TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 In lieu of IAFZ-2137

ONLINE INVITATION TO TENDER

M/S ______PLEASE SEE PARA 29 ______AND SUBMIT DOCUMENTS ______ACCORDINGLY (Name & Address of the Contractor/Firm)

CONTRACT FOR SUPPLY OF FRUIT FRESH AT SUPPLY POINT ASC LALGARH JATTAN FOR THE PERIOD FROM 01 OCT 2018 TO 30 SEP 2019

Dear Sir/Madam,

1. On behalf of the President of , tenders for the supply of Fruit fresh at Supply Point ASC Lalgarh Jattan for the period from any date between 01 Oct 2018 and 03 Oct 2018 (exact date of commencement of contract will be notified in the Acceptance of Tender Note) to 30 Sep 2019 the schedule as per Bill of Quotations (BOQ) are invited By BRIG ASC HQ 10 CORPS, BATHINDA. The date of commencement is provisional and subject to change to be notified in the Acceptance of Tender Note (IAFZ- 2124). The tenders will be received online upto 1200 hours on 06 Jul 2018. Manual and online submission of documents & bids be done as per Para 29 of IAFZ 2137A l in this document. Important timelines are given as hereunder. Tender documents may be downloaded and viewed from CPP Portal at www.eprocure.gov.in and logging in with the bidder‟s own username and searching by using the reference number of each tender as shown on the call notice/ NIT. The schedule of CRITICAL DATES is as under:-

CRITICAL DATE SHEET

Ser No Item Date Time (a) Published Date 08 Jun 2018 16:00 (b) Bid Document Download 08 Jun 2018 16:00 (c) Clarification Start Date 14 Jun 2018 16:00 (d) Bid Submission Start 14 Jun 2018 17:00 (e) Clarification End Date 04 Jul 2018 11:00 (f) Bid Submission End 06 Jul 2018 12:00 Opening of Tender Box for Physical 06 Jul 2018 (g) Verification of Documents 12:00 Cover I Bid (Documents) Opening start (On 06 Jul 2018 (h) 12:05 line) to be continued till completed. On Completion of Cover 1 (j) Cover II Bid (Commercial Bid) opening start Evaluation 13:30 Tentatively 06 Jul 2018 Negotiations (L1 shall be informed on 12 Jul 18 (k) 1000h telephone and email) Onwards

2. Your particular attention is particularly drawn to Para 2,3,5,6,7,11,12, 13 ,14 and 29 of the Instructions to Tenderers (IAFZ-2137A). Please also go through carefully the Instruction To Bidders for ONLINE tendering provided along with the set of tender documents (available online).

3. You are to sign, stamp and put the date on all pages of the Tender. You will make the supplies/services as per “Specifications and Conditions in this Tender”. You will not make any alteration in or addition to any of the documents connected with the tender.

4. Tenders that do not comply with the above conditions are liable to be rejected on the ground.

5. You will hold your offer open upto and including any date before the last date of commencement of the contract, i.e. 03 Oct 2018. TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 2

6. The approval or rejection of tenders rests with CFA * who reserves to himself the right of rejecting any tenders in whole or in part of any item in whole or in part in respect of any or all the delivery points shown in the schedule as per the Bill of Quotations (BOQ) without cause assigned. The lowest tender will not necessary be accepted.

(*CFA ie. the Officer who sanctions the contract as specified in Financial Regulation Part I)

7. BLANK.

8. For any queries regarding e-tendering process, RFP and technical issue with Tender Inviting Authority (TIA) the bidders are requested to contact the Col ST at ST branch HQ 10 Corps on Mob No +91-8392839194 or email at [email protected] (as provided in the tender document) during office times on working days only.

9. The payment of bills of successful tenders will be made from the Govt. Treasury at Kota by 518 ASC Bn through ECS/NEFT/RTGS and through cheque (in rare unavoidable cases only)

10. With reference to Paragraph 4 (a) of IAFZ-2120, the officer operating the contract will be the Commandant/Commanding Officer/Officer Commanding Supply Depot/Supply Point/Delivery Point as mentioned in the Schedule in the Bill of Quotations (BOQ).

11. Please return this letter duly signed alongwith the complete tender forms attached.

Yours faithfully,

Executive Officer For and on behalf of the President of India

Dear Sir,

1. I/We am/are in possession of a complete set of contract forms issued by you and have understood and agree to abide by the above instructions as well as those contained in the contract forms. The attached tender form duly completed and signed are submitted herewith.

Station : Bathinda ______(Signature of tenderer(s)

Dated : 2018 ______[Name in Block letters (Capacity/Prop/Partner)]

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 3

In lieu of IAFZ-2137-A INSTRUCTIONS TO TENDERERS

(With reference to the preparation and submission of tenders for the supply of Fruit Fresh at Supply Point

ASC Lalgarh Jattan between 01 Oct 2018 and 03 Oct 2018 to 30 Sep 2019 To, ______

1. Sealed tenders for the supply of the articles/services shown in schedule as per the the Bill of Quotations (BOQ) from 01 Oct 2018 to 30 Sep 2019 will be received by the Brig ASC HQ 10 Corps, Bathinda upto noon on the 06 Jul 2018. Manual and online submission of Tenders documents must be submitted as per procedure given in Para 29.

2. (a) The form of tenders (IAFZ-2120) shows the conditions of supply and the Schedule as per the Bill of Quotations (BOQ) shows items to be supplied on which you should fill in your rates in figures. Your rates are to include patent rights (if any) and all freight charges, duties, taxes, rates or imposition whatsoever leviable in respect of the supplies/services (except in cases where the contractor is allowed by the law under which such duties, taxes, rates or impositions are levies to obtain subsequent refund of sums so paid on presentation of the necessary certificate unless otherwise stated in the Schedule in the Bill of Quotations (BOQ). You may not quote fractions of a paise in rate except in the case of a Ton-Km carriage contracts when fractions of paise may be quoted. You will make the supplies as per “Defence / ASC Specifications and Conditions” which are already in your possessions (online). You may not make any alteration in or addition to any of the documents connected with the tender”.

(b) Any special conditions or stipulations attached or referred to in the form of tender (IAFZ-2120) shall prevail over the general conditions or stipulations contained therein so far as and to the extent to which the later are in any way repugnant to the former.

3. You are to initial any erasures or alternations (if any) that you may accidentally have made in the course of completing the forms and submitting in physical manner.

4. If you are a partnership firm i.e. if you have a partner or partners, each one of you must sign the hard copy of tender, and the “Specifications and Conditions”, (if any partner to absent these forms will be signed by his duly constituted attorney). If any partner signs the tender or any documents forming part of the contract on behalf of the firm the original partnership agreement or the power of attorney duly executed in his favour authorizing him to bind the firm in all matters pertaining to the contracts including the submission of any dispute relating to the business of the firm to arbitration should be attached to the tender or such other documents. If you or any of your partners be unable to write you (or he) must your (his) mark or affix your (his) seal instead and this mark or seal must be attested and dated by some responsible person. In case where verified copies of partnership deeds and power of attorney are held by the executive authorities, having been submitted at the time of their registration, the following certificate only be attached to the tender :-

I/We certify that the constitution of my/our firm is as under :- (See notes below)

(a) I am the Manager and hold a proper power of attorney (copy attached) from other partners in my favour.

(b) The following whose signature(s) is/are appended is/are the partners of my/our firm as given in the original partnership agreement and that my/our documents have been signed by all partners shown hereunder :-

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 4

S/No Name Address Signature

(i) First Partner ______

(ii) Second Partner______

(iii) Third Partner ______

(c) I certify that I am the Managing director and I hold the power of attorney executed in accordance with the articles of the association of the company to sign all documents on behalf of the company.

(Signature of Managing Director)

(d) I certify that I am the sole proprietor and there are no other partners doing business conjointly with me.

(Signature of proprietor) Note :- Items not applicable to be deleted.

If you are not a firm, the following certificate given in para 4(c) above be signed “I certify that I am the sole proprietor and there are no other partners doing business conjointly with me.”

In the case of limited company registered in accordance with the Articles of Association, the following certificate given in para 4 (c) above be signed.

In case where a partner of a firm dies before acceptance of the tender, the surviving partner (or partners) and the legal representative of the deceased must renew the tender. The signature of one recognized agent on behalf of all partners of a firm can only be accepted if he holds a proper power of attorney signed by all these partners. This power of attorney must be submitted for inspection at the time of tendering. It must in the case of a registered Company, be executed in accordance with the Articles of Association of the Company and in the case of a partnership be signed by all the partners of the firm and must be properly stamped and registered with the district registration authorities. The stamp duty payable can be ascertained from the office of the Collector of the District where it is executed.

5. EMD. You must deposit the amount of earnest money shown as per the respective BOQ available as part of the downloading of the tender. The earnest money must be made payable to the officer calling for tenders, Brig ASC, HQ 10 Corps, Bathinda. This earnest money must be in one or other or partly in one and partly in another of the following forms:-

(a) Cash - By remitting Cash in Government Treasury.

(b) Demand Draft from Scheduled Banks. These can be accepted provided the amount involved is less than Rs. 5,00,000/-.

(c) Deposit-at-call receipt of a Scheduled Bank including the State Bank of India, and its subsidiaries approved under the Bank Guarantee Scheme. *This will be accepted under the conditions specified in clause 7(g) of this form, provided the amount exceeds Rs. 5,00,000/-. (Note :-*Effective until further orders.)

(d) In the form of Fixed Deposit Receipts, executed in favour of Brig ASC, 10 Corps.

6. (a) The successful tenderer will be notified on IAFZ-2124 of acceptance of his tender in whole or in part. Till then no tenderer has any right to assume that his tender has been accepted, in whole or in part and if any tenderer disregards this warning and makes any arrangements or incurs any expenditure in anticipation of receipt of notice of acceptance, he will have no claim for compensation.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 5

(b) On issue of the notice of acceptance, the tender will become a contract in so far as the notification shows the whole or part of the tender that has been accepted and the tenderers will furnish the security deposit as specified in the Acceptance of Tender (IAFZ-2124), and hand over the treasury receipt, the Bank deposit receipt/The Government securities etc. lodged as security deposit to the Brig ASC HQ 10 Corps, Bathinda by the time and date as specified in the acceptance of tender.

(c) Until receipt of the security deposit in full or in the event of the non-submission of the security deposit, the earnest money will be retained and considered as part of security and shall be subject to disposal by Government in accordance with clause 2 of IAFZ-2120 and the balance amount of if any will be deducted from the payment or bills of the contractor by the dependent supply depot in case the contractor has opted for taking 95% payment from contract operating officer. In case the contractor has opted to draw 100% payment direct from CDA, than the CDA South Western Command will be informed by the contract operating officer and there upon the CDA will effect required deductions. Same action will be taken in case of re-appropriation of security from expired or expiring contracts if the re-appropriation action is not completed within the stipulated period and the security is not deposited by the contractor.” The amount of security deposit will be calculated on the value of the estimated quantity of supplies/services to be made or rendered by you during the period of contract for which your tender has been accepted and accordingly to the rates tendered and accepted for the same and rounded off to the nearest hundred. The security deposit will be calculated as under :-

(i) For a contract not exceeding Rs. 10,000/- in value- 10 percent with a minimum of Rs. 250/-.

(ii) For a contract between Rs. 10,000/- and Rs. 30,000/- in a value – 7 percent with a minimum of Rs. 1,000/- and maximum of Rs. 2,000/-

(iii) For a contract exceeding Rs. 30,000/- in value – 5 percent, with a minimum of Rs. 2,000/-.

(iv) For a contract exceeding the value of Rs. 1,20,000/- security deposit will be fixed by the competent financial authority as under :-

(aa) Ten percent of the value of the contract upto Rs. 1,20,000/-.

(ab) Five percent of the balance value of the contract

(ac) Amount arrived at by adding (aa) and (ab) above to be rounded off to the nearest hundred.

7. The security deposit to be furnished must be in one or other or partly in one and partly in another of the following forms subject to conditions noted against each :-

(a) Cash. This must be lodged in Government Treasury on Military Receivable Order obtainable from the Executive Officer/Contract Operating Officer. The treasury receipt must be produced and handed over within the time specified in the notice of acceptance of tender. Government will not pay any interest on any deposit held in the form of cash.

(b) Government Securities (including Post Office Cash Certificates, National Saving Certificates and National Plan Certificates). These will be accepted at their surrender value at the time of issue of acceptance of tender note. The certificates should be formally transferred to Principal Controller of Defence Accounts South Western Command, Jaipur with the sanction of Head Post Master concerned. No interest is payable on these.

Note (i) Such certificates as are not held in the name of the officer or contractor furnishing security but in the name of a third party will not be accepted.

(c) Promissory Notes and Stock Certificates of the Central of State Government Municipal Debentures or Port Trust Bonds. These will be accepted at five per cent below the market price or at the face value whichever is less. These certificates should be formally endorsed and transferred to the Principal Controller of Defence Accounts, South Western Command, Jaipur.

Note (i) When promissory notes are tendered as security deposit, the officer receiving the same shall have them endorsed by the depositor in favour of Principal Controller of Defence Accounts, South Western Command, Jaipur concerned.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 6

(d) Bank Deposit Receipts. Deposit receipts of the State Bank of India and other nationalized Bank only will be accepted. The deposit receipts should be made out in the name of Principal Controller of Defence Accounts, South Western Command, Jaipur.

