Page 1 of 84

IN LIEU OF IAFZ 2137A

Tele: 0288-2527233

Reply should be addressed to INS Valsura The Commanding Officer – 361150

11 Jul 20

Quoting: 447/14/14(20-21)

______

______

REQUEST FOR PROPOSAL FOR CONCLUSION OF ANNUAL CONTRACT FOR SUPPLY OF TINNED PROVISIONS AT INS VALSURA (JAMNAGAR) INS DWARKA (OKHA) AND INS SARDAR PATEL (PORBANDAR) FOR A PERIOD OF ONE YEAR AS PER DEFENCE FOOD SPECIFICATIONS-2016

INSTRUCTION TO BIDDERS FOR TENDERING

Sir,

1. Bids through Govt. e-Procurement site www.defproc.gov.in are invited for supply of Tinned Provisions (as per Defence Food Specifications-2016) at the following locations for a period of one year (precise date of commencement of contract will be notified in the acceptance of tender note):

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

2. The address and contact numbers for any correspondence and seeking clarifications regarding this RFP /e-Tender are given below/ uploaded-

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

(b) Postal address for sending the Bids: INS Valsura, Jamnagar, Gujarat-361150

(c) Name/designation of the contact person: Commander DJ Singh Page 2 of 84

(d) Telephone numbers of the contact person: 0288252 - 7241/7407/7233 (e) e-mail ids of contact personnel: [email protected]

(f) Fax number: 02882527422

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

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

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

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

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

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

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

Page 3 of 84

Part I - General information to Bidders for conclusion of contract for supply of Tinned Provisions as per Defence Food Specifications-2016

1. Last date and time for submission of e-Bids . The BOQ and all relevant documents as per RFP to be uploaded on www.defproc.gov.in on or before 1530 Hrs on 30 Jul 20 and Sealed Cover consisting Physical Original EMD should be deposited by 31 Jul 20 on or before 1500 Hrs, the technical bid of the same will be opened/ assessed online on 31 Jul 20 at 1530 Hrs . The responsibility to ensure this lies with the Bidder. The dates and times visible on the Defence Procurement Portal shall be final.

2. Manner of submission of the e-Bids and Bid Security.

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

(b) Only EMD/ Bid Security is required to be submitted in hard copy in single sealed envelope duly marked as “EMD FOR TENDER FOR SUPPLY OF TINNED PROVISIONS AS PER DFS-16 TO INS VALSURA, INS SARDAR PATEL AND INS DWARKA QUOTING NO. 447/14/14(20-21) DATE 31 Jul 20” and is to be dropped in the Tender Box marked as TENDER FOR SUPPLY OF TINNED PROVISIONS AS PER DFS-16 TO INS VALSURA, INS SARDAR PATEL AND INS DWARKA , or to be sent by registered post at the address given above so as to reach by the date and time as promulgated on Defence Procurement Portal.

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

3. Time and date for opening of e-Bids . Technical Bids would be opened on 31 Jul 20 at 1530 Hrs online on Defence Procurement Portal . If due to any exigency, the due date for opening of the Bids is declared a closed a holiday, the Bids will be opened on the next working day at the same time or any other day/time, as intimated by the Buyer. In all circumstances the date/ time visible on the Defence Procurement Portal shall be final.

4. Location of the Tender Box for dropping Bid Security/ EMD . Tender Box will be kept near the reception office at the Guard Room, INS Valsura. Only those documents (as per para 2 above) that are found in the Page 4 of 84 tender box will be opened. Documents dropped in the wrong Tender Box will be rendered invalid.

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

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

7. Submission of Colour Photos . Colour Photos of all the items being quoted for should be uploaded (all necessary details like Brand name, FSSAI no., list of contents, name of manufacturer and MRP should be clearly visible on the photo)for Technical Evaluation. The technical evaluation committee reserves the right to delete any quoted brand/brands from the approved list based on the feedback from the troops. Rejection of the brand/all brands for any item would lead to disqualification of the bid. The bidders may submit more than one brand. However, only one rate could be quoted for that item.

8. Forwarding of the e-Bids and Bid Security . E-Bids are to be uploaded by the bidders as per the “Schedule of Requirement” under scanned copy of their original memo/ letter pad inter alia furnishing detail like PAN/TIN number/ GST, Bank address with NEFT Account if applicable, etc and complete postal & e-mail address, mobile number and fax of their office. All the scanned documents (including photocopy of EMD) duly signed should be uploaded on the Defence Procurement Portal (www.defproc.gov.in ) by the last date and time of submission of e-Bids as promulgated on Defence Procurement Portal. However, the original copy of EMD/ Bid security (as per para 17 below) should be dropped inside the Tender Box marked as TENDER FOR SUPPLY OF TINNED PROVISIONS AS PER DFS-16 TO INS VALSURA, INS SARDAR PATEL AND INS DWARKA/ sent by courier/ mail so that to reach this office prior to the date and time of opening of e-Bids as promulgated on the Defence Procurement Portal.

9. Technical Evaluation . The Technical evaluation of the e-bids will be done based upon the following criteria by the Technical Evaluation Committee: -

(a) Necessary Documents that the bidder is required to upload on the Defense Procurement Portal by this RFP including the validity and authenticity. (b) Evaluation Matrix at Appendix ‘C’ of this RFP. Page 5 of 84

(c) Inspection of the submitted photos by the TEC Board.

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

10. Pre Bid Meeting . NA

11. Clarification regarding content of the RFP . A Prospective bidder who requires clarification and queries regarding the contents of the bidding document shall notify to the Buyer through e-mail and the clarification sought not later 21 Jul 20. The date and time visible on the Defense Procurement Portal shall be final. E-mail id of contact person: [email protected]

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

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

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

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

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

17. Earnest Money Deposit .

Page 6 of 84

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

(b) In Place of EMD, the bidders may submit a Bid Security Declaration (upon a stamp paper only) accepting that if they withdraw or modify their e-bids during the period of validity, or if they are awarded the contract and fail to submit a performance security before the deadline defined in the Acceptance of Tender, they will be suspended for One year from being eligible to submit bids/ e-Bids for contracts with INS Valsura.

Page 7 of 84

Part II – Essential Details to Bidders for conclusion of Annual Contract for supply of Tinned Provisions as per Defence Food Specifications-2016

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

Total Ser Delivery Location Required Qty (a) INS Valsura, Jamnagar, 361150 As per list INS Sardar Patel, Porbandar, (b) enclosed at 360575 Appendix ‘B’ (c) INS Dwarka, Port Okha, 361350

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

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

4. Delivery Period . The total quantity of the items will required to be supplied during the year as and when demanded by the respective Unit (minimum quantity as per para 1 above ). Supply Order will be raised as and when required basis and to be delivered within 15 days from the effective date of the supply order. Delivery period would be intimated subsequently part by part from effecting date of contract. Please note that Contract can be cancelled unilaterally by the Buyer in case items are not received within the contracted delivery period. Extension of contracted delivery period will be at the sole discretion of the Buyer, with applicability of LD clause. However, during emergency requirements the item will be required within 24 hours notice on any day of week including Sunday. Date of packing would be within 30 days from the date of supply.

5. Delivery and Transportation . Delivery of items/ local delivery at site of the consignee will be provided by firm alongwith unloading and shifting till stores as per the supply order ( minimum quantity as per para 1 above ) within 15 days from the effective date of the supply order. Delivery should be made during working hours only unless specifically asked by the supply order. The date on which the delivery is to be made and the consignee will be mentioned at the supply order.

Page 8 of 84

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

7. Delivery Place . The stores should be delivered on following locations including unloading and shifting in stores as per quantities mentioned at Appendix ‘B’:-

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

Page 9 of 84

Part III – Standard Conditions of RFP for supply of Tinned Provisions as per Defence Food Specifications-2016

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

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

2. Effective Date of the Contract . The contract shall come into effect from the date of signing of contract and shall remain valid till completion of contract. The deliveries and supplies and performance of the services shall commence from the effective date of the contract.

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

4. Penalty for use of Undue influence . The Seller undertakes that he has not given, offered or promised to give, directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the Buyer or otherwise in procuring the Contracts or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the present Contract or any other Contract with the Government of India for showing or forbearing to show favour or disfavor to any person in relation to the present Contract or any other Contract with the Government of India. Any breach of the aforesaid undertaking by the Seller or any one employed by him or acting on his behalf (whether with or without the knowledge of the Seller) or the commission of any offers by the Seller or anyone employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Act enacted for the prevention of corruption shall entitle the Buyer to cancel the contract and all or any other contracts with the Seller and recover from the Seller the amount of any loss arising from such cancellation. A decision of the Buyer or his nominee to the effect that a breach of the undertaking had been committed shall be final and binding on the Seller. Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the Seller towards any officer/employee of the Buyer or to any other person in a position to influence any officer/employee of the Buyer for showing any favor in relation to this or any other contract, shall render the Page 10 of 84

Seller to such liability/ penalty as the Buyer may deem proper, including but not limited to termination of the contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by the Buyer.

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

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

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

8. Liquidated Damages . If the successful bidder fails to complete the assignment within the laid down time frame after placing the supply order, the successful bidder shall pay to the respective unit liquidated damages, at the rate of 0.5% of the total order value of the supply (lot) order, for each day or part thereof, of delay upto a maximum of ten percent (10%) of the value of Supply Order. Thereafter the respective unit will have the right to terminate the supply order in the case of such delay beyond 01 weeks as the item is required for feeding the troops and directly effecting the moral of the ships company. In case of Page 11 of 84 rejection due to non-supplying of Tinned Provisions as per specifications, LD @ 10% of the lot value will be applicable summarily.

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

(a) Failure to provide services as per schedule of requirement in accordance with terms, conditions and specifications mentioned in this RFP. (b) If 03 in nos warning letters have been issued to the firm regarding discrepancies for supply, specification and quality of provisions during the entire contract period. (c) If LD Clause has been evoked against the firm atleast 03 times during the entire contract period. (d) The Seller is declared bankrupt or becomes insolvent. (e) The Buyer has noticed that the Seller has utilized the services of any Indian/Foreign agent in getting this contract and paid any commission to such individual/company etc. (f) As per decision of the Arbitration Tribunal.

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

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

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

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

14. Taxes and Duties

Page 12 of 84

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

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

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

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

(e) Any change in any duty/tax upward/downward as a result of any statutory variation in excise taking place within contract terms shall be allowed to the extent of actual quantum of such duty/tax paid by the supplier. Similarly, in case of downward revision in any duty/tax, the actual quantum of reduction of such duty/tax shall be reimbursed to the Buyer by the Seller. All such adjustments shall include all reliefs, exemptions, rebates, concession etc. if any obtained by the Seller.

Page 13 of 84

Part IV – Special Conditions of RFP for conclusion of Annual Contract for supply of Tinned Provisions as per Defence Food Specifications-2016

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

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

2. Option Clause . The contract will have an Option Clause, wherein the Buyer can exercise an option to procure an additional 50 % of original contract period in accordance with the same terms & conditions of the present contract. This will be applicable within the currency of contract. The Bidder is to confirm the acceptance of the same for inclusion in the contract. It will be entirely the discretion of the Buyer to exercise this option or not.

3. Extension Clause : It should be ensured that new rate contracts are made operative right after the expiry of the existing rate contracts without any gap for all rate contracted items. In case, however, it is not possible to conclude new rate contracts due to some special reasons, timely steps are to be taken to extend the existing rate contracts with same terms, conditions etc. for a suitable period, with the consent of the rate contract holders. Rate contracts of the firms, which do not agree to such extension, are to be left out of consideration for renewal and extension. Period of such extension should generally not be more than three months. Also, while extending the existing rate contracts, it shall be ensured that the price trend is not lower.

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

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

(a) It will be mandatory for the Bidders to indicate their bank account numbers and other relevant e-payment details so that Page 14 of 84

payments could be made through ECS/EFT mechanism instead of payment through cheques, wherever feasible. A copy of the model mandate form prescribed by RBI to be submitted by Bidders for receiving payments through ECS is at Form DPM-11 (Available in MoD website and can be given on request). The payment will be made on monthly basis on submission bill by the respective units operating the contract. 100% payment will be released by the Area Account Office (Coast Guard), Porbandar .

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

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

8. Paying Authority . 100% payment will be made by the Area Account Office (Coast Guard), Porbandar . The payment of bill will be made on submission of the following documents by the seller to the buyer and subsequently to the paying authority:

(a) Ink-signed copy of contingent bill / Seller’s bill.

(b) Ink-signed copy of Commercial invoice / Seller’s bill.

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

(d) Certified Receipt Voucher in duplicate.

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

(f) Performance Bank guarantee/ Indemnity bond where applicable.

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

(h) Details for electronic payment viz Account holder’s name, Bank name, Branch name and address, Account type, Account number, IFSC code, MICR code (if these details are not incorporated in supply order/contract).

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

(k) User Acceptance.

Page 15 of 84

(l) Copy of PBG.

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

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

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

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

10 . Risk & Expense clause –

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

(b) In case of any breach that was not remedied within 07 days, the BUYER shall, having given the right of first refusal to the SELLER be at liberty to purchase, manufacture, or hire the services from any other source as he thinks fit, without further intimation to the seller as the items is related to the feeding requirement of troops and can be directly affect the morale of the ships company, other services of the same or similar description to make good:-

(i) Such default.

(ii) In the event of the contract being wholly determined the balance of the services remaining to be delivered thereunder. Page 16 of 84

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

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

12 Transportation Clause . The contractor will have to supply all the provision to buyer at the place desired by the buyer at three location as per the quantities mentioned against each unit in appendix “B”. The buyer or delivery place mention in contract agreement. The items will be required to be delivered on the locations mentioned at Para 5, Part – II of this RFP.

