Download as pdf or txt
Download as pdf or txt
You are on page 1of 47

In lieu of IAFZ-2137

REQUEST FOR PROPOSAL (RFP)


HEADQUARTERS DAKSHIN BHARAT AREA (ST)
(DBA/OCT/27/2022-23/ST-5)

HQ Dakshin Bharat Area Island


Grounds
Chennai-600009

M/S _______________________________
(Name & Address of the Contractor/Firm)

INVITATION OF ONLINE BIDS FOR SUPPLY OF FRUIT FRESH AT SUPPLY DEPOT


BELGAUM AND SUPPLY POINT SAMBRA FOR THE PERIOD FROM
01 OCT 2022 TO 30 SEP 2023

Dear Sir/Madam,

1. On behalf of the President of India, Online bids are invited from bidders
(Registered ASC Contractors) for supply Fruit fresh at Belgaum & Sambra for the period from any date wef
01 Oct 2022 (exact date of commencement of contract will be notified in the Acceptance of Tender Note) to 30
Sep 2023 shown in the attached schedule (IAFZ-2121) are invited by BRIG ASC, HQ DAKSHIN BHARAT
AREA, CHENNAI. The date of commencement is provisional and subject to change to be notified in the
Acceptance of Tender Note (IAFZ-2124). The Bids will be received upto 1200 hrs on 20 Jul 2022 (Date). The
bids will be opened at HQ Dakshin Bharat Area wef 1200 hrs on 20 Jul 2022 and subsequent dates & time.
Critical dates with respect to the Tender are as follows:-

CRITICAL DATE SHEET


Ser Item Date Time
(a) Publishing date 23 Jun 2022 1200 hrs
(b) Document download start date 23 Jun 2022 1200 hrs
(c) Document download end date 20 Jul 2022 1200 hrs
(d) Clarification start date 23 Jun 2022 1200 hrs
(e) Clarification end date 13 Jul 2022 1200 hrs
(f) Bid submission start date 13 Jul 2022 1200 hrs
(g) Bid submission end date 20 Jul 2022 1200 hrs
(h) Bid opening date 20 Jul 2022 1200 hrs onwards

2. Tenders / Bids opening will commence wef 1200 hrs on 20 Jul 2022 at HQ Dakshin Bharat Area
ST Branch this Headquarters.

3. Tender Forms can be obtained online on Defence Public Procurement Portal site
https://defproc.gov.in.

4. Your particular attention is drawn to the Instructions to Tenderers (IAFZ-2137A) enclosed with the
complete set of Tender Forms amended upto date.

5. You will make the supplies/services as per “Specifications and Conditions” which are already in your
possession and also enclosed with the RFP.

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

7. You will hold your offer open upto and including any date before the last date of commencement of the
contract, i.e. 16 Nov 2022.

For and on behalf of


the President of India

Signature of the Tenderer(s)


2

8. The approval or rejection of tenders rests with CFA * who reserves to himself the right of rejecting any
tenders in whole or in part of any item in whole or in part in respect of any or all the delivery points shown in
the schedule (i.e. IAFZ-2121) without cause assigned. The lowest tender will not necessarily be accepted.
(*CFA ie. the Officer who sanctions the contract as specified in Financial Regulation Part I)

9. Any further information required can be obtained on application on any working day between 0900 hrs
to 1330 hrs from the office of the BRIG ASC, HQ DAKSHIN BHARAT AREA, CHENNAI on Online at
defence e-procurement portal.

10. The payment of bills of successful tenders will be made from the Govt. Treasury at Belgaum by
Officer Commanding Sup Depot Belgaum through crossed cheques/NEFT.

11. With reference to Para 19 of IAFZ-2137A, the officer operating the contract will be the Comdt/CO/OsC
Supply Point/Delivery Point/Supply Depot as mentioned in the Schedule (IAFZ-2121) Bill of Quantity (BoQ).

12. The Bids must be enclosed with the following documents. Tenders received without uploading either of
the following documents are liable to be rejected:-

(a) Scanned copy of certificate of “Acceptance of Terms & Conditions of RFP” enclosed as
(Appendix ‘B’).
(b) Scanned copy of the acknowledgement of latest IT Return.
(c) Scanned copy of the undertaking by the bidder of the existing & balance Contract Carry
Capacity as per formant enclosed (Appendix ‘C’).
(d) Scanned copy of Earnest Money Deposit (EMD).
(e) Scanned copy of certificate regarding Possession of Contractor Forms as per page 20 of the
Tender Form.
(f) Documentary proof for registration under The Central Goods & Service Tax Act 2017 as
mandated vide Govt of India (Min of Law and Justice) Gazette No 12 dated 12 Apr 2017 Chapter VI
(As applicable).
(g) Scanned copy of percentage variety chart of Vegetable and fruit fresh for (Vegetable and
Fruit contracts only).
(h) Scanned copy of FSSAI License for required categories of items for which they wish to
bid for contracts.

13. Contractors bidding for more than one station to submit tender form with set of documents required at
Para 12 above with each bid, if documents are not attached with each bid, bid will be rejected.

14. BIDS WILL BE SUBMITTED ONLINE ONLY.

15. Offline documents (excluding EMD) need not be submitted and will not be considered if not
submitted online.

16. All firms / ASC contractors (Class B & C) who are bidding for supply of Bread & Ice (MM) for the period
from 01 Oct 2022 to 30 Sep 2023 are required to submit details of the firms / factory / plants from where they
will source the supply of Bread or Ice(MM).

17. The firms are requested to ensure the following:-


(a) Submission of FSSAI & HACCP / ISO 22000 certification / documents in case of Bread
manufacturing plant / factory and SSI / License from local Corporation in case of plant / factory
manufacturing Ice slab.
(b) Willingness letter from owner of the manufacturing plant / factory of Bread / Ice (MM).
(c) Bread. Bread of only those manufacturing firms / factories / plants will be accepted which
have HACCP / ISO 22000 and FSSAI certification / documents. Bread will be accepted from the
original manufacturers and accredited franchises / agents of the original manufacturer. If the
registered ASC contractor is tendering for the bread produced by such original manufacturer ,
he/they will submit certificate from the original manufacturer as being the accredited marketing agency
for the said original manufacturer, he/they is/are required to submit accreditation from the
franchisee/agency accompanied with the certificate of accreditation by the original manufacturer to the

For and on behalf of


the President of India Signature of the Tenderer(s)
3

franchisee/agency concerned. In all the cases details of plants / factory where bread will be
manufactured & supplied from must be provided for Technical and Hygiene Inspections.

18. All firms dealing with Ice, Aerated Water, Condiments and any other items taxable under GST should
produce GST Registration No at the time of tendering. GST as applicable will be paid as per existing rules and
regulation.

