Page 1 of 31

Tele: 0288 2527241 REGISTERED

Reply should be addressed to INS Valsura The Commanding Officer -361 150

Quoting: 447/14/13 04 Sep 20

______

______

REQUEST FOR PROPOSAL FOR CONCLUSION OF ANNUAL CONTRACT FOR SUPPLY OF REFINED OIL AND SUGAR FOR SUPPLY AT INS VALSURA (JAMNAGAR), INS DWARKA (OKHA) AND INS SARDAR PATEL (PORBANDAR) FOR THE PERIOD OF ONE YEAR FROM THE DATE OF SIGNING OF CONTRACT

INSTRUCTION TO BIDDERS FOR TENDERING

Sir,

1. Bid through Govt. e-Procurement site www.defproc.gov.in are invited for supply of Refined Oil and Sugar at the following locations for the period of one year (precise date of commencement of contract will be notified in the acceptance of tender note). Please super scribe the above mentioned title, RFP number and date of opening of the Bids on the sealed cover to avoid the Bid being declare invalid.

(a) INS Valsura (Jamnagar) (b) INS Sardar Patel (Porbandar) (c) INS Dwarka (Okha)

2. The address and contact numbers or sending Bids or seeking clarifications regarding this RFP are given below-

(a) Bids/queries to be addressed to:- The Commanding Officer (for Logistics Officer)

(b) Postal address for sending the Bids: INS Valsura Jamnagar Gujarat – 361 150 (c) Name/designation of the contact personnel: Commander Surendra Singh (d) Telephone numbers of the contact personnel: 0288252- 7241/7407/7233 (e) e-mail ids of contact personnel: [email protected]

(f) Fax number: 02882527422

Page 2 of 31

3. This RFP is divided into five Parts as follows:

a. Part I- Contains General information and Instruction for the Bidders about the RFP such as the time, Place of submission and opening of tenders, Validity period of tenders, etc.

b. Part II - Contains essential details of the items/services required,such as the Schedule of Requirements (SOR),Technical Specifications, Delivery Period, Mode of Delivery and Consignee details.

c. Part III- Contains Standard Condition of RFP, which will form part of the Contract with the successful Bidder.

d. Part IV- Contains Special Conditions applicable to this RFP and which will also form part of the contract with the successful Bidder.

e. Part V- Contains Evaluation Criteria and Format for price bids.

4. This RFP is being issued with no financial commitment and the Buyer reserves the right to change or vary and part thereof at any stage. Buyer also reserves the right to withdraw the RFP, should it become necessary at any stage.

Part I - General information to Bidders for conclusion of contract for supply of Refined Oil and Sugar as per Defence Food Specifications-2016

1. Last date and time for depositing of Bids . The BOQ and all relevant documents as per RFP to be uploaded on www.defproc.gov.in on or before 1530 Hrs on 23 Sep 20 and Sealed Cover consisting Physical Original EMD should be deposited by 24 Sep 20 on or before 1500 Hrs, the technical bid of the same will be opened/ assessed online on 24 Sep 20 at 1530 Hrs . The responsibility to ensure this lies with the Bidder. The dates and times visible on the Defence Procurement Portal shall be final.

2. Manner of submission of the e-Bids .

(a) The e-Tender will be received on Two-bid system i.e. Technical Bid and Commercial Bid. The BOQ and all other requisite documents as per RFP to be uploaded on www.defproc.gov.in . Documents, whichever required by this RFP, should be addressed to the Commanding Officer INS Valsura, Jamnagar, Gujarat-361150 and should be uploaded on www.defproc.gov.in .

(b) Only EMD is required to be submitted in hard copy in single sealed envelope duly marked as “EMD FOR TENDER FOR SUPPLY REFINED OIL AND SUGAR AS PER DFS-16 TO INS VALSURA, INS SARDAR PATEL AND INS DWARKA QUOTING NO. 447/14/13 DATED 04 Sep 20” and is to be dropped in the Tender Box marked as TENDER FOR SUPPLY OF REFINED OIL AND SUGAR AS PER DFS-16 TO INS VALSURA, INS SARDAR PATEL AND INS DWARKA, or to be sent by registered post at the address given Page 3 of 31

above so as to reach by the date and time as promulgated at para 1 of Part 1 of this RFP.

(c) Late tenders will not be considered. No responsibility will be taken for postal delay or non-delivery/non-receipt of legible. The tenders received without BOQ and soft copies of requisite documents on Defence Procurement Portal will be considered invalid and will be disqualified. Bids sent by FAX or E-mail will not be considered (unless they have been specifically called for by these modes due to urgency.) Firm name should be clearly visible on the face of the envelope containing physical EMD . The responsibility of uploading clear readable legible documents shall rest with the bidder.

3. Time and date for opening of e-Bids . Technical Bids would be opened on 24 Sep 20 at 1530 Hrs online on Defence Procurement Portal . If due to any exigency, the due date for opening of the Bids is declared a closed holiday, the Bids will be opened on the next working day at the same time or any other day/time, as intimated by the Buyer.

4. Location of the Tender Box for dropping EMD . Tender Box will be kept near the reception office at the Guard Room, INS Valsura. Only those documents (as per para 2 above) that are found in the tender box will be opened. Documents dropped in the wrong Tender Box will be rendered invalid.

5. Place of the Opening of the e-Bids. The e-Bids will be opened online on Defence Procurement Portal at Integrated Logistics Complex, INS Valsura . The Bidders may depute their representative, duly authorized in writing, to attend the opening of Bids on the date and time as promulgated on the Defence Procurement Portal. Rates and important commercial/technical clauses quoted by all Bidders will be read out in the presence of the representative of all the Bidders. This event will not be postponed due to non-presence of your representative.

6. Two Bid System . The e-Tenders will be received on two bid system i.e. Technical Bid and Commercial Bid. Date of opening of the Commercial e-Bids online on Defence Procurement Portal will be intimated after acceptance of the Technical Bids. Commercial e-Bids of only those firms will be opened, whose Technical Bids are found compliant/ suitable after Technical Evaluation done by the Buyer.

7. Forwarding of the e-Bids . E-Bids are to be uploaded by the bidders as per the “Schedule of Requirement” under scanned copy of their original memo/letter pad inter alia furnishing detail like PAN/TIN number/ GST, Bank address with NEFT Account details if applicable, etc and complete postal & e-mail address, mobile number and fax of their office. All the scanned documents (including photocopy of EMD) duly signed should be uploaded on the Defence Procurement Portal (www.defproc.gov.in ) by the last date and time of submission of e-Bids as promulgated on Defence Procurement Portal. However, the original copy of EMD(as per para 16 below) should be dropped inside the Tender Box marked as TENDER FOR SUPPLY OF REFINED OIL AND SUGAR AS PER DFS-16 TO INS VALSURA, INS SARDAR PATEL AND INS DWARKA/ sent by courier/ mail Page 4 of 31 so that to reach this office prior to the date and time promulgated at Para 1 of part 1 of this RFP.