13. Inspection Authority . The Inspection will be carried out by an Officer appointed by the Commanding Officer of the respective unit. The supplied stock will be verified by any such Officer with the specifications mentioned at the contract documents .

14. Claims . The following claims clause will form part of the contract placed on successful bidder:-

(a) The claim may be presented either:

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

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

(b) The quality claim for the deficiency of quantity shall be presented within 45 days of completion of acceptance of goods. The quantity claim shall be submitted to the seller as per DPM 22(Available in MOD website and can be given on request).

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

(d) Claim may be also be settled by reduction of cost of good under claim from bonds submitted by the sellers or payment of claim amount Page 17 of 84

by seller through demand draft drawn in Indian Bank in favour of Area Account Office (Coast Guard), Porbandar concerned.

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

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

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

Page 18 of 84

Part V – Evaluation Criteria & Price Bid issues

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

(a) Only those Bids will be evaluated which are found to be fulfilling all the eligibility and qualifying requirements of the RFP, both technically and commercially.

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

(c) L1 bidder will be determined by basic price excluding levies, taxes and duties levied by central/state/local governments such as excise duty, GST of final product, as quoted by bidder. The Basic Price excluding tax would be the deciding factor for ranking of Bids.

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

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

(f) Any other criteria as applicable to suit a particular case.

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

Sdxx/… (DJ Singh) Commander Logistics Officer for Commanding Officer

Page 19 of 84

Appendix- A General special conditions

Appendix- B Schedule of Requirement – BOQ format.

Appendix- C Technical Evaluation Matrix

Appendix- D Specification of Tinned Provisions as per DFS-16 Page 20 of 84

APPENDIX `A`

GENERAL SPECIAL CONDITIONS FOR CONCLUSION OF ANNUAL CONTRACT FOR SUPPLY OF TINNED PROVISIONS AT INS VALSURA (JAMNAGAR), INS DWARKA (OKHA) AND INS SARDAR PATEL (PORBANDAR) FOR A PERIOD OF ONE YEAR AS PER DEFENCE FOOD SPECIFICATIONS-2016

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

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

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

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

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

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

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

______Signature of witness Signature of Bidder

Page 21 of 84

8. I/We agree to appoint a reliable and intelligent representative as my/our agent who will attend unit ration stands with each supply and who will be given necessary powers by me/us to make prompt arrangements for replacements of any suppliers rejected at any ration stands/Base Victualling Yard/ other places at Gujarat. The same may be communicated through e-Mail, Phone or Fax with the firm/ representative of the firm. Such representative shall be authorized by me/us to sign IAFS 1520 at all time of delivery of supplies.

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

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

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

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

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

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

______Signature of witness Signature of Bidder

Page 22 of 84

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

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

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

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

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

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

______Signature of witness Signature of Bidder

Page 23 of 84

Enclosures . The following to be uploaded online: -

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

2. Copy of PAN.

3. Copy of GST Registration.

4. Turnover/ Income Tax details of last three years of the firm and Balance Sheet CA certified

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

6. Legible visible Colour Photos of the packs of Brand/Brands for each item (i.e. Number of items at Schedule of Requirement X Number of Brands Being Quoted X Number of Packing Denominations). The photo should include the FSSAI number and shelf life of the item. Both front and back should be included in the photo.

7. Signed RFP {including Appendix ‘A’ (General Special Conditions), ‘B’ (BOQ), ‘C’ (Technical Evaluation Matrix) and ‘D’ (Specification of Tinned Provisions as per DFS-16).

8. Any other document as per RFP.

Witness ……………. Signature ……………….. Name & address ……………… (Name …………………… (Signature of Bidder) (Address …………………. (Occupation………………… Station ……………….. Dated day of Jul 20 Page 24 of 84

APPENDIX`B’

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

EMD For Tinned Provisions : Rs 5,00,000.00 (Rupees Five Lakhs only)

Online Bid Submission end date: 30 Jul 20 at 1530 Hrs Offline document (EMD) Submission end date: 31 Jul 20 at 1500 Hrs Online Tender Opening Date: 31 Jul 20 at 1530 Hrs

SCHEDULE OF REQUIREMENT- COMMERCIAL BID FORMAT

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

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

3. Minimum demanded quantity will be as per para 1 of part II of this RFP.

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

(Signature of Witness) (Signature of Bidder)

Witness…………………………. Signature………………… Name & Address………………. Name……………………… Station……………………… Date: day of Jul 20 Page 25 of 84

THE BRANDS QUOTED BELOW SHALL BE CONFORMING TO DEFENCE FOOD SPECIFICATION-2016 MENTIONED AS APPENDIX- ‘C’ AND ‘D’ TO THIS RFP

Location Ser Item Deno Packing Qty Basic Basic Total GST Total (in Kgs) Rate Amount Amount Amount 1 Jam Tinned Kgs 500 Gms 6000.000 2 MM Food Kgs 500 Gms 8000.000 3 Salt Kgs 01 Kgs 13000.000 Kgs NMT 200 500.000 Gms 4 Coffee Kgs NLT 500 1000.000 Gms Kgs 01 Kgs 3500.000 5 Tea Kgs 250 Gms 1000.000 Cheese TD Kgs 400 Gms 1500.000 6 CheeseSpread Kgs 200 Gms 500.000 Cheese Slice Kgs 200 Gms 500.000 TO BE FILLED IN THE BOQ INS UPLOADED ALONG WITH THIS RFP AT Valsura 7 Lime Cordial Ltrs 750 ml 4500.000 DEFENCE PROCUREMENT PORTAL 8 Milk TD Kgs 400 Gms 4200.000 9 Milk PDR Kgs 01 Kgs 1500.000 10 Horlicks Kgs 500 Gms 450.000 11 Chocolate Kgs 100 Gms 450.000 12 Groundnut Kgs 01 Kgs 450.000 13 Cornflour Kgs 500 Gms 2500.000 14 Custard PDR Kgs 500 Gms 2500.000 15 Semiya Kgs 200 Gms 1500.000 16 Dalia Kgs 200 Gms 1000.000 17 Sago Kgs 200 Gms 1000.000 18 Cornflakes Kgs 500 Gms 1000.000 Total Amount Total Amount in Words

Page 26 of 84

Location Ser. Item Deno Packing Qty Basic Basic Total GST Total (in Kgs) Rate Amount Amount Amount 1 Jam Tinned Kgs 500 Gms 2200.000 2 Semiya Kgs 200 Gms 400.000 3 Cornflakes Kgs 500 Gms 800.000 4 MM Food Kgs 500 Gms 2100.000 5 Salt Kgs 01 Kgs 4000.000 6 Coffee Kgs NLT 500 400.000 Gms 7 Tea Kgs 250 Gms 1500.000 Cheese TD Kgs 400 Gms 1200.000 8 Cheese Kgs 200 Gms 800.000 TO BE FILLED IN THE BOQ UPLOADED Spread INS ALONG WITH THIS RFP AT DEFENCE Lime Ltrs 750 ml 900.000 Sardar 9 PROCUREMENT PORTAL Cordial Patel 10 Milk TD Kgs 400 Gms 1000.000 11 Milk PDR Kgs 01 Kgs 400.000 12 Horlicks Kgs 500 Gms 400.000 13 Chocolate Kgs 100 Gms 600.000 14 Groundnut Kgs 01 Kgs 300.000 15 Tomato Kgs 01 Kgs 150.000 Sauce 16 Cornflour Kgs 500 Gms 600.000 17 Custard Kgs 500 Gms 600.000 PDR 18 Milk Tetra Ltrs 01 Ltr 25000.000 Total Amount Total Amount in Words

Page 27 of 84

Location Ser. Item Deno Packing Qty Basic Basic Total GST Total (in Kgs) Rate Amount Amount Amount 1 Jam Tinned Kgs 500 Gms 2500.000 2 Semiya Kgs 200 Gms 170.000 3 Cornflakes Kgs 500 Gms 110.000 4 MM Food Kgs 500 Gms 2990.000 5 Salt Kgs 01 Kgs 3350.000 Coffee Kgs NLT 500 330.000 6 Gms 7 Tea Kgs 250 Gms 1320.000 Cheese TD Kgs 400 Gms 330.000 8 Cheese Kgs 200 Gms 300.000 TO BE FILLED IN THE BOQ INS Spread UPLOADED ALONG WITH THIS RFP Dwarka Lime Ltrs 750 ml 900.000 9 AT DEFENCE PROCUREMENT PORTAL Cordial 10 Milk TD Kgs 400 Gms 610.000 11 Milk PDR Kgs 01 Kgs 190.000 12 Horlicks Kgs 500 Gms 170.000 13 Chocolate Kgs 100 Gms 350.000 14 Groundnut Kgs 01 Kgs 150.000 15 Cornflour Kgs 500 Gms 220.000 16 Custard Kgs 500 Gms 220.000 PDR 17 Milk Tetra Ltrs 01 Ltr 15000.000 Total Amount Total Amount in Words

Page 28 of 84

APPENDIX ‘C’

TECHNICAL EVALUATION MATRIX- SUPPLY OF TINNED PROVISIONS AT INS VALSURA (JAMNAGAR), INS DWARKA (OKHA) AND INS SARDAR PATEL (PORBANDAR) FOR THE PERIOD OF ONE YEAR FROM THE DATE OF SIGNING OF CONTRACT

AS PER DEFENCE FOOD SPECIFICATIONS-2016

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

Name of the firm and Address of Registered office

01 with telephone no.

…………………………

Name of the proprietor of the firm 02

…………………………

Whether owned by partner/ownership/Private Ltd. 03

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

Address(s) and telephone number(s) of the 07 warehouse(s) of the firm located within Jamnagar Municipal Limits.(Refer to Para 16 of Part IV) ………………………… Turnover Details of last three years ( At least 25 08 Lakhs per year) and Balance Sheet duly CA Certified (Copy to be uploaded)

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

09 (b) Details of EMD (Bank Name, Date & Amount to be written and EMD copy to be uploaded)b) ………………………… (c) If No EMD is provided (Reason and copy of Bid Security/ Bid exemption certificate to be Yes/No attached) (Copy to be uploaded) 10 FSSAI Certificate of the firm should be uploaded Yes/No Page 29 of 84

NECESSARY REQUIREMENTS Tinned Provisions shall be supplied in any recognized brand conforming to the following: (a) FSSAI certified and Packing and Packaging specifications as per Defence Food Specifications-2016 mentioned at Appendix ‘D’ to 11 Yes/No this RFP. (b) Analytical specifications as per BIS (Also mentioned at DFS-16) (c) Quality as per Defence Food Specifications- 2016 mentioned at Appendix ‘D’ to this RFP. All mandatory requirements of FSSAI/BIS, as amended from time to time, pertaining to the Specification 12 Yes/No of subject items, shall be complied with. The items supplied should be FSSAI Certified. The sample of items supplied can be sent to any NABL 14 certified lab for inspection at seller’s cost as per Yes/No analysis process promulgated by BIS. Agree to deliver the item where date of packing will 15 be within one month (30 Days) from the date of Yes/No receipt of item at give location. LD @ 10% of the lot value will be levied if the item 16 not supplied as per the quantity or specification Yes/No and rejected by the user. The board of officers from the respective unit will 17 be authorised for Factory/ Mill visit without prior Yes/No intimation The firm participating in tender should have valid 18 Yes/No GST No . (valid copy to be uploaded) 19 All items should be factory packed only Yes/No The items shall be prepared in premises maintained in a hygienic condition which shall be open to inspection at any time by a competent authority approved by the Naval Officer-in-Charge (Gujarat). The decision of any such Officer shall be final

STANDARD MINIMUM REQUIREMENTS OF HYGIENE IN FOOD FACTORIES

(a)To ensure the standard of hygiene in a factory the following g minimum requirements shall apply :-

20 Yes/No (i) Floors . The floors should be impervious and kept clean all times.

(ii) Lighting and Ventilation . Adequate standards of lighting natural and artificial) in working parts of the factory together with (iii) adequate ventilation and sufficient space for and protection from machinery.

(iv) Fly / Rodent / Pest / Bird Proofing . Fly / rodent / pest / bird proofing of factory premises to the extent necessary to protect Page 30 of 84

raw mat erial during storage and processing and the manufactured products until it has been packed and the containers sealed.

(v) Water Supply . An adequate supply of potable water in the factory and drinking water for the employees will be provided which shall be per iodically tested and certified as free from injurious bacteria and other substances by a public health laboratory.

(vi) Disposal of Wastes . An efficient drainage system must be provided with proper methods of disposal of waste water and other effluents. Provis ion must exist to eliminate dusts/fumes if any.

(vii) Conservancy . A proper conservancy system adequately serviced with approved methods of disposal of human excreta.

(viii) Additional special hygiene precautions are necessary when waste products which are dangerous or likely to create conditions which are dangerous to health are produced at any stage during handling of raw materials or its manufacture.

(ix) Safety . Adequate fencing of machinery shall be secured in the case of all types of machinery and its moving parts and the moving (x) machinery shall be kept in a position which provides sufficient safeguard against any accident. Each factory must have first aid box with necessary minimum items.

(b) Workers .

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

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

(iii) Provisions for personal hygiene of employees will include potable drinking water, washing facilities (Soap, basin or taps, nail brushes and t owels) sanitary annexes and at least two sets of clean clothing for each employees for use only in the factory and Masks/hand gloves, where necessary. There should be a separate room for keeping the Page 31 of 84

personal belongings and to change the clothes and for drying of wet clothes. Note: If the firm does not agree with the terms and conditions or fulfill any condition as per above evaluation matrix, the same will be disqualified.