Notes :- (i) The deposit receipt should be made out in the name of pledgee or if it is made out in name of pledger, the bank should certify on it that the deposit should be withdrawn only on the demand or with the sanction of pledgee. (ii) The depositor should agree in writing to undertake any risks involved in the investment. (iii) The Bank should agree that on receipt of signed treasury challan and a withdrawal order from the pledgee in respect of the deposit or any part thereof it will at once remit the amount specified into the nearest treasury along with the challan and sent the treasury receipt to the pledgee. (iv) The responsibility of the pledgee in connection with the deposit and the interest on it will cease when he issues a final withdrawal order to the depositor and sends an intimation to the Bank that he has done so. (v) The deposit receipts made out should be valid for period beyond 6 months from the date of expiry of contracts. (vi) Deposit receipts is an acknowledgement issued by the Bank of the money deposited and do not carry necessary interest.

(e) Post Office Savings Bank Account. This must be opened by the depositor himself who will sign the necessary security deposit form (Obtainable from the post office). The depositor will then pledge the same in favour of Principal Controller of Defence Accounts South Western Command Jaipur and deliver the pass book to the MG ASC HQ South Western Command Jaipur for pledging the same in favour of PCDA South Western Command, Jaipur.

(f) Treasury Saving Deposit Certificates. These will be accepted at their surrender value. When these certificates are tendered as security deposits the officer receiving the same shall have them endorsed and transferred to the Principal Controller of Defence Accounts by the depositor. The provision of note under clause (c) above will apply to the Treasury Saving Deposit Certificates.

(g) Fixed Deposits Receipts and Cash Certificates and other similar instruments issued by the Bank. Fixed Deposit Receipts and Cash Certificates etc issued by the Scheduled Commercial Banks including the State Bank of India and its subsidiaries and nationalized Banks do not require the concurrence of Reserve Bank of India. No guarantees under the Bank Guarantee Bond Scheme in what-so-ever manner are accepted for either lodging the security deposit or for the purpose of earnest money. Notes :-(i) Fixed deposit receipt are the receipts for an amount deposited in the Bank for a fixed period and carry interest as per the prevalent rates. (ii) Cash certificates are to be accepted at their surrender value at the time of issue of tender.

(h) Unit Trust of India. All schemes as issued from time to time other than master shares, issued by Unit Trust of India will be accepted as Security Deposit at their face value. When these unit certificates are tendered as security deposit. The officer receiving the same will ensure that these certificates are duly discharged and pledged in favour of Principal Controller of Defence Accounts, South Western Command, Jaipur.

Note : -(i) In all cases the security must be pledged as directed by the Officer calling for tenders in accordance with existing regulations, and in such manner (to be decided by the officer sanctioning the contract) that the Government may realize the same without reference to the tenderer. The tenderer will be entitled to the interest earned unless the securities shall depreciate while the contract is in force in which case interest will be claimable by the tenderer. Only from the time the depreciations is made (good by him) or unless his security deposit is forfeited under the terms contained in the tender (IAFZ-2120).*(The blank space will be filled in by the Army authorities before issuing the form to the tenderer).

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 7

8. Earnest money of a successful tenderer will be returned as soon as the security deposit has been furnished unless it will be used as part of the security deposit, that of unsuccessful tenderers unless forfeited under Clause 9 & 10 below will be returned immediately after rejection of the tenders.

9. The tenderer shall hold the offer open up to and including 03 Oct 2018. It is understood that the tender documents have been sold/issued to the tenderer and the tenderer is being permitted to tender in consideration of the stipulation on his part that after submitting his tender he will not resile from his offer or modify the rates, terms and conditions thereof. Should the tenderer fail to observe and comply with the foregoing stipulation, the earnest money shall be forfeited to the Government without prejudice to any other right, of the Government under this contract and the law. The earnest money shall also be liable to be forfeited in full, if the tenderer fails to furnish security deposit by the due date. No interest will be payable on the amount of the earnest money in any case.

10. No cognizance will be taken of any communication relating to withdrawal revocation or amendment to the tender already submitted except when it is in the form of a letter duly signed by the tenderer, if the tenderer, is an individual, by all the partners of the firm of tenderers or their duly accredited attorney, if the tenderers are a partnership firm and by a person having express authority in the case of a limited company.

11. Tenders that do not comply with the above conditions are likely to be rejected on that ground.

12. The approval or rejection of tenders rest with the * CFA who reserves to himself the right of rejecting any tender in whole or in part or any item in whole or in part in respect of any or all the delivery points shown in the Schedule in the Bill of Quotations (BOQ) without cause assigned. The lowest tender will not of necessity be accepted. *The officer who sanctions the contracts, as specified in Financial Regulations, India, Part I.

13. The quantities stated on schedule in the Bill of Quotations (BOQ) are as „Approximate requirement‟ and 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 rate whether the quantities demanded therein be within or in excess of the „Approximate Requirements‟.

14. The “Instructions to tenderers” (2137A) are to be signed by you and returned with your tender.

15. Payment of bills of successful tenderers will be made on the Government Treasury at Kota by ECS/NEFT/RTGS and through cheque (in rare unavoidable cases only)

16. Railway freight on all stores imported by you in connection with the requirements of the contract will be paid for by you at Public rates. Under no circumstances will Government Credit Notes be issued to you in this respect.

17. Govt. reserves the right to extend invitation offer only once to the lowest tenderer by calling him/them for negotiations with the panel of officers. The panel of officers will obtain the revised rates from tenderes in writing. However, in case identical lowest rates are achieved from more than one tenderer either at the time of opening of tenders or after the invitation offer, another invitation offer will be made to both the tenders who had quoted identical rates. This process will be carried out in the room where the panel is assembled and under no circumstances the tenderers will be allowed to leave the room.

18. The authority calling for the tenders is also at liberty to accept the rates in whole or in part whichever is economical to the state.

19. I/We understand that the authority calling for tenders is at liberty to conclude more than one contract for any items in one station.

20. I/We understand that I/We quote the rates only for the contracts/items which are within my/our total residual contract carrying capacity without any restriction on the value of individual contract as per my classification.

21. I/We have no objection to issue of tenders to contractors or their participation through e-tendering irrespective of their classification based on either total value of a contract or on individual basis. For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 8

22. BLANK.

23. For any queries regarding e-tendering process, RFP and technical issue with Tender Inviting Authority (TIA) the bidders are requested to contact the Col ST at ST branch HQ 10 Corps on Mob No +91-8392839194 or email at [email protected] (as provided in the tender document) during office times on working days only.

24. You will have no claim for compensation, if any, concession, in octroi duty or in railway freight or other charges granted by or understood to be allowed by the railway authorities be subsequently withdrawn, but in the event of any duty of a customs or excise on the articles contracted for being imposed, increased, decreased or remitted after the date of the contract the amount of such imposition, increase, decrease or remission shall be added to or deduced from the contract price as the case may be.

25. (a) No priority certificate or letters to railway or other authorities will be given to you to facilitate the carrying out of the contract, except that under exceptional circumstances, which must be explained by you in writing and accepted by him as justifying such assistance the * Officer operating the contract is authorized to address the railway authorities for assistance in supplying freight. (b) *The giving of such assistance will no way prejudice Government right to enforce the terms of the contract in case of default.

26. I/We understand that the authority calling for tenders is at liberty to extend invitation offer/offers to lowest tenderer value-wise and/or item wise as deemed fit in the circumstances of the case.

27. I/We understand that the authority calling for the tenders reserves the right to conclude contracts for any single item or any grouping of items considered appropriate.

28. BLANK.

29. Manner of Submission of Bids. In order to consider your e-bids in the above mentioned contracts the documents required physically must be received by Brig ASC - ST Branch, Headquarters 10 Corps, Bathinda (Punjab) on or before the date of opening of Cover-1 bids which is at 1200h on 06 Jul 2018 (refer CRITICAL DATES at para 1 (f) above) in sealed envelope superscribed TENDER REFERENCE NUMBER, ITEM, STATION and name of the bidder stamped and signed on the envelope and dropped in the Tender Box placed for the purpose in the Tender Room of HQ 10 Corps. The documents must be invariably forward in the following manner:-

(a) Physically in Tender Box.

(ii) EMD. Original FDR or Instrument as EMD in the form as applicable for the contract, executed in favour of Brig ASC, 10 Corps (Ref para 5 above).

(ii) General Power of Attorney if required.

(iii) Certificate of Contract Carrying Capacity (as per Appendix ‘A’ attached) duly printed on Letter Head and Stamped and Signed by contractor (sole proprietor authorized partner /GPA holder accredited agent).

(iv) Completed Tender Documents specially (IAFZ 2137. 2137A and 2120). It is available as one PDF file in the documents available for download pertaining to the respective tender. It will be downloaded from the Central Public Procurement Portal (CPP Portal) at www.eprocure.gov.in and printed on A4 paper of executive bond quality on both sides and duly signed and stamped on each page. It shall be hard bound. Any erasures, cuttings or alterations that may have been accidentally made in the course of completing the forms will be fully signed by the bidder. See Para 29 of IAFZ 2137A of the tender for details.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 9

(b) Online Submissions COVER -1.

(i) Scanned FDR or Instrument as EMD in the form as applicable for the contract, executed in favour of Brig ASC, 10 Corps (Ref para 5 above).

(ii) The Tender as downloaded from the Central Public Procurement Portal (CPP Portal) at www.eprocure.gov.in having Reference No as per the tender being bid duly digitally signed. This action marks the acceptance of the Tender and all its conditions and it is deemed that the bidder has read and understood all terms and Conditions and agrees to abide by them.

(iii) Scanned Copy of Certificate of Contract Carrying Capacity (as per Appendix ‘A’ attached) duly printed on Letter Head and Stamped and Signed by contractor (sole proprietor authorized partner /GPA holder accredited agent).

(iv) Scanned copy of PAN in respect of the Firm and the Individuals listed in the Proprietorship/Partnership.

(v) Scanned copy of latest IT Return.

(vi) Scanned Copy of GSTN Certificate of the Firm.

(vii) Scanned copy of the FSSAI License/Cerificate.

(c) Online Submissions COVER -2.

(i) Commercial bid packet will be submitted as Cover 2 and consists of the “Commercial bid in the form of “BOQ” (Bill of Quantities) and it will be submitted ONLINE ONLY. It carries the schedule of the contract.

(ii) The BoQ will be downloaded by the bidder and the rates filled in in the relevant columns only. If any alteration is found in the template or format of BOQ or it is found that the RFP has been modified, the BOQ will stand rejected.

(iii) The BOQ available in the tender documents will be submitted ONLINE only and in no other manner.

Signature, Rank and Designation of Officer calling for tenders All the above conditions are accepted by me/us. Signature of Tenderer(s) (Name in block letters)

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 10

In lieu of IAFZ-2120

TENDER FOR THE SUPPLY OF FRUIT FRESH AT SUPPLY POINT ASC LALGARH JATTAN FOR THE PERIOD FROM 01 OCT 2018 TO 30 SEP 2019

Details of earnest money sent herewith (To be filled in by tenderer) Description FDR No Date Face Value Rs

To, The President of India, Through Brig ASC Headquarters 10 Corps PIN-908510 c/o 56 APO

1. I/We the undersigned agree, on acceptance of the tender in whole or in part to supply/render to the President of India hereafter referred to as the “Government” which expression shall include these duly authorized to act for him, in accordance with such acceptance, so many/much of the articles/services specified in the schedule as per the Bill of Quotations (BOQ) attached hereto, as * CFA may actually require during the period any date between 01 Oct 2018 and 03 Oct 2018 (exact date of commencement of contract to be notified in the acceptance of tender note) to 30 Sep 2019 or to such date as this period may be extended under the conditions of Clause 19 (b) of this tender subject to the conditions and stipulations specified in this tender (including any Schedules, BOQ and “Specification and Conditions” contained therein or attached hereto) in the acceptance and in the “Instructions to Tenderer” (all of which constitute and are hereafter referred to as the “contract”).

I/We shall deliver/render the supplies/services at my/our expense in such quantities at such manner, to such person and at such place (within the area covered by the contract, as specified in the schedule as per the Bill of Quotations (BOQ) as the Government may direct.

Further in consideration of your agreeing to take from me/us and no other contractor, the entire amount or supplies/services which the officer or officers operating the contract may require within the period of the contract accept the articles/services contracted for (including their authorized substitutes) which the Government may themselves supply or may obtain from state Government/Soldier‟s Gardens and Unit Dairies. I/We subject to the provisions of clause 7 and 19 thereof bind my self/ourselves not to revoke my/our tender during the aforementioned period.

2. I/We shall furnish a security deposit, with twenty days of issue of notice (IAFZ-2124) of the acceptance of this tender (in whole or in part) or before the commencement by me/us of the performance of the contract, whichever is earlier (or within such extended time as may at the sole option of the Govt. be granted to me/us) the sums specified in the said notice of the acceptance (IAFZ-2124) and referred to in paragraph 6 of the “Instructions to the Tenders” (IAFZ-2137A) and such deposit or the earnest money submitted with the tender if the security deposit has not been remitted at the time of the breach or non- performance will be liable to forfeiture in the event of any breach or non-performance on my/our part of the contract. If the security deposit is accepted in the form of bank deposit receipt which matures before the security deposit is returnable under clause 17(d) hereof, I/We shall be at liberty to renew same subject always to the lien created in favour of Govt. under clause 7 of “Instructions to Tenderers” (IAFZ-2137A).