Yours faithfully,

Executive Officer
For and on behalf of the
President of India
Station : Chennai-09 ___________________
Dated : 2022 (Signature of tenderer(s)

For and on behalf of


the President of India Signature of the Tenderer(s)
4

In lieu of IAFZ-2121
THE SCHEDULE (REFERRED TO IN THE TENDER IAFZ-2120)
(FOR CONTRACTS ONLY)
(a) Earnest Money (In figures and words) : Rs 1,32,200/- (Rupees one lakh thirty two
thousand two hundred only)
(b) Period & duration of contract : 01 Oct 2022 to 30 Sep 2023
(Both days inclusive)
(c) Station & limits within which : Belgaum & Sambra
the contract will be in force.
---------------------------------------------------------------------------------------------------------------------------------
SPECIAL CONDITIONS GOVERNING THIS CONTRACT ARE ATTACHED
(RATES QUOTED ON FORTNIGHTLY PAYMENT BASIS)
Supplies/Services Required Approximate Per (UNIT)
Requirement
(In Kgs)
Rates Tendered for Delivery of Fruit fresh at Supply Depot Belgaum in Contractor's Own Transport As and
When Ordered by Officer Commanding Supply Depot ASC, Belgaum or His Representatives.
1 Apple (Golden/ Delicious) 18670 100 Kgs
2 Bananas 96830 100 Kgs
3 Mango (Safeda/ Deshari/ Langra/ Chausa/ Banganpalli) 25670 100 Kgs
4 Orange 10500 100 Kgs
5 Guavas 16330 100 Kgs
6 Grapes (Flame Red Seedless/Perlette White Seedless/ Sharad 100 Kgs
15170
Seedless/ Thomason Seedless)
7 Muskmelon 7000 100 Kgs
8 Papaya 29170 100 Kgs
9 Mussambies 30330 100 Kgs
10 Pineapple (Annas) 12830 100 Kgs
11 Cheeku 8160 100 Kgs
12 Kinoo 4670 100 Kgs
13 Pomegranate(Anar) 4670 100 Kgs

Rates Tendered for Delivery of Fruit fresh at Supply Depot Belgaum in Contractor's Own Transport As and
When Ordered by Officer Commanding Supply Depot ASC, Belgaum or His Representatives.
1 Apple (Golden/ Delicious) 18670 100 Kgs
2 Bananas 96830 100 Kgs
3 Mango (Safeda/ Deshari/ Langra/ Chausa/ Banganpalli) 25670 100 Kgs
4 Orange 10500 100 Kgs
5 Guavas 16330 100 Kgs
6 Grapes (Flame Red Seedless/Perlette White Seedless/ Sharad 100 Kgs
15170
Seedless/ Thomason Seedless)
7 Muskmelon 7000 100 Kgs
8 Papaya 29170 100 Kgs
9 Mussambies 30330 100 Kgs
10 Pineapple (Annas) 12830 100 Kgs
11 Cheeku 8160 100 Kgs
12 Kinoo 4670 100 Kgs
13 Pomegranate(Anar) 4670 100 Kgs
(a) Authorised substitutes chart attached.

(b) Certificate attached

For and on behalf of


the President of India Signature of the Tenderer(s)
5

In lieu of IAFZ-2137-A
INSTRUCTIONS TO TENDERERS

(With reference to the preparation and submission of tenders for the supply of Fruit fresh at Belgaum &
Sambra wef 01 Oct 2022 to 30 Sep 2023).

To,
________________________________________________
1. On behalf of the President of India, Online bids are invited from bidders (Registered ASC
Contractors) for the supply of Fruit fresh at Belgaum & Sambra for the period from any date wef 01 Oct
2022 (exact date of commencement of contract will be notified in the Acceptance of Tender Note) to 30 Sep
2023 shown in the attached schedule (IAFZ-2121) are invited By BRIG ASC, HQ DAKSHIN BHARAT AREA,
CHENNAI. The date of commencement is provisional and subject to change to be notified in the Acceptance of
Tender Note (IAFZ-2124). The Bids will be received upto 1200 hrs on 20 Jul 2022 (Date).

2. Manner of depositing the Bids. The Bid will be submitted in single stage two covers by
20 Jul 2022 (due date) by 1200 hours on Defence E-Procurement Portal. The entire responsibility of timely
& correct submission of bids lies with the Bidder. They will be opened at the office of the above officer at 1200
hrs on 20 Jul 2022 and thereafter. The details of manner of depositing the bids are as follows:-

(a) Online Submission. The Online Bids will be submitted in two covers as follows:-

(i) First Cover. (ALL FOLLOWING DOCUMENTS TO BE SCANNED AND MADE 1


PDF FILE ONLY).

(aa) Scanned copy of certificate of “Acceptance of Terms & Conditions of RFP”


enclosed as (Appendix ‘B’).
(ab) Scanned copy of the acknowledgement of latest IT Return.
(ac) Scanned copy of the undertaking by the bidder of the existing & balance
Contract Carry Capacity as per formant enclosed (Appendix ‘C’).
(ad) Scanned copy of Earnest Money Deposit receipt (EMD).
(ae) Scanned copy of certificate regarding Possession of Contractor Forms as per
page 20 of the Tender Form.
(af) Documentary proof for registration under The Central Goods & Service Tax
Act 2017 as mandated vide Govt of India (Min of Law and Justice) Gazette No 12
dated 12 Apr 2017 Chapter VI (As applicable).
(ag) Scanned copy of percentage variety chart of Vegetable and fruit fresh for
(Vegetable and Fruit contracts only).
(ah) Scanned copy of FSSAI License for required categories of items for
which they wish to bid for contracts.

(ii) Second Cover. It will contain the enclosed Schedule (Bills of Quantity (BoQ).
Vendor will download the enclosed Schedule (BoQ) and fill all the details in all relevant fields
and upload the same. No modification to any field of the schedule (BoQ) or file name is
permissible. Any violation will render the bid invalid. Vendors may refer to the ‘ Instructions to
Bidders for Online Submission of Bids’ uploaded along with RFP for any clarification and
query.

(b) Offline Submission of Documents (Manual Submission) Original instrument for payment of
EMD (Earnest Money Deposit) in favour of Brig ASC, HQ Dakshin Bharat Area at this HQ or at any
nearest Supply Depot ASC within Dakshin Bharat Area.
3. (a) The form of tenders (IAFZ-2120) is attached, showing the conditions of supply and includes a
Schedule (IAFZ-2121/2121A) and Bill of Quantity (BoQ). You will fill the rates in BoQ in figures for the
quantity/numbers of units as specified in BoQ. Your rates are to include patent rights (if any) and all
freight charges, duties, taxes, rates or imposition whatsoever levyable in respect of the
supplies/services (except in cases where the contractor is allowed by the law under which such duties,
taxes, rates or impositions are levied to obtain subsequent refund of sums so paid on presentation of
the necessary certificate unless otherwise stated in the Schedule (IAFZ-2121/ 2121A)/(BoQ). You

For and on behalf of


the President of India Signature of the Tenderer(s)
6

may not quote fractions of a paise in rate except in the case of a Ton-Km carriage contracts when
fractions of paise may be quoted. You will make the supplies as per “ASC Specifications and
Conditions” which are already in your possession. You may not make any alteration in or addition to
any of the documents connected with the Bids”.

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

4. Time and date for opening of Bids. On 20 Jul 2022 at 1200 hrs onward. If due to any exigency,
the due date for opening of the Bids is declared a closed holiday, the Bids will be opened on the next working
day at the same time or on any other day/time, as intimated by the authority inviting RFP.

5. Uploading of Bids. Bids should be uploaded by bidders (Registered ASC Contractors) as per Para 2
(a) above.

6. Place of opening of the Bids. Headquarter Dakshin Bharat Area Chennai, 600009 (Place & Pin
Code) for duly filled downloaded bids. The result of the opening of Bids will be available online for all
Bidders to see.

7. Clarification Regarding Contents of the RFP. A prospective bidder who requires clarification
regarding the contents of the RFP documents shall be able to get the clarification between the Clarification
start time / date and clarification end time / date from Brig ASC HQ Dalkshin Bharat Area. Copies of the
query and clarification by the Brig ASC will be sent to all the prospective bidders / registered vendors.

8. Modification and Withdrawal of Bids. A bidder may modify or withdraw his online bid after
submission as per the facility provided in the Defence E-Procurement Portal, only prior to the date and
time prescribed for end of submission of Bid. No bid shall be modified after the date and time for end of
submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and
expiry of the period of bid validity specified. Withdrawal of a bid during this period will result in summary
rejection with TWELVE MONTHS for participation of tender activities at HQ Dakshin Bharat Area from
the date of opening of bid.