Date: Jul 20 Signature: Place: Firm Name:

Page 32 of 84

Appendix ‘D I’ to INS Valsura Request for Proposal

SPECIFICATION OF JAM TINNED : EXTRACTED FROM DFS-16 Remarks of Ser Technical Specification Bidder (Yes/No)

(a) INGREDIENTS:

The jam shall be made from any of the following fruits :-

(i) Apricot (ii) Gooseberry (iii) Peach (iv) Pineapple (v) Plum and Greengage (vi) Raspberry (vii) Strawberry (viii) Mango (ix) Apple (x) Mixed fruit (xi) Citrus fruits (from Mandarin family having orange flavour (except lemon).

(b). The jam shall be prepared only from fresh fruit of good quality and correct stage of maturity with added sugar or a combination of sugar, dextrose, invert sugar or liquid glucose, permitted colours and flavouring matter by boiling to a suitable consistency. It shall have the flavour of the original fruit and shall be free from bu rnt or other objectionable flavour, crystallisation, yeast and mould 01 growth and signs of fermentation. The product shall be free Yes/No from any foreign matter and trimmings of the fruit such as eyes, cores, stem, toppings, tailing and skin etc (in cases where pe eling is required). The Jam shall be free from added preservative and mineral or organic acid except citric acid. No artificial jellying agent except fruit pectin shall be used. The finished product shall have a suitable consistency properly set without sh owing any signs of syneresis and firm enough to hold fruit tissues in position.

(c) In case of mixed fruit jam the same shall be prepared from any of the following fruits in combination. The fruits that may be used shall be citrus fruits, plum, peaches, apricots, grapes, mango, guava, pineapple, gooseberry, raspberry, apples and pears only.

(d) In case of stone fruit, the jam shall be free from stones.

(e) Product prepared from sound, ripe, fresh, dehydrated, frozen or previously packed fruits including fruit juices, fruit pulp, fruit juice concentrate on dry fruit by boiling its pieces or pulp or puree with nutritive sweeteners namely sugar, dextrose, invert sugar or liquid glucose to a suitable consistency. It may also contain fruit pieces and any other Page 33 of 84

ingredients suitable to the products. It may be prepared from any of the suitable fruits, singly or in combination. It shall have the flavour of the original fruit(s) and shall be free from burnt or objectionable flavour and crystallization. Other Specifications

Mixed Jam – Fruit Pulp NLT-46% fruit pulp Mango – NLT 50% of fruit pulp Pineapple – NLT 50% of fruit pulp 02 Yes/No Orange - NLT 45% of orange extract (Marmalade) Strawberry Blast – NLT 25% of Strawberry puree Berry Blast – Grape pulp NLT 39% and strawberry puree 6% Orange Blast – Orange Juice NLT 46%, Sweet Lime Peel-3% (NLT- Not Less Than) PACKING

(a) Cans. The Jam/Marmalade shall be packed in internally lacquered A 2 ½ size open top sanitary cans with Round easy open covers of ring pull type (RPT) and hermetically sealed. The lacquer used shall be food-grade, non-toxic, acid / Sulphur resistant and of good quality such that the same does not impart any foreign taste and smell to the contents and get destroyed or peeled off or altered or its components transferred into the material during processing or subsequent storage and transportation. The net weight of contents in each can shall not be less than 1050 gm. The RPT can will have an additional food grade plastic lid cov er. The AT No and date should be printed by Laserjet/inkjet printing on the lower lid of the can.

(b) Glass Jars. Jam and Marmalade shall be packed in thoroughly cleaned transparent glass jars having roll on non pilfer proof type neck finish. No traces of Jam / Marmalade should be noticed on outside rim of the bottle. Alternatively 03 Yes/No the glass jars shall be provided with vacuum lug finish conforming to BIS Specification No IS:9781-1989. The design of the jar shall be such that the contents can be easily take n out with a spoon. The glass jars shall be free from greenish tint, cracks and reasonably free from stones, blisters, bubbles, cords, mould marks, chill marks and other visual defects. They shall be well annealed. The nett contents of each glass jar shall be 500 gms. The glass jars shall be provided with metal caps having vacuseal inliner inside the caps.

(a) Corrugated Fibreboard Carton (CFCs). The cans shall be packed in Corrugated Fibreboard Cartons (CFCs) conforming to Specification No 201 and Appendi x ‘A' thereto. Each CFC shall contain 18 cans i.e. (3x3)2 of one variety of Jam only.

(b) The Glass Jars shall be further packed in CFCs conforming to Specification No 201 and Appendix `Y' thereto. Each CFC shall contain 12 glass jars i.e. (4x3) of one va riety of Jam only. Page 34 of 84

FOLLOWING SHOULD BE MARKED ON EACH GLASS JAR/CAN

(a) Description of contents. (b) Name of manufacturer. (c) Brand. (d) Nett weight of contents (In gram). (e) Fruit Product Order No. (f) Serving suggestions (if any). (g) CONTAINS PERMITTED SYNTHETIC COLOURS AND ADDED FLAVOURS. (h) List of ingredients used in descending order of wt or volume. (j) Nutritional information per 100 gm / 100 ml / per serving as indicated in the para for mandatory requirements of FSSAI/BIS. (k) Date of manufacture. (l) Batch No/Lot No. (m) BATCH NO, (n) FSSAI LICENSE NO. 04 (p) MAFNUFACTURED BY Yes/No (q) DATE, MONTH AND YEAR OF MANUFACTURE (r) MRP:

CORRUGATED FIBREBOARD CARTONS (CFCS) . The following particulars shall be printed on the sides of each CFC:- (a) Description of contents. (b) Name of manufacturer. (c) Date of manufacture. (d) Gross weight (in kg). (e) No of Cans/Glass Jars x Nett weight (in gm). (f) Batch No/Lot No. (g) Warranty expiry date. (h) Code symbol.(only in case of tins) (j) Glass with care (In 2.5 cm characters in red ink). (k) This side up (In 2.5 cm characters in red ink with an arrow mark showing the side). Note : Serial number (j) and (k) are applicable to glass jars only. FOLLOWING VARIETIES OF SAME BRAND ONLY

05 Mixed Fruit, Mango, Pineapple, Orange, Strawberry Blast, Yes/No Berry Blast and Orange blast. (All variety in equal proportion) QUOTED BRAND

The firms are to quote under RECOGNISED BRAND names with 06 FSSAI certification only. Yes/No

Name of Brand/ Brands being quoted for and respective FSSAI No to be mentioned . PHOTO COPY

Scanned Photo copy of the brand/ brands being quoted for (All 07 necessary details like Brand Name, MRP, Ingredients, FSSAI Should be No. and Manufactured By should be clearly visible with naked Uploaded eye).

Date: Jul 20 Signature Firm Name

Page 35 of 84

Page 36 of 84

Appendix ‘D II” to INS Valsura Request for Proposal

SPECIFICATION OF MALTED MILK FOOD (MM FOOD) : EXTRACTED FROM DFS-16 Remarks of Ser. Technical Specification Bidder (Yes/No) Quality

(a) The Malted Milk Food will be of uniform and homogenous consistency. It will be in the form of a mix of granules / flakes for use as a beverage. The average ratio of granules/powder would be 55 : 45. These shall be free from starch (except starch natural to cocoa powder) and added non- milk fat.

(b) The material obtained by a combination of whole milk, partially skimmed milk or milk powder, with the wort separated from a mash of ground barley malt , any other malted cereal grains and wheat flour or any other cereal flour or malt extract with or without addition of optional ingredients (see para 4 below), cocoa powder and may also contain added sugar in such a manner as to secure complete hydrolysis of the starchy material and prepared in a percentage specified as granules / flakes not less than 55% and powder not more than 45% when sieved on a 500 micron sieve in a sample pack of 12 x 500 gms packages, with min of 50% of granules in each pack when si eved on a 500 micron sieve, and by roller drying, spray drying, vacuum drying or any other suitable process.

(c) The sugar, milk powder and cocoa powder used in the 01 manufacture of Malted Milk Foods shall conform to BIS Yes/No Specification No IS:498-1985, IS:1165-1992 and IS:1164-1986 respectively.

(d) Optional Ingredients : In addition to ingredients mentioned above the products may contain any of the optional ingredients, singly or in combination as given below:-

(i) Flavouring agents and spices (Those permitted under FSSAI Rules) (ii) Emulsifying agents (Those permitted under FSSAI Rules ) (iii) Protein isolates (iv) Sodium Chloride (v) Sodium or potassium bicarbonate and (vi) Minerals and Vitamins

(e) Mal ted Milk Foods shall be free from preservatives and added colouring matters, free flowing, free from rancidity or other off odours, dirt, grittiness, filth, insect infestation, fungus growth, adulterants and other harmful ingredients.

(f) Malted Milk Foo ds shall have fresh odour, taste and flavour characteristic of product and in a state of perfect Page 37 of 84

preservation.

(g) On reconstitution the material shall disperse and dissolve satisfactorily without excessive sedimentation and shall yield a product of good palatability having characteristic flavour and body. PACKING

(i) Malted Milk Foods shall be packed in any of the following trade packs:-

(a) Refill Packs (Bag-in-Box Type) . 500 gm Malted Milk Food shall be packed in a laminated bag of suitable thickness made from paper/foil/polyester(PFP)and hermetically sealed by band sealing having seal width not less than 5 mm without any leaks/discontinuity. Such bag shall be further packed in a mu lticoloured decorative printed duplex box of suitable size made from cardboard of not less than 325 GSM.

(b) PET Bottles . Malted Milk Foods shall be packed in 500 gm PET bottles having heat sealed diaphragm without any leaks/discontinuity made from plain or printed LDPE 02 Yes/No laminated aluminium foil and provided with tightly fitted HDPE screw cap having wax coated paper wad of not less than 100 GSM.

(ii) Corrugated Fibreboard Cartons (CFCs) . The Refill packs/PET bottles shall be further packed in 5 ply CFCs of suitable size m ade from virgin kraft paper having moisture barrier capability and provided with 4 pairs of rust proof metal staples at the flap joints and 2 end plates. The refill packs/PET bottles shall be packed in one layer and each CFC shall contain 24 or 20 such pac ks respectively. The bottom flaps of CFC shall be closed with PVC adhesive after forming whereas the top flaps shall be closed with PVC adhesive tape having width not less than 5 cm and shall be provided with 2 rounds of polypropylene strapping’s at right angles to PVC adhesive tape and ends secured with rust proof metal staples or heat welding. MARKING

(a) Refill Packs (Bag-in-Box Type) . The paper/Foil/Polyester (PFP) bag shall be without any marking/printing in regard to description of the contents.

(b) Duplex Boxes . Each duplex box shall be printed with the following particulars:- 03 (i) Description of contents i.e. Malted Milk Food with Yes/No Cocoa. (ii) Name of manufacturer. (iii) Brand, if any. (iv) Nett weight of contents (in gm). (v) List of i ngredients used in descending order of wt or volume. (vi) Nutritional information per 100 gm/ 100 ml / per serving as indicated in the para for mandatory requirements of PFA/BIS. Page 38 of 84

(vii) Date/month of manufacture. (viii) Batch No/Lot No. (ix) Ingredients used. (x) Cautionary notice: Pour contents of this refill pack into a dry tin or jar and replace the lid tightly. (xi) Instructions for reconstitution.

(c) PET Bottles . The label of each PET bottle shall be pasted/shrink wrapped with multicoloured, decora tive, printed propriety chromoart trade paper label of 120 gsm OR Multicoloured, decorative PVC shrink sleeve wrap of not less than 30 Micron thickness having following particulars:-

(i) Description of contents i.e Malted Milk Food with Cocoa. (ii) Name of manufacturer. (iii) Brand, if any. (iv) Nett weight of contents (in gm). (v) Date/month of manufacture. (vi) Batch No/Lot No. (vii) Ingredients used. (viii) Instructions for reconstitution.

(d) Corrugated Fibreboard Cartons (CFCs) . The following particulars shall be printed on the sides of each CFC:- (a) Description of contents (size 5.0 cm characters or suitable size or as per The Legal Metrology (Packaged Commodities) Acts, 2009 and Rules, 2011. (b) Name of manufacturer. (c) Date of manufacture. (d) Gross weight (in Kg). (e) No of packs X Nett wt (In gm). (f) Batch No/Lot No. (g) Warranty expiry date. WARRANTY 04 Yes/No 12 Months QUOTED BRAND

The firms are to quote under RECOGNISED BRAND names with 05 FSSAI certification only. Yes/No

Name of Brand/ Brands being quoted for and respective FSSAI No to be mentioned . PHOTO COPY

Scanned Photo copy of the brand/ brands being quoted for (All 06 Should be necessary details like Brand Name, MRP, Ingredients, FSSAI Uploaded No. and Manufactured By should be clearly visible with naked eye). CONTENTS

(a) Moisture- Not more than 5% by weight 07 (b) Total Protein – Not less than 12.5 % by weight (Nx6.25) Yes/No (on dry basis) (c) Total fat (on dry basis) – Not less than 7.5% by weight (d) Total fat (on dry basis)- Not more than 5% by weight Page 39 of 84

(e) Acid insoluble ash (on dry basis) (in dilute HCl)- Not more than 0.1% by weight (f) Solubility – Not less than 85% by weight (g) Test for starch- Negative

Date: Jul 20 Signature Firm Name

Page 40 of 84

Appendix ‘D III” to INS Valsura Request for Proposal

SPECIFICATION OF REFINED IODIZED SALT : EXTRACTED FROM DFS-16 Remarks of Ser Technical Specification Bidder (Yes/No) Quality

(a) The salt iodised shall be of good quality, with its characteristic taste, free flowing, white, clean and free from substances injurious to health.