I/We agree that in the event of any delay in lodging the security deposit, contract operating officer/CDA may deduct the requisite amount of security deposit from my/our bills. if in case the payment of our bills is being made by contract operating officer, the amount will be deducted by contract operating officer and in case the payment is directly made by the CDA the amount will be deducted by the CDA on receipt of intimation from the contract operating officer.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 11

3. Any change in the constitution of my/our firms shall be notified forthwith by me/us in writing to the authority sanctioning the contract and such change shall not relieve any former member, of the firm from any liability under the contract. No new partner/partners shall be accepted in the firm by me/us in respect of this contract unless he/they agree (s) to abide by all its terms and conditions and deposit(s) with the officer sanctioning the contract a written agreement to this effect. My/our receipt or acknowledgment or that of any partners subsequently accepted as above shall bind me/all of us and will be sufficient discharge for any of the purpose of the contract.

4. (a) The Officer sanctioning the contract may authorise such officer as he may wish to operate the contract on his behalf and I/We and my/our agent will accept and carry out instructions given by such officers (or their representatives) in connection with contract as if these were issued by the officer sanctioning the contract.

(b) The Govt reserves its rights to grant purchase preference to Central Govt Enterprises/State Govt undertakings. The applicability of the above purchase preference is that in all cases where the quoted price of public enterprises is within 10% of the lowest valid price bid, other things being equal, purchase preference may be granted to the public enterprises concerned, at the lowest valid price bid.

5. (a) All monies or compensation payable by me/us to the Government under terms of the contract may be deducted from or realized by the sale of sufficient part of my/our security deposit, or from interest arising there from or from any sums which may be due or may become due to me/us by Government under this contract or any other account with the Government. In the event of my/our security deposit being reduced by reason of any such deductions or sale as aforesaid or should the value of such receipts or securities depreciate in value during the period that they be held as such security deposit, I/We shall within twenty days from the date of my/our being called to do so, make good in case of receipts or securities the amount required to complete the security deposit to the original value.

(b) Any sum of money due and payable to the contractor (including security deposit returnable to him/them) this contract may be appropriated by the purchaser or the Government or any other person or persons contracting through the * GOC, 10 Corps and set of against any claim of the Government or such other person or persons for the payment of a sum of money arising out of this contract or under any other contract made by the contractor with Government or such other person or persons.

6. (a) The officer to whom supplies/services are to be delivered (in the contract referred to as the officer operating the contract, which expression shall include his duly authorized representative) may reject the supplies/services in whole or in part if in his opinion they are not, in all respects, in accordance with the contract.

(b) I/We shall not charge or be paid for supplies/services rejected as above, and such supplies/services shall be removed by me/us at own expense.

(c) I/We shall neither claim nor be entitled to payment for any damage that rejected supplies may suffer from cutting, tearing or any other harm incidental to a full and proper examination and test of such supplies.

(d) Government shall be under no liability whatever for rejected supplies/services and the same shall be at my/our risk. If rejected supplies be not removed by me/us within fifteen days of rejection. The Officer operating the contract shall be entitled to cause the same to be removed and to charge me/us with all expenses incurred in such removal or to leave them on Govt. premises and to charge me/us rent for the space occupied, the amount of such rent being settled, in case of dispute, by the Officer sanctioning the contract or to sell or otherwise dispose off the goods on my/our behalf and at my/our risk and to retain any money realized (after paying expense of sale) towards any such due from me/us.

(e) Government shall, in the event of rejection of supplies be entitled to demand replacement, at my/our own cost, of such supplies of the quality required or if replacement is not permitted to recover from me/us the railway freight at public tariff rate on rejected supplies from the place of despatch to the place at which rejection took place.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 12

7. In the event of :-

(a) rejection of my/our supplies/services, as described in paragraph 6(a) above, or of

(b) my/our failing, declining neglecting or delaying to comply with any demand or requisition or otherwise not executing the same in accordance with the terms and conditions of contract, the officer operating the contract or his successor in office shall be at liberty (without prejudice to any other remedy the Government may have on account of any claim for compensation against loss and inconvenience caused by such breach or non performance of the contract) to purchase or to procure to arrange from Govt. stocks or otherwise, at my/our expense, such supplies/services as may have been rejected or that I/we may have failed, declined, neglected or delayed to supply, or such authorized substitutes therefore as are specified in the tender and are approved, by the officer operating the contract or his successor in office and any excess cost so incurred over the contract price (together with all incidental charges and expenses) incurred in purchasing, procuring or arranging for such supplies/services or their authorized substitutes and in case where issues in replacement are made from Government stocks or supplies, the cost or value of such stocks or supplies (together with all incidental charges or expenses), shall be recoverable from me/us on demand.

(c) I/We further agree that extra expenditure on account of risk and expense purchase made by the Government as per Sub-Clause 7(b) above, may be deducted out of my 95 percent payment of bills ex-Supply Depot/5 percent payment ex CDA due to me or from the security deposit as the case may be pertaining to the said contract. In the event of any dispute of reasonableness of the actual amount recovered from me/us it will only be resolved at my/our instance under Clause 21 of this deed (I.A.F.Z.-2120). OR

I/we further agree that extra expenditure on account of Risk and Expense purchase made by the Government as per Sub Clause 7(b) above, may be deducted out of my 100% payment of bills by CDA.

8. The officer sanctioning the contract or his successor or the officer officiating in his place as per the promulgation information orders may rescind this contract by notice to me/us in writing :-

(a) If I/We assign or sublet my/our contract without his written approval or, if I/We attempt to do so.

(b) If I/We or any of my/our agents or servants shall :-

(i) be guilty or fraud in respect of the contract, or any other contract entered into by me/us with Government; or

(ii) directly or indirectly give, promise or offer any bribe, gratuity, gift, loan, perquisite reward or advantage pecuniary or otherwise to any Officer or person in the employment of the Government in any way relating to such officer‟s person‟s office or employment.

(c) If any such Officer or persons, mentioned in/sub paragraph (b)(ii) of this Para, become in any way directly of indirectly interested in the contract.

(d) If I/We decline, neglect, or delay to comply with any demand or requisition or in any other way fail to perform or observe any condition of the contract.

(e) If I/We or any of my/our partners become insolvent or apply for relief as an insolvent debtor or commence any insolvency proceedings or make any composition with my/our creditors or attempt to do so or in the case of our being a registered company, any order be duly made or any resolution be duly passed for the winding up of the company.

(f) If it should transpire that I am/we are doing business conjointly with any other contractor(s) or that I am a partner/we are partners in any other firms(s) on the approved list of ASC Contractors.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 13

(g) If I/We fail to deposit the security deposit as required under Clause 2.

In case of such rescission, my/our security deposit (or such portion there of as the Officers sanctioning the contract shall consider fit or adequate) shall stand forfeited and be absolutely at the disposal of Government, without prejudice to any other remedy action that the Government may have or take. If this contract be for supply at more than one station, its rescission under these conditions shall not be affected by the acceptance, mean while or subsequently, or supplies/services accepted or made at any station in ignorance of the rescission.

In case of such rescission the Government shall be entitled to recover from me/us on demand any extra expense the Government may be put to in obtaining supplies/services hereby agreed to be supplied, from elsewhere in any manner mentioned in Clause 7(b) thereof, for the remainder of the period for which this contract was entered into, without prejudice to any other remedy the Government may have.

9. Notwithstanding anything hereinbefore contained and without prejudice hereto the officer operating the contract may or his successor in office may recover from me/us as compensation, such sums as he considers reasonable:-

(a) If any goods entrusted to me/us under the contract be lost, damage or depreciated unless such loss, damage or depreciation be due to the act of God or the enemies of the Government.

(b) If I/We fail to observe or perform any condition of the contract.

10. Decision as to recovery of monies from me/us in respect of purchase or arrangement at my/our expense or of compensation by order of the officer operating the contract or his successor in office under Paragraph 7 to 9 above and any order for rescission of the contract by the officer sanctioning the contract under paragraph 8 above shall be subject to an appeal, if preferred in writing by me/us within thirty days of issue of such decision or order to such officer‟s immediate superior commander, whose decision will be accepted as final. If such appeal be not duly notified to the immediate superior commander within this period the original decision or order in question shall be accepted as final.

11. I/We shall be liable to pay rent for any military land if and when occupied by me/us in the course of the contract at a rate to be fixed by the officer sanctioning the occupation of the land and intimated by officer sanctioning the contract.

12. No payment will be made in advance for any supplies/services under this contract.

13. On the supplies/services being accepted. I/We shall be entitled to be furnished with a certificate from the proper officer of Govt. to effect that supplies have become the property of the Government for the purpose of enabling me/us to obtain a refund of the amounts paid by me/us for Octroi in respect of such supplies/services, provided such refund is permissible by the law under which such Octroi Duty has been levied.

14. If during the currency of the contract, the specification of any article or articles to be supplied there under be changed I/We shall continue to supply the said articles or article in accordance with the new specifications, at a rate to be mutually agreed to in writing at the time of such change and, in default of such agreement, the contract, in so for as it relates to the said articles in respect of which no agreement has been arrived at and shall be rescinded but no such change shall affect the supply of any of the other articles under the contract or entitle me/us to any compensation.

15. I/We shall oblige my/our servants and agents to confirm to any reasonable instructions to ensure their punctuality in accordance/attendance or supply, cleanliness and respectful behavior that may be given by of the officer sanctioning the contract or the officer operating the contract.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 14

16. In respect of any supplies of foodstuffs or of drinks under this contract, an officer of the department concerned and any Medical Officer acting on behalf of the Officer sanctioning the contract may, any time, inspect and examine these supplies and the hygiene and sanitary conditions under which these supplies are prepared, stored (previous to issue to Receiving Officers) or issued and I/We shall comply, without unnecessary delay, with any reasonable instructions or suggestions issued by such Officer in connection with the preparation, storing and handling of such supplies, any expenditure incurred by me/us in the course of such compliance (and which is not chargeable to me/us under the contract) being borne by me/us if the Officer sanctioning the contract may so decide.

17. (a) I/We shall submit to the Officer Operating the contract upto 95% of bills (in case any part of payment of our bills are payable by the Officer Operating the contract) and the remaining 5% to the Principal Controller of Defence Accounts South Western Command, Jaipur (in case part or full payments of our bills are payable by the Principal Controller of Defence Accounts South Western Command, Jaipur by eight and/or twenty third day of each month depending upon payment being monthly or fortnightly my/our bill (in English) for all supplies or services for each station duly accepted during the preceding month or fortnight as the case may be. These bills will be presented by me/us on the correct printed forms (to be obtained by me/us from the Officer Operating the contract) and shall be receipted by me/us and be supported by the receipted vouchers given to me/us by Receiving Officer. The change in these bills shall always be entered at the same rates for each supply/services as are shown in the schedule as per the Bill of Quotations (BOQ) of the contract and under such clause as pertains to it and is specified by the Officer Operating the contract in the requisition or order.

(b) I/We shall be responsible for taking all possible steps to obtain receipted vouchers from receiving Officer in time to ensure or correct submission of my/our bills within the period specified above. In the event of failure to obtain receipted vouchers in time I/We will bring matter to the notice of the Officer Operating the contract and I/We agree that in the case of such delay, and all complete charges for all supplies/services accepted in any month shall be submitted complete and in proper order to the Principal Controller of Defence Accounts South Western Command, Jaipur before the end of following month.

(c) If any retrenchment be made in payment of any bill submitted by me/us other than in respect of an ordinary audit objection and except in respect of recoveries under Paragraphs 7 and 9 above on which final decisions have already been given, such retrenchment shall be subject to an appeal, if preferred by me/us in writing within one month, to the Officer sanctioning the contract, whose decision shall be accepted by me/us as final. If the retrenchment be withdrawn and submission of a fresh bill for the amount retrenched be sanctioned I/We shall submit this bill to the Principal Controller of Defence Accounts South Western Command, Jaipur with all necessary supporting vouchers, within fifteen days of such decision being given.

(d) My/our security deposit or any balance thereof remaining at the end of the contract shall not be returned to me/us until my/our accounts have been finally audited and settled and until I/We have executed the usual “No Demand” (IAFA-451).

(e) It will be mandatory for the suppliers/vendors to indicate their bank account number and other relevant e-payment details so that payment can be made through ECS/EFT mechanism instead of payment through cheque.

(f) GST. Provision of GST Act 2017 where even applicable will be complied with. All venders will register themselves and obtained GST No. In case of exemption a certificate to this effect will be forward to the paying authority to be submitted to PCDA alongwith bills.

18. In the event of withdrawal (or reduction in the number) of troops or animals and consequent of or reduction in demand, I/We shall not be entitled to any compensation. The Officer sanctioning the contract or Officer operating the contract will however, make reasonable endeavours to give warning of any impending complete withdrawal or of any reduction seriously affecting quantities likely to be required under the contract.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 15

19. (a) In the event of a state of emergency being declared by the President of India in the area under which this contract is held, and the control of supplies/services such as are required under the contract, being taken over by the Civil or Military authorities I/We agree to obtain my/our requirements for the purpose of this contract through and under the supervision of the same authorities and without extra cost to the Government, i.e., without altering the original tendered rate for supply under the contract.

(b) In the event of such state of emergency being declared while the contract is in force and within 61 days before expiry of the contract period, I/We hereby agree that, if desired by the Officer sanctioning the contract, the contract shall continue in force up to a date of 61 days after the date originally fixed for the termination of contract.