8. Technical Evaluation . The Technical evaluation of the e-bids will be done based upon the following criteria by the Technical Evaluation Committee and subsequently the samples from qualified firms may be asked to be referred to NABL certified laboratory for checking the conformity with the specifications: -

(a) Necessary Documents that the bidder is required to upload on the Defence Procurement Portal asked by this RFP including the validity and authenticity. (b) Evaluation Matrix at Appendix ‘C’ of this RFP.

Note: - Decision of the Technical Evaluation Committee will be final and acceptable by all means. No claim by the seller will be accepted post evaluation.

9. Pre Bid Meeting . NA

10. Clarification regarding content of the RFP . A Prospective bidder who requires clarification and queries regarding the contents of the bidding document shall notify to the Buyer through e-mail and the clarification sought not later 15 Sep 20 . The date and time visible on the Defense Procurement Portal shall be final. E-mail id of contact person: [email protected]

11. Modification and Withdrawal of e-Bids . A bidder may modify or withdraw his e-bids after submission/ uploading on the Defence Procurement Portal prior to the deadline promulgated for submission of e-Bids on Defence Procurement Portal. E-Bids cannot be modified after the deadline of the submission. No e-bids can be withdrawn later than the deadline for online submission of the e-bids of Defence Procurement Portal. E-bids cannot be withdrawn in the interval between the deadline for submission of e-Bids online on Defence Procurement Portal and expiration of the period of bid validity as specified. Withdrawal of a e-Bid during this period will result in Bidder’s EMD being forfeited as well as the Bidder being penalized in accordance with GFR-2017.

12. Clarification regarding content of the e-Bid . During the evaluation and comparison of e-bids, the Buyer may, at its discretion, ask the bidder for clarification of his e-bid. The request for the clarification will be given in writing and no change in prices or substance of the e-bid will be sought, offered or permitted. No post- bid clarification on the initiative of the bidder will be entertained.

13. Rejection of e-Bids . Canvassing by the Bidder in any form, unsolicited letter and post-tender correction may invoke summary rejection with forfeiture of EMD. Conditional e-tenders/ e-Bids will be rejected.

14. Unwillingness to quote . Bidders unwilling to quote should ensure that intimation to this effect reaches before the due date and time of opening of the e-Bid as visible on the Defence Procurement Portal, Page 5 of 31 failing which the defaulting Bidder may be delisted for the given range of items as mentioned in this RFP.

15. Validity of e-Bids . The e-Bids should remain valid till 180 days from the last date of submission of the e-Bids as visible on the Defence Procurement Portal.

16. Earnest Money Deposit .

(a) Bidders are required to submit Earnest Money Deposit (EMD) for an amount of Rs. 5,00,000.00 (Rupees Five lakh only) in favor of the AAO (CG) PORBANDAR , as per the details mentioned below. The EMD may be submitted in the form of an Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee from any of the scheduled commercial bank as per GFR-17. EMD is to remain valid for a period of forty-five days beyond the final bid validity period {In case of DD, the limits (normally 03 months) laid down by the nationalized banks will be accepted and accounted valid}. If required the extension of EMD may be asked and should be furnished by the bidder. EMD of the unsuccessful bidders will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30th day after the award of the contract. The EMD of the successful bidder would be returned, without any interest whatsoever, after the receipt of Performance Security from them as called for in the contract. EMD is not required to be submitted by those Bidders who are registered with the Central Purchase Organization (e.g. DGS&D), National Small Industries Corporation (NSIC) or any Department of MoD or MoD itself. The EMD will be forfeited if the bidder withdraws or amexteends, impairs or derogates from the e-tender in any respect within the validity period of their e-tender.

(b) The bidders submits a EMDs accepting that if they withdraw or modify their e-bids during the period of validity, or if they are awarded the contract and fail to submit a performance bank guarantee/ security before the deadline defined in the Acceptance of Tender, they will be suspended for One year from being eligible to submit bids/ e-Bids for contracts with INS Valsura.

Page 6 of 31

Part II – Essential Details to Bidders for conclusion of Annual Contract for supply of Refined Oil and Sugar as per Defence Food Specifications-2016

1. Schedule of Requirements . Staggered delivery will be made based upon the requirement placed through supply order by the respective unit which will be placed fortnightly. However, depending upon the urgent requirements of the user, delivery may be asked to be carried out within 24 hours’ notice on any day of week including Sunday . At least 01 Ton of Stock will be asked to deliver at a time for the convenience of the supplier. Quantities required as per Para 5, Part II of this RFP. Date of packing should be within 30 days from the date of supply . The following minimum quantity of Refined Oil & Sugar will be asked to be delivered at a time for the convenience of the supplier:

Total Qty Min Qty to Be Ser Item Delivery Location Required delivered INS Valsura, Jamnagar, 65000 2,000.000 361150 Refined Oil INS Sardar Patel, Porbandar, (a) 21000 500.000 (in ltrs) 360575 INS Dwarka, Port Okha, 9965 500.000 361350 INS Valsura, Jamnagar, 70000 2,000.000 361150 Sugar INS Sardar Patel, Porbandar, (B) 23000 500.000 (in Kgs) 360575 INS Dwarka, Port Okha, 10675 500.000 361350

2. Evaluation Criteria . Bidders are required to furnish clause by clause compliance of specifications bringing out clearly the deviation from specification if any. The bidders are advised to submit the compliance statement in the evaluation criteria format placed at Appendix ‘C’.

3. Technical Details. Conforming to FSSAI Certification and Defence Food Specifications-2016 given at Appendix ‘C’ to this RFP.

4. Delivery Period. The total quantity of the item will required to be supplied during the year as and when demanded by the respective Unit. Supply Order will be raised as and when required basis (minimum 01 Ton) and to be delivered within 15 days from the effective date of the supply order. Delivery period would be intimated subsequently part by part from effecting date of contract. Please note that Contract can be cancelled unilaterally by the Buyer in case items are not received within the contracted delivery period. Extension of contracted delivery period will be at the sole discretion of the Buyer, with applicability of LD clause. However, during emergency requirements the item will be required within 24 hours notice on any day of week including Sunday.

5. Delivery and Transportation. Delivery of items/ local delivery at site of the consignee will be provided by firm alongwith unloading and shifting till stores as per the supply order (minimum 01 Ton) within 15 days from the effective date of the supply order. The date on which the

Page 7 of 31 delivery is to be made and the consignee will be mentioned at the supply order.

6. Consignee details. The consignees for the contract are Commanding Officer- INS Valsura, Commanding Officer – INS Dwarka, and Commanding Officer – INS Sardar Patel for the quantities mentioned in Appendix ‘B’. The Units will operate the contract as DDO (Direct Demanding Officer).