9. Clarification regarding contents of the Bids. During evaluation and comparison of bids, the Brig
ASC Headquarters Dakshin Bharat Area (ST) may, at its discretion, ask the bidder for clarification of his bid.
The request for clarification will be given in writing and no change in prices or substance of the bid will be
sought, offered or permitted. No post-bid clarification on the initiative of the bidder will be entertained.

10. Rejection of Bids. Canvassing by the contractor in any form, unsolicited letter and post-tender
correction may invoke summary rejection with TWELVE MONTHS for participation of tender activities at
HQ Dakshin Bharat Area from the date of opening of bid. Conditional tenders will be rejected.

11. Earnest Money Deposit (EMD). The earnest money deposit (EMD) as given in the Schedule and
(BoQ) must be made payable to Brig ASC HQ Dakshin Bharat Area i.e. the officer calling for tenders. This
earnest money must be in one or other or partly in one and partly in another of the following forms :-
(a) Cash. By remitting Cash in Government Treasury.
(b) Demand Draft from Scheduled Banks. These can be accepted provided the amount
involved is less than Rs 5,000.00.
(c) Deposit - at - call receipt of a Scheduled Bank including the State Bank of India and is
subsidiaries, approved under the bank Guarantee Scheme, *This will be accepted under the
conditions specified in clause 14 (g) of this form, provided the amount exceeds Rs 5,000.00.
(Note - *Effective until further orders)
(d) In the form of fixed deposit receipts.
(e) A scanned copy of EMD will be uploaded online alongwith the First cover of the Bid. The
physical proof of payment of EMD will deposited alongwith the manual submission of documents. Bids
NOT accompanied with EMD will be rendered invalid.

For and on behalf of


the President of India Signature of the Tenderer(s)
7

12. (a) The successful tenderer will be notified on IAFZ-2124 (Acceptance Note) of acceptance of his
tender in whole or in part. Till then no tenderer has any right to assume that his tender has been
accepted, in whole or in part and if any tenderer disregards this warning and makes any arrangements
or incurs any expenditure in anticipation of receipt of notice of acceptance, he will have no claim for
compensation.
(b) On issue of the notice of acceptance, the tender will become a contract in so far as the
notification shows the whole or part of the tender that has been accepted and the tenderers will furnish
the security deposit as specified in the Acceptance of tender (IAFZ-2124), and hand over the
treasury receipt, the Bank deposit receipt/The Government securities etc. lodged as security deposit
to the Contract Concluding Authority, i.e, GOC, Dakshin Bharat Area by the time and date as
specified in the acceptance of tender.

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

(ii) Amount arrived to be rounded off to the nearest hundred.

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

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

(b) Government Securities (including Post Office Cash Certificates, National Saving Certificates
and National Plan Certificates). These will be accepted at their surrender value at the time of issue of
acceptance of tender note. The certificates should be formally transferred to respective Contract
Concluding Authority, GOC, Dakshin Bharat Area with the sanction of Head Post Master
concerned. No interest is payable on these.

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

(c) Promissory Notes and Stock Certificates of the Central or State Government, Municipal
Debentures or Port Trust Bonds. These will be accepted at five per cent below the market price or at
the face value whichever is less. These certificates should be formally endorsed and transferred to the
respective Contract Concluding Authority, GOC, Dakshin Bharat Area.

Note (i) When promissory notes are tendered as security deposit, the officer receiving the
same shall have them endorsed by the depositor in favour of respective Contract Concluding
Authority i.e GOC, Dakshin Bharat Area.

For and on behalf of


the President of India Signature of the Tenderer(s)
8

(d) Bank Deposit Receipts. Deposit receipts of the State Bank of India and other nationalized
Banks only will be accepted. The deposit receipts should be made out in the name of respective
Contract Concluding Authority i.e GOC, Dakshin Bharat Area.
.
Notes :-

(i) The deposit receipt should be made out in the name of pledge or if it is made out in
name of pledger, the bank should certify on it that the deposit should be withdrawn only on the
demand or with the sanction of pledge.

(ii) The depositor should agree in writing to undertake any risks involved in the
investment.

(iii) The Bank should agree that on receipt of signed treasury challan and a withdrawal
order from the pledgee in respect of the deposit or any part thereof it will at once remit the
amount specified into the nearest treasury along with the challan and sent the treasury receipt
to the pledge.
(iv) The responsibility of the pledge in connection with the deposit and the interest on it will
cease when he issues a final withdrawal order to the depositor and sends an intimation to the
Bank that he has done so.

(v) The deposit receipts made out should be valid for period beyond 6 months from the
date of expiry of contracts.

(v) Deposit receipts is an acknowledgement issued by the Bank for the money deposited
and do not carry necessary interest.

(e) Post Office Savings Bank Account. This must be opened by the depositor himself who will
sign the necessary security deposit form (Obtainable from the post office). The depositor will then
pledge the same in favour of respective Contract Concluding Authority i.e GOC, Dakshin Bharat
Area and deliver the pass book to the BRIG ASC, HQ Dakshin Bharat Area, Chennai for pledging
the same in favour of respective Contract Concluding Authority i.e GOC, Dakshin Bharat Area.

(f) Treasury Saving Deposit Certificates. These will be accepted at their surrender value.
When these certificates are tendered as security deposits the officer receiving the same shall have
them endorsed and transferred to the respective Contract Concluding Authority i.e GOC, Dakshin
Bharat Area by the depositor. The provision of note under clause (c) above will apply to the Treasury
Saving Deposit Certificates.

(g) Fixed Deposits Receipts and Cash Certificates and other similar instruments issued by
the Bank. Fixed Deposit Receipts and Cash Certificates etc issued by the Scheduled Commercial
Banks including the State Bank of India and its subsidiaries and nationalized Banks do not require the
concurrence of Reserve Bank of India. No guarantees under the Bank Guarantee Bond Scheme in
what-so-ever manner are accepted for either lodging the security deposit or for the purpose of earnest
money.

Notes :-(i) Fixed deposit receipt are the receipts for an amount deposited in the Bank for a fixed
period and carry interest as per the prevalent rates.
(ii) Cash certificates are to be accepted at their surrender value at the time of issue of
tender.

(h) Unit Trust of India. All schemes as issued from time to time other than master shares, issued
by Unit Trust of India will be accepted as Security Deposit at their face value. When these unit
certificates are tendered as security deposit. The officer receiving the same will ensure that these
certificates are duly discharged and pledged in favour of respective Contract Concluding Authority
i.e GOC, Dakshin Bharat Area.

Note : - (i) In all cases the security must be pledged as directed by the Officer calling for tenders
in accordance with existing regulations, and in such manner (to be decided by the officer

For and on behalf of


the President of India Signature of the Tenderer(s)
9

sanctioning the contract) that the Government may realize the same without reference to the
tenderer. The tenderer will be entitled to the interest earned unless the securities shall
depreciate while the contract is in force in which case interest will be claimable by the
tenderer. Only from the time the depreciations is made (good by him) or unless his security
deposit is forfeited under the terms contained in the tender (IAFZ-2120).*(The blank space will
be filled in by the Army authorities before issuing the form to the tenderer).

14. The deposition of earnest money has been dispensed with till further orders.

15. The tenderer shall hold the offer open up to and including 16 Nov 2022. It is understood that the
tender documents have been sold/issued to the tenderer and the tenderer is being permitted to tender in
consideration of the stipulation on his part that after submitting his tender he will not resile from his offer or
modify the rates, terms and conditions thereof. Should the tenderer fail to observe and comply with the
foregoing stipulation, the earnest money shall be forfeited to the Government without prejudice to any other
right, of the Government under this contract and the law. The earnest money shall also be liable to be forfeited
in full, if the tenderer fails to furnish security deposit by the due date. No interest will be payable on the amount
of the earnest money in any case.