(c) Notwithstanding anything to the contrary herein contained if the Military situation necessitates such a course, this contract may be terminated by the Officer sanctioning the contract on giving the contractor 60 days notice (30 days notice in all short terms contracts of 6 months or less) at any time without the contractor being entitled any compensation on that account.

(d) After the state of emergency has been declared by the President of India which covers the area in which the contract is held the GOC-in-C South Western Command will have the sole discretion to decide the date from which the Military situation warrants the termination of the contract and such date will be communicated to me/us in writing and I/We agree to accept his decision as fully binding on us from that date.

(e) In the event of such State emergency being declared or is reasonably apprehended to be declared (as decided by the Officer sanctioning the contract whose decision shall be final on reasonable apprehension of declaration of State Emergency). It shall be obligatory on the part of the contractor to deliver the contracted items at any new location within the radius of 100 Kms from original contracted delivery point, as per decision of the contract operating officer. The case of extra payment on account of additional cost, if any, to the affected contractor may be considered on his request by the CFA after normalization of the situation. (Auth Min of Def UO No 4973/D(QS)/01 dated 11 Dec 2001 and Army HQ letter No 58371/Q/ST5 dt 20 Dec 2001).

20. I/We acknowledge that I/We have made my self/ourselves fully acquainted with all the conditions, and circumstances under which the supplies/services required under the contract will have to be made of furnished and with all the terms, clause, conditions, specifications and other provisions of the contract and I/We shall not plead ignorance of any of these as excuse in case of complaint against or of rejection of supplies/services tendered/supplied by me/us or with a view either to asking for enhancement of any rates agreed to in the contract or to evading any of my/our obligation under the contract.

21. (a) In the event of any dispute, a party may seek conciliation proceedings. The conciliation proceedings will be in accordance with the Arbitration and Conciliation Act, 1996 and the rules made thereunder and any statutory modification thereof.

(b) The party initiating conciliation shall send to the other party a written invitation to conciliate under this part briefly identifying the subject of the dispute.

(c) Conciliation proceedings shall commence when the other party accepts in writing the invitation to conciliate.

(d) If the other party rejects the invitation, there will be no conciliation proceedings.

(e) If the party initiating conciliation does not receive a reply within thirty days from the date on which he sends the invitation, or within such other reasonable period of time as specified in the invitation, he may elect to treat this as a rejection of the invitation to conciliate and if he so elects, he shall inform in writing the other party accordingly.

(f) There shall be one conciliator of the rank of Lt. Col. and above who will be appointed by contract sanctioning authority. The conciliator will be a serving officer who had not dealt with the contract in question.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 16

(g) If both the parties reach an agreement on settlement of the dispute, the settlement agreement shall have the same status and effect as if it is an arbitral/award on agreed terms on the substance of dispute rendered by an arbitral tribunal under section 30 of Arbitration and Conciliation Act. 1996.

22. The parties shall not initiate during the conciliation proceedings, any arbitral or judicial proceedings in respect of a dispute that is the subject matter of the conciliation proceedings except that a party may initiate arbitral or judicial proceedings where, in his opinion, such proceedings are necessary for preserving his rights.

23. (a) In the event of any question, dispute or differences arising under these conditions or any special conditions of contract, or in connection with this contract, (except as to any matter the decision of which is specially provided for by these or the special conditions) the same shall be referred to the sole arbitration of the officer sanctioning the contract as per powers conferred by clause (i) of Articles 299 of the Constitution or of any officer appointed by him not below the rank of Lieutenant Colonel. The award of the arbitrator shall be final and binding on the parties to this contract.

(b) In the event of the arbitrator to whom the matter is referred denying, neglecting or refusing to act or resigning or being unable to act, including transfer to another place or his award being set aside by the court on any reason, it shall be lawful for the contract sanctioning officer to appoint another arbitrator in place of out going arbitrator in place of or out going arbitrator in the matter aforesaid.

(c) It will be no objection that the arbitrator is a Government servant provide that such arbitrator had not been associated with the dispute or difference in question nor had expressed his views on any of the matters in such dispute or difference.

(d) It is further a term of the contract that no person other than the person appointed by the contract sanctioning officer as aforesaid should act as arbitrator and that, if for any reason that is not possible, the matter is not to be referred to arbitration at all.

(e) A demand for arbitration shall be in writing and made within six months form the date of termination of contract. The date of termination of contract shall mean and include :-

(i) The last date of delivery of goods according to the terms of the contract.

(ii) In case where the contract is cancelled wholly or partly, the date when the letter of cancellation is issued. It is also a term of the contract that in case the contractor/(s) do/does not make any demand for arbitration in writing within 180 days of receiving the intimation from the Government that the final bill in settlement of account is ready for payment or the date of which the dispute in regard to interpretation of terms of contract has arisen, the right of the contractor to claim arbitration will be deemed to have been extinguished and absolutely barred and by virtue of abandonment of the claims the Government shall be discharged and released of all liabilities arising out of the performance of the contract and the claims pertaining thereto.

(f) The arbitrator may from time to time without the consent of the parties to the contract but with the approval of competent financial authority to enlarge the time of making award.

(g) The arbitrator shall state the reasons upon which the award is based irrespective of the amount involved.

(h) The venue of the arbitration shall be in place from where the acceptance note was issued or such other place that the arbitrator at his discretion may determine.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 17

(j) Subject as aforesaid, the Arbitration and Conciliation Act, 1996 and the rules there under and statutory modifications there of for the time being is force or in rules made there under shall apply to the arbitration proceeding under this clause.

(k) It is a condition of this contract that by mere initiation or continuation of the Arbitration proceedings, the contractor shall not stop or suspend the performance of his contractual obligations.

(l) In this clause the expression “the officer sanctioning the contract” includes his successor in office or any other officer who is for the time being discharging the duties of such officer in addition to other functions or otherwise.

24. As provided in Arbitration and Conciliation Act 1996, either party may initiate for conciliation proceedings in the event of disputes arising out of legal relationships whether contractual or not and to all proceedings relating thereto.

25. Limitation to Act :-

(a) The mandate of the arbitrator shall terminate if :-

(i) he becomes de-jure or de-facto unable to perform his functions or for other reasons fails to act without undue delay; and

(ii) he withdraws from his office or the parties agree to the termination of his mandate.

(b) If a controversy remains concerning any of the grounds referred to in clause (a) of sub-section (i), a party may, unless otherwise agreed by the parties, apply to the court to decide on the termination of the mandate.

(c) If, under this section or sub-section (3) of section 13, of Arbitration and Conciliation Act 1996, an arbitrator withdraws from his office or a party agrees to the termination of the mandate of an arbitrator, it shall not imply acceptance of the validity of any ground referred to in this section or sub- section (3) of section 12 of Arbitration and Conciliation Act, 1996.

26. Termination of mandate and substitution of arbitrator :-

(a) In addition to the circumstances referred to in Section 13 or Section 14 of Arbitration and Conciliation Act 1996, the mandate of an arbitrator shall terminate :-

(i) where he withdraws from office for any reason or, (ii) by or pursuant to agreement of the parties.

(b) Where the mandate of an arbitrator terminates, a substitute arbitrator shall be appointed according to the rules that are applicable to the appointment of the arbitrator being replaced.

(c) Unless otherwise agreed by the parties, where an arbitrator is replaced under sub-section (2), any hearings previously held may be repeated at the discretion of the arbitral tribunal.

(d) Unless otherwise agreed by the parties, an order or ruling of the arbitral tribunal made prior to the replacement of an arbitrator under this section shall not be invalid solely because there has been a change in the composition of the arbitral tribunal.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 18

27. (a) I/We, in the rates tendered, have taken into consideration the effect of any new bill under discussion in the legislature.

(b) If the rate of the contracted items is increased or decreased by an act of legislature during the currency of the contract, then the contract rate will be correspondingly varied. (This para incorporated vide Army HQ letter No 58371/Q/ST5 dt 16 Dec 99).

28. I/We agree that children under 12 years of age will not be employed and that the hours of work for persons between 12 and 15 years of age will be limited to five hours per day. I/We agree that while employing civilian in the butchery, I/We adhere to the existing labour laws with regard to age as well as number of working hours per day.

29. I/We agree to pay fair wages to the labourers employed by me/us. In the event of any dispute as to what constitute their wages, the decisions of the Area Labour Committee shall be final.

30. I/We agree to the military local purchase organisation carrying out its activities and exploring markets in any area in which I/We may obtain produce to meet demands under this contract, either for the purpose of obtaining statistical records or for the purpose of purchasing any commodity for building up reserve or augmenting supplies in other districts as may be required from time to time or as may be consistent with any state or other Government control which may be introduced during the currency of this contract.

31. I/We understand that the authority calling for tenders is at liberty to conclude more than one contract for any item in one station.

32. I/We understand that I/We can quote the rates only for the contracts/items which are within my/our total residual contract carrying capacity without any restriction on the value of individual contract as per my classification.

33. I/we have no objection to issue of tenders to contractors irrespective of their classification based on either total value of a contract or on individual item basis.

34. A suit or other legal proceedings in respect of any dispute arising out of or in connection with or in relation to the contract can be instituted in only the court of competent jurisdiction situated in the locality from where the acceptance of tenders was issued.

Station : ______(Signature of tenderes(s) Dated : ______[Name in Block letters (Capacity/Prop/Partner)]

Signature of witness ______(Name in Block letters)

Address ______

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 19

CERTIFICATE REGARDING POSSESSION OF CONTRACT FORMS

To, The PRESIDENT OF INDIA Through Brig ASC Headquarters 10 Corps (ST) PIN-908510 c/o 56 APO

Dear Sir,

I/We hereby confirm that :-

(a) I/We am/are in possession of the following ASC contract forms and all amendments issued to date thereto :

(i) IAFZ-2120 - Tender Form. (ii) IAFZ-2137A - Instructions to the Tenderers. (iii) Instruction to Bidders for Online Tendering on CPP Portal. (iii) Appendix „A‟ to IAFZ-2121 - General Conditions and Special General Conditions. (iv) Bill of Quotations (BOQ ) - The Schedule. (v) Defence Food Specifications, Special Conditions & Rations scales for the supply of all items as mentioned in the Bill of Quotations (BOQ) and their authorized substitutes.

(b) I/We has/have read and fully understood the conditions laid down in these forms and shall be governed by these conditions in all contracts which may be concluded with me/us by the Government.

(c) Any other condition or conditions which the Government required will be included in the special conditions and will be forwarded to me/us alongwith the invitation to tenderers such of these conditions as may be agreed to and shall be binding on me/us in addition. Where the special conditions are at variance with the General conditions the former shall prevail.

Station : ______(Signature of tenderer(s)

Dated : ______[Name in Block letters (Capacity/Prop/Partner)]

Signature of witness ______(Name in Block letters)

Address ______

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 20

Appendix ‘A’ to IAFZ-2121 GENERAL CONDITIONS

Note :- In case any conflict or inconsistency between these general conditions and the conditions contained in the printed form IAFZ-2137-A, the provisions contained in the general conditions shall prevail.

I/We agree that :-

1. (a) The supplies will be tendered in accordance with revised Defence Food Specification No 103 live stock (MOH Sheep/Goat), 115A for meat dressed, 154 for poultry dressed, 155 for poultry alive, 68 for Fruit fresh, 199 for vegetable fresh, 152 for Potatoes fresh, 141 for Onion dry, 71 for Garlic , 53 for Eggs fresh, 61A for fish fresh, 120 for Milk Fresh and 21 for Butter fresh etc as the case may be are attached to this tender.

(b) At stations where there is a delivery clause in the contract agreement of a ASC Supply Depots, OIC delivery point nominated as such will also be the contract operating officer of the delivery point and at all other station, OC stations/unit, Sector Cdr, OC Military Hospital (as the case may be) or their nominated representative will be the Contract Operating Officer.

2. The supplies under this contract shall be of the quality or sort in every respect equal and answerable to the Defence Food Specification forming part of this contract. I/We also agree that the Defence Food Specification referred to in this contract shall be minimum standard of size or quality of supply and goods supplied shall be best according to season and according to the said specification and as the contract operating officer shall approve.

3. (a) The supplies tendered will be subject to inspections and approval by the supply/operating officer concerned and/or the OC Unit (including hospitals) or his representative and in case of Meat on Hoof, Poultry alive/Fish whole by the local veterinary officer and medical officer in case of Milk fresh, as may be necessary, as well as the contract Operating officer or his authorized representative as aforesaid, any supplies rejected by either of the above authorities on inspection before or during the issues will be replaced by me/us at once. If not replaced, the officer, concerned may procure the supplies at my/our risk and expense under the provisions of clause 7(b) of IAFZ-2120. Any supplies issued from Government stock in accordance with clause 7(b) of IAFZ-2120 shall be charged at Government payment issue rates current at the time as given in the Stock Book Rate list at the time of issue.

(b) The supplies at the posts and camps concerned will be made at place fixed by the Officer Operating the contract or ASC Officer concerned and where the area/being covered by the supply are and without prejudice to such posts and camps/situated on or off the line of rail/road. I/We will make arrangement at my/our expense for conveyance of supplies and requirement if any by rail/road. Notice of requirement at post and camps will, whenever possible, be given to me/us one week in advance.

(c) The Government reserves the right to issue the produce of any Government or Government aided/sponsored scheme either within or without the area covered by the contract in lieu of any articles being supplied by me/us under the contract and I/We shall have no claim against the Government as damages or compensation on account of the suspension of supplies in full or in part, caused by such issues.