7. Delivery Place . The stores should be delivered on following locations including unloading and shifting in stores as per quantities mentioned at Para 5 above: -

(a) INS Valsura (Jamnagar) (b) INS Sardar Patel (Porbandar) (c) INS Dwarka (Okha)

Part III – Standard Conditions of RFP for supply of Refined Oil and Sugar as per Defence Food Specifications-2016

The Bidder is required to give confirmation of their acceptance of the Standard Conditions of the Request for Proposal mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do so may result in rejection of the Bid submitted by the Bidder.

1. Law : The Contract shall be considered and made in accordance with the laws of the Republic of . The contract shall be governed by and interpreted in accordance with the laws of the Republic of India.

2. Effective Date of the Contract : The contract shall come into effect on the date of signatures of both the parties on the contract (Effective Date) and shall remain valid until the completion of the obligations of the parties under the contract. The deliveries and supplies and performance of the services shall commence from the effective date of the contract.

3. Arbitration : All disputes or differences arising out of or in connection with the Contract shall be settled by bilateral discussions. Any dispute, disagreement or question arising out of or relating to the Contract or relating to construction or performance, which cannot be settled amicably, may be resolved through arbitration. The standard clause of arbitration is as per Forms DPM-7, DPM-8 and DPM-9 (Available in MOD website and can be provided on request).

4. Penalty for use of Undue influence : The Seller undertakes that he has not given, offered or promised to give, directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the Buyer or otherwise in procuring the Contracts or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the present Contract or any other Contract with the Government of India for Page 8 of 31 showing or forbearing to show favour or disfavor to any person in relation to the present Contract or any other Contract with the Government of India. Any breach of the aforesaid undertaking by the Seller or any one employed by him or acting on his behalf (whether with or without the knowledge of the Seller) or the commission of any offers by the Seller or anyone employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Act enacted for the prevention of corruption shall entitle the Buyer to cancel the contract and all or any other contracts with the Seller and recover from the Seller the amount of any loss arising from such cancellation. A decision of the Buyer or his nominee to the effect that a breach of the undertaking had been committed shall be final and binding on the Seller. Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the Seller towards any officer/employee of the Buyer or to any other person in a position to influence any officer/employee of the Buyer for showing any favor in relation to this or any other contract, shall render the Seller to such liability/ penalty as the Buyer may deem proper, including but not limited to termination of the contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by the Buyer.

5. Agents / Agency Commission : The Seller confirms and declares to the Buyer that the Seller is the original manufacturer of the stores/provider of the services referred to in this Contract and has not engaged any individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommend to the Government of India or any of its functionaries, whether officially or unofficially, to the award of the contract to the Seller; nor has any amount been paid, promised or intended to be paid to any such individual or firm in respect of any such intercession, facilitation or recommendation. The Seller agrees that if it is established at any time to the satisfaction of the Buyer that the present declaration is in any way incorrect or if at a later stage it is discovered by the Buyer that the Seller has engaged any such individual/firm, and paid or intended to pay any amount, gift, reward, fees, commission or consideration to such person, party, firm or institution, whether before or after the signing of this contract, the Seller will be liable to refund that amount to the Buyer. The Seller will also be debarred from entering into any supply Contract with the Government of India for a minimum period of five years. The Buyer will also have a right to consider cancellation of the Contract either wholly or in part, without any entitlement or compensation to the Seller who shall in such an event be liable to refund all payments made by the Buyer in terms of the Contract along with interest at the rate of 2% per annum above LIBOR rate. The Buyer will also have the right to recover any such amount from any contracts concluded earlier with the Government of India.

6. Access to Books of Accounts : In case it is found to the satisfaction of the Buyer that the Seller has engaged an Agent or paid commission or influenced any person to obtain the contract as described in clauses relating to Agents/Agency Commission and penalty for use of undue influence, the Seller, on a specific request of the Buyer, shall Page 9 of 31 provide necessary information/ inspection of the relevant financial documents/information.

7. Non-disclosure of Contract documents : Except with the written consent of the Buyer/ Seller, other party shall not disclose the contract or any provision, specification, plan, design, pattern, sample or information thereof to any third party.

8. Liquidated Damages : If the successful bidder fails to complete the assignment within the laid down time frame after placing the supply order, the successful bidder shall pay to the respective unit liquidated damages, at the rate of 0.5% of the total order value of the supply (lot) order, for each day or part thereof, of delay upto a maximum of ten percent (10%) of the value of Supply Order. Thereafter the respective unit will have the right to terminate the supply order in the case of such delay beyond 01 weeks as the item is required for feeding the troops and directly effecting the moral of the ships company. In case of rejection due to non supplying of Refined Oil & Sugar as per specifications, LD @ 10% of the lot value will be applicable summarily.

9. Termination of Contract : The Buyer shall have the right to terminate this Contract in part or in full in any of the following cases:-

(a) Failure to provide services as per schedule of requirement in accordance with terms, conditions and specifications mentioned in this RFP. (b) The Seller is declared bankrupt or becomes insolvent. (c) The Buyer has noticed that the Seller has utilized the services of any Indian/Foreign agent in getting this contract and paid any commission to such individual/company etc. (d) As per decision of the Arbitration Tribunal.

10. Notices : Any notice required or permitted by the contract shall be written in the English language and may be delivered personally or may be sent by FAX or registered pre-paid mail/airmail, addressed to the last known address of the party to whom it is sent.

11. Transfer and Sub-letting : The Seller has no right to give, bargain, sell, assign or sublet or otherwise dispose of the Contract or any part thereof, as well as to give or to let a third party take benefit or advantage of the present Contract or any part thereof.

12. Patents and other Industrial Property Rights : The prices stated in the present Contract shall be deemed to include all amounts payable for the use of patents, copyrights, registered charges, trademarks and payments for any other industrial property rights. The Seller shall indemnify the Buyer against all claims from a third party at any time on account of the infringement of any or all the rights mentioned in the previous paragraphs, whether such claims arise in respect of manufacture or use. The Seller shall be responsible for the completion of the supplies including spares, tools, technical literature and training aggregates irrespective of the fact of Page 10 of 31 infringement of the supplies, irrespective of the fact of infringement of any or all the rights mentioned above.

13. Amendments : No provision of present Contract shall be changed or modified in any way (including this provision) either in whole or in part except by an instrument in writing made after the date of this Contract and signed on behalf of both the parties and which expressly states to amend the present Contract.

14. Taxes and Duties

i) General

1. If Bidder desires to ask for GST, the same must be specifically stated alongwith the GST Component . There is no provision to quote “All Inclusive”. In the absence of any such stipulation, it will be presumed that the GST is not applicable for the products and no claim for the same will be entertained.

2. If reimbursement of any GST is intended as extra over the quoted prices, the Bidder must specifically say so. In the absence of any such stipulation it will be presumed that the prices quoted are firm and final and no claim on account of such duty/tax will be entrained after the opening of tenders.