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

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

18. The approval or rejection of tenders rest with the * CFA who reserves to himself the right of rejecting
any tender in whole or in part or any item in whole or in part in respect of any or all the delivery points shown in
the Schedule (IAFZ-2121) without cause assigned. The lowest tender will not of necessarily be accepted.

*The officer who sanctions the contracts, as specified in Financial Regulations, India, Part I.

19. The quantities stated in the schedule as ‘Approximate requirement’ are only given as a rough guide.
Plus/minus upto 25% variation over/under ‘Approximate Requirements’ will be accepted and no claim for
compensation will be made or entertained for the same. All indents must be complied with at the contract rate
whether the quantities demanded therein be within or in excess of the ‘Approximate Requirements’.

20. Payment of bills of successful tenderers will be made on the Government Treasury at Bangalore by
crossed cheques.

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

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

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

24. The authority calling for tenders is at liberty to conclude more than one contract for any items in one
station.

25. You undertake to quote the rates only for the contracts/items which are within my/our total residual
contract carrying capacity without any restriction on the value of individual contract as per my classification.

For and on behalf of


the President of India Signature of the Tenderer(s)
10

26. You will have no objection to issue of tenders to contractors irrespective of their classification based on
either total value of a contract or on individual basis.

27. BLANK.

28. Any further information required can be obtained on application on any working day between 0900 hrs
and 1300 hrs addressed to Brig ASC, HQ Dakshin Bharat Area, Chennai.

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

30. (a) No priority certificate or letters to railway or other authorities will be given to you to facilitate the
carrying out of the contract, except that under exceptional circumstances, which must be explained by
you in writing and accepted by him as justifying such assistance the * Officer operating the contract is
authorized to address the railway authorities for assistance in supplying freight.

(b) *The giving of such assistance will no way prejudice Government right
to enforce the terms of the contract in case of default.

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

32. The authority calling for the tenders reserves the right to conclude contracts for any single item or any
grouping of items considered appropriate.

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

34. By quoting the rates and uploading the Tender through your registered login ID you undertake to have
accepted all the above conditions in entirety.

Signature, Rank and Designation


of Officer calling for tenders
All the above conditions are accepted by me/us.

For and on behalf of


the President of India Signature of the Tenderer(s)
11

In lieu of IAFZ-2120

TENDER FOR THE SUPPLY OF FRUIT FRESH AT BELGAUM & SAMBRA FOR PERIOD FROM THE
01 OCT 2022 TO 30 SEP 2023

Details of earnest money sent herewith


(To be filled in by tenderer)
Description FDR No Date Face Value Rs

To,
The President of India,
Through Brig ASC, Dakshin Bharat Area

1. (a) I/We the undersigned agree, on acceptance of the tender in whole or in part to supply / tender
to the President of India hereafter referred to as the “Government” which expression shall include
these duly authorized to act for him, in accordance with such acceptance, so many/much of the
articles/services specified in the schedule attached hereto, as * CFA may actually require during the
period any date wef 01 Oct 2022 (exact date of commencement of contract to be notified in the
acceptance of tender note) to 30 Sep 2023 or to such date as this period may be extended under the
conditions of Clause 19 (b) of this tender subject to the conditions and stipulations specified in this
tender (including any Schedules and “Specification and conditions” contained therein or attached
hereto) in the acceptance and in the “Instructions to Tenderer” (all of which constitute and are
hereafter referred to as the “contract”).

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

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

2. (a) I/We shall furnish the security deposit, within twenty days of issue of notice (IAFZ-2124) of the
acceptance of this tender (in whole or in part) or before the commencement by me/us of the
performance of the contract, whichever is earlier (or within such extended time as may at the sole
option of the Govt. be granted to me/us) the sums specified in the said notice of the acceptance (IAFZ-
2124) and referred to “Instructions to the Tenders” (IAFZ-2137A) and such deposit or the earnest
money submitted with the tender if the security deposit has not been remitted at the time of the breach
or non-performance will be liable to forfeiture in the event of any breach or non-performance on my/our
part of the contract. If the security deposit is accepted in the form of bank deposit receipt which
matures before the security deposit is returnable under clause 17(d) hereof, I/We shall be at liberty to
renew same subject always to the lien created in favour of Govt. under clause 24 of “Instructions to
Tenderers” (IAFZ-2137A).

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

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

For and on behalf of


the President of India Signature of the Tenderer(s)
12

partners subsequently accepted as above shall bind me/all of us and will be sufficient discharge for any of the
purpose of the contract.
4. The Officer sanctioning the contract may authorise such officer as he may wish to operate the contract
on his behalf and I/We and my/our agent will accept and carry out instructions given by such officers (or their
representatives) in connection with contract as if these were issued by the officer sanctioning the contract.

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

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

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

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

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

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

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

7. In the event of:-

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

(b) My/our failing, declining neglecting or delaying to comply with any demand or requisition or
otherwise not executing the same in accordance with the terms and conditions of contract, the officer
operating the contract or his successor in office shall be at liberty (without prejudice to any other
remedy the Government may have on account of any claim for compensation against loss and
inconvenience caused by such breach or non performance of the contract) to purchase or to procure
to arrange from Govt. stocks or otherwise, at my/our expense, such supplies/services as may have

For and on behalf of


the President of India Signature of the Tenderer(s)
13

been rejected or that I/we may have failed, declined, neglected or delayed to supply, or such
authorized substitutes therefore as are specified in the Schedule hereto and are approved, by the
officer operating the contract or his successor in office and any excess cost so incurred over the
contract price (together with all incidental charges and expenses) incurred in purchasing, procuring or
arranging for such supplies/services or their authorized substitutes and in case where issues in
replacement are made from Government stocks or supplies, the cost or value of such stocks or
supplies (together with all incidental charges or expenses), shall be recoverable from me/us on
demand.

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

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

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

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

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

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

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

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

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

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

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

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

(h) If I/We fail to supply more than 30 % of the contracted monthly requirement for the month, or
have more than five failures in a month, or have more than 15 failures aggregate. For the purpose of
this provision, a ‘failure’ will be deemed to have occurred if I/We fail to supply at least 90 percent of
quantity of the demand of item placed on me/us for that day.

In case of such rescission, my/our security deposit (or such portion there of as the Officers
sanctioning the contract shall consider fit or adequate) shall stand forfeited and be absolutely at the

For and on behalf of


the President of India Signature of the Tenderer(s)
14

disposal of Government, without prejudice to any other remedy action that the Government may have
or take. If this contract be for supply at more than one station, its rescission under these conditions
shall not be affected by the acceptance, meanwhile or subsequently, or supplies/services accepted or
made at any station in ignorance of the rescission.

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

9. Notwithstanding anything hereinbefore contained and without prejudice hereto the


officer operating the contract may or his successor in office may recover from me/us as compensation, such
sums as he considers reasonable:-

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

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

10. Decision as to recovery of monies from me/us in respect of purchase or arrangement


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

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

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

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

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

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

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

For and on behalf of


the President of India Signature of the Tenderer(s)
15

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

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

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

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

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

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

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

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

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

For and on behalf of


the President of India Signature of the Tenderer(s)
16

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

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

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

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

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

(c) Conciliation proceedings shall commence when the other party


accepts in writing the invitation to conciliate.

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

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

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

(g) If both the parties reach an agreement on settlement of the dispute,


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

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

23. (a) In the event of any question, dispute or differences arising under these conditions or any special
conditions or contract or in connection with this contract (except as to any matter the decision or which
is specially provided for by these or the special conditions (s) the same shall be referred to an
arbitrator appointed by the officer sanctioning contract in accordance with Sec 12(5) of Arbitration and
Conciliation Act 1996 (as amended in 2015) *No Govt official from MoD/Service HQrs will be
appointed as arbitrator as per Sec 12(5) of Arbitration and Conciliation Act 1996 as amended in

For and on behalf of


the President of India Signature of the Tenderer(s)
17

2015. However in exceptional case a serving officer of the rank of Lt Col and above may be appointed
as arbitrator in accordance with provision to Section 12(5).
(b) In the event of the arbitrator to whom the matter is referred denying, neglecting or refusing to act
or resigning or being unable to act, including transfer to another place or his award being set aside by
the court on any reason, it shall be lawful for the contract sanctioning officer to appoint another
arbitrator in place of out going arbitrator in place of or out going arbitrator in the matter aforesaid.