(d) The officer operating the contract will be at liberty to issue authorized substitutes in lieu of the article contracted for, from Government stocks which may be due to turnover or essential to be consumed within specified period to avoid loss to the state or any other reasons and that I/we shall not claim compensation for any under drawls from me/us on that account.

(e) I/We shall ensure a sufficient and continuous supply of commodities through out the period of my/our contract with due regard to sub para (c) and (d) above.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 21

4. Supplies will weighted and delivered in the transport arranged and paid for by me/us at any place within the area covered by the supply. Area as specified in the heading of the Schedule in the Bill of Quotations (BOQ) at such times and in such quantities as the Officer Operating the contract or ASC Officers concerned or his representative may direct. All labour for loading/unloading my/our goods from the transport at the place of delivery and for weighing over supplies at ASC Supply Depot and/or Units be paid by me/us.

5. (a) In the event of any dispute of supplies, between me/us and the officer operating the contract regarding qualities/quantity of the supplies tendered. I/We agree to abide by the decision of the OC Station or such officer as may be detailed by the OC station to investigate the case and his decision shall be final and binding.

(b) The supplies required under this contract includes for troops and all other personnel paid from defence budget and national of any other country for whom the Government of India accepts responsibility and who happen to be or becomes dependent on this supply area during the period for which this contract is in force.

6. (a) Any restrictions whatsoever imposed by the local or State Government on the export or import of the articles contracted for will not absolve me/us from the obligations of the contract and will not be accepted as an excuse for non-delivery of the same.

(b) I/We agree to supply the contracted articles irrespective of whether they are required to be consumed in the supply area specified in the schedule as per the Bill of Quotations (BOQ) or any station outside the contract supply area.

7. (a) The supplies required under the contract include those for Army, Air Force, Navy, Para Military Forces, Civilians and nationals from any other countries for whose subsistence Government of India accepted responsibility and who happens to be in or come into the area covered by the contract.

(b) I/We understand that stations in the schedule as provided in the Bill of Quotations (BOQ) are of permanent nature and are covered by my/our contract. Any stations which may be created, or camps of exercise located within the Area of 80 Km of the station mentioned in the schedule will also be covered by my/our contract.

8. (a) The receipt for transaction as they occur will be passed to me/us by the ASC Officer/OC/Unit/Hospital concerned on IAFZ-1520/IAFZ-2135 which will support by my/our bills to the CDA Western Command Jaipur for audit and payment .

(b) I/We hereby agree that payment for supplies tendered by me/us under the contract will be made to the credit of my/our account in a recognized bank in the Union of India.

(c) I/We am/are required to acknowledge the receipt of all cheques issued in my/our favour with regards to cheques send to me/us by post, I/We shall acknowledge receipt within 15 days from the date of their receipt, failure on the part of me/us to acknowledge, receipt will render me/us liable to forfeit the privilege of receiving cheques by post unless I/We furnish a satisfactory explanation for my/our default in this receipt. Payment through cheques sent by post shall not be resumed and I/We shall be required to obtain cheques for future payment from the office of the CDA after rendering proper receipt.

9. (a) In the event of issue of tinned substitutes at my/our risk and expense in accordance with the terms of the contract that the cost of excess quantity, if any involved in making to issues to troops will be in addition to cost recoverable from me/us for issue of such substitute and be charged and borne by me/us.

(b) When Government supplies are available supplies will be drawn under this contract from me/us only to the extent required to make good deficiencies under the former and I/We will not claim compensation in such cases.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 22

10. (a) The quantities shown in Schedule as provided in the Bill of Quotations (BOQ) are approximate requirements. There is no guarantee that the requirement shall remain at this level and uniform throughout the period for contract/agreement. No claim for compensation whatsoever shall be made by me/us or entertained by the Government on above/below upto 25% of the schedule quantities, no request for exgratia payment will be made by me/us.

(b) I/We understand that any of varieties of supplies for which tenders have been given may be demanded by the officer operating the contract and I/We agree to supply at the tendered rates for such articles. I/We agree that in the event of my/our failure from any cause whatsoever to supply the article, the contract operating officer is at liberty to purchase from another sources at my/our risk and expense these articles or substitutes that may be sanctioned by the Government. The articles may be purchased from any out station at my/our risk and expense and transportation and other incidental charge on this account will also be recovered from me/us.

11. (a) The approximate requirement shown in the schedule as provided in the Bill of Quotations (BOQ) need not be equally distributed over the period of this contract by the contract operating officer.

(b) In the event of medical authorities prohibiting consumption of any item of the articles agreed to be supplied hereunder, such items will not be supplied by me/us and no compensation on the account will be preferred by me/us against the Government.

(c) I/We agree that when risk purchases are made against me/us, the officer operating the contract, reserves to himself the right to make such purchases at my/our risk and expense from what ever sources possible.

12. (a) To so modify alter arrange me/our methods or institute new methods for handling storage slaughter manufacture, transportation and delivery of supplies as the officer operating the contract shall direct.

(b) If it is decided to issue substitutes in the event of failure for supply of contracted articles the same will be purchased at my/our risk and expense from whatever sources possible.

(c) Under this contract, I/We cannot refuse to provide for, issue of substitutes for, any other items or item in ration scale of Army (include Para Military Force), Air Force, Navy and Sainik School. The items thus supplied will be paid for as per rates quoted in the schedule as per the Bill of Quotations (BOQ). I/We will not have any claim for special rates in respect of articles thus provided.

13. (a) To employ a reliable agent holding my/our power of attorney to report to the officer operating the contract or his representative to receive demands and tender/delivery supplies as well as to carry out all works connected with this contract on my/our behalf, if the contract is not handled by me/us personally.

(b) The contract also caters for bonafide payment issues to troops and other entitled personnel and other Government departments.

14. (a) All persons employed by me/us in handling, storage, carriage and delivery of articles to be supplied under this contract shall be healthy and also clean in person and clothing. They will be subject to medical examination as and when desired by the Medical authorities concerned and any person found to be medically unsuitable will be replaced by suitable man without undue delay. If so desired by the medically unsuitable will be replaced by suitable man without undue delay. If so desired by the medical authorities such employees will under go vaccination and inoculation failing which they will not be engaged or employed for handling supplies under the contract.

(b) I/We shall be responsible to pay octroi/terminal/sales/or any other tax levied on contract supplies to municipal , Cantt or any other civil authorities.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 23

15. (a) In the event of any agent employed by me/us for the delivery of supplies. Such agent may be approved by the Supply officer concerned. Agent(s) considered undesirable by the officer operating the contract will be replaced by me/us by suitable/desirable person(s).

(b) The contract is liable to terminate at 60 days notice should a change in system be ordered by Army Headquarters. In the case of contract for a period of upto six months, the notice will be 30 days.

16. When making supplies I/We or my/our representative(s) will initial the copy of IAFS-1520 at the time of issue and obtain initials of unit representative drawing supplies on my/our copy of same. I/We shall obtain weekly signature of a commissioned officer on the same as per instructions on the reserve of therein before receipt of the form. I/We shall accept the initial of such representatives as fully binding on me/us.

17. The Commodities will be supplied in my/our packing material, which I/We shall arrange to recover at Supply Depot or Unit concerned under my/our own arrangement. Claims for loss or damage of packing material while on military charge, fair wear and tear accepted, must be submitted within one calendar month of alleged loss or damage. The amount to be paid will be settled by the officer executing the contract or an officer deputed by him whose decision will be final and binding on me. The containers/packing material will be in hygiene conditions as acceptable to the contract operating officer.

18. (a) As long as there is no control order under which the maximum price is fixed below the agreed price the Government shall pay for the goods supplied at the agreed rates and in the event of such a control order being made and put in force the price shall be minimum fixed under the control order in force at the time of delivery.

(b) I/We agree that the Govt will not be responsible for any loss that may result from the failure of the Bank on which cheques in payment of contractors bills are issued.

(c) I/We agree to deposit within ten days in the form specified by MG ASC South Western Command the amount required to make up the security deposit to its original sum as a result of failure of the Bank. On my/our failure to deposit the amount within ten days of the issue of such deposit notices. I/We shall have no objection to the deduction of such amount from any my/our bills/dues outstanding against the Government and/or recovery from my/our moveable/immovable property.

19. If in the opinion of the officer sanctioning the contract, the failure of supplies is due to quotation of fictitious rates he may at his discretion rescind the contract and enter into another contract at my/our risk and expense.

20. (a) I/We to undertake ensure before submission of IAFS-1520 with the bill to the PCDA South Western Command Jaipur that all entries/over written/altered are entered a fresh and attested by the officer concerned as many time as fresh entries are made.

(b) The payment of supplies accepted by the Military department will be made to credit of my/our account in a recognized bank of the Republic of INDIA and the bill shall be receipted and endorsed by me/us in favour of the bank, payment of a bill which is signed but not receipted and endorsed in favour of the bank will be made on production of a legal power of attorney or authorization, authorizing the bank to receive payment on my/our behalf.

(c) I/We understand that the above procedure will not in any way effect the rights of the Government to deduct from bills (whether endorsed in favour of the bank or not) any sums due to them by me/us on account of penalties over payment etc on the contract to which the bills pertains or any other contract with Government of INDIA.

(d) Open cheques, may however be issued at my/our request in writing to PCDA South Western Command, Jaipur in which case I/We agree to cheques from the officer who receive the articles for which payment is made. I/We understand that open cheques will not be sent by post to me/us direct.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 24

21. I/We hereby agree that the President of India shall be discharged from all liabilities under the contract or otherwise in relation to the subject matters there of unless an arbitration or suit where such suits lie ie. commenced within 6 months from expiration of the period mentioned in the tender or any extension thereof. The officer sanctioning 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 sanctioning the contract practicable for me/us to commence such arbitration or suit within the period aforesaid. Nothing contained in the above provisions shall apply to the refund of such portion of security deposit as is refundable to me/us under all admissible deduction. The arbitrator (s) may from time to time, with the consent of the parties enlarge the time for making and publishing the award.

22. (a) I/We agree to pay the hire charges for the Government Transport supplied to me/us on request in case of any failure of public transport service due to any cause(s) at the rates fixed by the Government in accordance with the orders which may be current at the time the transport is hired. In case prevalent rates in the Station fixed by the local/state authorities are higher than normal rates or daily rates as stated above. I/We agree to pay at the higher rates of hiring.

(b) The present normal rates for supply of Government transport to me/us are as under in the circumstances mentioned in sub para (a) above and sub para (g) below :- S/No Type of Vehicles 1st 10 km Per km thereafter

(i) Lorry 3 Ton S/Man 290.00 28.72 (ii) Lorry 4 Ton TATA 310.00 31.06 (iii) Truck 1 Ton NSN 295.00 29.63 or as amended from time to time (iv) Truck 1 Ton TATA 215.00 21.37 (v) Lorry 6.5 Ton LPT 300.00 30.14 (vi) Lorry 10 Ton 530.00 52.77 (vii) Truck 2.5 Ton 290.00 28.80 (viii) Lorry 5/7.5 Ton 420.00 42.16 (ix) Swaraj Mazda 235.00 23.46 (x) Allwyn NSN/DCM Toyota 260.00 26.05 (xi) Eicher Canter 265.00 26.05

Note :- The daily duty will be reckoned as 8 hours with a maximum run of 120 KMs from garage to garage. In case of vehicles covering more than 120 KMs or are used longer than 8 hours, the hire charges will be calculated two days. In case Government vehicles hired by me/us for less than 8 hours and/or cover less than 120 KMs a day, the charges will be recovered at daily rates and not at proportionate rates.

(c) I/We am/are aware that these rates may be enhanced by the Government/GOC-in-C South Western Command I/We agree that recoveries may be affected from me/us at such enhanced rates and I/We will not prefer any claim on account of such enhancement.

(d) I/We clearly understand that the aforesaid clause does not in any way bind or oblige the Government to provide me/us with these services. The decision of the Station Commander in this matter will be final and binding on me/us.

(e) In the event of Government transport being supplied to the contractor/commission agents, the contractor/ commission agents will ensure that such transport is used to the best advantage to the state, and it is not wasted due to carelessness on the part of contractor/commission agents in failing to notify the military authorities of any holiday on such occasion when labour is not available or when military transport cannot be fully employed.

(f) Any case in which it is proved that the contractor/commission agents have failed to utilize transport to the best advantage of the state, he/they render himself/themselves liable to such penalty as may be fully employed as decided by the military authorities.

(g) In the event of Government transport being used/employed as a result of my/our failure to fulfill my/our contractual obligations under the contract, the hiring charge to be recovered from me/us will be calculated at rates given in clause 22 (b) above or those current at the time.

23. (a) To take all reasonable steps necessary to ensure that all persons employed by me/us in any work in connection with the provisions of Official Secret Act and of rules made there under.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 25

(b) Communication of any information known during the implementation of the contract by me/us my/our servant or agent to any person not concerned with such information shall be treated as non compliance with the provisions of Official Secret Act and/or rules made there under and render me/us liable to such punishment as is/are described there under.

(c) I/We am/are aware that non compliance with the above instructions shall constitute breach of the contract and shall in addition to have liability referred to in clause 23(b) also entitle the officer sanctioning the contract to cancel the contract and to purchase the articles or its substitutes at my/our risk and cost in accordance with clause 8 of IAFZ-2120. In the event of such cancellation the articles contracted for or its authorized substitutes shall be procured by the officer sanctioning the contract or his representative of 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.