3. If a Bidder chooses to quote a price inclusive of any duty/tax and does not confirm inclusive of such duty/tax so included is firm and final, he should clearly indicate the rate of such duty/tax and quantum of such duty/tax included in the price. Failure to do so may result in ignoring of such offers summarily.

4. If a Bidder is exempted from payment of any duty/tax upto any value of supplies from them, he should clearly state that no such duty/tax will be charged by him up to the limit of exemption which he may have. If any concession is available in regard to rate/quantum of any Duty/tax, it should be brought out clearly. Stipulations like, the said duty/tax was presently not applicable but the same will be charged if it becomes leviable later on, will not be accepted unless in such cases it is clearly stated by a Bidder that such duty/tax will not be charged by him even if the same becomes applicable later on. In respect of the Bidders, who fail to comply with this requirement, their quoted prices shall be loaded with the quantum of such duty/tax which is normally applicable on the item in question for the purpose of comparing their prices with other Bidders.

5. Any change in any duty/tax upward/downward as a result of any statutory variation in excise taking place within contract terms shall be allowed to the extent of actual quantum of such duty/tax paid by the supplier. Similarly, in Page 11 of 31

case of downward revision in any duty/tax, the actual quantum of reduction of such duty/tax shall be reimbursed to the Buyer by the Seller. All such adjustments shall include all reliefs, exemptions, rebates, concession etc. if any obtained by the Seller.

ii) Customs Duty – NA

Part IV – Special Conditions of RFP for conclusion of Annual Contract for supply of Refined Oil and Sugar As Per Defence Food Specification-16

The Bidder is required to give confirmation of their acceptance of Special Conditions of the RFP mentioned below which will automatically be considered as part of the Contract concluded with the successful Bidder (i.e. Seller in the Contract) as selected by the Buyer. Failure to do so may result in rejection of Bid submitted by the Bidder.

1. Performance Guarantee: The Bidder will be required to furnish a Performance Guarantee by way of Bank Guarantee through a Scheduled Commercial Bank as per GFR-17 for a sum equal to 10% of the contract value within 30 days of signing the contract (Acceptance of Tender Notice). Performance Bank Guarantee should be valid up to 60 days beyond the period of warranty or the fair life in case of provisions. The specimen of PBG is given in Form DPM-15 (Available in MoD website and can be provided on request).

2. Extension Clause : The contract will have an extension Clause, wherein the Buyer can exercise an option to procure an additional quantity of 50% of original contractual quantity/ period in accordance with the same terms & conditions of the present contract. This will be applicable within the currency of contract. The Bidder is to confirm the acceptance of the same for inclusion in the contract . It will be entirely at the discretion of the Buyer to exercise this option or not. The new contracts are made operative right after the expiry of the existing contracts without any gap for all contracted items. In case, however, it is not possible to conclude new annual contracts due to some special reasons, timely steps are to be taken to extend the existing annual contracts with same terms, conditions etc. for a suitable period, with the consent of the annual contract holders. Annual contracts of the firms, which do not agree to such extension, are to be left out of consideration for renewal and extension.

3. Tolerance Clause: To take care of any charges in the requirement period starting from issue of RFP till placement of the contract buyer reserve the right to 25% plus/minus increase or decrease the quantity of the required goods upto that limit without any charge in the terms and conditions and price quoted by the seller while awarding the contract the quantity ordered can the increase or decrease by buyer with in this tolerance limit.

Page 12 of 31

4. Payment Terms for Indigenous Sellers - The payment terms are as follows:-

(a) It will be mandatory for the Bidders to indicate their bank account numbers and other relevant e-payment details so that payments could be made through ECS/EFT mechanism instead of payment through cheques, wherever feasible. A copy of the model mandate form prescribed by RBI to be submitted by Bidders for receiving payments through ECS is at Form DPM-11 (Available in MoD website and can be given on request). The payment will be made on monthly basis on submission bill by the respective units operating the contract. 100% payment will be released by the AAO (CG)PORBANDAR.

(b) Financial capability of the firm: - The firm should have financial capability for completion of contract. This payment will not be linked to clearance bills by the contracting operating authority.

5. Advance Payments : No advance payment(s) will be made.

6. Paying Authority : 100% payment will be made by the AAO (CG) PORBANDAR . The payment of bill will be made on submission of the following documents by the seller to the buyer and subsequently to the paying authority:

i. Ink-signed copy of contingent bill / Seller’s bill.

ii. Ink-signed copy of Commercial invoice / Seller’s bill.

iii. Copy of Supply Order/Contract with U.O. number and date of IFA’s concurrence, where required under delegation of powers.

iv. Work completion certificate in duplicate.

v. Inspection note. vi. Claim for statutory and other levies to be supported with requisite documents / proof of payment such as Excise duty challan, Customs duty clearance certificate, Octroi receipt, proof of payment for EPF/ESIC contribution with nominal roll of beneficiaries, etc as applicable.

vii. Performance Bank guarantee / Indemnity bond where applicable.

viii. DP extension letter with CFA’s sanction, U.O. number and date of IFA’s concurrence, where required under delegation of powers, indicating whether extension is with or without LD.

ix. Details for electronic payment viz Account holder’s name, Bank name, Branch name and address, Account type, Account number, IFSC

Page 13 of 31

code, MICR code (if these details are not incorporated in supply order/contract).

x. Any other document / certificate that may be provided for in the Supply Order / Contract.

xi. User Acceptance.

xii. Xerox copy of PBG.

(Note – From the above list, the documents that may be required depending upon the peculiarities of the procurement being undertaken, may be included in RFP)

7. Fall clause - The following fall clause will form part of the contract placed on successful Bidder-

a. The price charged for the stores supplied under the contract by the Seller shall in no event exceed the lowest prices at which the Seller sells the stores or offer to sell stores of identical description to any persons/ Organization including the purchaser or any department of the Central government or any Department of state government or any statutory undertaking the central or state government as the case may be during the period till performance of all supply Orders placed during the currency of the rate contract is completed.

b. If at any time, during the said period the Seller reduces the sale price, sells or offer to sell such stores to any person/organization including the Buyer or any Department, of central Govt. or any Department of the State Government or any Statutory undertaking of the Central or state Government as the case may be at a price lower than the price chargeable under the contract, the shall forthwith notify such reduction or sale or offer of sale to the Director general of Supplies & Disposals and the price payable under the contract for the stores of such reduction of sale or offer of the sale shall stand correspondingly reduced.

8. Risk & Expense clause –

a. Should the services not be provided within the time or times specified in the contract documents, or if substandard services provided, the Buyer shall after granting the Seller 07 days to cure the breach, be at liberty, without prejudice to the right to recover liquidated damages as a remedy for breach of contract, to declare the contract as cancelled either wholly or to the extent of such default.

b. In case of any breach that was not remedied within 07 days, the BUYER shall, having given the right of first refusal to the SELLER be at liberty to purchase, manufacture, or hire the services from any other source as he thinks fit, without further intimation to the seller as the items is related to the feeding Page 14 of 31

requirement of troops and can be directly affect the morale of the ships company, other services of the same or similar description to make good:-

(i) Such default.