(b) Refined Iodized salt is solar/rock salt from which soluble and insoluble impurities’ are reduced by employing mechanical washing, centrifu ging and iodizing, drying, sieving, coating with permitted anticaking agents as prescribed under the FSSAI Rules . It shall be free from visible contamination with clay, grit or other extraneous adulterants or impurities. 01 Yes/No

(c) The material may contain anti caking agents as permitted under the FSSAI Rules, subject to a maximum 02 percent by mass, either singly or in combination. Further, when calcium, potassium or sodium ferrocyanide are used as crystal modifiers and anticaking agents, their quantity should n ot exceed 10 mg/kg, on dry basis, either singly or in combination expressed as ferrocyanide when tested by the method prescribed in Indian Standard IS 7224 : 2006(or revisions there to).

(d) When dissolved in water, it shall produce a clear solution containing not more than a trace of sediment. PACKING

02 The salt shall be packed in 01 Kg / 02 Kg / 05 Kg LLDPE Yes/No bags made from 350 gauge B iaxially oriented polypropylene(BOPP/LLDPE) film of food grade quality. MARKING

In addition to the commercial brand markings, the following particulars shall be printed on one side of each food grade polybag:-

03 (a) Product (Salt iodized) in characters of suitable size. Yes/No (b) Brand name. (c) Name of the Manufacturer. (d) Nett weight. (e) Date of Manufacture. (f) Lot No/Batch No. (g) Cautionary Note. “ STORE IN COOL AND DRY PLACE” . PARTICLE SIZE

04 For refined iodized salt, minimum 95 percent of the Yes/No material shall pass through 01 mm IS sieve and not more than 10 percent by mass shall pass through 150 micron IS sieve. Page 41 of 84

ANALYTICAL SPECIFICATION

The salt iodised shall conform to the following analytical parameters, when dried in accordance with the method prescribed in annex A:-

(a) Moisture, percent by mass, Max - 0.5 (b) Water insoluble matter, percent by mass, on - 1.0 dry basis, max (c) Chloride content (as NaCI), percent by mass, - 98.5 on dry basis, Min (d) Matter soluble in water other than sodium chloride, - 1.0 percent by mass, on dry basis, Max 05 (e) Calcium (as Ca), percent by mass, on dry - 0.15 basis, Yes/No Max (f) Magnesium (as mg), percent by mass, on dry - 0.10 basis, Max (g) Sulphate (as SO4), percent by mass, Max - 0.60 (h) Iodine content at retail level, ppm, Min - 15 (j) Alkalinity (as Na2CO3), percent by mass, Max - 0.15 (k) Lead (as Pb), ppm, Max - 2.0 (l) Arsenic (as As), ppm, Max - 1.0 (m) Iron (as Fe), ppm, Max – 50

Note : The methods of analysis shall be those laid down in the Indian Standard Specification No. IS: 7224 : 2006 (or revisions there to). QUOTED BRAND

The firms are to quote under RECOGNISED BRAND names with 06 FSSAI certification only. Yes/No

Name of Brand/ Brands being quoted for and respective FSSAI No to be mentioned . PHOTO COPY

Scanned Photo copy of the brand/ brands being quoted for (All 07 Should be necessary details like Brand Name, MRP, Ingredients, FSSAI Uploaded No. and Manufactured By should be clearly visible with naked eye).

Date : Jul 20 Signature Firm Name Page 42 of 84

Appendix ‘D IV” to INS Valsura Request for Proposal

SPECIFICATION OF COFFEE POWDER : EXTRACTED FROM DFS-16 Remarks of Ser. Technical Specification Bidder (Yes/No) Quality

(a) Soluble Coffee Powder (Refill packs) shall be prepared by extracting under suitable conditions, freshly roasted and ground pure coffee beans with water. The extraction shall be carried out in a series of percolators or extractors at suitable temperatures. The brew thus obtained with or without further concentration shall be dried to a pow der or agglomerates and packed in airtight laminated pouches in humidity controlled rooms. 01 Yes/No (b) The material shall be in the form of free flowing powder or agglomerates and shall have the colour, taste and flavour characteristic of good quality coffee. It shall be free from impurities and shall not contain chicory or any other added substance. The material in agglomerated form shall have agglomerates of uniform size as far as possible.

(c) The material shall be evaluated for cup test in accordance with the method prescribed in Appendix ‘A’ to BIS Specification No IS: 2791 -1992 for Soluble Coffee Powder. PACKING

(a) Laminated Pouches . 100/200/500 gms soluble coffee powder/agglomerates shall be packed in a 1-3 layer laminated pouch made of 10 μ polyester/ 9 μ aluminium foil / 35 μ LDPE or Coffee may be packed in 100/150/200/500 gms food grade one side clear stand up zip pouches of suitable size with 70 to 130 μ thickness, 3 layered laminate of PET- Aluminium - Polyethylene. 02 Yes/No

(b) Glass Bottle. The coffee powder shall be packed in 50 grams glass bottle with heat sealed diaphragm and HDPE screw cap having wax coated paper wad.

(c) Corrugated Fibreboard Cartons (CFCs) . 36 duplex boxes /suitable number of glass bottles/ sachet 4gm trade shall be packed in a CFC conforming to Specification No 201 and Appx G-1 thereto. MARKING

(i) Laminated Pouches . The laminated pouches shall be without any marking/stencilling in regard to the description of the contents. 03 Yes/No

(ii) Duplex Boxes . Each duplex box shall be printed with the following particulars:-

(a) Description of contents. (In suitable size or as per Page 43 of 84

the Legal Metrology (Packaged Commodities) Acts 2009 and Rules 2011 (b) Nett weight (in gms). (c) Date of Manufacture Debossed (d) Batch No / Lot No. (e) Name of manufacturer. (f) Method of preparation. (g) Cautionary Notice . Once this pack is opened the contents should be transferred to an airtight container. Always use a dry spoon.

(iii) Corrugated Fibreboard Cartons (CFCs) . The following particulars shall be stenciled or printed on each CFC:-

(a) Description of contents( size 5.0 cm characters or suitable size or as per Standards of the Legal Metrology (Packaged Commodities) Acts 2009 and Rules 2011. (b) No of packs X Nett weight (in gms) (c) Gross weight (in Kgs) (d) Name of manufacturer (e) Date of manufacture (f) Batch No/Lot No WARRANTY 04 Yes/No 12 Months. QUOTED BRAND The firms are to quote under RECOGNISED BRAND names with 05 FSSAI certification only. Yes/No Name of Brand/ Brands being quoted for and respective FSSAI No to be mentioned . PHOTO COPY Scanned Photo copy of the brand/ brands being quoted for (All 06 necessary details like Brand Name, MRP, Ingredients, FSSAI Should be No. and Manufactured By should be clearly visible with naked Uploaded eye).

Date : Jul 20 Signature Firm Name

Page 44 of 84

Appendix ‘D V” to INS Valsura Request for Proposal

SPECIFICATION OF TEA : EXTRACTED FROM DFS-16 Remarks of Ser. Technical Specification Bidder (Yes/No) Quality

(a) Tea shall be the product processed by CTC method exclusively from fresh buds, young leaves and tender stems from the plant of genus camellia. It shall have the granulated appearance characteristic of tea CTC. The stock of garden tea(s) used for blending shall be of current season's crop (see note ‘aa') and well packed in new original garden tea jute bags free from any qualitative damage and deterioration.

(b) The tea shall be a blend of the following broken grades and origin of garden tea(s):-

(i) Grade. The grade and the grade percentage will be as under:- Grade Grade % (Percentage): (aa) BOPL/BPS - 0 – 2% (ab) BOP - 0 – 20% 01 (ac) BOPSM - Not less than 40%. Yes/No (ad) BP - Not less than 25%. (ae) BP (SM) - 0 – 10% (ad) OF/PF - 0 – 3% (ii) Origin. (aa) Assam - Not less than 40.0%. (ab) Dooars - Not more than 40.0%. (ac) Cachar/Nilgiris - Not more than 20.0%.

(c) The blended tea shall be dry and have pleasant aroma and shall be free from baggy, cheesy, chesty and stale smells. It shall not contain any added colouring matter or flavour or preservatives and shall be free from iron particles and exhausted tea leaves. It shall be free from orthodox, powdery, dusty, stalky and fibrous tea(s).

Note : The tea(s) which have arrived at warehouses in past six months from the date of blending shall only be considered as current season's crop. PACKING

(a) Packing Refill Packs (Bag in Box) Type .

(i) 500/1000 Gm Pack . 500/1000 gm tea CTC shall be packed 02 in metallized polyester lined sealed foil pouch in a Yes/No liner carton pack. The weight of metalized pouch to be minimum 7.5 gms for 500 gms pouch & min 15 gm for 1000 gm pouch. The pack shall be hermetically sealed by band sealing having seal width not less than five(05) mm without any leaks/ discontinuity. Such bags shall be Page 45 of 84

further packed in multicoloured decorative duplex box of suitable size made from Cardboard of not less than 350 GSM for 500 gm & 400 GSM for 1000 gms pack, which will be punched and pasted.

(ii) 100/150/200/500 Gms Packs . Tea CTC may be packed in 100/150/200/500 gms food grade one side clear stand up zip pouches ofsuitable size with 70 to 130 μ thickness, 3 layered laminate of PET – Aluminum - Polyethylene.

(b) CFCs. The refill packs/pouches shall be further packed in seven (07) Ply CFC confirming to specification No 201 for packing in CFCs. It shall be of a suitable size made from virgin Kraft Paper having moisture barrier capability and provided with six pairs of rust proof metal staples at the flap joints and two end plates. The bottom flaps of CFC shall be closed with PVC adhesive after forming, whereas the top flaps shall be closed with PVC adhesive tape having width not less than five (05) cm and shall be provided with two round of polypropylene strapping at right angles to PVC adhesive tape and ends secured with rust proof metal staples or heat welding.

(i) 500/1000 Gms Pack. The refill packs shall be packed in two/one layer and each CFC shall c ontain 24/12 such packs each layer consisting of 12 duplex boxes (12 x 02) in case of 500 gms pouch & (12 x 01) in case of 1000 gm. Prior to packing them in CFCs these refill packs will be packed in single polyshirt of suitable size of minimum 175 gauge thickness. The mouth of polyshirt shall be closed using PVC tape.

(ii) 100/150/200/500 Gms Packs. The Pouches shall be packed in one/two layers and each CFC shall contain 12 Kgs of Tea CTC.

(c) Material and Manufacture. The corrugated fibre board cartons shall be manufactured in the shapes of cubical rectangular parallel piped. The blanks will be properly creased or slotted so that no holes shall be left at the corners. The flaps of the boxes shall be capable of being folded at an angle of 1800 along theli nes of creasing without fracture of board or facing.

Page 46 of 84

MARKING

(a) Refill Packs (Bag in Box). Shall be without any marking/ printing in regards to description of contents.

(b) Duplex Box. Should be a multicoloured decorative box with following mandatory markings:-

(i) Description of contents (in 2.5 cm characters). (ii) Manufacturers brand name (optional). (iii) Nett wt (in gm). (iv) Green logo (veg). (v) Blend No. (vi) Date of blending. (vii) Name of Manufacturer. (viii)Warranty expiry / Best before. (ix) FOR DEFENCE SERVICES ONLY. 03 Yes/No (c) Details as mentioned in para (b) above can be printed on duplex Box or duly marked with permanent indelible ink.

(d) Marking of CFC. The following particulars shall be stenciled or printed on each CFC:-

(i) Description of contents size 5.0 cm characters or suitable size or as per Standards of the Legal Metrology (Packaged Commodities) Acts 2009 and Rules 2011. (ii) No of packs X Nett wt (in gms). (iii) Gross wt (in kgs). (iv) Green logo (veg). (v) Blend No. (vi) Date of blending. (vii) Name of manufacturer. (viii)Warranty expiry / Best before. ANALYSIS The methods of analysis and the description of tea shall follow the latest edition of "Specification for Tea" and "Glossary of tea Terms" issued by the Bureau of Indian 04 Yes/No Standards except for loss in mass at 103oC for tannin which shall be determined according to AOAC, 1995 or latest edition thereto. WARRANTY 05 Yes/No 12 Months. QUOTED BRAND

The firms are to quote under RECOGNISED BRAND names with 06 FSSAI certification only. Yes/No

Name of Brand/ Brands being quoted for and respective FSSAI No to be mentioned . PHOTO COPY OF BRAND BEING QUOTED

Scanned Photo copy of the brand/ brands being quoted for (All 07 Should be necessary details like Brand Name, MRP, Ingredients, FSSAI Uploaded No. and Manufactured By should be clearly visible with naked eye).

Page 47 of 84

Date : Jul 20 Signature Firm Name

Page 48 of 84

Appendix ‘D VI’ to INS Valsura Request for Proposal

SPECIFICATION OF CHEESE : EXTRACTED FROM DFS-16 Remarks of Ser. Technical Specification Bidder (Yes/No) Quality

(a) Processed Cheese spread shall be made by comminuting and mixing into a homogeneous plastic mass, one or more types of hard cheeses conforming to Bureau of Indian Standards Specification No IS: 2785-1979 with the aid of heat with one or more of the permissible emulsifiers and/or harmless permitted stabilizers (other than gums) in such a quantity that the mass of solids of such emulsifying agents is not more than 4.0 percent of the mass of the processed cheese spread.

(b) It may or may not contain butter, cream, butter oil, milk, skimmed milk, milk powder, cheese whey, sweet butter milk or one or more of t hese or any of these from which part of water has been removed.

(c) It may contain permitted acidifying agents in such quantity that the pH of pasteurized cheese spread is not below 4.0.