24. The rates tendered are inclusive of the transport charges to the places where the supplies have to be delivered and all packing charges including charges for the return of empty packing materials.

25. I/We clearly understand that I/We cannot claim to be issued with petrol/diesel either free or on payment from military sources for conveyance of supplies to be delivered under this contract. Petrol/diesel required for this purpose will be arranged from civil sources under my/our own arrangements and non supply of petrol/diesel will not absolve me/us from my/our contractual obligations to fulfill the demand placed on me/us.

26. (a) To supply the contracted articles irrespective of whether they are required to be consumed at delivery points or any other stations. The responsibility of transportation of these articles from delivery points to any other stations where these are required to be consumed will be that of the Government. (b) Any restrictions issued by the local bodies or state Govt in the export or import of the articles contracted for this contract will not absolve me/us from obligations of this contract and will not be accepted as an excuse for non delivery of the same.

27. Any delay in payment of my/our bills by the PCDA South Western Command, Jaipur with holding by him of payment or any money to me/us on any account will not absolve me/us from the responsibility of carrying out my/our contractual obligations under terms of the contract.

28. As soon as I/We have signed the General conditions, it will be deemed that I/We have fully read and understand all the conditions both in the General Conditions, Special General Conditions, IAFZ-2120 and IAFZ-2137-A and ignorance of any of these conditions after the contract has been concluded will not be considered as an excuse for non-fulfillment of any terms laid down therein.

29. In addition to the forms of security deposit specified in clause 7 of IAFZ-2137 (instructions to tenderers) forming part of the contract, security deposit may also be lodged in any of the under mentioned forms :-

(a) Fixed Deposit Receipts of the scheduled bank other than State Bank of India rendered as Security Deposit may be accepted provided the bank concerned deposit with Reserve Bank of India care of Government Securities to cover the fixed deposit receipts. (b) Cash Certificate or other similar instrument representing any special clause of deposit issued by scheduled bank in favour of Government Department on behalf of their constitutes subject to the same conditions as prescribed for the acceptance of fixed deposit receipts. (c) Investments in the National Plan Loan in the form of Govt Promissory Notes. (d) Treasury saving certificates and National Certificate at their Surrender value.

30. (a) The Army Local Purchase Organisation carry out its activities and explore markets in any area in which I/We obtain or produce to meet the demands under this contract either for the purpose of obtaining statistical records or purchasing any commodity for building up reserve or augmenting supplies in order station/area as may be required from time to time or as may be consistent with any State or other Government control which may be introduced during the currency of this contract.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 26

(b) In case of contract for meat group items it is certified that I/We shall supply meat dsd as given in the schedule as provided in the Bill of Quotations (BOQ). In the event of CFA‟s decision to issue meat dsd/MOH on all days, I/We also agree to supply such additional quantity of meat dsd/MOH required totaling to quantity ______Kgs at the same rate. I/We further undertake to supply 25% over or under the quantity of meat dsd/MOH mentioned above in both contingencies without any demand or asking for cost compensation.

(c) I/We comply with scales of basic items and its authorized substitute attached to this tender owing to the introduction of additional alternatives of Meat for JCOs/OR by the Government.

31. The quantities stated in schedule as provided in the Bill of Quotations (BOQ) as Approximate Requirement are only given as a rough guide plus/minus upto 25% variation over Approximate Requirement 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 rate whether the quantities demanded therein be within or in excess of the Approximate Requirement.

32. (a) I/We understand that the Government of India and or State Government are giving special encouragement and support to selected person(s) for the production of items contracted for in this contract and understand that if required by the officer operating the contract to purchase the requirements of such articles under this from such of the above mentioned persons as may be indicated by him and made arrangement for collection, transportation and delivery of the same pay the or same that such rate as shall be fixed on the basis of clause (b) thereof and indemnity Government and claim on account of such supply.

(b) The rates to be paid by Government of India to me/us for supplies obtained under this special conditions shall not withstand anything in the main contract rates fixed by Government of India or State Government for payment to the producer(s) plus the cost of transportation from the fixed point at which supplies are taken over to point they are handed over to the supply officer concerned plus at fixed rates to rates to cover the profit and over-head expenses, calculated at 13% (Thirteen percent) or the price paid to the producers. Nothing therein shall prevent the tendered rates applying to the supplies not required by Government to be obtained from special sources provided for by this special conditions.

33. I/We will quote for contracts upto the value of Rs. ______(which is my contract carrying capacity) only and will have no objection to the contract being awarded to the higher tenderer should the value of the contract exceed the above value of this contract or other contracts for which mine may be the lowest tender is such eventualities.

34. All Octroi, terminal/municipal dues, sale tax royalty charges or any other tax/charges payable to any authorities on supplies in connection with contract shall be paid by me/us and no claim on this account will be preferred by me/us against the Government.

35. I/We agree that the Government shall have the right to issue the articles contracted for or their authorized substitutes mentioned in the Schedule as provided in the Bill of Quotations (BOQ) as provided in the Bill of Quotations (BOQ) obtained from any Central Government aided/sponsored scheme, from State Government/Unit Gardens either within or outside the areas covered by this contract or Government tinned stuff in lieu of any articles being supplied by me/us under this contract and I/We shall have no claim against the Government as damage or compensation on account of suspension/reduction or cessation of supplies caused by such issues.

36. (a) The President of INDIA shall be discharged from liabilities under this contract or otherwise in relation to the subject matter, thereof unless an arbitration on a suit, where such suit lies, is commenced within six months from the date of expiry of the period mentioned in clause of IAFZ-2120 or any extension thereof. (b) The officer sanctioning the contract may extend the period of six months aforesaid in writing if owing to audit objections it is not practicable for me/us to commence such arbitration or suit within the aforesaid, period also. Nothing contained in the above provision shall apply to the refund of such portion of security deposit as if refundable to me/us after all admissible deductions.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 27

37. I/we have in the rates tendered taken into account the effect of any new bill/bills under discussion in the Legislative Assemblies/Parliament.

CERTIFICATE FOR DELETION OF INAPPLICABLE WORDS IN CONTRACT DOCUMENTS

Whenever I, My, Me, myself/We, our, us and ourselves occur in this contract deed, I, My, Me, Myself/We, our, us, ourselves may please be considered as deleted.

(Name of the person authorized to sign document in block letters)

Name ______

Witness Address ______

______

Occupation ______

Date ______day of ______

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 28

SPECIMEN SIGNATURES

Three specimen signature(s) of the person(s) authorized to sign all contract documents pertaining to the Government contract for the supply of Fruit Fresh at Supply Point ASC Lalgarh Jattan for the period from 01 Oct 2018 to 30 Sep 2019 are appended below :-

1 ______

2 ______

3 ______

(Name of the person authorized to sign document in block letters)

Name ______

Witness Address ______

______

Occupation ______

Date ______day of ______

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 29

SECRETARIAT OF THE TECHNICAL STANDARDISATION COMMITTEE (FOOD STUFFS) (DIRECTORATE GENERAL OF SUPPLIES AND TRANSPORT)

DEFENCE FOOD SPECIFICATIONS-2016

SPECIFICATION NO 68 (REVISED) : FRUITS FRESH

PART- I: GENERAL SPECIFICATION

Quality

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

2 Cold Storage. Fruits fresh from cold storage may be accepted provided that it possess all qualitative requirements as applicable to fruits fresh and have not undergone any physiological damage, deterioration or ripening staleness, due to low temperature treatment. Such fruit fresh shall be free from freeze burns and shall be properly thawed. Cold storage fruit fresh in any case will not be accepted during the natural availability season of that fruit fresh, including early and late maturing. These will also be free from abnormal external moisture, excluding slight condensation following removal from cold storage.

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

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

Variety

5. General. The type and varieties of fruits fresh for consumption will be selected from those mentioned in this specification. Where specific varieties of a particular fruit fresh have been mentioned the same will be procured. The type (including varieties where applicable) and percentage of fruits fresh will be at the discretion of the Executive Officer in consultation with the local Medical Authorities, if necessary. The type/varieties of fruits fresh which are naturally

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 30 available in a particular season will be selected as far as possible to derive maximum benefit of freshness and nutrition besides placing minimum reliance on cold storage fruits.

6. Local Varieties. Locally available fruits fresh and their varieties (other than those mentioned in this specification) may also be accepted, in case of troop‟s preference or non- availability of varieties mentioned in this specification, after general market survey. Size and number of fruits fresh to a kilogram of those selected, will be fixed by the Executive Officer considering its purchase. Such fruits fresh should not exceed 10% of total annual requirement.

7. Imported Varieties. Varieties of imported fruits fresh already mentioned in this specification will be acceptable. Imported fruits fresh not mentioned in this specification may also be acceptable, provided troop‟s preference is there for the same. Survey will be necessary for its availability, acceptability, nutritional content, financial implications, etc. Size and number of fruits fresh to a kilogram of those selected, will be fixed by the Executive Officer considering its purchase. Such fruits fresh should not exceed 5% of total annual requirement.

Inspection

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

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

Tolerance

10. Seasonal Tolerance. To account for specific regional effects or adverse seasonal impacts on the quality or early/ late seasonal variance or early/ late availability, the same may be approved by the Executive Officer considering its purchase, after ascertaining the facts and communicated in writing to all concerned.

11. Minor Tolerance. Without any effect on the nutritional character and palatability of fruits fresh a combined tolerance limit of upto 5% for minor tolerances on surface area, as well as number of fruits fresh, laid down in this specification will be acceptable to accommodate seasonal/crop variations, being an agricultural product. For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 31

12. Weight/Number Tolerance. Within a particular variety all individual fruits fresh should weigh/number 10% (+/-) of the average weight/number of the fruits fresh. Average weight/ number may be obtained by measuring a fair quality of the particular variety of the fruits fresh.

13. Major Defects. Fruits fresh showing any major defects as mentioned in this specification will be rejected.

14. Region wise availability including early or late ripening due to natural climatic conditions may be suitably incorporated by the Executive Officer in the annexure II to schedule. Fruits fresh will be of the same variety, quality, size, and degree of ripeness in one offering. Two or more varieties of a particular fruits fresh will not be mixed during the offerings. Acceptable tolerance will be applicable to all fruits fresh including local varieties.

PART-II : QUALITY PARAMETERS AND DESCRIPTION GROUP I – MAJOR FRUITS

(Total quantity of this group will not be less than 60% of annual requirement)

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

1. Fruit Characteristics. Apple will be fine grained, sweet, juicy, mature and good smelling. It will be of normal bloom, glossy smooth skin, stem intact (if removed brake should be clean). Colour of apple will be characteristics of the variety, which generally ranges from creamy white, light green, golden, pink to red with small dots scattered all over. It will be of even size, shape and weight for each variety. It is generally available from August to February.

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

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

4. Recommended Varieties.

(a) Red Delicious. Fruit is large-sized, oblong-conical in shape, reddish- greenish- yellow in colour with red streaks. Flesh is creamy, juicy, aromatic and sweet in taste.

(b) Starking Delicious. Fruit colour is greenish-yellow, covered with dark red stripes all over the fruit. Flesh is creamy, juicy, aromatic, sweet in taste with excellent quality.

(c) Ambri. Indigenous variety of attractive apple with extra-ordinary keeping quality. Fruit is medium to large in size and oblong in shape. It has red streaks over a greenish-yellow colour background. The pulp is white, crisp and sweet.

(d) Golden Delicious. Fruit is medium in size, round - conical to oblong in shape. Fruit colour is greenish yellow which turns to golden-yellow on ripening. Some fruits are half flushed with pale orange. Flesh is creamy, crisp, fine textured, juicy, sweet, little acidic with good aromatic flavour.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 32

(e) Red Chief. Fruit size is medium to large, conical in shape, dark in colour and stripes are present on blush. Fruit is uniformly coloured. Flesh is creamy yellow, firm, juicy, aromatic and sweet in taste.

(f) Red Spur. Fruit size is medium to large, conical in shape. Fruit is dark red in colour. Flesh is creamy-yellow, firm, juicy and sweet in taste.

(g) Imported varieties. Fuji, Honey Crisp, Gala, Braeburn.

(h) Other Important Varieties. Red Gold, Macintosh, Sunhari, Khuru, American.

Banana ( Hindi name - Kela, Botanical name - Musa Sapientum)

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

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

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

4. Recommended Varieties.

(a) Dwarf Cavendish. Leading variety of Banana. Fruit is large, curved, skin thick and greenish, flesh soft and sweet. The greenish colour of the fruit is retained to some extent even after ripening, but fruits ripening during the winter season develop yellow colour. Average bunch weighs about 20 kg.

(b) Harichal. Fruit is large, skin thick, greenish to dull yellow, sweet and delicious. Average bunch weighs about 20 kg.

(c) Nendrun. Fruit is relatively longer and thicker than most other bananas. The bunch is not compact. Average bunch weighs about 15 kg.

(d) Safed Velchi. This variety is under stray cultivation, the fruit is medium size, firm flesh and sweet. Average bunch weighs about 15 kg.

(e) Poovan. Fruit is medium to small in size, yellow skinned, firm flesh with a sub-acid taste. It has good keeping quality. Average bunch weighs about 15 kg.