(ii) In the event of the contract being wholly determined the balance of the services remaining to be delivered thereunder.

c. Any excess of the hire price, cost of manufacturer, or value of any services hired from any other supplier as the case may be, over the contract price appropriate to such default or balance shall be recoverable from the SELLER. Such recoveries shall not exceed 25 % of the value of the contract.”

9. Police Verification . The contractor, workers employed by the contractor and the vehicle used by the contractor must be supported with current legal documents like. Possession of PAN, ADHAR, Driving License, Passport etc. Police verification for the workers employed by the contractor will be submitted by the contractor within 30 days of contract conclusion. The contractor is to obtain police verification of workers more than normally employed to cover for absence of his workers. All workers employed for on board delivery should have a valid ID proof and must be citizen of India.

10 Transportation Clause:- The contractor will have to supply all the provision to buyer at the place desired by the buyer at three location as per the quantities mentioned against each unit in appendix “B”. The buyer or delivery place mention in contract agreement. The items will be required to be delivered on the following locations:-

(a) INS Valsura (Jamnagar) (b) INS Sardar Patel (Porbandar) (c) INS Dwarka (Okha)

11. Inspection Authority : The Inspection will be carried out by an Officer appointed by the Commanding Officer of the respective unit. Every supply should be accompanying certificate from any NABL certified lab for the Lot/ Batch being supplied.

12. Claims- The following claims clause will form part of the ontract placed on successful bidder:- (a) The claim may be presented either:

(i) On quantity of the stores where the quantity does not correspond to the quantity show in the packing list/ insufficiency in packing or

(ii) On quantity of the stores where the quantity does not correspond to the quantity mentioned in the contract.

(b) The quality claim for the deficiency of quantity shall be presented within 45 days of completion of acceptance of goods. The Page 15 of 31

quantity claim shall be submitted to the seller as per DPM 22(Available in MOD website and can be given on request).

(c) The seller shall collect the rejected provisions from the location nominated by the buyer and deliver the replace provision at the same location under sellers agreement.

(d) Claim may be also be settled by reduction of cost of good under claim from bonds submitted by the sellers or payment of claim amount by seller through demand draft drawn in Indian Bank in favour of AAO (CG) PORBANDAR concerned.

(d) The quality claims will be raised solely by the buyer and without any certification / counter signature by the sellers representative stationed in India.

13. Quality Assurance : - The goods supplied under the contract should conform to the standards, quality and specification as mentioned in this RFP. The contractor should provide the standard acceptance test procedure within 01 month of the contract effective date of contract. The buyer reserves the right to modify the ATP. The contractor should be required to provide all test facilities at his premises for acceptance and inspection by buyer. The details in this regard will be coordinated during the negotiation of the contract. The packing date should be within 30 days from the date of supply, conforming to the current packing and having maximum storage life at the time of delivery.

14. Warehouse Location : - Warehouse facility should be within the municipal limits of Jamnagar and maintenance of 30-45 days of stock for INS Valsura (Jamanagar), INS Sardar Patel (Porbandar), INS Dwarka (Okha) at any point in time.

Part V – Evaluation Criteria & Price Bid issues

1. Evaluation Criteria - The broad guidelines for evaluation of Bids will be as follows:

a. Only those Bids will be evaluated which are found to be fulfilling all the eligibility and qualifying requirements of the RFP, both technically (as per Appendix A, B, C and D ) and commercially.

b. In respect of Two-Bid system, the technical Bids forwarded by the Bidders will be evaluated by the Buyer with reference to the technical characteristics of the equipment as mentioned in the RFP. The compliance of Technical Bids would be determined on the basis of the parameters specified in the RFP. The Price Bids of only those Bidders will be opened whose Technical Bids would clear the technical evaluation.

Page 16 of 31

c. L1 bidder will be determined by basic price excluding levies, taxes and duties levied by central/state/local governments such as excise duty, GST of final product, as quoted by bidder.

f. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price will prevail and the total price will be corrected. If there is a discrepancy between words and figures, the amount in words will prevail for calculation of price.

g. The Lowest Acceptable Bid will be considered further for placement of contract / Supply Order after complete clarification as decided by the Buyer. Tenderers are to quote basic price and tax separately . L1 will be decided on total amount of basic price (without tax and duties levied by central/state/local government such as GST, etc on final product, as quoted by bidder. The contract will be awarded to overall L1 bidder for Refined Oil and Sugar .

h. Any other criteria as applicable to suit a particular case.

2. Price Bid Format : The Price Bid format (BOQ) is uploaded online (also placed at Appendix ‘B’ for information). Bidders are required to fill up the downloaded BOQ correctly and upload it alongwith the necessary scanned documents required as per this RFP.

Sdxxx…. (Surendra Singh) Commander Logistics Officer For Commanding Officer

Appendix- A General special conditions

Appendix- B Schedule of Requirement – Price bid format.

Appendix- C Evaluation criteria format

Appendix- D I & D II Specification of Refined Oil and Sugar Page 17 of 31

APPENDIX `A`

GENERAL SPECIAL CONDITIONS

1. I/We understand that in the case of contracts for six months and less, in the event of my/out tender being accepted, no claim for enhancement of rates under any circumstances whatsoever will be entertained.

2. I/We understand that in the case of contracts for one year, in event of my/out tender accepted, no claim for enhancement of rates will be entertained.

3. I/We fully Understand and agree that the quantities stated in the price-bid format are only given as a rough guide and that no claim for compensation will be entertained in case these quantities be over or under drawn in whatever degree.

4. I/We agree that payment for supplies/services rendered under the terms of this contract will be made to the credit of my/our account in a registered bank of India.

5. I/We agree that so long as there is no control order under which the maximum price is fixed below the agreed price, Government shall pay the goods at the agreed rate and in the event of such control order being made and put in force, the price shall be maximum fixed under the control order in force at the time of delivery.

6. I/We hereby agree that the President of India shall be discharge from all liability under the control or otherwise in suit where such suit lies in commenced within six months from the expiry of the period of contract or any extension thereof.

7. The Officer sanctioned the contract may extend the period of six months aforesaid in writing. If owing to audit objections, it is NOT in the opinion of the officer sanctioned the contract, practical for me/us to commence such arbitration of suit within the period aforesaid. Nothing contained in the above provisions shall apply to the refund of such portion of the security deposit as is refundable to me/us after all admissible deductions.

8. I/We agree to appoint a reliable and intelligent representative as my/our agent who will attend unit ration stands with every supply and who will be given necessary powers by me/us to make prompt arrangements for replacements of any suppliers rejected at any ration stands/Base Victualling Yard/ other places at Gujarat. The same may be communicated through e-Mail, Phone or Fax with the firm/

______Signature of witness Signature of Tenderer Page 18 of 31

representative of the firm. Such representative shall be authorized by me/us to sign IAFS 1520 at all time of delivery of supplies.