(d) No colouring matter other than annatto or carotene shall 01 be added. Yes/No

(e) It shall be free from any adulterants and preservatives except sorbic acid or niacin or both to the maximum extent of 0.1 percent by mass.

(f) The Salt used shall conform to BIS Specification No IS: 253 - 1970 and all other ingredients used shall be clean and in every respect fit for human consumption.

(g) It may contain natural sweetening agent in a quantity necessary for seasoning.

(h) It may contain spices, condiments, flavouring agents permitted under FSSAI act/rules.

(j) The processed chee se spread shall be easily spreadable, of good texture and uniform consistency. It shall be clean, sound, free from dirt, insect and rodent contamination. It shall have a pleasant taste, flavour and characteristic odour free from any objectionable odour. PACKING

02 (a) Polypropylene Cups : - The processed cheese spread shall Yes/No be packed in trade polypropylene cups of food-grade quality. The mouth of each cup shall be sealed with aluminium foil of Page 49 of 84

40 micron and covered with lid. The nett weight of contents in each cup shall be upto 200 gm with appropriate head space .

(b) Corrugated Fibreboard Cartons (CFCs) . The cups shall be packed in 5 ply CFCs of suitable size and tare weight of CFCs not less than 320 gm for gross contents upto 6 Kgs and 580 to 625 grams for gross contents upto 8.5 Kgs. Th e lap joint of CFC shall be closed with 4 to 6 pairs of rust proof metal staples of good quality. The top and bottom flap joints of CFCs shall be closed with PVC adhesive tape of good quality having width not less than 5.0 cm. The CFCs will have either vertical or horizontal partitions and two end plates. MARKING

(i) Polypropylene cups . Each cup shall be externally lithographed or printed and shall be marked with the following particulars depicting the product in attractive multicoloured decorat ive design with serving suggestions if any:-

(a) Description of contents i.e. Cheese Spread. (b) Name of manufacturer (c) Brand (if any) (d) Nett weight of contents (In gram) (e) Serving suggestions (if any) (f) List of ingredients used in descending order of wt or volume. (g) Nutritional information per 100 gm / 100 ml / per serving as indicated in the para for mandatory 03 Yes/No requirements of FSSAI/BIS. (f) Date of manufacture (g) Batch No/Lot No

(ii) Corrugated Fibreboard Cartons (CFCs) . The following particulars shall be printed on the sides of each CFC:-

(a) Description of contents (size 5.0 cm characters or suitable size or as per The Legal Metrology (Packaged Commodities) Acts, 2009 and Rules, 2011. (b) Name of manufacturer. (c) Date of manufacture. (d) Gross weight (in Kg). (e) No of cups x nett weight (in gram). (f) Batch No/Lot No. (g) Keep under refrigeration. (h) This side up (with an arrow mark, showing the side). ANALYSIS

The Processed Cheese Spread shall conform to the following analysis in a cut out examination:-

(a) Moisture content - Not more than 60.0% 04 Yes/No (b) Milk fat (on dry basis) - Not less than 40.0% (c) Salt (added sodium chloride) - Not more than 3.0%

Microbiological Examination m (limit) M (limit) (d) Total Plate Count - 50,000/gm 75,000/gm Page 50 of 84

(e) Coliform Count - -- Less than 10/g (f) E.coli - -- Absent per gm (g) Salmonella - -- Absent per 25gm (h) Shigella - -- Absent per 25gm (j) Staphylococcus aureus - -- Less than 10/gm (k) Yeast and Mould count - -- Less than 10/gm (l) Anaerobic Spore count - -- 100/g (m) Listeria monocytogenes - -- Absent in 1 gm WARRANTY 05 Yes/No 12 Months. QUOTED BRAND

The firms are to quote under RECOGNISED BRAND names with 06 FSSAI certification only. Yes/No

Name of Brand/ Brands being quoted for and respective FSSAI No to be mentioned . PHOTO COPY OF BRAND BEING QUOTED

Scanned Photo copy of the brand/ brands being quoted for (All 07 Should be necessary details like Brand Name, MRP, Ingredients, FSSAI Uploaded No. and Manufactured By should be clearly visible with naked eye).

Date : Jul 20 Signature Firm Name

Page 51 of 84

Appendix ‘D VII’ to INS Valsura Request for Proposal

SPECIFICATION OF LIME CORDIAL : EXTRACTED FROM DFS-16 Remarks of Ser. Technical Specification Bidder (Yes/No) Quality

(i) Shall conform to the following specifications:-

(a) Specification BIS spec No. IS:4935 – 1968 (reaffirmed Sep 2005) for (non fruit) syrups and, (b) Sharbat and synthetic syrups of Fruit products order, 1955.

(ii) It shall be prepared from harmless herbs, flowers or essence of the following varieties:- Mixed, Mango, Pineapple, Orange, Grape, Lemon, Strawberry and Lichi . The only substances that may be added are water, citric acid, harmless herbs, drugs, flowers essences (real fruit pulp/ juices at least 25 percent), Sugar, dextrose, invert sugar or liquid glucose, permitted colours and preservatives.

(iii) The finished product shall have good and pleasant taste, good flavour, truly characteristic of the flavouring material used, and be free from brunt or any other objectionable taint(s) & flavour(s) and crystallization of sugar. It shall be of good keeping quality and should show no signs of fermentation. No artificial sweeting agent shall be used.

01 Yes/No (iv) The synthetic (non fruit) syrup shall be clear, transparent, free from scum residue or suspended particles, sediments, of uniform colour, possess a pleasant taste and flavour truly characteristic of flavouring material used and shall not score less than 80 points. Maximum and minimum number of points scored by different factors shall be as follows:-

Factor Maximum Minimum Colour 25 20 Taste & Flavour 50 40 Absence of defects 25 20

(v) The only preservatives that may be used in synthetic syrups are Sulphur dioxide or any other suitable sulphite or benzoic acid or its water soluble salts.

(vi) Shall Contain the following:

(a) Percentage of total soluble solids : Not less than 65% (b) Arsenic (As As) : NMT 1.1 ppm (c) Lead (as Pb) : NMT 2.5 ppm (d) Copper (as Cu) : NMT 30 ppm (e) Zinc (as Zn) : NMT 19 ppm Page 52 of 84

(f) Tin (as Su) : NMT 250 ppm (g) SO2 / : 350 ppm (h)Benzoic Acid : 600 ppm

PACKING

Shall be packed in properly cleaned and sanitized 02 containers viz glass bottles or cans or food grade plastic Yes/No containers or dispensing units. After filling, the containers shall be securely and hermetically sealed.

MARKING

Each container shall be marked or labeled with the following particulars:-

(a) Name of the material with the brand name, if any (see Note):- NOTE – The container of synthetic syrups will not bear any label which will lead the consumer into believing that it is genuine fruit product. In addition, the label will have the 03 Yes/No word ‘SYNTHETIC’ distinctly and clearly displayed on it. (b) Name and address of the manufacturer. (c) Net weight of the contents in grams. (d) Gross Weight. (e) Date of manufacture or code number indicating the date of manufacture. (f) Lot No / Batch No. (g) Best Before. (h) List of additives, if used, and (j) Nutritional info. WARRANTY 04 Yes/No 24 Months. QUOTED BRAND

The firms are to quote under RECOGNISED BRAND names with FSSAI certification only. Following varieties in equal 05 percentage to be quoted: Mixed, Mango, Pineapple, Orange, Yes/No Grape, Lemon, Strawberry and Lichi.

Name of Brand/ Brands being quoted for and respective FSSAI No to be mentioned . PHOTO COPY OF BRAND BEING QUOTED

Scanned Photo copy of the brand/ brands being quoted for (All 06 Should be necessary details like Brand Name, MRP, Ingredients, FSSAI Uploaded No. and Manufactured By should be clearly visible with naked eye).

Date : Jul 20 Signature Firm Name Page 53 of 84

Appendix ‘D VIII’ to INS Valsura Request for Proposal

SPECIFICATION OF MILK TINNED: EXTRACTED FROM DFS-16 Remarks of Ser. Technical Specification Bidder (Yes/No) Quality

1. The Condensed Milk (Sweetened) full cream shall be the product obtained from fresh cow or buffalo milk or a combination thereof or from standardised milk by partial removal of water and addition of refined sugar. It may contain added refined lactose, calcium chloride, citric acid and sodium citrate, sodium salts of orthophosphoric acid and polyphosphoric acid (as linear phosphates with a degree of polymerisation upto 6 units) not exceeding 0.3% by weight of the finished product.

2. The Condensed Milk (Sweetened) shall have a light cream colour and shall not show any signs of caramelisation and thickening and shall be of pourable consistency. Condensed milk shall be free from rancid, fruity, mouldy, tallowy, 01 cooked, sour, sandy (d efinitions of these terms shall be as Yes/No per IS: 5126, Part II-1969, Glossary of General terms for sensory evaluation of foods) and any other objectionable odour and taste. The colour, odour and taste shall be determined by the sensory tests.

3. The Condense d Milk (Sweetened) shall not contain any added colouring matter or any other substance injurious to health.

4. The Condensed Milk (Sweetened) shall not show signs of faulty processing or unhygienic methods of manufacture and shall not show any signs of su gar crystalisation and fat separation.

5. The Condensed Milk (Sweetened) shall reconstitute properly when diluted with water in the ratio of 1:2.5 and shall not coagulate on boiling for 2 minutes. ANALYTICAL INSPECTION

The Canned Condensed Milk (Sweetened) shall conform to the following analysis in a cut out examination:-

(a) Milk solids - Not less than 31.0% (b) Sucrose - Not less than 40.0% (c) Fat - Not less than 9.0% 02 (d) Titratable acidity (as lactic acid) - Not more than 0.35% Yes/No

Microbiological Examination m (limit) M (limit) (e) Total Plate Count - 500/gm 1500/gm (f) Coliform Count - -- Less than 10/gm (g) E.coli - -- Absent /gm (h) Salmonella - -- Absent /25 gm (j) Shigella - -- Absent/25 gm Page 54 of 84

(k) Staphylococcus aureus - 10/gm 100/gm (l) Yeast and mould count - -- 10/gm (m) Anaerobic Spore count - 10/gm 100/gm (n) Listeria monocytogenes - -- Absent /gm PACKING

(a) Cans . The Condensed Milk (Sweetened) shall be packed in Pre-printed multi colour (Lithographed) Easy to Open End (EOE) 400 gm Food Can of food grade material) having food Grade plastic lid over and above the top end. The net weight of contents in each can shall not be less than 400 gm.

(b) CFC. The following particulars shall be printed on the sides of each CFC:- 03 Yes/No (a) Description of contents (size 5.0 cm characters or suitable size or as per The Legal Metrology (Packaged Commodities) Acts, 2009 and Rules, 2011. (b) Name of manufacturer. (c) Date of manufacture. (d) Gross weight (in Kg). (e) No of cans x nett weight (in gram). (f) Batch No/Lot No. (g) This side up (with an arrow mark, showing the side).

MARKING

(a) Each Can shall be either lithographed or pasted with a multicoloured decorative printed chrome art trade paper label of 120 Gsm with the following particulars.

(i) Description of contents. (ii) Name of manufacturer. (iii) Brand (if any). (iv) Nett weight of contents (in gram). (v) Serving suggestions (if any). (vi) Directions for use. (vii) List of ingredients used in descending order of wt or volume. (viii) Nutritional information per 100 gm / 100 ml / per serving as indicated in the para for mandatory requirements of FSSAI/BIS. 04 Yes/No (ix) Date of manufacture. (x) Batch No/Lot No.

(b) The label shall go round the can tightly and gum shall be applied between the paper and paper only so that the gum used does not come in contact with the can .In case of lithographed cans particulars agai nst ser No (vii) to (xii) may be printed legibly on self adhesive heavy duty stickers and the same be pasted on the cans.

(c)The bottom end plate shall be printed with inkjet printing for code symbol for name of firm, name of commodity, date, month and ye ar of manufacture in two lines one above the other. The detailed format of the code would be:-

(i) Upper Line. Name of the firm represented by 2 alphabets to be allotted by the Director General of Page 55 of 84

Supplies and Transport (ST-8) followed by name of commodi ty represented by 2 additional alphabets. The code symbol for Canned Condensed Milk (Sweetened) shall be "CM".

(ii) Lower line . This line will depict the date, month and year of manufacture and will carry a maximum of 4 symbols. The date will be shown in full (digits 1 to 9 shall be prefixed with a zero), the month will be represented by an alphabet (A or M for January, B or N for February, C or O for March, D or P for April, E or Q for May, F or R for June, G or S for July, H or T for August, I or U for S eptember, J or V for October, K or W for November, L or X for December) and the year will be indicated by the last numeral of the year (9 for 1999, 0 for 2000, 1 for 2001 and so on).

(d) Corrugated Fibreboard Cartons (CFCs) . The following particulars shall be printed on the sides of each CFC:-

(a) Description of contents i.e. Canned Condensed Milk (Sweetened) shall be printed in 5.0 cm to 6.0 cm characters or according to The Legal Metrology (Packaged Commodities) Acts, 2009 and Rules, 2011. (b) Name of Manufacturer. (c) Date of manufacture. (d) Gross weight (in kg). (e) No of Cans x Nett weight (in gm). (f) Batch No/Lot No. (g) Warranty expiry date. (h) Code Symbol. WARRANTY 05 Yes/No 12 Months.

Page 56 of 84

QUOTED BRAND

The firms are to quote under RECOGNISED BRAND names with 06 FSSAI certification only. Yes/No

Name of Brand/ Brands being quoted for and respective FSSAI No to be mentioned . PHOTO COPY OF BRAND BEING QUOTED

Scanned Photo copy of the brand/ brands being quoted for (All 07 Should be necessary details like Brand Name, MRP, Ingredients, FSSAI Uploaded No. and Manufactured By should be clearly visible with naked eye).