(c) A Government servant may also be appointed as Arbitrator in accordance with Section 12(5)
of Arbitration and Conciliation Action 1996. *No Govt official from MoD/Service HQrs will be
appointed as arbitrator as per Sec 12(5) of Arbitration and Conciliation Act 1996 as amended in
2015. However in exceptional case a serving Officer of the rank of Lt Col and above may be
appointed as arbitrator in accordance with provision to Section 12(5).
(d) It is further a term of the contract that no person other than the person appointed by the
contract sanctioning officer as aforesaid should act as arbitrator and that, if for any reason that is not
possible, the matter is not to be referred to arbitration at all.
(e) A demand for arbitration shall be in writing and made within six months form the date of
termination of contract. The date of termination of contract shall mean and include :-

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

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

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

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

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

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

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

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

25. Limitation to Act: -

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

For and on behalf of


the President of India Signature of the Tenderer(s)
18

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

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

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

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

26. Termination of mandate and substitution of arbitrator:-

(a) In addition to the circumstances referred to in Section 13 or Section 14 of Arbitration and


Conciliation Act 1996, the mandate of an arbitrator shall terminate :-

(i) where he withdraws from office for any reason or,


(ii) by or pursuant to agreement of the parties.

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

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

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

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

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

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

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

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

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

Station : Chennai-09 ___________________________________


(Signature of tenderes(s)

For and on behalf of


the President of India Signature of the Tenderer(s)
19

Dated : 2022 ______________________________________


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

Signature of witness __________________


(Name in Block letters)

Address ______________________________
______________________________
______________________________

CERTIFICATE REGARDING POSSESSION OF CONTRACT FORMS

To,
The PRESIDENT OF INDIA
Through BRIG ASC
Headquarters Dakshin Bharat Area
Chennai-600009

Dear Sir,

I/We hereby confirm that:-

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

(i) IAFZ-2120 - Tender Form.


(ii) IAFZ-2137A - Instructions to the Tenderers.
(iii) Appendix ‘A’ to IAFZ-2121 - General Conditions and Special General Conditions.
(iv) IAFZ-2121/2121-A - The Schedule.
(v) ASC Specification, Special Conditions & Rations scales for the supply of all items as
mentioned in the Schedule (IAFZ-2121) and their authorized substitutes.
(vi) Instructions to Bidders for online Bid submission.
(vi) Bill of Quantity (BoQ).

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

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

Station : ___________________________________
(Signature of tenderer(s)

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

Signature of witness __________________


(Name in Block letters)

Address ________________________________

_______________________________________

For and on behalf of


the President of India Signature of the Tenderer(s)
20

_______________________________________

Appendix ‘A’ to IAFZ-2121


GENERAL CONDITIONS

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

I/We agree that:-

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

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

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

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

(b) Reference clause 5 of schedule (IAFZ-2121) the supplies at the posts and camps
concerned will be made at place fixed by the Officer Operating the contract or ASC Officer
concerned and where the area/being covered by the supply are and without prejudice to such
posts and camps/situated on or off the line of rail/road. I/We will make arrangement at my/our
expense for conveyance of supplies and requirement if any by rail/road. Notice of requirement at post
and camps will, whenever possible, be given to me/us one week in advance.

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

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

For and on behalf of


the President of India Signature of the Tenderer(s)
21

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

For and on behalf of


the President of India Signature of the Tenderer(s)
22

4. Supplies will weighted and delivered in the transport arranged and paid for by me/us at any place
within the area covered by the supply. Area as specified in the heading of the Schedule (IAFZ-2121) at such
times and in such quantities as the Officer Operating the contract or ASC Officers concerned or his
representative may direct. All labour for loading/unloading my/our goods from the transport at the place of
delivery and for weighing over supplies at ASC Supply Depot and/or Units be paid by me/us.

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

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

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

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

(b) I/We understand that stations in the schedule of (IAFAZ-2121) are of permanent nature and
are covered by my/our contract. Any stations or camps of exercise located within the Area of 80 Km of
the station mentioned in the schedule will also be covered by my/our contract.

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

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

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

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

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

10. (a) The quantities shown in Schedule (IAFZ-2121) are approximate requirements. There is no
guarantee that the requirement shall remain at this level and uniform throughout the period for
contract/agreement. No claim for compensation whatsoever shall be made by me/us or entertained by
the Government on above/below upto 25% of the schedule quantities, no request for exgratia payment
will be made by me/us.

For and on behalf of


the President of India Signature of the Tenderer(s)
23

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

11. (a) The approximate requirement shown in the schedule (IAFZ-2121) need not be equally
distributed over the period of this contract by the contract operating officer.

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

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

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

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

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

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

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

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

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

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

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

For and on behalf of


the President of India Signature of the Tenderer(s)
24

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

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

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

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

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

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

20. (a) I/We to undertake ensure before submission of IAFS-1520 with the bill to the Controller of
Defence Accounts Chennai/Bangalore/Trimulgherry that all entries/over written/altered are entered
a fresh and attested by the officer concerned as many time as fresh entries are made.

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

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

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

21. I/We hereby agree that the President of India shall be discharged from all liabilities under the contract
or otherwise in relation to the subject matters there of unless an arbitration or suit where such suits lie ie.
commenced within 6 months from expiration of the period mentioned in the schedule thereof or any extension
thereof. The officer sanctioning the contract may extend the period of six months aforesaid in writing if owing to
audit objections, it is not in the opinion of the officer sanctioning the contract practicable for me/us to
commence such arbitration or suit within the period aforesaid. Nothing contained in the above provisions shall
apply to the refund of such portion of security deposit as is refundable to me/us under all admissible deduction.
The arbitrator (s) may from time to time, with the consent of the parties enlarge the time for making and
publishing the award.

For and on behalf of


the President of India Signature of the Tenderer(s)
25

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

(b) The present normal rates for supply of Government transport to me/us are as under in the
circumstances mentioned in sub para (a) above and sub para (g) below:-

S/No Type of Vehicles 1st 10 km Per km thereafter

(i) Lorry 3 Ton S/Man 290.00 28.72


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

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

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

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

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

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

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

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

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

For and on behalf of


the President of India Signature of the Tenderer(s)
26

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

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

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

26. (a) To supply the contracted articles irrespective of whether they are required to be consumed at
delivery points or any other stations. The responsibility of transportation of these articles from delivery
points to any other stations where these are required to be consumed will be that of the Government.

(b) Any restrictions issued by the local bodies or state Govt in the export or import of the articles
contracted for this contract will not absolve me/us from obligations of this contract and will not be
accepted as an excuse for non delivery of the same.

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

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

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

(a) Fixed Deposit Receipts of the scheduled bank other than State Bank of India rendered as
Security Deposit may be accepted provided the bank concerned deposit with Reserve Bank of India
care of Government Securities to cover the fixed deposit receipts.

(b) Cash Certificate or other similar instrument representing any special clause of deposit issued
by scheduled bank in favour of Government Department on behalf of their constitutes subject to the
same conditions as prescribed for the acceptance of fixed deposit receipts.Investments in the
National Plan Loan in the form of Govt Promissory Notes. Treasury saving certificates and
National Certificate at their Surrender value.