9. These specifications and conditions are to be read as forming part of the first schedule and in the event of tender being accepted form an integral part of the contract. Non adherence to these conditions shall attract LD clause as per the contract.

10. I/We agree to pay the hire charges for the government transport supplied to me/us at my/our request in the case of failure of public transport services due to any clauses at the rate fixed by the government in accordance with orders which may be current at the time of transport is hired.

11. I/We clearly understand that the aforesaid clause does not in an way bind or oblige the government to provide me/us with the services. The decision of the Naval Officer-In-Charge, Gujarat Area, Porbandar Gujarat-360575. In this matter will be final and binding on me/us.

12. I/We understand that no tender will be accepted unless correctly signed and witnessed. The suppliers to all conditions and special conditions and all other relevant contractual documents. If the contractor does not himself sign, then the person signing on his behalf must be certified as having a registered power of attorney to sign for the tendering contract(s).

13. I/We certify that, I/We have in the rates tendered taken into account the effect of any new bill or bills under discussion in the Legislature.

14. I/We further agree that in the event of any tax/taxes be required to be paid to any local authorities on account of my/our contract, the same shall be paid by me/us and that the government will not be in any liability on that account.

15. No Guarantee of Government assistance such as export permits priority certificates for rail movement, petrol coupons for contractors vehicles and so on is implied and the giving of such assistance at any state or it’s derail will not prejudice the contractual of the Government.

16. I/We agree that Government shall have the right to issue the articles contracted for or their authorized substitute mentioned in

______Signature of witness Signature of Tenderer Page 19 of 31

the schedule obtained from any central Government aided sponsored scheme(s) from state Government/Unit gardens either within or outside the area covered by this contract or Government tinned stiffs in lieu of any articles being supplied by me/us under this contracts and I/We Shall have no claim against the Government as damages or compensation on account of the suspension, reduction or supplies caused by such issues.

17. I/We agree to take all reasonable steps necessary to ensure that all persons employed by me/us in any work in connection with the contract, have full knowledge or the official Secret Act and Regulations framed thereunder.

18. Communication of any information known during the implementation of the contract by me/us, my/our servants or agents to any persons not concerned with such information shall be treated as non-compliance with the provisions of the Official Secrets Act and or Rules there under and render me/us liable to such punishment as it/are prescribed these under.

19. I/We are aware that non-compliance with the above instructions shall constitute breach of the contract and shall in addition to the criminal liability reoffered to in (b) above also entitle the officer sanctioned the contract to cancel the contract and to purchase the articles or its substitutes at my/our risk and costs in accordance with para 8 of part II of RFP. In the event of such cancellation the articles contracted for or his representative at such price and within such time as he considers fair and reasonable and the decision of this officer in this respect shall be final and binding on me/us.

20. I /We agree that substitutes for contracted articles as hereto above provided for may be purchased, procured or supplied from existing Govt. stocks at my/our risk and expense in accordance with para 8 of part (iv) of RFP.

Enclosures : - The following to be uploaded online:

1. Vendor Commercial Taxes registration certificate/ Municipal registration/ License for supply of this item.

2. Copy of PAN.

3. Copy of GST Registration.

4. Turnover/ Income Tax details of last three years of the firm.

Page 20 of 31

5. Earnest Money Deposit/ Bid Exemption (in case of EMD hard Copy also needs to be forwarded by registered mail/ dropped into the tender box).

6. Legible visible Colour Photos of the packs of Brand/Brands for each item (i.e. Number of items at Schedule of Requirement X Number of Brands Being Quoted X Number of Packing Denominations).

7. Signed RFP {including Appendix ‘A’ (General Special Conditions), ‘B’ (BOQ), ‘C’ (Technical Evaluation Matrix) and ‘DI & DII’(Specification of Refined Oil and Sugar as per DFS-16).

8. Any other document as per RFP.

Witness ……………. Signature ……………….. Name & address ……………… (Name …………………… (Signature of Tenderer) (Address …………………. (Occupation…………………

Station ……………….. Dated day of Sep 20

Page 21 of 31

APPENDIX`B

SUPPLY OF REFINED OIL AND SUGAR TO INS VALSURA (JAMNAGAR), INS SARDAR PATEL (PORBANDAR) AND INS DWARKA (OKHA) FOR THE PERIOD OF ONE YEAR

EMD For Refined Oil and Sugar : Rs 5,00,000.00 (Rupees Five lakh only)

Online Bid Submission end date: 23 Sep 20 at 1530 Hrs Offline document (EMD) Submission end date: 24 Sep 20 at 1500 Hrs Online Tender Opening Date: 24 Sep 20 at 1530 Hrs

SCHEDULE OF REQUIREMENT- COMMERCIAL BID FORMAT

1. Specification and condition not shown in the tender should be shown at the end of this form, or if the space left available does not admit of this, on as attached statement.

2. The quantities shown below as “Approximate Requirements” are only given as a rough guide. Plus/Minus upto 25% variation over “Approximate Requirements” will be accepted and no claim for compensation will be made or entertained for the same. All indents must be complied with at the contract rates whether the quantities demanded therein be within or in excess of the “Approximate Requirements”

3. Criteria for deciding L-1 Firm : Basic Cost of each item and without tax will be taken into account while arriving at L1 firm. However, it is mandatory to mention the taxes, as applicable. Blank will be deemed as zero tax.

(Signature of Witness) (Signature of Tenderer)

Witness…………………………. Signature………………… Name & Address………………. Name……………………… Station……………………… Date: day of Sep 2020

Page 22 of 31

THE BRANDS QUOTED BELOW SHALL BE CONFORMING TO DEFENSE FOOD SPECIFICATION–2016 AS PER APPENDIX–C TO THIS RFP SCHEDULE: Rates Tendered for supply of Refined Oil and Sugar

Transpo GST % Basic Total Qty rtation GST Basic Price Amoun Amoun (in Kgs) Cost/ Tot Amount CGST SGST t t Locatio Kg al Ser Item n (E)= (B) (F)= (G)= {(B)+ (A) (C) (D) {(A)x(B)x (E) + (C)} Figures Words (D)%} (F) x (A) (a) Sugar 70000.000 Refined (b) Oil (15 55000.000 INS Ltrs.) Valsura Refined (c) Oil (01 10000.000

Ltrs.)