Date : Jul 20 Signature Firm Name

Page 57 of 84

Appendix ‘D IX’ to INS Valsura Request for Proposal

SPECIFICATION OF MILK POWDER: EXTRACTED FROM DFS-16 Remarks of Ser. Technical Specification Bidder (Yes/No) Quality

(i) The Milk Powder shall be the material prepared by spray drying or roller drying of whole fresh milk or standardised milk derived from healthy cows and/or buffaloes. The product may be agglomerated by "Agron type drier" process. It shall be free from any added preservatives, chemical or alkali.

(ii) The Milk Powder shall be white or light cream in colour . It shall be free from lumps except those that break up readily under slight pressure and shall be reasonably free from scorched particles. It shall not have a brown or yellow colour typical of overheated product or any other unnatural 01 colour and shall be free from dirt and other extraneous Yes/No matter or foreign ingredients. It may contain calcium chloride, citric acid and sodium citrate, sodium salts or orthophosphoric acid and polyphosphoric acid (as Linear phosphate with a degree of polymerization upto 6 units) not exceeding 0.3% by weight and 0.01% of B.H.A. by weight of finished product.

(iii) The material shall have a pleasant and sweet taste entirely free from scorched, rancid, tallowy or other objectionable flavour or odour.

(iv) The material on reco nstitution with water in the proportion of 1:6 shall have the. ANALYTICAL INSPECTION

The Milk Powder shall conform to the BIS Specification No IS: 1165-1992, details of which are given below:-

(a) Moisture, percent by mass, Max - 4.0 (b) Total solids (Milk solids and added - 96.0 salts), percent by mass, Min (c) Fat, percent by mass, Min - 26.0 (d) Insolubility Index, Max - 0.5 ml (e) Total ash (on dry basis) percent by mass, Max - 7.3 02 Yes/No (f) Titratable acidity (Lactic Acid) percent by - 1.2 mass, Max

Microbiological Examination m (limit) M (limit) (g) Total Plate Count - 40,000/gm 50,000/gm (h) Coliform Count - 10/gm 50/gm (j) E.coli - -- Absent /gm (k) Salmonella - -- Absent/25 gm (l) Shigella - -- Absent / 25 gm (m) Staphylococcus aureus - -- Less than 10/gm Page 58 of 84

(n) Spore count (i) Aerobic - 100/gm 1000/gm (ii) Anaerobic 10/gm 100/gm (p) Listeria monocytogenes -- Absent /gm

PACKING

(a) Tins. The Milk Powder shall be gas packed by double flushing operation, using nitrogen or mixture of nitrogen and carbon dioxide in hermetically sealed wide mouth 18 litre square tins conforming to BIS specification No IS : 916-2000 carrying BIS certification mark with a press-in-lid having flat edge (Not rimmed) with depth not less than 10 mm which shall be soldered at four equidistant places and a tagger plate over it soldered all around having diameter bigger than the press in lid. The empty containers shall be cleaned thoroughly before filling. Th e 18 litre square tins shall conform to the following measurements. The nett weight of contents in each tin shall not be less than 9 Kg:-

(i) Lid aperture - Approx 12.70 to 14.60 cm (ii) Lid container - Approx 13.45 to 15.87 cm (iii) Tagger plate - Approx 15.55 to 17.14 cm (Circular/square)

(b) Corrugated Fibreboard Cartons (CFCs).

(i) Type of pack : 18 litre square Tin/15 Kg square tin 03 (ii) Packing unit per carton : 2 units Yes/No (iii) Internal Dimensions: The carton shall have the internal dimensions of appropriate/ suitable size provided the integrity of the product is not disturbed/ broken/ crushed. (iv) Number of Partitions : One Number (v) Centre Plates : Nil (vi) Gap fillers : Nil (vii) Type of board : 7 Ply (viii) Weight of empty carton : 800 gm minimum (ix) End Plates : Two numbers (x) Strappings

(aa) Material : Plastic/Nylon/PVC, virgin and strong strap having width not less than 1.25 cm and thickness not less than 0.45 mm shall be used.

(ab) Method : There shall be at least four rounds of strappings, two in longitudinal direction and the remaining two at right angles duly secured at junctions either by rust proof metal stapples of appropriate size duly crimped or by heat welding.

(xi) CFCs will be closed with PVC adhesive tape, having width not less than 5 cm on both flaps opening (i.e. top and bottom). Page 59 of 84

MARKING

(a) Tins. The following particulars shall be printed or lithographed on each tin:- (i) Description of contents i.e. Milk Powder Spray Dried/ Roller Dried/Agglomerated. (ii) Name of Manufacturer (iii) Brand, if any (iv) Nett weight of contents (in Kg) (v) List of ingredients used in descending order of wt or volume. (vi) Nutritional information per 100 gm / 100 ml / per serving as indicated in the para for mandatory requirements of FSSAI/BIS. (vii) Date of manufacture (viii) Warranty expiry date (ix) Batch/Lot No (x) Mixing Directions: Stir vigoursly 50 gm of milk powder with luke warm water making a homogeneous fluid of 350 ml having appearance and com position of milk standard. This pack is equivalent to 70 litres of milk.

(b) In addition, the centre of the tagger plate of each tin shall be embossed with code symbols with raised letters for name of firm, name of commodity, date, month and year of manuf acture in two lines one above the other. The detailed format of the code would be:-

(i) Upper Line . Name of the firm represented by 2 04 alphabets to be allotted by the Director General of Yes/No Supplies and Transport (ST-8) followed by name of commodity represen ted by 2 additional alphabets. The code symbol for Milk Powder shall be `WM'.

(ii) Lower Line . This line will depict the date, month and year of manufacture and will carry a maximum of 4 symbols. The date will be shown in full (digits 1 to 9 shall be pre fixed with a Zero) the month will be represented by an alphabet (A or M for January, B or N for February, C or O for March, D or P for April, E or Q for May, F or R for Jun, G or S for Jul, H or T for August, I or U for September, J or V for October, K or W for November and L or X for December) and the year will be indicated by the last numeral of the year (9 for 1999, 0 for 2000 , 1 for 2001 and so on).

(c) Corrugated Fibreboard Cartons (CFCs). The following particulars shall be printed on the sides of each CFC:-

(a) Description of contents i.e. Milk Powder Spray Dried/Roller Dried/Agglomerated of contents size 5.0 cm characters or suitable size or as per The Legal Metrology (Packaged Commoditi es) Acts, 2009 and Rules, 2011. (b) Name of manufacturer (c) Date of manufacture (d) Gross weight (in kg) (e) No of tins x nett weight (in Kg) (f) Batch No/Lot No Page 60 of 84

(g) Warranty expiry date (h) Code Symbol

WARRANTY 05 Yes/No 12/ 09 Months. QUOTED BRAND

The firms are to quote under RECOGNISED BRAND names with FSSAI certification only. Following varieties in equal 06 percentage to be quoted: Mixed, Mango, Pineapple, Orange, Yes/No Grape, Lemon, Strawberry and Lichi.

Name of Brand/ Brands being quoted for and respective FSSAI No to be mentioned . PHOTO COPY OF BRAND BEING QUOTED

Scanned Photo copy of the brand/ brands being quoted for (All 07 Should be necessary details like Brand Name, MRP, Ingredients, FSSAI Uploaded No. and Manufactured By should be clearly visible with naked eye).

Date : Jul 20 Signature Firm Name

Page 61 of 84

Appendix ‘D X’ to INS Valsura Request for Proposal

SPECIFICATION OF MILK TETRA : EXTRACTED FROM DFS-16 Remark of Ser. Technical Specification Bidder (Yes/No) Quality (a) The Milk shall be obtained from healthy cow or buffalo or a combination thereof. The raw milk should be good bacterial quality with no off flavours which might pass into the processed milk. The milk shall be processed by UHT Process.

(b) Milk shall be white or white with creamish tinge, clean, wholesome, free from curdling, ropiness, thickening, blood cells, filth, dirt and visible impurities.

(c) The Milk UHT should be homogenous free fro m lumps of fat 01 Yes/No on the milk surface and no deposition of solids should take place on standing.

(d) The milk shall be free from added colouring matter, Neutralizer, flavouring substances, preservatives, contaminants and antibiotics.

(e) The milk UHT have p leasant taste and smell, free from objectionable odour and taint, free from staleness, sourness, bitterness and sliminess.

ANALYTICAL INSPECTION

The MAP Milk shall conform to the following analysis in a cut outexamination for UHT milk:-

(a) Fat - Not less than 3 % (b) Titratable acidity - Not more than 0.2% (as lactic acid) (c) Milk Protein - Not less than 3.30% (d) SNF - Not less than 8.5% 02 (e) Total Plate Count - Nil per gm Yes/No (f) Coliform Count - Absent in 0.1 gm (g) E.Coli - Absent in 1 gm (h) Salmonella - Absent in 25 gm (j) Shigella - Absent in 25 gm (k) Staphylococcus aureus - Absent in 1 gm (l) Anaerobic Spore count - Not more than 10 / gm (m) Arsenic - Not more than 0.1 PPM

PACKING

(a) The UHT milk shall be packed in MAP of capacity one 03 Yes/No litre.

(b) 5 layered packing comprising 3 layer of Polyethylene, Aluminium foil and Paperboard. Page 62 of 84

(c) Dimensions of the Pack : Height : 166 mm +2 mm Width : 63 mm +2 mm Length : 94 mm +2 mm OR Height : 199.1 mm Width : 94.9 mm Length : 62.2 mm

(d) MAP Pack shall be further packed as 12 x 1 litre card board tray. MARKING

(a) Each MAP Pack will be pre-printed with following particulars Heavy duty sticker may be used for sub para 9(vi) to (viii) below):- (i) Description of contents (in 2.5 cm Characters). (ii) Name of manufacturer. (iii) Brand (if any). (iv) Nett weight of contents (in litre). (v) Directions for use. (vi) Date of manufacture. (vii) Batch No/Lot No.

04 Yes/No (b) Trays : The following particulars shall be printed / heavy duty sticker pasted on the side panel of each Tray (heavy duty sticker may be used for sub para 10(f) to (h) below):-

(i) Description of Content (in 2.5 cm Characters). (ii) Name of Manufacturer. (iii) Date of manufacture. (iv) Gross weight (in gm). (v) No of Packs x Nett weight (in gm). (vi) Batch No/Lot No. (vii) Warranty expiry date. (viii) Code Symbol. WARRANTY 05 Yes/No 06 Months. QUOTED BRAND

The firms are to quote under RECOGNISED BRAND names with FSSAI certification only. Following varieties in equal 06 percentage to be quoted: Mixed, Mango, Pineapple, Orange, Yes/No Grape, Lemon, Strawberry and Lichi.

Name of Brand/ Brands being quoted for and respective FSSAI No to be mentioned . PHOTO COPY OF BRAND BEING QUOTED

Scanned Photo copy of the brand/ brands being quoted for (All 07 Should be necessary details like Brand Name, MRP, Ingredients, FSSAI Uploaded No. and Manufactured By should be clearly visible with naked eye).

Date : Jul 20 Signature Page 63 of 84

Firm Name

Page 64 of 84

Appendix ‘D XI’ to INS Valsura Request for Proposal

SPECIFICATION OF CORNFLAKES: EXTRACTED FROM DFS-16 Remarks of Ser. Technical Specification Bidder (Yes/No) Quality

1. Corn flakes shall be prepared from cleaned sound corn (Zea mays). The corn shall be scoured, degermed, dehulled and polished, and then cooked after mixing with malt, sugar and salt followed by flaking, partial drying and finally toasting.

2. The corn flakes shall be tender and crisp, reasonably uniform in size, of good flavour and golden brown in colour. 01 Not more than 8 percent by weight of the material shall pass Yes/No through 2.00 mm IS Sieve (see IS: 460 – 1978), when sifted from 2 minutes.

3. The corn flakes shall possess good characteristic taste and odour and shall be free from rancid, musty, sour and other undesirable taste and odours. The flakes shall be free from living insects and moulds and shall free from dead insects, insect fragments and rodent contamination visible to the eye (corrected, if necessary for abnorm al vision) with the aid of a suitable magnification (not exceeding x 10). ANALYTICAL INSPECTION

(i) The corn flakes shall conform to the following analysis:- (a) Moisture - Not more than 7.5% (b) Total ash, excluding sodium chloride - Not more than 1.0% (on dry weight basis) (c) Acid insoluble ash (on dry wt basis) - Not more 02 Yes/No than 0.05% (d) Crude fibre (on dry wt basis) - Not more than 0.75% (e) Alcoholic acidity (as H2SO4) - Not more than 0.10% (f) Added colouring matter – Nil

(ii) Method of analysis . The methods of analysis shall be those laid down in BIS Specification No IS: 1154 – 1973 for corn flakes.

Page 65 of 84

PACKING

(a) Poly pouches . Corn flakes shall be packed in food grade quality 300 gauge poly pouches of appropriate size. Nett contents in each poly pouch shall not be less than 400 gms. After filling the Poly pouch shall be adequately exhausted to remove practically all the air and the entire length of the 03 open side of the Poly pouch shall be band sealing. The sealed Yes/No seam shall be at least 0.5 mm thick. The band seal shall be free from any leakage or discontinuity. Such poly pouch shall be repacked in cardboard cartons.

(b) Corrugated Fibreboard Cartons (CFCs). The cardboard cartons shall be further packed in corrugated fibreboa rd cartons. Each CFC shall contain 24 cardboard cartons i.e (4 x1)6. MARKING

(a) Poly pouch . Each Poly pouch shall be printed legibly on one side with the following particulars:-

(i) Description of contents (ii) Name of the manufacturer (iii) Date of manufacture (iv) Batch No / Lot No

(b) Cardboard Cartons . Each cardboard carton shall be printed on one side with the following particulars:-

(i) Description of contents (ii) Name of manufacturer (iii) Date of manufacture (iv) Net weight (in gms) (v) Batch No / Lot No (vi) Warranty expiry date. (vii) Best Before 04 Yes/No (viii) Green veg symbol (At the end of description of contents) (ix) Printed labels shall not be used on the Cartons.

(c) Corrugated Fiberboard Cartons (CFCs) . The following particulars shall be printed or stenciled on one side of each CFC:- Description of contents size 5.0 cm characters or suitable size or as per The Legal Metrology (Packaged Commodities) Acts, 2009 and Rules, 2011. (i) Name of manufacturer (ii) Date of manufacture (iii) Gross weight (in Kgs) (iv) Nett weight (in Kgs) (v) Number of cartons (i.e. 24x400 gram) (vi) Lot / Batch No (vii) Warranty expiry (viii) Best Before (ix) Green veg symbol (At the end of the description of the contents) Page 66 of 84

WARRANTY 05 Yes/No 06 Months. QUOTED BRAND

The firms are to quote under RECOGNISED BRAND names with FSSAI certification only. Following varieties in equal percentage to be quoted: Mixed, Mango, Pineapple, Orange, 06 Yes/No Grape, Lemon, Strawberry and Lichi.

Name of Brand/ Brands being quoted for and respective FSSAI No to be mentioned . PHOTO COPY OF BRAND BEING QUOTED

Scanned Photo copy of the brand/ brands being quoted for (All 07 Should be necessary details like Brand Name, MRP, Ingredients, FSSAI Uploaded No. and Manufactured By should be clearly visible with naked eye).

Date : Jul 20 Signature Firm Name

Page 67 of 84

Appendix ‘D XII’ to INS Valsura Request for Proposal

SPECIFICATION OF SEMIYA Remarks of Ser. Technical Specification Bidder (Yes/No) Quality

Semiya means the product prepared from clean wheat, free from rodent hair and excreta by process of grinding and bolting. It shall be free from musty smell and off-odour and shall be creamy yellow in colour. It shall conform t o the following 01 standards:- Yes/No (a) Moisture – Not more than 14.5 per cent (when determined by heating at 130-133o C for 2 hours) (b) Total ash – Not more than 1.0 per cent (on dry weight basis) (c) Gluten (on dry weight basis)- Not less than 6.0 per cent

PACKING

(a) Poly pouches . Shall be packed in food grade quality 300 gauge poly pouches of appropriate size. Nett contents in each poly pouch shall not be less than 200 gms. After filling the Poly pouch shall be adequately exhausted to remove practically all the air and the entire length of the open 02 side of the Poly pouch shall be band sealing. The sealed seam Yes/No shall be at least 0.5 mm thick. The band seal shall be free from any leakage or discontinuity. Such poly pouch shall be repacked in cardboard cartons.

(b) Corrugated Fiberboard Cartons (CFCs). The cardboard cartons shall be further packed in corrugated fiberboard cartons.

MARKING

(a) Poly pouch . Each Poly pouch shall be printed legibly on one side with the following particulars:-

(i) Description of contents (ii) Name of the manufacturer (iii) Date of manufacture (iv) Batch No / Lot No 03 Yes/No (b) Cardboard Cartons . Each cardboard carton shall be printed on one side with the following particulars:-

(i) Description of contents (ii) Name of manufacturer (iii) Date of manufacture (iv) Net weight (in gms) (v) Batch No / Lot No (vi) Warranty expiry date. Page 68 of 84

(vii) Best Before (ix) Green veg symbol (At the end of description of contents) (x) Printed labels shall not be used on the Cartons.

(c) Corrugated Fibreboard Cartons (CFCs) . The following particulars shall be printed or stenciled on one side of each CFC:- Description of contents size 5.0 cm characters or suitable size or as per The Legal Metrology (Packaged Commodities) Acts, 2009 and Rules, 2011. (i) Name of manufacturer (ii) Date of manufacture (iii) Gross weight (in Kgs) (iv) Nett weight (in Kgs) (v) Number of cartons (i.e. 24x400 gram) (vi) Lot / Batch No (vii) Warranty expiry (viii) Best Before (ix) Green veg symbol (At the end of the description of the contents) WARRANTY 04 Yes/No 06 Months. QUOTED BRAND

The firms are to quote under RECOGNISED BRAND names with 05 FSSAI certification only. Yes/No

Name of Brand/ Brands being quoted for and respective FSSAI No to be mentioned . PHOTO COPY OF BRAND BEING QUOTED

Scanned Photo copy of the brand/ brands being quoted for (All 06 Should be necessary details like Brand Name, MRP, Ingredients, FSSAI Uploaded No. and Manufactured By should be clearly visible with naked eye).

Date: Jul 20 Signature Firm Name

Appendix ‘D XIII’ to INS Valsura Request for Proposal

SPECIFICATION OF CHOCOLATE Remarks of Ser. Technical Specification Bidder (Yes/No) Page 69 of 84

Definition

Chocolate is a solid/ semi solid mixture of roasted ground cacao seeds, milk solids, sugar/ sweetners, flavouring agents, emulsifiers, coffee and butter or honey. 01 Yes/No

It should be sweet and bitter mix, of rich creamy texture along with the mouth feels of the smooth chocola te drape.

Technical Specifications

It should contain the following ingredients:

(a) Sugar (b) Milk Solids: NLT 20% 02 Yes/No (c) Cocoa Butter (d) Cocoa Solids: NLT 25% (e) Emulsifiers (442) (f) Raisins/ Nuts/ Apricot Kernels: NLT 17% (g) Wheat (h) Added Flavours/ flavouring agents

PACKING 03 Yes/No Each pack should be between 100 to 150 Gms size. Packing and packaging as per FSSAI standards. MARKING

(i) Description of contents (ii) Name of Brand (iii)Name of manufacturer (iv) Nutritional information 04 Yes/No (v) MRP (vi) Best Before (vii)Storage information (viii) Nett weight (ix) Green Veg Symbol

WARRANTY 05 Yes/No 06 Months.

Page 70 of 84

QUOTED BRAND

The firms are to quote under RECOGNISED BRAND names with 06 FSSAI certification only. Yes/No

Name of Brand/ Brands being quoted for and respective FSSAI No to be mentioned . PHOTO COPY OF BRAND BEING QUOTED

Scanned Photo copy of the brand/ brands being quoted for (All 07 Should be necessary details like Brand Name, MRP, Ingredients, FSSAI Uploaded No. and Manufactured By should be clearly visible with naked eye).

Date : Jul 20 Signature Firm Name

Page 71 of 84

Appendix ‘D XIV’ to INS Valsura Request for Proposal

SPECIFICATION OF GROUNDNUT: EXTRACTED FROM DFS-16 Remarks of Ser. Technical Specification Bidder (Yes/No) Quality

(a) Groundnut are the kernel of Arachis hypogaea Linn, Fam Leguminosae. It shall consist of the husked seeds (without shell) of groundnut. It shall be in whole form, of natural bright creamish yellowish colour, hard with a smooth surface. It shall be free from artificial colour. It shall not be subjected to any kind of polishing. 01 Yes/No (b) Groundnut should be of current season’s crop and shall be sound, clean, sweet, dry and wholesome and free from lumps. It shall also be free from moulds, living Insects, obnoxious smell, discolouration, admixture of deleterious substances and all other impurities.

(c) The groundnut shall be in sound merchantable condition and should have pleasant taste.

PACKING

(a) Poly pouches . Shall be packed in food grade quality 300 gauge poly pouches of appropriate size. Nett contents in each poly pouch shall not be less than 200 gms. After filling the Poly pouch shall be adequately exhausted to remove practically all the air and the entire length of the open 02 side of the Poly pouch shall be band sealing. The sealed seam Yes/No shall be at least 0.5 mm thick. The band seal shall be free from any leakage or discontinuity. Such poly pouch shall be repacked in cardboard cartons.

(b) Corrugated Fibreboard Cartons (CFCs). The cardboard cartons shall be further packed in corrugated fibreboard cartons.

MARKING

(a) Poly pouch . Each Poly pouch shall be printed legibly on one side with the following particulars:-

(i) Description of contents (ii) Name of the manufacturer/ packer 03 (iii) Date of packing Yes/No (iv) Batch No / Lot No (v)Best Before

(b) Cardboard Cartons . Each cardboard carton shall be printed on one side with the following particulars:-

(i) Description of contents Page 72 of 84

(ii) Name of packer (iii) Date of packing (iv) Net weight (in gms) (v) Batch No / Lot No (vi) Warranty expiry date. (vii) Best Before (ix) Green veg symbol (At the end of description of contents) WARRANTY 04 Yes/No 03 Months. BRAND BEING QUOTED

The firms are to quote under RECOGNISED BRAND names with 05 FSSAI certification only. Yes/No

Name of Brand/ Brands being quoted for and respective FSSAI No to be mentioned . PHOTO COPY OF BRAND BEING QUOTED

Scanned Photo copy of the brand/ brands being quoted for (All 06 Should be necessary details like Brand Name, MRP, Ingredients, FSSAI Uploaded No. and Manufactured By should be clearly visible with naked eye).

Date : Jul 20 Signature Firm Name

Page 73 of 84

Appendix ‘D XV’ to INS Valsura Request for Proposal

SPECIFICATION OF TOMATO SAUCE : EXTRACTED FROM DFS-16 Remarks of Ser. Technical Specification Bidder (Yes/No) Quality

(a) The Tomato Sauce shall be the product made from the properly prepared pulp, free from peel and seeds, obtained from clean, fresh, sound and ripe tomatoes mixed with requisite spices, vinegar and sugar.

(b) The tomato sauce shall be a clean sound product, pleasant in taste and flavour and free from any fruit or vegetable other than tomato.

(c) All spices and ingredients used shall conform to the Specifications wherever they exist; otherwise they shall be 01 of good quality. Yes/No

(d) The tomato sauce shall be free from mineral acids, commercial organic acids an d preservatives other than salt, sugar, spices, food grade acetic acid and benzoic acid.

(e) The tomato sauce shall be adequately heat processed either before of after packing in bottles.

(f) The tomato sauce shall be of good keeping quality and shall be showing no signs of fermentation when incubated at 28-30°c for 7 days. It shall not have a mould count in excess of 40% of the field examined, yeast and spores in excess 125 per 1/60 cm and bacteria in excess of 100 million per cc.

PACKING

(a) Packing

(i) Bottles . The tomato sauce shall be neatly packed in narrow mouthed thoroughly cleaned white glass bottles of good 02 manufacture, firmly crown corked and covered with good Yes/No quality plastic screw cap. The net contents of each bottle shall be 500 gms or 1 kg of tomato sauce. Each bottle shall be wrapped in a straw envelope.

(ii) Cases . The bottles shall be packed in upright position in strong wooden cases fabricated according to drawing No. FD/TDES/1(e). Each case shall contain 24 (6 x 4) bottles. MARKING

(a) Bottles . Each bottle shall be labelled with following 03 particulars :- Yes/No (i) Description of contents. (ii) Nett weight of contents (in ozs). (iii) Name of manufacturer. Page 74 of 84

(iv) Date of manufacture. (v) F.P.O number.

(b) Cases . Each case shall be stencilled with the following particulars on one side :- (i) Description of contents. (ii) Gross weight. (iii) Number of bottles. (iv) Name of manufacturer. (v) Date of manufacture. (vi) Expiry of warranty. (vii) Number and ate of acceptance of Tender.

(c)On the top of each opposite side of the case the following shall be stencilled In Block Red ½” letters:- “GLASS WITH CARE”

On the top of each packing case the following shall be stencilled in Block Red ½ “ letters :- “THIS SIDE UP” WARRANTY 04 Yes/No 09 Months. Hygiene

The tomato sauce shall be prepared in premises maintained in 05 Yes/No a hygienic condition which shall be open to inspection at any time by a competent authority approved by the Quartermaster General and the Director of Medical Services in India. Inspection

The tomato sauce shall conform to the following analysis:- (a) Total solids : Not less than 25 percent. (b) Crude fibre : Not more than 0.5 percent. (c) Salt : Not less than1.5 percent. (d) Total Sugar : Not less than 10 percent and not more than 15 percent. (e) Acids (as acetic acid) : Not more than1.5 percent. 06 Yes/No (f) Benzoic acid : Not more than 750 ppm. (g) The amount of heavy metals shall not exceed the limits shown below: (i) Lead not more than 2.5 parts per million. (ii) Copper not more than 50 parts per million. (iii) Zinc not more than 50 parts per million. (iv) Tin not more than 250 parts per million. (v) Arsenic as Arsenious oxide not more than 1.5 parts per million. QUOTED BRAND

The firms are to quote under RECOGNISED BRAND names with 07 FSSAI certification only. Yes/No

Name of Brand/ Brands being quoted for and respective FSSAI No to be mentioned . PHOTO COPY OF BRAND BEING QUOTED

08 Should be Scanned Photo copy of the brand/ brands being quoted for (All Uploaded necessary details like Brand Name, MRP, Ingredients, FSSAI Page 75 of 84

No. and Manufactured By should be clearly visible with naked eye). Page 76 of 84

Date : Jul 20 Signature Firm Name

Page 77 of 84

Appendix ‘D XVI’ to INS Valsura Request for Proposal

SPECIFICATION OF CORN FLOUR : EXTRACTED FROM DFS-16 Remarks of Ser. Technical Specification Bidder (Yes/No) Quality

(a) The corn flour shall be the starch obtained from maize (Zea Mays) during the wet Milling process.