(f) Martman. Fruit is medium size, similar to Poovan in appearance. Skin is thin, ivory yellow in colour, flesh firm, sweet with a pleasant aroma. Average bunch weighs about 12 kg. For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 33

(g) Champa : The bunch is cylindrical with closely packed short, stout and bottle necked fruit. At maturity, the fruits are dark green and turn to golden Yellow on ripening. Pulp is Yellowish juicy soft tastes a blend of sweet and acidic and a unique flavor. Size of fruit/finger varies from 12 to 14 cm in length and 3 to 4 cm in diameter. Each fruit weighs 65 to 75 gm. 12 to 14 fruits/fingers constitute one Kg.

(g) Other Important Varieties. Robusta, Chinia, Basrai, Virupakshi, Lal Banana.

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

1. Fruit Characteristics. Mango will be mature, ripe, firm, juicy, yield slightly to finger pressure, smooth thin skin, sweet, pleasant aroma. The colour generally ranges from light green to yellow (lemon/golden) to orange as per variety. The shape generally ranges from oval, heart shape to oblong shape. It will ripe on trees or under normal storage conditions. It will have good pulp recovery. It is generally available from March to August.

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

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

4. Recommended Varieties.

(a) Safeda. Fruit has attractive apricot yellow peel, medium to large in size with good pulp recovery. The taste and flavour are excellent.

(b) Ratna (Neelum x Alphonso). Fruit is medium to large size, deep yellow colour, pulp recovery is very good, pulp is orange in colour. Fruit is free from spongy tissues. The fruit taste is sweet.

(c) Kesar. Fruit is rated second to Alphanso in terms of quality. Fruit is medium to large size, very good taste and sugar acid blend is excellent.

(d) Deshari. Fruit is primrose to canary yellow with abundant light yellow dots, medium size with smooth skin. The flesh is yellow, firm, with almost no fibre and a delightful aroma and very sweet taste. Stone is thin.

(e) Langra. Fruit is greenish yellow with medium to big dark green dots, ovalish-oblong in shape and medium size. The flesh is firm to soft, fibreless, lemon yellow, very sweet with strong pleasant aroma, juice moderately abundant.

(f) Chausa. Fruit is canary yellow to raw sienna when fully ripe with numerous obscure medium size dots with minute specks inside them. The skin is thin and somewhat adhering to pulp. Pulp soft and juicy with scanty fine, long fibre near the stone. The fruit is very sweet with luscious, delightful aroma and excellent quality.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 34

(g) Banganpalli. Fruit is primrose-yellow, large size, obliquely oval, skin smooth, thin and shiny. The flesh is firm with juice moderate to abundant and without fibre. Very tasty and delightful.

(h) Bombay Green. Fruit is medium size, has strong and pleasant flavour. Pulp is soft and sweet.

(j) Himsagar. Fruit is medium size, having good quality. Flesh is firm, yellow, and fibreless with pleasant flavour. (k) Alphanso. Fruit is very popular, medium size, ovate - oblique in shape, orange yellow in colour, has attractive blush towards the basal end. Pulp is firm, fibreless with excellent orange colour.

(l) Neelum. Fruit is medium size with good flavour, soft flesh yellow in colour and fibreless.

(m) Raspuri. Fruit is medium size, dark green in colour, flesh is yellow, pulp is soft and very juicy with long fibres, very sweet to taste.

(n) Sindura. Fruit is medium size, upper part as red and lower part as green. Flesh is firm, juicy, yellow, sweet with scant fibres.

(o) Mallika. Fruit is light green in colour, medium to large size with good pulp recovery. Very sweet to taste. Pulp is soft and fibreless, has delightful aroma.

(p) Malgoba. Fruit is large size, dark green in colour. Flesh light yellow in colour, firm, juicy and very sweet.

(q) Fazli. Fruit is large size, longish-oval shaped, green-yellow in colour, deep yellow pulp, sweet to taste.

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

1. Fruit Characteristics. Orange will be mature, ripe, juicy, fresh, bright bloom, waxed look, firm, smooth skin (not more than 5 mm thick), sweet, low acid flavour. Uniform colour is generally from light to full orange with red blush, dark red or burgundy flesh, yield to slight pressure, round to oval in shape. It has very high juice content. Minimum juice extraction will be 35% for all varieties. It is generally available from July to March.

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

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

4. Recommended Varieties.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 35

(a) Nagpur. This variety occupies premier position and is one of the finest oranges in the world. Fruit size is medium to large, smooth surface, glossy, rind thin, soft, loose segments and rind, with 10-12 segments, excellent quality.

(b) Hamlin. Fruit size is medium, deep greenish yellow colour changing to orange-red with full maturity, apex rounded and very slightly scarred, base smooth and rounded, rind very smooth bright thin, having 11-12 segments, flesh deep orange-yellow, juice abundant, acidity and sugars well blended, flavour excellent.

(c) Jaffa. Fruit size is medium to large, colour orange-yellow to orange red, globose to ellipsoid, apex rounded, base rounded, rind smooth, finely pitted, 9-12 segments, flesh yellow, fine grained, pulp melting, acidity and sweetness normal and well blended.

(d) Malta Blood Red. Fruit size is medium to large, round or slightly long, cadmium-yellow rind usually thin, tight and glossy, pulp streaked red early in season and full red when ripe, fine grained, melting, sweet, acidity well blended, juice abundant.

(e) Sathgudi. Fruit almost spherical, small to large, smooth surface, attractively orange coloured when fully mature, base and apex evenly rounded, rind thin, semi- glossy and finely pitted. Pulp uniformly straw coloured, juicy, flavour excellent, 10-12 segments.

(f) Valencia Late. Fruit is medium to large, round or slightly oval, deep golden orange, apex rounded, slightly flattened, scarred, base smooth, rounded, rind thin, smooth, tough, pulp orange coloured, juice abundant, melting, acidity and sweetness well blended, excellent flavour and quality.

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

1. Fruit Characteristics. Guava will be thin skin, smooth/ bumpy surface, firm, ripe, sweet, mature, with good aroma. It will have thick pulp with seeds, which becomes softer towards the centre. It is generally round, oval, pear shaped as per the variety. Its colour is generally green, pale green to yellow. The pulp will be white, yellow, pink, salmon or red as per the variety. It must not yield to fair pressure. It will have typical fragrance and will be tree ripe. It is generally available from September to April.

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

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

4. Recommended Varieties.

(a) Allahabad Safeda. Fruit is large, round, smooth skin, seeds numerous, bold and hard, yellow white in colour. Flesh white, firm and soft.

(b) Lucknow-49. Also called as Sardar. Fruit is large, roundish/ orate shape, skin- prim rose yellow in colour, pulp white, very sweet and tasty.

(c) Allahabad Surkha. Fruit is large, uniform pink skin, deep pink flesh, sweet, strong flavour with few seeds.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 36

(d) Chittidar. Fruit is large, round, smooth skin, yellow white in colour. Flesh white, firm and soft. It will have numerous red dots on skin, high sweetness, small/soft seeds.

(e) Other Important Varieties. Nagpur seed less, Bangalore, Dharwar, Akara Mridula.

GROUP II - MINOR FRUITS

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

1. Fruit Characteristics. Pear will be firm, sweet, juicy, crunchy, skin intact, evenly sized, sweet smelling with a dull bloom, stem intact and no foreign matter, with uniform rough skin and typical long pear shape with elongated, tapering neck. It is generally yellow green to dark green in colour. It is generally available from September to February.

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

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

4. Recommended Varieties.

(a) Nashpati. Firm, crunchy, sweet, granular, green colour, medium size.

(b) Pears Kashmiri. Juicy, firm, sweet, light green colour, large size, soft flesh.

(c) Bagu Gosha (Bartlett). Very juicy, easy to bite, melting in mouth, sweet, light colour, large size, excellent food quality.

(d) Pears William. Juicy, sweet, large size, green colour.

(e) Pears Stone. Firm, juicy, sweet, medium size, green colour.

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

1. Fruit Characteristics. Grapes will be full bodied, bright, practically intact bloom, sweet, firm, crispy skin, juicy, seedless, distinctive flavour, aromatic, colour generally ranges from black to blue to green (light/dark light). Shape is generally round, oval or elongated. Up to 90% of berries must be attached to the bunch. It is generally available from January to June; some varieties are also available from November to December.

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

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

4. Recommended Varieties.

(a) Thomson Seedless (and its mutants). It is sweet-tart, crunchy, oval-oblong shape, white in colour and seedless.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 37

(b) Sharad Seedless. It is elongated, cylindrical, black/amber colour. Berries firmly attached to stalk, evenly spaced, intact bloom.

(c) Perlette. White in colour, sweet, juicy, seedless variety.

(d) Flame Seedless. Red in colour, sweet-tart, crunchy.

(e) Other Important Varieties. Sonaka, Pusa Seedless, Beauty Seedless.

Musk Melon (Hindi name- Kharbooja, Botanical name- Cocumis Melo).

1. Fruit Characteristics. Musk Melon will be firm, sweet, smooth, juicy, melting flesh, highly aromatic like Musk. Generally uniform light-green to yellow-green to yellow skin colour, with light brown netting, at times separated by narrow (2-3mm) dark green subsurface band. Slightly raised delicate netting over surface of the fruit. Small sound seed cavity with slightly soft edges. Uniformly round to slightly oval in shape. It is generally available from February to July.

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

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

4. Recommended Varieties. All varieties of smooth or netted skin are permitted. The following are however recommended.

(a) Honey Dew. (b) Crenshaw. (c) Casaba. (d) Galia. (e) Cantaloupe. (f) Santa Clause.

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

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

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

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

4. Recommended Varieties. All varieties are permitted. The following are however recommended.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 38

(a) Coorg Honey Dew. (b) Pusa Dwarf. (c) Pusa Majesty. (d) Pusa Delicious. (e) Honey Dew. (f) Ranchi Selection. (g) Washington.

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

1. Fruit Characteristics. Sweet Orange will be large, firm, juicy, sweet citrus fruit. It is generally dark green to light green / pale green in colour and round/ oval in shape. It shall have characteristic aroma and taste. It shall have comparatively tight rinds, wedges tightly packed and difficult to remove. Minimum juice extraction will be 35% for all varieties. It is generally available from July to March.

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

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

4. Recommended Varieties. All varieties are permitted.

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

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

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

3. Minor Tolerances. Minor shrivelling, discoloration, non-uniform ripening, stains, surface mud debris, wounds, scratches, punctures, etc, not affecting quality of fruit may be accepted, if within acceptable limits.

4. Recommended Varieties. All varieties are permitted. The following are however recommended:-

(a) Giant kew. (b) Queen. (c) Kew. (d) Mauritius.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 39

GROUP III - MICRO GROUP

Sapodilla (Hindi name - Chickoo/Sapota, Botanical name – Achras Sapata)

1. Fruit Characteristics. Sapodilla will be medium to large, exceptionally sweet, malty caramel flavour, smooth skin with sandy brown scruff, resembling a smooth skimmed Potato. It is generally round, oval, ellipsoidal, oblate shaped with pointed ends. Colour of flesh ranges from pale yellow to earthy brown with a grainy texture. Difficult to peel, yields to pressure. It is generally available from December to March.

2. Major Defects. It should be free of rawness, rots, internal breakdown, over ripening, watery spots, low temp injuries and decay.

3. Minor Tolerances. Superficial skin damages, discolouration, change in colour, wounds, scratches, punctures, etc, not affecting quality of fruit may be accepted, if within acceptable limits.

4. Recommended Varieties. All varieties are permitted. The following are however recommended:-

(a) Kalipatti. (b) Cricket Ball. (c) Pala. (d) Kirtibarthi. (e) Bhuripatti.

Kinnow (Hindi name- Kinnow, Botanical name - Hybrid of Citrus Nobilis and Citrus Delicosa)

1. Fruits Characteristics. Kinnow will be medium to large, golden orange colour, easy to peel, sweet, refreshing, oblate, base flat, juicy, more seeds per segment, 9-10 segments per fruit, comparatively loose rind, citrus fruit. It is generally available from December to February. Minimum juice extraction will be 40% for all varieties.

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

3. Minor Tolerances. Superficial black/grey marks, enlarged navels, stem corrugations, light/ dark blemishes over small area, sun bleached areas, slight defects in shape, colour, skin, russets, etc not affecting quality of fruit may be accepted, if within acceptable limits.

4. Recommended Varieties. All varieties are permitted.

Pomegranate (Hindi name- Anaar, Botanical name - Punica Granatium).

1. Fruit Characteristics. Pomegranate will be plump, unblemished, rounded, shiny, feel heavy for size, firm to touch, make metallic sound when tapped, thick tough leathery skin, generally has yellow colour over laid on deep pink to rich red colour. It generally has 700-1400 arils, red, pink, white, purple in colour. Seeds surrounded by water laden pulp. Seeds are also in a white, spongy pulp, internal strip white membrane. It has tangy, sweet-sour flavour (sour due to acid tannin). It is generally available from July to September and September to February. For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 40

2. Major Defects. It will be free from wrinkles, dull/pale skin, cuts, bruises, shiny, tangy. No internal decay.

3. Minor Tolerances. Superficial skin damages, discolouration, change in colour, wounds, scratches, punctures, etc, not affecting quality of fruit may be accepted, if within acceptable limits.

4. Recommended Varieties. All varieties are permitted. The following are however recommended:-

(a) Ganesh. (b) Phule Arakta. (c) Mridula.

Apricot (Hindi name – Khurmani, Botanical name – Prunus Armeniaca)

1. Fruit Characteristics. Apricot will be smooth surfaced or have very short hair. It is generally oblong or round in shape. Firm but give way to palm pressure. Sweet smelling generally yellow to orange in colour (red on sides exposed to sun). It has a prominent wedge and is fairly dry. Its kernel may be sweet or bitter. It is generally available from May to June.