(a) Sugar 23000.000

Refined To Be Filled Online Only INS (b) Oil (15 18000.000 Sardar Ltrs.) Patel Refined (c) Oil (01 3000.000 Ltrs.) (a) Sugar 10675.000 Refined (b) Oil (15 5465.000 INS Ltrs.) Dwarka Refined (c) Oil (01 4500.000 Ltrs.) Total Page 23 of 31

APPENDIX ‘C’

TECHNICAL EVALUATION MATRIX

SUPPLY OF REFINED OIL AND SUGAR AT INS VALSURA (JAMNAGAR), INS DWARKA (OKHA) AND INS SARDAR PATEL (PORBANDAR) FOR A PERIOD OF ONE YEAR FROM THE DATE OF SIGNING OF CONTRACT AS PER DEFENCE FOOD SPECIFICATIONS-2016

VENDOR EVALUATION To be filled by Ser Description vendor in capital letters

Name of the firm and Address of Registered office

01 with telephone no.

…………………………

Name of the proprietor of the firm 02

…………………………

Whether owned by partner/ownership/Private Ltd. 03

………………………… Firm Registration No. (for supply of commodity 04 being quoted). (Copy to be uploaded) PAN No.of the Firm/ Proprietor/ Owner 05 (Whichever is relevant) (Copy to be uploaded) ………………………… 06 GST Registration No. (Copy to be uploaded)

Address(s) and telephone number(s) of the 07 warehouse(s) of the firm located within Jamnagar Municipal Limits.(Refer to Para 15 of Part IV) ………………………… Turnover Details of last three years ( At least 25 08 Lakhs per year) and Balance Sheet duly CA Certified (Copy to be uploaded)

(a) EMD is applicable/ not applicable Applicable/ Not applicable

09 (b) Details of EMD (Bank Name, Date & Amount to be written and EMD copy to be uploaded)b) ………………………… (c) If No EMD is provided (Reason and copy of exemption certificate to be attached) Yes/No (Copy to be uploaded) 10 FSSAI Certificate of the firm should be uploaded Yes/No Page 24 of 31

Necessary Requirements (a) All mandatory requirements of FSSAI/BIS, as amended from time to time, pertaining to the above Specification, shall be complied with. The Yes/No items supplied should be FSSAI Certified. (b) Sugar & Refined Oil shall be supplied in any recognized brand conforming to the following: (i) FSSAI certified and Packing and Packaging Yes/No specifications as per Defence Food 12 Specifications-2016 mentioned at Appendix ‘D’ to this RFP. (ii) Analytical specifications as per BIS Yes/No (iii)Quality as per Defence Food Specifications-2016 mentioned at Appendix Yes/No ‘D’ to this RFP. (iv)Name of the Brand/ Brands being quoted Yes/No for to be uploaded Each supply shall accompany a certificate from any NABL certified lab indicating the Lot No./ 13 Yes/No Batch No. conforming to the specifications mentioned at Appendix ‘D’ to this RFP. The sample of items supplied can be sent to any 14 NABL certified lab for inspection at seller’s Yes/No cost as per analysis process promulgated by BIS. Agree to deliver the item where date of packing 15 will be within one month (30 Days) from the date Yes/No of receipt of item at given location. LD @ 10% of the lot value will be levied if the 16 item is not supplied as per the specification Yes/No and rejected by the user. The board of officers from the unit will be 17 authorised for Factory/ Mill visit without prior Yes/No intimation All items should be factory packed only and 18 clearly indicating the Lot no./ Batch No. and Yes/No date of packing Legible visible Colour Photos of all the packs of Brand/Brands for each item being qouted 19 (FSSAI and shelf life ie best before date, of Yes/No the items should be clearly visible) to be uploaded Note: If the firm does not agree with the terms and conditions or fulfill any condition as per above evaluation matrix, the same will be disqualified.

Date: Sep 20 Signature: Place: Firm Name:

Page 25 of 31

APPENDIX ‘D I’

SPECIFICATION OF REFINED SUNFLOWER OIL (AS PER DEFENCE FOOD SPECIFICATION-2016)

Agree by S.No. Specification vendor/supplier Quality

1. The Refined Sunflower Oil shall be obtained by the process of expression or solvent extraction from clean and sound Sunflower Seeds (Helianthus annuus Linn fam) or good quality Sunflower Seed Oil cake. The solvent extracted oil shall be obtained from ol eaginous material using solvent hexane not more than 5.0 ppm in solvent extracted oils conforming to BIS Specification No IS: 3470- 1966.

2. The raw Sunflower Oil shall be degummed, neutralised with alkali and bleached with bleaching earth or activated cha rcoal or both, thereafter deodorised with steam at a suitable temperature. No other chemical agents shall be used. Yes/No

01 (Conform to 3. The Refined Sunflower Oil shall be standards) wholesome, clear, clean, sparkling and odourless liquid and shall be pleasant to taste and smell.

4. It shall be free from rancidity, adulterants, sediments, suspended or other foreign matter, separated water and added colouring and flavouring substances.

5. The material shall also be free from admixture with other oils and non edible oils when tested according to the methods prescribed in BIS Specification No IS: 548- (Part-II)-1976.

6. When tested as prescribed in para 20 of IS: 548 (Part I)-1964 the material shall have peroxide value of not more than 10.0 milliequivalents per 1000 gm. Page 26 of 31

Refined Oil Sunflower conform the following analysis :-

(a) Moisture, percent by mass, max - 0.1

(b) Colour in a 2.5 cm cell on the Lovibond - 5.0 Tintometer scale expressed as (Y + 5R) shall not be deeper than

(c) Refractive index at 40o C - 1.4640 to 1.4800

(d) Saponification value - 188 to 194 Yes/No 02 (Conform to (e) Iodine value (wijs) - 100 to 140 standards)

(f) Acid value, max - 0.3

(g) Un saponifiable matter, - 1.5 percent by mass, max

(h) Flash point, Pensky - Martens - 250 0C (Closed) (in case of solvent extracted oil only), min

(j) Clarity Test: The Refined Sunflower Oil shall not show any turbidity after keeping the filtered sample at 300 C for 24 hours. Packing specifications :-

(a) Tins : The Refined Sunflower Oil shall be packed in new 15 Kg square tins conforming to BIS Specification No IS:10325-2000 (reaffirm in 2005) for packing Ghee, Vanaspati, edible oils and bakery shortenings and shall bear ISI Certification mark on one side of v ertical panel of the tin. The tins in addition Yes/No 03 shall be provided with tagger plates over (Conform to collapsible plastic spouts, soldered all- standards) around. The nett contents of each tin shall be 15 Kg. Each tin shall be reinforced with top and bottom three ply CFB covers of Kraft paper. The tin with the CFB covers will be strapped with two rounds of virgin poly propylene straps with one in longitudinal direction and the other at right angles to it. The straps must cross between the carrying handle of the Tin. The Page 27 of 31 detailed sp ecifications are as under : -

(i) Top and Bottom Covers . (aa) Composition. Three ply. (ab) Type of Paper. Kraft paper. (ac) Construction. Outer layer 230 GSM, 130 GSM in second and inner layer. (ad) Dimensions. 340 x 340 mm or the size to provide tight fit top/bottom cover.