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

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

For and on behalf of


the President of India Signature of the Tenderer(s)
27

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

31. The quantities stated in schedule as Approximate Requirement are only given as a rough guide
plus/minus upto 25% variation over Approximate Requirement will be accepted, and no claim for compensation
will be made or entertained for the same. All indents must be complied with at the contract rate whether the
quantities demanded therein be within or in excess of the Approximate Requirement.

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

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

34. I/We agree that the Government shall have the right to issue the articles contracted for or their
authorized substitutes mentioned in the Schedule (IAFZ-2121) obtained from any Central Government
aided/sponsored scheme, from State Government/Unit Gardens either within or outside the areas covered by
this contract or Government tinned stuff in lieu of any articles being supplied by me/us under this contract and
I/We shall have no claim against the Government as damage or compensation on account of
suspension/reduction or cessation of supplies caused by such issues.

35. (a) The President of INDIA shall be discharged from liabilities under this contract or otherwise in
relation to the subject matter, thereof unless an arbitration on a suit, where such suit lies, is
commenced within six months from the date of expiry of the period mentioned in clause of IAFZ-2120
or any extension thereof.

(b) The officer sanctioning the contract may extend the period of six months aforesaid in writing if
owing to audit objections it is not practicable for me/us to commence such arbitration or suit within the
aforesaid period also. Nothing contained in the above provision shall apply to the refund of such
portion of security deposit as if refundable to me/us after all admissible deductions.

For and on behalf of


the President of India Signature of the Tenderer(s)
28

CERTIFICATE FOR DELETION OF INAPPLICABLE WORDS IN CONTRACT DOCUMENTS

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

SPECIMEN SIGNATURES

Three specimen signature(s) of the person(s) authorized to sign all contract documents pertaining to
the Government contract for the supply of Fruit fresh at Belgaum & Sambra for the period from 01 Oct 2022
to 30 Sep 2023 are appended below :-

1___________________________

2____________________________

3___________________________

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

Name :_______________________________________

Witness Address :_______________________________________

_______________________________________

Occupation :_______________________________________

Date _____________ day of _____________________

For and on behalf of


the President of India Signature of the Tenderer(s)
29

Appendix ‘A’
(Ref para 2(b) (vii) of IAFZ-2137A
of Tender form)
INSTRUCTIONS BIDDERS FOR ONLINE BID SUBMISSION

(Instructions to the Bidders to submit the bids online through the Def Public Procurement Portal for
e-procurement at https://eprocure.gov.in/eprocure/app)

1. Possession of valid Digital Signatures Certificate (DSC) and enrolment/registration of the


contractors/bidders on the e-procurement/e-tender portal is a prerequisite for e-tendering.

2. Bidder should do the enrolment in the procurement site using the ‘Click’ here to Enrol” option available
on the home page. Portal enrolment is generally free of charge. During enrolment/ registration, the bidders
should provide the correct /true information including valid email-id. All the correspondence shall be made
directly with the contractors/bidders through email-id provided.

3. Bidder need to login to the site through their user ID/password chosen during enrolment/registration.

4. Then the Digital Signatures Certificate (Class II or Class III certificate with signing key usage) issued
by SIFY/TCS/nCode/eMudra or any Certificate Authority recognized by CCA India on e Token/SOctt Card,
should be registered.

5. The DSC that is registered only should be used by he bidder and should ensure safety of the same.

6. Contractor/Bidder may go through the tenders published on the site and download the required tender
documents/schedules for the tenders he/she is interested.

7. After downloading/getting the tender documents/schedules, the Bidder should go through them
carefully and then submit the documents as asked, otherwise bid will be rejected.

8. If there are any clarification, this may be obtained online through’ the tender site, or through the
contact details. Bidder should take into account the corrigendum published before submitting the bids online.

9. Bidder then logs in to the site through the secured log in by giving the user id/password chosen during
enrolment/registration and then by given the password of the eToken/Soctt Card to access DSC.

10. Bidder selects the tender which he/she is interested in using the search option & then moves it to the
‘My Tenders’ folder.

11. From my tender folder, bidder will select the tender to view all the details indicated.

12. It is construct that he bidder has read all the terms and conditions before submitting their offer. Bidder
should go through the tender schedules carefully and upload the documents as asked; otherwise, the bid will
be rejected.
13. If there are any clarifications, this may be obtained through the site, or during the pre-bid meeting if
any. Bidder should take into account the corrigendum published from time to time before submitting the online
bids.

14. The bidders can update well in advance, any documents (if any) under my space option and these can
be selected as per tender requirements and then send along with bid documents during bid submission. This
will facilitate the bid submission process faster by reducing upload time of bids.

15. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender
document/schedule and generally, they can be in PDF/xis/rar/zip/dwf formats. If there is more than document,
they can be clubbed together and can be provided in the requested format. Each document to be uploaded
through online for the tenders should be less than 2 MB. If any document is more than 2MB, it can be reduced
through ZIP/RAR and the same can be uploaded, if permitted. Bid documents may be scanned with 200 dpi
with black and white option. However of the file size is less than 1MB the transaction uploading time will be
very fast.

For and on behalf of


the President of India Signature of the Tenderer(s)
30

16. Bidder should submit the EMD as specified in the tender. The original should be
posted/couriered/given in person to the Tender Inviting Authority, within the bid submission due date & time for
the tender. Scanned copy of the instrument should be uploaded as part of the offer.

17. While submitting the bids online, the bidder should read the terms & conditions and accepts the same
to proceed further to submit the bid packets.

18. The bidder has to select the payment option as offline to pay the EMD as applicable and enter details
of the instruments.

19. The details of the DD/any other accepted instrument, physically sent, should tally with the details
available in the scanned copy and the data entered during bid submission time. Otherwise submitted bid will
not be acceptable.

20. The bidder has to digitally sign and upload the required bid documents one by one as indicated.
Bidders to note that the very act of using DSC for downloading the bids and uploading their offers hall be
deemed to be a confirmation that they have read all sections and pages of the bid document and are clear
about the requirements of the tender requirements.

21. The bidder has to upload the relevant files required as indicated in the cover content. In case of any
irrelevant files, the bid will be rejected.

22. If the price bid format is provided in a spread sheet file like BoQ-xxxx.xis, the rates offered should be
entered in the allotted space only and uploaded after filling he relevant coulmns. The Price Bid/BOQ template
must not be modified/replaced by the bidder, else the bid submitted is liable to be rejected for this tender.

23. The bidders are requested to submit the bids through online e-tendering system to the Tender Inviting
Authority (TIA) well before the bid submission end date & time (as per Server System Clock). The TIA will not
be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the
bidders at the eleventh hour.

24. After the bid submission (ie after Clicking “Freeze Bid Submission’ in the portal), the acknowledgement
number, given by the system should be printed by the bidder and kept as a record of evidence for online
submission of bid for the particular tender and will also act as an entry pass to participate in the bid opening
date.

25. The time settings fixed in the server side & displayed at the top of the tender site, will be valid for all
actions of requesting, bid submission, bid opening etc, in the e-tender system. The bidders should follow this
time during bid submission.

26. All the data being entered by the bidders would been encryption using a system generated symmetric
key. Further this key is subjected to asymmetric encryption using buyers/bid openers public keys. Overall, the
uploaded tender documents become readable only after the tender opening by the authorized bid openers.

27. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system
generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid openers
public keys. Overall, the uploaded tender documents become readable only after the tender opening by the
authorized bid openers.

28. The confidentiality of the bids is maintained since the secured Socket Layer 128 bit encryption
technology is used. Data storage encryption of sensitive fields is done.

29. The bidder should logout of the tendering system using the normal logout option available at the top
right hand corner and not by selecting the (x) exit option in the browser.

For and on behalf of


the President of India Signature of the Tenderer(s)
31

30. For any queries regarding e-tendering process, the bidders are requested to contract as provided in
the tender document. Additionally, for any further queries, the bidders are asked to contract over phone :
0120-4200-462/0120-4001-002 or send a mail over to – eproc@nic.in/cppp@nic.in.

31. Hard copy of contract document comprising unfilled bid will be submitted in the office of Brig ASC
Dakshin Bharat Area. The undertaking has been given in Appendix ‘C’ of forwarding letter shall be uploaded
on Defence E-Procurement Portal during by the bidders.

32. Tender documents to be furnished by the bidders duly signed shall be prepared in A-4 size paper
along with qualification documents in a hard bond form before opening of bid and not in loose form.
Note : - (Rate to be quoted online by bidder in BOQ Excel Sheet only (Bills of quantity)

For and on behalf of


the President of India Signature of the Tenderer(s)
32

Appendix ‘B’

(Ref para 2 (b) (v) of IAFZ-2137A


of Tender form)

RFP CONDITIONS ACCEPTANCE LETTER


(To be given on Company Letter Head)

To,
____________

___________

____________

Sub : Acceptance of Terms & Conditions of RFP

RFP Reference No___________________________________

Name of Tender/word

Dear Sir,

1. I/we have downloaded/obtained the tender documents(s) for the above mentioned ‘Tender/work’ from
the web site (s) namely ______________________________________________
_________________________________________________________________________
_______________________________________as per your advertisement, given in the above mentioned
website(s)._______________________as per your advertisement, given in the above.

2. I/we hereby certify that I/we have read entire terms and conditions of the tender documents from page
No ______to_______(including all documents lime annexure(s), schedules(s), etc---), which will form part of
the contract agreement and I/we shall abide hereby the terms/conditions/clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/organizations too have also been
taken into consideration, while submitting this acceptance letter.

4. I/we hereby unconditionally accept the tender conditions of above mentioned tender
document(s)/corrigendum (s) in its totality / entirely.

5. The documents submitted in physical form as mentioned is the true copy of the documents uploaded
on the Def Public Procurement Portal (htt;//eprocure.gov.in/eprocure/app).

6. In case any provisions of this tender are found violated, your department/organization shall be at
liberty to reject this tender/bid including the forfeiture of the full said Earnest Money absolutely and we shall not
have any claim/right against deptt in satisfaction of this condition.

Yours Faithfully,

(Signature of Bidder, with Official Seal)

For and on behalf of


the President of India Signature of the Tenderer(s)
33

Appendix ‘C’
(Ref Para 2(b) (iv) of IAFZ-2137A
of Tender form)

CONTRACT UPDATE DATA CERTIFICATE

1. Name of the Firm ________________________________________________________


(With full address) ________________________________________________________
2. Name of Proprietor & Power of attorney Holder __________________________________
3. Total contract Carrying Capacity (in words) Rs __________________________________
4. Registration Valid upto ______________ Class: A/B/C PAN No _________________
5. Contract Capacity already hold Rs ___________________
6. Remaining Contract Carrying Capacity (CCC) Rs______________________
7. Tele No: ___________________ Mobile No ______________________
8. Tender issue for value Rs ________________ E Mail: _____________________
9. It is certified that I am running the following contracts for the period from 01 Apr 22 to 31 Mar 23 in
Southern Command:-

S/No Station Item Value of contract

Total Value

10. I have participated in tenders for the period from 01 Oct 2022 to 30 Sep 2023 and I have secured
tenders/ am L-1 for the following:-

S/No Station Item Value of contract

Total Value

11. Applied for Tender (All tenders to be listed):-

S/No Station Item Value

12. On securing the contract for which I have now applied, my contract carrying capacity of Southern
Command will not be exceeded.

13. I am liable for action as per rules in case the above statement is wrong.

For and on behalf of


the President of India Signature of the Tenderer(s)
34

SECRETARIAT
OF
THE TECHNICAL STANDARDISATION COMMITTEE (FOOD STUFFS)
(DIRECTORATE GENERAL OF SUPPLIES AND TRANSPORT)
DEFENCE FOOD SPECIFICATIONS-2019

SPECIFICATION NO 359 (REVISED) : FRUITS FRESH

PART- I: GENERAL SPECIFICATION

Quality

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

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

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

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

Variety
5. General. The type and varieties of fruits fresh for consumption will be selected from those mentioned
in this specification. Where specific varieties of a particular fruit fresh have been mentioned the same will be
procured. The type (including varieties where applicable) and percentage of fruits fresh will be at the discretion
of the Executive Officer in consultation with the local Medical Authorities, if necessary. The type/varieties of
fruits fresh which are naturally available in a particular season will be selected as far as possible to derive
maximum benefit of freshness and nutrition besides placing minimum reliance on cold storage fruits.
6. Local Varieties. Locally available fruits fresh and their varieties (other than those mentioned in this
specification) may also be accepted, in case of troop’s preference or non-availability of varieties mentioned in
this specification, after general market survey. Size and number of fruits fresh to a kilogram of those selected,
will be fixed by the Executive Officer considering its purchase. Such fruits fresh should not exceed 10% of total
annual requirement.
7. Imported Varieties. Varieties of imported fruits fresh already mentioned in this specification will be
acceptable. Imported fruits fresh not mentioned in this specification may also be acceptable, provided troop’s
preference is there for the same. Survey will be necessary for its availability, acceptability, nutritional content,

For and on behalf of


the President of India Signature of the Tenderer(s)
35

financial implications, etc. Size and number of fruits fresh to a kilogram of those selected, will be fixed by the
Executive Officer considering its purchase. Such fruits fresh should not exceed 5% of total annual requirement.
Inspection
8. General. Fruits fresh will be subjected to inspection by local Supply Officer, as per parameters
mentioned in this specification and contract clauses therein. After careful inspection and having found fruits
fresh conforming to this specification, the same will be accepted. All fruits fresh will be supplied in suitable size
containers (CFB, CFC, plastic crates, wooden boxes, baskets, paper boxes, etc other than bags), designed to
protect the fruits fresh from transportation related damages and deterioration. These containers will be clean
and dry, without any previous remnants/marks/contaminants, before placing the fruits fresh. Additional
cushioning to protect individual fruits fresh may be provided if so reqd, by use of paper, grass, leaves, soft
plastic shreds, etc. Stickers individually affixed on fruits fresh when removed, should not leave visible traces of
glue nor lead to skin defects. Fruits fresh viz; Grapes, Cherry, Plums, Apricot, Peach and Strawberry will be
issued in small size packs only, these will not be emptied for inspection, the inspection will be carried out
after opening of upper flaps only, where a detailed check is necessary adequate number of packs may be
emptied.
9. Use of Chemicals. No chemicals will be administered to the fruits fresh internally or externally to
enhance size, colour, taste, ripening, shine, etc. Fruits fresh will not be dipped in water. Preservatives where
used must be permitted ones as per FSSAI guidelines and must be within the permissible limits. Residual level
of heavy metals, insecticide, pesticides, fungicides and others, for food safety requirements will be complied
with as per guidelines of FSSAI or other related Government bodies.

Tolerance

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

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

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

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

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

PART-II : QUALITY PARAMETERS AND DESCRIPTION

GROUP I – MAJOR FRUITS

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

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

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

For and on behalf of


the President of India Signature of the Tenderer(s)
36

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

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

4. Recommended Varieties.

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

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

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

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

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

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

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

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

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

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

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

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

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

(b) Harichal. Fruit is large, skin thick, greenish to dull yellow, sweet and delicious. Average

For and on behalf of


the President of India Signature of the Tenderer(s)
37

bunch weighs about 20 kg.

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

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

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

(f) Martman. Fruit is medium size, similar to Poovan in appearance. Skin is thin, ivory yellow in
colour, flesh firm, sweet with a pleasant aroma. Average bunch weighs about 12 kg.

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

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

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

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

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

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

4. Recommended Varieties.

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

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

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

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

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

(f) Chausa. Fruit is canary yellow to raw sienna when fully ripe with numerous obscure
medium size dots with minute specks inside them. The skin is thin and somewhat adhering to pulp.

For and on behalf of


the President of India Signature of the Tenderer(s)
38

Pulp soft and juicy with scanty fine, long fibre near the stone. The fruit is very sweet with luscious,
delightful aroma and excellent quality.
(g) Banganpalli. Fruit is primrose-yellow, large size, obliquely oval, skin smooth, thin and shiny.
The flesh is firm with juice moderate to abundant and without fibre. Very tasty and delightful.

(h) Bombay Green. Fruit is medium size, has strong and pleasant flavour. Pulp is soft and
sweet.
(j) Himsagar. Fruit is medium size, having good quality. Flesh is firm, yellow, and fibreless
with pleasant flavour.

(k) Alphanso. Fruit is very popular, medium size, ovate - oblique in shape, orange yellow in
colour, has attractive blush towards the basal end. Pulp is firm, fibreless with excellent orange colour.

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

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

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

(o) Mallika. Fruit is light green in colour, medium to large size with good pulp recovery. Very
sweet to taste. Pulp is soft and fibreless, has delightful aroma.
(p) Malgoba. Fruit is large size, dark green in colour. Flesh light yellow in colour, firm, juicy and
very sweet.

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

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

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

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

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

4. Recommended Varieties.

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

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

For and on behalf of


the President of India Signature of the Tenderer(s)
39

(c) Jaffa. Fruit size is medium to large, colour orange-yellow to orange red, globose to ellipsoid,
apex rounded, base rounded, rind smooth, finely pitted, 9-12 segments, flesh yellow, fine grained,
pulp melting, acidity and sweetness normal and well blended.
(d) Malta Blood Red. Fruit size is medium to large, round or slightly long, cadmium-yellow rind
usually thin, tight and glossy, pulp streaked red early in season and full red when ripe, fine grained,
melting, sweet, acidity well blended, juice abundant.
(e) Sathgudi. Fruit almost spherical, small to large, smooth surface, attractively orange coloured
when fully mature, base and apex evenly rounded, rind thin, semi-glossy and finely pitted. Pulp
uniformly straw coloured, juicy, flavour excellent, 10-12 segments.

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

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

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

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

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

4. Recommended Varieties.

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

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

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

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

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

GROUP II - MINOR FRUITS

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

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

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

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

For and on behalf of


the President of India Signature of the Tenderer(s)
40

4. Recommended Varieties.

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

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

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

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

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

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

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

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

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

4. Recommended Varieties.

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

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

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

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

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

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

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

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

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

4. Recommended Varieties. All varieties of smooth or neted skin are permitted. The following are

For and on behalf of


the President of India Signature of the Tenderer(s)
41

however recommended.

(a) Honey Dew.


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

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

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

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

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

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

(a) Coorg Honey Dew.


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

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

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

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

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

4. Recommended Varieties. All varieties are permitted.

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

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

2. Major Defects. It should be free from diseases, insipid/cracky taste, mechanical damages, black rot,

For and on behalf of


the President of India Signature of the Tenderer(s)
42

watery spots, low temp injuries and decay.

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

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

(a) Giant kew.


(b) Queen.
(c) Kew.
(d) Mauritius.

For and on behalf of


the President of India Signature of the Tenderer(s)
43

GROUP III - MICRO GROUP

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

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

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

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

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

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

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

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

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

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

4. Recommended Varieties. All varieties are permitted.

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

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

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

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

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

(a) Ganesh.
(b) Phule Arakta.

For and on behalf of


the President of India Signature of the Tenderer(s)
44

(c) Mridula.

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

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

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

3. Minor Tolerances. Superficial skin damages, discolouration, change in colour, wounds,


scratches, punctures, etc, not affecting quality of fruit may be accepted, if within acceptable limits.

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

(a) New Castle.


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

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

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

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

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

4. Recommended Varieties. All varieties are permitted.

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

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

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

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

4. Recommended Varieties. All varieties are permitted. The following are however recommended.
(a) Red heaven.
(b) Sun heaven.
(c) Alton.
(d) July Elberta.
(e) Peshwar.
(f) Prabhati.
(g) Pratap.

For and on behalf of


the President of India Signature of the Tenderer(s)
45

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

1. Fruit Characteristics. Plum will be sweet and tart, in a variety of shapes, sizes, colours. It yields
under pressure, ripe at room temperature, yellow red flesh, seed difficult to separate, clings to flesh, stone fruit.
It is generally available from April to June.
2. Major Defects. It should be free from decay, breakdown (soft mushy condition), freeze injury (water
soaked, glazed areas), soft, over ripe, shrivelled. No drought spot, sun scald, nail damage, leaf/limb rub mark,
hail damage.
3. Minor Tolerances. Condition defect after packing, superficial damages, crushing, freezing,
overheating, etc, not affecting quality of fruit may be accepted, if within acceptable limits.

4. Recommended Varieties. All varieties are permitted. The following are however recommended:-
(a) Salicina group (Japanese).
(b) Satluj.
(c) Kala.
(d) Amritsar.
(e) Titron
Litchi (Hindi name - Leechi, Botanical name - Litchi Chinensis)

1. Fruit Characteristics. Litchi will be firm, pump, full bodied, sweet, juicy white flesh with a consistency
similar to a grape, not tart or acidic, distinct aroma, flesh separates cleanly and easily from skin, smooth dark
brown small size seed, free from foreign and offensive smell or taste. Its leathery skin is covered with small
bumps, free from foreign matter. It is generally heart/ oval shaped, green to red in colour, greening not more
than 40% of visible surface area. Offered with a stub of stem, in bunch. It is generally available from May to
June.

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

3. Minor Tolerances. Superficial skin damages, discolouration, wounds, scratches, punctures,


etc, not affecting quality of fruit may be accepted, if within acceptable limits.

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

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

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

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

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

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

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

For and on behalf of


the President of India Signature of the Tenderer(s)
46

(a) Arka Jyoti.


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

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

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

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

3. Minor Tolerances. Superficial skin damages/bruising, discolouration, change in colour,


wounds, scratches, punctures, etc, not affecting quality of fruit may be accepted, if within acceptable limits.

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

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

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

1. Fruit Characteristics. Strawberry will be sweet, juicy, aromatic, bright natural shine, reddish-pinkish
colour conical shape. Calyax (cap) of fresh green colour shall be intact on the fruit. It yields under pressure,
has many tiny seeds on the outside. It is generally available from February to April (in plains) and May to June
(in hills).
2. Major Defects. It should be free from fungus, moulds, acidic taste, decay, breakdown (soft mushy
condition), water soaked, soft, over ripe and shrivelled.

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

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

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

For and on behalf of


the President of India Signature of the Tenderer(s)
47

PART- III

APPROVED VARIETIES OF FRUITS FRESH


AND THEIR QUALITATIVE ASSESSMENT

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

S No Fruit Variety Maximum number per Kg


Delicious 5-7
1. Apple
Other varieties 6-8
2. Banana Length not less than 14 cm and width not less than 2.7 cm
Deshaeri 5-7
3. Mango
Other varieties 4-6
4. Orange All Varieties 6-7
5. Guava -do- 6-8
6. Pear -do- 6-8
Bunch weight of 150/100 gm for large/small
7. Grape -do-
berries respectively
8. Musk Melon -do- 1-2
9. Papaya -do- 1-2
10. Sweet Orange -do- 5-7
11. Pine Apple -do- 1-2
12 Sapodilla -do- 8-10
13. Kinnow -do- 5-7
14. Pomegranate -do- 4-6

(Note:- Other seasonal locally available fruits may be included at the discretion of the local commanders and
temporary specification may be prepared by the station)

For and on behalf of


the President of India Signature of the Tenderer(s)

You might also like