2. Major Defects. It will be free of fruit fly, frost damage, brown spots, musty feeling and presence of sulphur.

3. Minor Tolerances. Superficial skin damages, discolouration, change in colour, wounds, scratches, punctures, etc, not affecting quality of fruit may be accepted, if within acceptable limits.

4. Recommended Varieties. All varieties are permitted. The following are however recommended:-

(a) New Castle. (b) Kaishe. (c) Moorpark. (d) Turky. (e) Halman. (f) Bati.

Cherry (Hindi name – Cherry, Botanical name - Prunus Avium)

1. Fruit Characteristics. Cherry will be fleshy, smooth surfaced, round to oblong to cylindrical in shape, light pink to dark red in colour, firm, sweet, juicy, stone fruit, produced in bunches, offered with stems. It is generally available from April to June.

2. Major Defects. It will be free of pit damage due to frost, over ripening, internal decay, surface deteriorations.

3. Minor Tolerances. Scab, hail, discolouration, scar tissues, etc not affecting quality of fruit may be accepted, if within acceptable limits.

4. Recommended Varieties. All varieties are permitted.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 41

Peach (Hindi name- Adoo, Botanical name-Prunus Persica )

1. Fruit Characteristics. Peach will be sweet, juicy, firm, not dry and woody, free of foreign smells and taints, stone fruit. Flat irregular surface donut shape with thin skin, no foreign matter. Creamy pink to red blush covering 20-80% of surface, background skin is creamy green, internal flesh is creamy white. It is generally available from May to July.

2. Major Defects. It will be free from sun scalding, splitting, gumming, brown rot, spots, cracks, bruises.

3. Minor Tolerances. Scab, hail, discolouration, green tinge, scar tissues, etc, not affecting quality of fruit may be accepted, if within acceptable limits.

4. Recommended Varieties. All varieties are permitted. The following are however recommended.

(a) Red heaven. (b) Sun heaven. (c) Alton. (d) July Elberta. (e) Peshwar. (f) Prabhati. (g) Pratap.

Plum (Hindi name - Aloo Bukhara, Botanical name - Prunus Salicina)

1. Fruit Characteristics. Plum will be sweet and tart, in a variety of shapes, sizes, colours. It yields under pressure, ripe at room temperature, yellow red flesh, seed difficult to separate, clings to flesh, stone fruit. It is generally available from April to June.

2. Major Defects. It should be free from decay, breakdown (soft mushy condition), freeze injury (water soaked, glazed areas), soft, over ripe, shrivelled. No drought spot, sun scald, nail damage, leaf/limb rub mark, hail damage.

3. Minor Tolerances. Condition defect after packing, superficial damages, crushing, freezing, overheating, etc, not affecting quality of fruit may be accepted, if within acceptable limits.

4. Recommended Varieties. All varieties are permitted. The following are however recommended:-

(a) Salicina group (Japanese). (b) Satluj. (c) Kala. (d) Amritsar. (e) Titron

Litchi (Hindi name - Leechi, Botanical name - Litchi Chinensis)

1. Fruit Characteristics. Litchi will be firm, pump, full bodied, sweet, juicy white flesh with a consistency similar to a grape, not tart or acidic, distinct aroma, flesh separates cleanly and easily from skin, smooth dark brown small size seed, free from foreign and offensive smell or taste. Its leathery skin is covered with small bumps, free from foreign matter. It is generally For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 42 heart/ oval shaped, green to red in colour, greening not more than 40% of visible surface area. Offered with a stub of stem, in bunch. It is generally available from May to June.

2. Major Defects. It will be free from pericarp browning, pests, softening of aril, blunt taste, rots, bacterial, yeast, fungal, decay.

3. Minor Tolerances. Superficial skin damages, discolouration, wounds, scratches, punctures, etc, not affecting quality of fruit may be accepted, if within acceptable limits.

4. Recommended Varieties. All varieties are permitted. The following are however recommended:-

(a) Shahi. (b) China. (c) Dehradun. (d) Rose scented. (e) Purni. (f) Kasba. (g) Bombay Green.

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

1. Fruit Characteristics. Water Melon will be juicy, have thick rind, fleshy centre, smooth exterior (colour is generally green, yellow, white), sweet interior (colour pink, orange, yellow, red (not over ripe). It is generally round, oblong, tubular in shape. It will have light green, dark green, mixed green, stripes in the exterior. It is generally available from January to March (North India), September to October (South India).

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

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

4. Recommended Varieties. All varieties are permitted. The following are however recommended:-

(a) Arka Jyoti. (b) Arka Manik. (c) Asahi Yamato. (d) Durgapur Kesar. (e) Madhu, Milan, Mohini. (f) Sugar baby.

Custard Apple (Hindi name - Sitafal, Botanical name- Annona Squamos)

1. Fruit Characteristics. Custard Apple will be sweet, rich flavoured, pleasant, slightly granular, bit slippery, with a thick creamy white layer of custard like granular flesh beneath the skin, having moderately juicy segments. Many segments may have a seed. It is irregular, round, heart shaped, lop sided shaped deep or shallow depression at base. It is generally green-brown to light green to yellowish in colour with red highlights, varying degree of reticulations. Skin is dull, thin but tough covered in irregular smooth bumps or prominent For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 43 nodules as per variety. It is generally available from August to October (North India) and September to November (South India).

2. Major Defects. It will be free from rots, internal breakdown, skin splitting, over ripening, press marks, water soaking.

3. Minor Tolerances. Superficial skin damages/bruising, discolouration, change in colour, wounds, scratches, punctures, etc, not affecting quality of fruit may be accepted, if within acceptable limits.

4. Recommended Varieties. All varieties are permitted. The following green coloured (various shades) varieties are however recommended:-

(a) Balanger. (b) Local sitafal. (c) Saharanpur local. (d) Washington.

Strawberry (Hindi name - Strawberry, Botanical name – Fragaria Vesca)

1. Fruit Characteristics. Strawberry will be sweet, juicy, aromatic, bright natural shine, reddish-pinkish colour conical shape. Calyax (cap) of fresh green colour shall be intact on the fruit. It yields under pressure, has many tiny seeds on the outside. It is generally available from February to April (in plains) and May to June (in hills).

2. Major Defects. It should be free from fungus, moulds, acidic taste, decay, breakdown (soft mushy condition), water soaked, soft, over ripe and shrivelled.

3. Minor Tolerances. Condition defect after packing, superficial damages, crushing, misshapen, white/poorly coloured, swollen, less firm, irregular surfaced, etc not affecting quality of fruit may be accepted, if within acceptable limits.

4. Recommended Varieties. All varieties are permitted. The following are however recommended:-

(a) Dilpasand. (b) Bangalore. (c) Solana. (d) Royal Sovereign. (e) Tioga. (f) Torrey.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 44

PART- III

APPROVED VARIETIES OF FRUITS FRESH AND THEIR QUALITATIVE ASSESSMENT

103. All fruits fresh for the purpose of assessment shall be graded for size and grade which shall constitute the crux of the assessment. Maximum possible number of fruits to a kilogram and a minimum weight of each fruit in gms are laid down below as part of this specification:-

Serial Fruit Variety Maximum Minimum weight of Number Number per each fruit in gms Kg 1 Apple Ambri 6-8 125-160 Other 6 160 Varieties 2 Banana -do- Length not less than 14 cm and width not less than 2.7 cm 3 Mango Deshari 4-6 167-250 Other 4 250 Varieties 4 Orange Khasi 6-8 125-160 Other 6 160 Varieties 5 Guava -do- 6 160 6 Pear -do- 8 125 7 Grape -do- Bunch weight of 150/100 gm for large/small berries respectively 8 Musk Melon -do- 2 500 9 Papaya -do- 2 500 10 Sweet Orange -do- 6 160 11 Pine Apple -do- 1 1000 12 Sapodilla -do- 8 125 13 Kinnow -do- 6 160 14 Pomegranate -do- 5 200 15 Apricot -do- 35 30 16 Cherry -do- Good average size 17 Peach -do- 8 125 18 Plum -do- 20 50 19 Litchi -do- 50 20 20 Water Melon -do- - 3000 21 Custard Apple -do- 6 160 22 Strawberry -do- Good average size

104. Old vintage of Defence Food Specification No 68 (2012 edition and earlier versions) for Fruit fresh are hereby superseded.

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 45

SUBSTITUTE CHART – VEGETABLES AND FRUITS FRESH

Ser Basic Items Scale in Substitutes Scale in No Gms Gms (a) (b) (c) (d) (e)

AS PER AI 2/S/72 FOR TROOPS LOCATED AT HEIGHTS ABOVE 9000 FEET

1. Vegetable Fresh 170 Vegetable tinned or 90 Vegetables dehydrated 20 2. Fruit fresh citrus 230 Fruit Tinned 90 or non citrus 230 or Fruit dried 28 (per day) or Apple Juice (Concentrate) 30 ml

FIELD SCALE OF RATION FOR TROOPS VIDE AI 7/S/74

1. Vegetable Fresh 170 Vegetable tinned/cured 90 or Dal (for germinating 90 or Peas or Beans dried 90 or Gram whole white Kabuli 90 or Soya Beans Chunks 60 2. Fruit fresh citrus 230 Fruit dried 28 or non citrus 230 or Fruit tinned 90 (per day) or Apple Juice (Concentrate) 30 ml

SCALE OF RATIONS FOR NAVY

1. Vegetable Fresh 170 Vegetable tinned/cured 90 or Dal (for germinating) 90 or peas dried 90 or Beans Harricot 42

2. Fruit fresh citrus 110 Fruit dried 28 or non citrus 230 or Fruit tinned 90 (Thrice weekly issue) or Apple Juice (Concentrate) 15 ml

SCALE OF RATIONS FOR AIRMAN VIDE SPECIAL AIR FORCE INSTRUCTION NO 18/S/68

1. Vegetable Fresh 160 Vegetable dehyd 23 or vegetable tinned 80 or Fruit dried 80 or Fruit Fresh citrus 160 or Fruit Fresh non citrus 320 or Dal 80 Peas dried 80 2. Fruit Fresh citrus 50 Vegetable tinned 40 or non citrus 110 or Potatoes 60 (Thrice weekly issue) or Vegetable fresh 90 or Fruit tinned 30

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 46

(a) (b) (c) (d) (e)

SCALE OF RATIONS FOR ARMY OFFICERS VIDE AI 3/S/72

1. Vegetable Fresh 170 Vegetable tinned/cured 90 or Peas dried/ Bean dried 90

2. Fruit fresh citrus 230 Fruit tinned 90 or non citrus 230 or Fruit dried 28 or Apple Juice (Concentrate) 30 ml

SCALE OF RATIONS FOR PATIENTS IN HOSPITAL VIDE AI 94/76

1. Fruit Fresh Citrus 230 Preserved undiluted 113 citrus juice Fruit tinned 230

SPECIFICATIONS AND CONDITIONS FOR THE SUPPLY OF VEGETABLE FRESH

1. I/We agree that vegetable to be supplied shall be in accordance with Defence Food Specification No 199.

2. I/We agree to supply fruit fresh as per Annexure I & II indicating :

(a) Annexure I - Monthly requirement by varieties based on the approximate quantities shown in the Schedule as provided in the Bill of Quotations (BOQ).

(b) Annexure II - Chart showing monthly percentage by varieties as provided in the set of tender forms which shall form integral part of this contract deed.

3. The quantities shown in Annexure I are only approximate and the percentage shown in Annexure II shall not vary without the approval of the competent authority.

Station : Signature of tenderer ______

Name in block capitals______

Witness Signature ______

Name in block capitals ______

Address ______

Occupation ______

For and on behalf of the President of India Signature of the Tenderer(s)

TENDER REF NO10C/ST-5/2018-19/LAL-FRUIT/1 DATED 08 JUN 2018 47

PERCENTAGE-CUM-VARIETY CHART OF FRUIT FRESH , . AND OTHER STATIONS IN RAJATHAN

Ser Items Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Total No % % % % % % % % % % % % % 1. Apple Red 25 20 20 10 5 - - - - - 15 25 120 (Delicious) 2 Apple Golden 20 25 15 10 5 - - - - - 10 20 105 (Delicious) 3 Banana 25 25 30 30 30 40 25 25 25 30 20 20 325 Harichal/Chitridar 4 Guavas 10 - - - 10 - - - - - 10 5 35 5 Mangoes ------5 15 10 5 - - 35 (Safeda) 6 Mangoes ------15 15 - - 30 (Langra) 7 Mangoes ------15 20 - - 35 (Desheri) 8 Mangoes ------10 10 20 (Malda) 9 Mangoes ------10 15 25 (Totapuri) 10 Musk Melon ------10 20 10 - - - 40 11 Mussambies 10 5 10 10 5 15 15 - - - 10 10 90 12 Orange Nagpuri - 5 10 15 20 15 15 - - - - - 80 13 Kinoo - 10 15 25 25 25 ------100 14 Pears (All ------10 15 5 30 varieties except Nakh Pears) 15 Grapes ------5 10 5 - - - 20 16 Papaya 5 10 - - - - 10 10 10 10 15 10 80 17 Chickoo - - - - - 5 5 5 - - - - 15 18 Pomegranate 5 ------5 5 15 (Anar) TOTAL 100 100 100 100 100 100 100 100 100 100 100 100 1200

For and on behalf of the President of India Signature of the Tenderer(s)