(ii) Strapping’s . (aa) Type. Virgin white Poly propylene strap roll type. (ab) Dimensions. Minimum 12 mm width and 0.5 mm thickness.

(iii) Each tin shall be given a protective outside lacquer coating in such a manner that the welded/ s oldered seams shall also get covered with lacquer.

(b) Polypouches :

Material

1. White Opaque Co-extruded nylon barrier 5 layer film conforming to BIS Specification No IS: 9845-1986 (first revision)

2. The Polymer used for the manufacture of the film shall conform to BIS Spn No IS: 11705-1985 and IS: 11352-1990.

3. The raw material and pigments used for the manufacture of film shall be virgin and of food grade quality.

4. Thickness - 110 +/- 5% microns

5. Width - 324 mm with a tolerance of + 2 mm

Filled Poly pouches

1. The filled pouches shall conform to storage test & stack load test as per BIS Spn No IS: 12724-1989. Page 28 of 31

2. The Water Vapour Transmission Rate (WVTR) shall conform to BIS Spn No IS: 1060 (Part - 2) 1960 at 380C and 90% RH.

3. The Oxygen Transmission Rate (OTR) shall onform to BIS Spn No IS: 4006 (Part-1) 1985 at 270C and 65% RH.

Packaging

(a) 15 Kg Tin: As per para 10 above.

(b) 01 Ltr Poly Pouch: In 10x1 Ltr Carton as per the following:-

1. Functional Requirement: The Corrugated paper cartons shall be used for packing 10x1 litre pouch for long distance transportation.

04 2. Design: Ply 5NF Type Yes/No

3. Bursting strength (Carton): 10Kg/Sq cm (Min)

4. Compression Strength: 135 Kg/Sq cm (Min)

5. Carton Weight: 300 Gms (+/- 10 Gms)

6. Printing: One colour printing as per the art work Hygiene

The Refined Oil sunflower shall be prepared Yes/No 05 in premises maintained in a hygienic (Conform to condition which shall be open to inspection standards) at any time by a competent authority approved by the Commanding Officer, INS Valsura. Marking : The following particulars shall be printed or stencilled with indelible ink or embossed on each tin/CFB Box of 5 and 10 kg bag-in-box/15 kg HDPE drum/ 1 litre polypouch & 2 Ltr & 5 Ltr HDPE cans so that to clearly visible with naked eye:- Yes/No 06 (a) Description of contents i.e. Refined (Conform to Sunflower Oil (Expressed/ Solvent standards) extracted) of suitable size as per the Legal Metrology (Packaged Commodities) Acts 2009 and Rules 2011.

(b) List of ingredients used in descending

Page 29 of 31

order of wt or volume.

(c) Nutritional information per 100 gm / 100 ml / per serving as indicated in the para for mandatory requirements of FSSAI/BIS.

(d) Date of manufacture .

(e) Name of manufacturer .

(f) Net Weight (in kg).

(g) Batch/Lot No .

(h) FSSAI License No .

(j) Expiry date/ Best Before .

(k) Brand name of the firm shall be marked in tins/CFCs/Pet bottles/Poly pouches

Note: (Applicable to 1 litre polypouches only)

(i) The ink and colour used for marking/printing shall be of approved quality conforming to FSSAI act and also Food and Drug Authority Rules.

(ii) The ink and colour used shall be non toxic and non poisonous. It shall not peel off or melt before or after impulse sealing operation.

Note: If the firm does not agree with the terms and conditions or fulfill any condition as per above evaluation matrix, the same will be disqualified.

Date: Sep 20 Signature:

Place: Firm Name:

Page 30 of 31

APPENDIX ‘DII’

SPECIFICATION OF SUGAR (AS PER DEFENCE FOOD SPECIFICATION-2016)

Agree by Ser. Specification vendor/suppli er (Yes/No) 1. The Sugar shall be the product of sugar cane juice. It shall be of good quality, dry, free flowing, clean and in sound and wholesome condition. It shall be free fromadulterants, injurious substances and foreign matters like dirt, dead insects, insect debris, black specks, iron particles and jute fibre. The sugar shall be Yes/No 01 sweet and pleasant to taste. It shall be devoid of (Conform to any objectionable smell. standards)

2. The sugar shall be of even colour and shall conform to the grades of the Indian Sugar Standards, laid down by the Bureau of Sugar Standards, National Sugar Institutes, as shown in para 8 below.

(a) Sugar shall conform to the following analysis:-

(i) Moisture - Not more than 0.05% (ii) Sucrose - Not less than 99.5%

(b)The sugar shall conform to the following grades for size of grain and colour of Indian Sugar Standards for each crushing season :-

Sige of Grain Type of IS Sieve Percentage of Retention

‘M’ 1.18 mm 70 Min Yes/No 02 600 micron 95 Min (Conform to 425 micron 99 Min standards)

(c) Colour - 30

(d) The grades of sugar will be adjudged both by physical comparison with the latest sugar Standards issued by the National Sugar Institute and by subjecting the sample to sieve test as per Appendix ‘A’ to this specification.

Page 31 of 31

(e) The method of analysis used shall be as laid down in BIS Specification No IS: 5982 – 1970. Packing specifications :-

1. Sugar shall be packed either in new 50 kg jute bag conforming to type ‘A’ of BIS Spn No IS-15138 : 2002 having corrected mass not less than 582.75 gm and not more than 693 gm per bag for packing in 50 kg. All other requirements for packing in 50 kg type ‘A’ bag shall conform to IS : 15138 : 2002. Yes/No The nett contents of each bag shall be 50 Kg with 03 (Conform to tolerance of 50 gm (either way) provided that standards) average of 10% weightment is not less than 50 kg. The mouth of each bag shall either be machine stitched or hand st itched. If hand stitched the stitches shall be in two rows with at least 10 to 12 stitches for 50 kg bag.

2. Sugar shall be packed in 50 Kgs in HDPE bags as per BIS No IS:14968 - 2001 for packing. 04 Packaging :50 Kgs Bag as per 11 above. Yes/No Hygiene

The Sugar shall be prepared in premises maintained Yes/No 05 in a hygienic condition which shall be open to (Conform to inspection at any time by a competent authority standards) approved by the Commanding Officer, INS Valsura. Marking :The following particulars in English / Hindi shall be stenciled/ Printed on one side of each bag:-

(a) Description of contents. (b) Name of Mill/Place. (c) Brand Name Yes/No 06 (d) Month/season of Manufacture. (Conform to (e) UID No (Applicable for NeML contracts only). standards) (f) Lot No. (g) Warranty Expiry Date. (h) Grade of sugar (grain and colour standards). (j) Nett weight. (k) FSSAI License No. (l) Green (Veg) logo.

Note: If the firm does not agree with the terms and conditions or fulfill any condition as per above evaluation matrix, the same will be disqualified.

Date: Sep 20 Signature: Place: Firm Name: