and fill the answer correctly. Tenders leaving the box unmarked and

questionnaire unanswered shall be rejected)

1. Name & Address of contractor:

2. (a) Whether registered with MSME as MSE for subject store

YES NO

(b) If yes, monetary limit

Cash W/limit

(c) Validity date ______________

3. (a) Whether registered with NSIC for subject store

Yes No

(b) If yes, monetary limit

Cash W/Limit

(c) Validity date ______________

4. Whether past supplier of subject store to DGS&D

Or Min. of Home Affairs during the last 3 years. YES NO

If yes, submit performance report in enclosed Performa)

5. Delivery period in months from the date of placement of order _______________

6. Acceptance to conditions of contract as

Contained in DGS&D-68 (Revised) amended YES NO

up to date and those contained in Pamphlet No. DGS&D-229 read

with Annexure attached.

7. Have you enclosed required Earnest Money?

Yes No

16 08. Do you accept Liquidated damage clause: Yes No

09. Have form No. 68 A and List No.1 of T.E.

signed by witnesses. Yes No

10. Do you accept Guarantee/Warranty clause:

Yes No

11. Do you accept Arbitration clause:

Yes No

12. Do you accept Delivery period:

Yes No

13. Have you enclosed the technical

Brochure/literature ? Yes No

14. Whether your firm ever been blacklisted/banned ?

Yes No

15. Have you submitted compliance statement

Yes No

16 Do you agree to provide all reports for the items

used by the firms from accredited labs and agree to YES NO

submit at the time?

17. Do you accept the test of edible items at 160

Bn CRPF location? Yes No

Signature of bidder:

Name in Block

letters :

Capacity in which

Tender is signed

Full Address :

17

LIST NO-1

BIDDERS SHOULD FURNISH SPECIFIC ANSWERS TO ALL THE QUESTIONS GIVEN BELOW.

BIDDERS MAY PLEASE NOTE THAT IF THE ANSWER SO FURNISHED ARE NOT CLEAR AND / OR

ARE EVASIVE, THE TENDER WILL BE LIABLE TO BE IGNORED.

1. Tender No.________________________________

2. Whether the stores offered fully conform to the Technical

particulars, specified by the CRPF in the schedule to tender. If not, mention here

details of deviations.

3. Brand of items offered. :

4. Name and address of bidder. :

5. Station of manufacturing :

6. What is your permanent Income Tax A/C No. ? :

7. Please indicate name & full address of your

banker in the following format -:

a) Bank Name, Branch and Bank Account No. (Core bank account)

b) IFSC Code

c) Whether bank branch is NEFT/RTGS enables or not

d) GSTIN No.

8. Business name and constitution of the firm.

Is the firm registered under: - :

i) The Indian Companies Act 1956,

ii) The Indian Partnership Act 1932 (Please also give name of partners)

iii) Any Act; if not, who are the owners. (Please give full names and address.)

9. Do you agree to sole arbitration by an officer of Ministry of Law, appointed by the Secretary, Ministry

of Home Affairs or by some other person appointed by him as provided in clause 24 of the general

conditions of contract form DGS&D- 68 (Revised). (Your acceptance or non-acceptance of this clause

will not influence the decision of the tender. It should, however, be noted that an omission to answer

the above question will be deemed as an acceptance of the clause.

10. For partnership firms state whether they are registered or not registered under Indian Partnership Act,

1932. Should the answer to this question by a partnership firm be inthe affirmative, please state further

:-

1. Whether by the partnership agreement, authority to refer disputes concerning the business of the

partnership to arbitration has been conferred on the partner who has signed the tender.

18 2. If the answer to (1) is in the negative, whether there is any general power of attorney executed by all

the Partners of the firm authorizing the partner who has signed the tender to refer disputes

concerning business of the partnership to arbitration.

3. If the answer to either (1) or (2) is in the affirmative Furnish a copy of either the partnership

agreement or the general power of attorney as the case may be.