(b) The material shall be in the form of a free flowing fine powder, white in colour and not gritty. The corn flour 01 shall be free from foreign starch and impurity. Yes/No

(c) It shall be free from rancidity, insect infestation and fermented, musty or any other objectionable odour.

(d) It shall not contain any added sweetening, flavouring or colouring material. Sulpherdioxide may be used as a preservative to the extent of 100 ppm only.

PACKING

(a) Containers . The corn flour shall be packed in hermetically sealed polythene bags made out of 300 gauge low density polythene films conforming to specification No IS: 2508-1963. Each polythene bag shall be repacked either in a composite tin container with an under diaphragm and press-in- 02 lid or in 350 gms stiff duplex (or grey) board cartons. Each Yes/No container shall contain 500 gm net of cornflour.

(b) Cases. The containers shall be packed in strong wooden trade cases, iron hooped or steel strapped or wired to withstand rough handling by rail, road and se a transportation without damage to their contents. Each case shall contain either 36 composite tin containers of 48 card board cartons, each containing 500 gms of corn flour. MARKING

(a) Containers. The following particulars shall be stencilled or printed on the containers. Printed labels shall not be used :- (i) Description of contents, i.e CORN FLOUR. (ii) Brand, if any. (iii) Month of Manufacture. 03 (iv) Name of Manufacturer. Yes/No (v) Nett weight. (vi) Warranty expiry date.

(b) Cases . The following particulars shall be stencilled on one side of the packing case :- (i) Description of contents, i.e CORN FLOUR (in 5.0 cm characters or suitable size or as per The Legal Metrology (Packaged Page 78 of 84

Commodities) Acts, 2009 and Rules, 2011. (ii) Number of containers and nett weight. (iii) Gross weight. (iv) Month of Manufacture. (v) Name of Manufacturer. (vi) Warranty expiry date. (vii) A/T No and date. WARRANTY 04 Yes/No 12 Months. QUOTED BRAND

The firms are to quote under RECOGNISED BRAND names with 05 FSSAI certification only. Yes/No

Name of Brand/ Brands being quoted for and respective FSSAI No to be mentioned . INSPECTION

The corn flour shall conform to the following analysis:- (a) Moisture - Not more than 12.5%. (b) Total Ash (on dry weight basis) - Not more than 0.30%. (c) Ash insoluble in HCl (on dry - Not more than 0.10%. Weight basis) (d) Particle size :- 06 Yes/No (i) Retention on 75 micron - Not more than 2.0%. IS Sieve (ii) Retention on 150 micron - Not more than 0.5%. IS Sieve (e) pH of aqueous extract - 4.5 to 7.0 (f) The methods of analysis shall be those laid down in IS Specification No IS : 1005-1976, Specification for Edible Maize Starch (Corn Flour). PHOTO COPY OF BRAND BEING QUOTED

Scanned Photo copy of the brand/ brands being quoted for (All 07 Should be necessary details like Brand Name, MRP, Ingredients, FSSAI Uploaded No. and Manufactured By should be clearly visible with naked eye).

Date : Jul 20 Signature Firm Name

Appendix ‘D XVII’ to INS Valsura Request for Proposal

SPECIFICATION OF CUSTARD POWDER : EXTRACTED FROM DFS-16 Remarks of Ser. Technical Specification Bidder (Yes/No) Quality

01 (a) The custard powder shall be prepared from corn flour of Yes/No Specification No 38 for quality or edible tapioca starch conforming to IS : 1319-1969 or a blend of both with or Page 79 of 84

without the addition of edible common salt conforming to IS : 253-1970, milk and albuminous matter.

(b) The custard powder shall be flavoured with vanilla and shall contain permitted harmless colouring matter. Custard Powder may or may not contain egg and/or milk solids.

(c) The Custard powder shall be in the form of a fine powder, free from rancidity, adulterants, insect or fungus infest ation and from fermented, musty or other objectionable odour.

(d) The Custard Powder when examined under a microscope shall not reveal starch granules other than those of corn flour starch or tapioca starch or both.

PACKING

(a) Containers . The custard powder shall be packed in hermetically sealed polythene bags made out of 300 gauge low density polythene films conforming to specification No IS : 2508-1963. Each polythene bag shall be repacked either in a composite tin container with an under diaphragm and press-in- 02 lid, or in 350 GMS stiff duplex (or grey) board cartons. Each Yes/No container shall contain 500 gms nett of custard powder.

(b) Cases. The containers shall be packed in strong wooden trade cases, iron-strapped or wired. The cases shall be sufficiently strong to withstand rough handling by rail, road and sea transport without damage to their contents. Each case shall contain either 48 card board cartons or 36 composite tin containers each containing 500 gms custard powder. MARKING

(a) Containers. The following particulars shall be stencilled or printed on the containers. Printed labels shall not be used :- (i) Description of contents, i.e CUSTARD POWDER. (ii) Brand, if any. (iii) Date of Manufacture. (iv) Name of Manufacturer. (v) Nett weight. (vi) Warranty expiry date. 03 Yes/No (b) Cases . The following particulars shall be stencilled on one side of the packing case :- (i) Description of contents, i.e CUSTARD POWDER (in 5.0 cm characters or suitable size or as per The Legal Metrology (Packaged Commodities) Acts, 2009 and Rules, 2011. (ii) Number of containers and nett weight. (iii) Gross weight. (iv) Date of Manufacture. (v) Name of Manufacturer. (vi) Warranty expiry date. WARRANTY 04 Yes/No 12 Months. Page 80 of 84

QUOTED BRAND

The firms are to quote under RECOGNISED BRAND names with 05 FSSAI certification only. Yes/No

Name of Brand/ Brands being quoted for and respective FSSAI No to be mentioned . INSPECTION

Custard powder shall conform to the following analysis:- (a) Moisture - Not more than 12.5%. (b) Edible Starch - Not less than 80%. 06 (c) Total Ash - Not more than 0.5%. Yes/No (d) Sulphur dioxide - Not more than 10 parts per million. (e) Gellying Power - To satisfy the requirements of the test. (f) The methods of analysis shall be those laid down in the Indian Standard Specification No IS : 1007-1971 for Custard powder PHOTO COPY OF BRAND BEING QUOTED

Scanned Photo copy of the brand/ brands being quoted for (All 07 Should be necessary details like Brand Name, MRP, Ingredients, FSSAI Uploaded No. and Manufactured By should be clearly visible with naked eye).

Date : Jul 20 Signature Firm Name

Appendix ‘D XVIII’ to INS Valsura Request for Proposal

SPECIFICATION OF DALIA : EXTRACTED FROM DFS-16 Remarks of Ser. Technical Specification Bidder (Yes/No) Quality (a) The Dhalia shall be prepared from wheat which conforms to Specification No 205 or from imported wheat of acceptable quality. The wheat shall be effectively cleaned 01 prior to milling. No foreign foodgrains shall be present. Yes/No (b) The Dhalia shall be of characteristic taste and smell and fit for human consumption in all respects. It shall be free from insect infestation, moulds and fungi, dirt and other impurities. Packing (a) Dalia will be packed in 50 Kgs new trade Jute bags conforming to BIS Spn No 15138-2002. Each bag shall contain 50 Kgs of net weight with permissible variation in 02 line with Standards of The Legal Metrology (Packaged Yes/No Commodities) Acts, 2009 and Rules, 2011. (b) 25 kgs HDPE Woven Bags . Dalia shall be packed in 25 kg High density Polyethylene (HDPE)/ Polypropylene (PP) woven sacks as per Bureau of Indian Standards specification No Page 81 of 84

IS: 14887-2000 for Testing and Quality check. Each bag shall contain 25 kg net of Dalia with permissible variation as per The Legal Metrology (Packaged Commodities) Acts, 2009 and Rules, 2011 (c) 02/05/10 Kgs . Dalia may be packed in 02kg/05kg/10kg reverse printed 12 micron polyester laminated with 120 ± 10 micron food grade polyethylene. (d) 200 gm/500 gm/1Kg . Dalia may be packed in 200 gm/500 gm/1 Kg reverse printed 12 micron polyester laminated with 80 ± 10 micron food grade polyethylene. Marking The following particulars shall be stenciled on one side of each bag :- (a) Name of mill. Description of contents character of suitable size (Dhalia) or as per The Legal Metrology 03 Yes/No (Packaged Commodities) Acts, 2009 and Rules, 2011 (b) Nett weight. (c) Gross weight. (d) Date of milling. Hygiene (a) The Dalia shall be prepared in premises maintained in a Hygienic condition which shall be open to inspection at any Time by a competent authority approved by the Quartermaster General and Director of Medical Services (Army). (b) The basic hygiene requirements in a factory producing Dhalia for the Defence Forces shall be in accordance with Appendix H. 04 Yes/No (c) In addition, the milling machinery (other than machinery used for the cleaning of wheat) shall be maintained free of insect infestation. All parts of the machinery, with the associated conveyors and spouting shall be kept free from insect infestation. This will be effected by manual cleaning, supplemented at regular intervals by the employment of special disinfestations and cleaning measures such as may be prescribed by the Food Inspection Organisation. WARRANTY 05 Yes/No 06 Months. QUOTED BRAND

The firms are to quote under RECOGNISED BRAND names with 06 FSSAI certification only. Yes/No

Name of Brand/ Brands being quoted for and respective FSSAI No to be mentioned . Inspection (a) An inspection of Dhalia shall be carried out before acceptance,by the Director of Supplies and Transport or an officer acting on his behalf, on all consignments awaiting despatch from the Mill. The decision of this officer 07 Yes/No regarding acceptability shall be final. (b) The Dhalia shall be dressed through a set of sieves, IS 160(BSS =1/16”) and IS 80 (BSS 1/32”) and shall conform to the following standards :- (a) Moisture : Not more than 10%. Page 82 of 84

(b) Gluten (dry) : Not less than 8%. (c) Aqueous acidity : Not more than 26.0 (Milliliters of 0.IN Sodium ml per 100gms.Hydroxide) (d) Percentage retained by IS 160 : Not more than 5%. (BSS 1/16”) sieve 3 (e) Percentage retained by IS 80 : Not less than 95%. (BSS 1/32”) sieve (f) Fine product ie passing through : Not more than 0.5%. IS 80 (BSS 1/32”) sieve (g) Total ash : Not more than 2.0%. (h) Ash insoluble in HCL : Not more than 0.05%.

PHOTO COPY OF BRAND BEING QUOTED

Scanned Photo copy of the brand/ brands being quoted for (All 08 Should be necessary details like Brand Name, MRP, Ingredients, FSSAI Uploaded No. and Manufactured By should be clearly visible with naked eye).

Date : Jul 20 Signature Firm Name

Appendix ‘D XIX’ to INS Valsura Request for Proposal

SPECIFICATION OF SAGO : EXTRACTED FROM DFS-16 Remarks of Ser. Technical Specification Bidder (Yes/No) Quality (a) The sago shall be in the form of small hard globules or pearls made from starch obtained from Tubers of Tapioca 01 (Manihot utilissima). Yes/No (b) It shall be dry, pearl white in colour, free from any extraneous matter, musty or any other objectionable odour, flavouring or colouring matter and insect infestation. Packing (a) Tins . The sago shall be supplied in well made hermetically sealed tins of selected IC tinplate, best coke finish. The tins shall be thoroughly cleaned before filling and be properly painted or lacquered all over on the outside including the portion under the label to 02 Yes/No prevent the tins from rust. Each tin shall contain 3.175 kg Nett of sago. (b) Cases . The tins shall be packed in wooden cases conforming to the design and quality given in specification No. IND/GS/FD/4(b) for wooden packing cases and shall contain 8x 3.175 kg tins. Page 83 of 84

Marking Tins . The following particulars shall be labelled or marked on tins :- (a) Description of contents. 03 (b) Brand, if any. Yes/No (c) Name of manufacturer. (d) Month of manufacture. (e) Nett weight. (f) Warranty expiry date. Hygiene (a) The sago shall be manufactured in premises maintained in hygienic condition which shall be open to inspection at any time by a competent authority approved by the 04 Quartermaster General and the Director of Medical Services Yes/No (Army). (b) The basic hygiene requirements in factory manufacturing sago for the Defence Services shall be in accordance with Appendix ‘H’. WARRANTY 05 Yes/No 06 Months. QUOTED BRAND

The firms are to quote under RECOGNISED BRAND names with 06 FSSAI certification only. Yes/No

Name of Brand/ Brands being quoted for and respective FSSAI No to be mentioned . Inspection An inspection shall be carried out by the Director of Supplies and Transport or an officer acting on his behalf, on all supplies tendered for acceptance. The decision of this officer shall be final. The sago shall conform to the following analysis:- (a) Moisture percent by weight - Not more than 11.0% (b) Total ash (dry basis) per cent by weight - Not more 07 than 0.4% Yes/No (c) Acid insoluble ash (dry basis) percent - Not more than0.1% by weight (d) Colour of gelatinised alkaline paste in - Not more than IR + 3Y the porcelain cuvette on the lovibond scale. (e) pH of the aqueous extract - 4.5 to 7.0 (f) Starch - Not less than 78.0%. (g) Protein - Not more than 0.30%. (h) Sulphur Dioxide - Not more than 100 parts per million. PHOTO COPY OF BRAND BEING QUOTED

Scanned Photo copy of the brand/ brands being quoted for (All 08 Should be necessary details like Brand Name, MRP, Ingredients, FSSAI Uploaded No. and Manufactured By should be clearly visible with naked eye).

Date : Jul 20 Signature Firm Name Page 84 of 84