11. Here state specifically.

A. Whether the price tendered by you is to the best of your knowledge and belief, not more than the

price usually charged by you for stores of same nature/class or description to any private CRPF

either foreign or as well as Govt. CRPF. It not state the reasons thereof. If any, also indicate the

margin of difference.

B. In respect of indigenous items for which there is a controlled price fixed by law, the price quoted

shall not be higher than the controlled price and if the price quoted exceeds the controlled price the

reasons thereof should be stated.

12. State whether business dealings with you have been banned by Min/Deptt. of Supply/Min. of Home

Affairs? :

13. Please confirm that you have read all the instructions carefully and have complied with accordingly.:

Signature of Witness _______________

(Full Name and address of witness in Block letters)

Signature of Bidder_____________

(Full Name and address of the persons

signing in Block letters)

Whether signing as

Proprietor/ Partner/Constituted

Attorney/duly authorized by the Company

19

FORM-7

PROFORMA FOR EQUIPMENT AND QUALITY CONTROL

1. Tender No. & Date ______________________ for the supply of ________________

2. Name and Address of the firm :

3. I) Telephone No. Fax/Office/Factory/Works:

II) Telegraphic address:

4. Location of manufacturing. Factories owned by you (Documentary). In case you do not own the

factory but utilize the factory of some other firm for the manufacture of the stores for which you apply for

registration on lease or other base you should furnish a valid legal agreement of the factory

of________________________________ (Here indicate the name of the firm whose factory is being

utilized) has been put at your disposal for the manufacture of the items for which registration has been applied

for.

5. Brief description of the factory (e.g. area covered accommodation, departments into which it is

divided, laboratory etc.)

6. Details of plant and machinery erected and functioning in each department (Monograms and

descriptive pamphlets should be supplied if available).

7. Whether the process of manufacture in factory is carried out with the aid of power or without it.

8. Details and stocks or raw material held (state whether imported or indigenous) against each item.

Production capacity of each item with the existing plant and machinery:

a) Normal ___________________________________________

b) Maximum _________________________________________

9. Details of arrangements for quality control of products such as laboratory etc.

10. (a) Details of Technical/supervisory staff in charge of production and quality control.

(b) Skilled labour employed.

(c) Unskilled labour employed.

(d) Maximum no. of workers (skilled and unskilled) employed on any day during the 18 months

preceding the date of application.

Place _________

Date _________ Signature and designation of the Tenderer

N.B.: Details under column 6 to 11 inclusive need to be restricted to the extent they pertain to the

item(s) under reference.

20

Performance statement

1. Name of Firm :

2. Name of purchase organization; :

3. Contract Nos. :

4. Description of Stores :

5. Quantity on order :

6. Value :

7. Original D.P. :

8. Qty. supplied within original D.P. :

9. Final Ext. D.P. :

10. Last supply position. :

11. Reasons for Delay in supplies (if any): :

Signature of the Bidder

21

APPENDIX-“B”

Check list for tenderer

(Tenderers should check following requirements for compliance before submission of the tender documents)

Sl.No. . Requirements to be checked by the tenderer before submission of the

tender

Compliance (To be indicated by the

tenderer with “YES” after compliance

of the requirements)

1. Tenderers should mention quantity for which they have quoted. This

should be mentioned in the covering/ forwarding letter head of the

technical bid.

2 Tenderers should ensure deposit of required Earnest Money Deposit if

the tenderer are not registered with MSME as MSE unit or NSIC for

the store(s) quoted for the governing specification as per Tender

Enquiry

3 Tenderers should ensure that their registration with MSME as MSE

unit and NSIC is valid if they are registered with MSME as MSE unit

/NSIC and not depositing Earnest Money. They should enclose the

latest MSME as MSE unit /NSIC registration certificate.

4 Tenderers should confirm that their product conforms to the

governing specifications of the quoted stores as per Tender Enquiry.

5 Tenderers should mention their monthly manufacturing / supplying

capacity.

6 Tenderers should mention that their offer is valid up to 180 days from

the date ofopening of the tender.

7 Tenderers should mention their Delivery Period clearly.

8 Tenderers should give their past performance in the specified format

given in theTender documents.

9 Tenderers should mention that they agree to the Arbitration clause of

the Tender Enquiry.

10 Tenderers should mention that they agree to accept the conditions of

the contract contained in DGS&D-68 (Revised) amended up to

31.12.91 and those contained in Pamphlet No.DGS&D-229 read with

Annexure attached.

11 Tenderers should ensure that they have duly filled up Equipment and

Quality Control Proforma given in the Tender documents

12 Tenderers should mention that Business dealing with their firms has

not been banned by any Govt/ private agencies.

13 Tenderers should ensure that witness has signed at appropriate places

of the Tender documents and full name and address of the witness

have been mentioned clearly.

14 Tenderer should ensure to sign each page of the Tender documents

with name, designation, seal and address of the signatory.

15 If the tenderer want to mention any specific condition, it should be

mentioned on the covering/forwarding letter only which will be

placed on the first page of the technical bid. Such condition

mentioned in any other document shall not be given any

consideration.

16 Tenderers should mention their address for communication with

Telephone and Fax

Number.

Signature of the tenderer

22

APPENDIX- “C”

Sl No Requirement (Firm should correctly fill

following column.)

(Indicate page number

of tender document where related

information is shown /

available, so it can be

verified . Columns

should be highlighted.)

1 Whether Registered with NSIC

Monetary limit / ATO / NSIC

Validity of registration

2. Whether Registered with MSME as MSE

unit

Monetary limit/ATO

Validity of registration

3. Whether EMD enclosed (Should be valid

upto 180 days from the date of opening

of tender.)

Validity of EMD expiry on

4 Whether specification Confirmed or not

5 Whether firm agrees to accept conditions

of contract as contained in DGS&D-68

(Revised) amended upto 31/12/91 and

thosecontainedinPamphletNo.

DGS&D-29 read with Annexure attached.

6 Validity of offer (Our requirement is 180

days from the date of opening)

7 Past Performance (attached or not)

8 Arbitration Clause (agreed or not)

9 Warranty Clause (agreed or not )

10 Liquidated damage clause (agreed or

not)

11 Partnership agreement (attached or not)

12. Name & Add of Bankers

13 Equipment and Quality control proforma

(Form No. 7) duly filled or not

14 Whether business dealing banned

15. Whether witness have signed in list No. 1

and form-68-A or not

16 Whether tender signed properly

17 Whether any Specific condition stipulated

Signature of tenderer

with Date and Name of tenderer

23

APPENDIX-“D”

TENDER ACCEPTANCE LETTER

(To be given on Company Letter Head)

Date:

To, ______________________ ______________________ ______________________

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No: ________________________

Name of Tender / Work: -

______________________________________________________________________________________

_____________________________________________________________________________________

Dear Sir,

1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’

from the web site(s) namely:

______________________________________________________________________________________

_______________________________________________________________________________________

as per your advertisement, given in the above mentioned website(s).

2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents

from Page No. _______ to ______ (including all documents like annexure(s), schedule(s), etc.,), which form

part of the contract agreement and I / we shall abide hereby by the terms / conditions / clauses contained

therein.

3. The corrigendum(s) issued from time to time by your department/ organizations too have also been

taken into consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) /

corrigendum(s) in its totality / entirety.

5. In case any provisions of this tender are found violated , then your department/ organization shall

without prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of

the full said earnest money deposit absolutely.

Yours Faithfully

(Signature of the Bidder, with Official

Seal)

Signature of Tenderer _____________

(Full Name and address of the persons

signing in Block letters)

Whether signing as Proprietor/ Partner/

Constituted Attorney/duly authorized

by the Company