REQUEST FOR PROPOSAL - e Tenders · j) Submission of Samples: The prospective Bidder is required to...
Transcript of REQUEST FOR PROPOSAL - e Tenders · j) Submission of Samples: The prospective Bidder is required to...
1 | P a g e
DIRECTORATE OF PRIMARY EDUCATION, MAHARASHTRA STATE
(D.P.E.M.S.) (MID DAY MEAL SCHEME)
(Central Building, Dr. Annie Besant Road, Pune 411001)
REQUEST FOR PROPOSAL
FOR
TRANSPORTATION OF RICE/WHEAT FROM FCI
GODOWN TO SCHOOL AND FOR SUPPLY OF
OTHER FOOD GRAINS, PULSES, OIL, SPICES AND
CONDIMENTS IN SCHOOLS UNDER MID DAY MEAL
SCHEME IN KOLHAPUR DISTRICT OF
MAHARASHTRA STATE
NAME OF DISTRICT : __KOLHAPUR_____________
ADDRESS & CONTACT : ___________________________
___________________________
___________________________
2 | P a g e
TABLE OF CONTENTS
1. DEFINITIONS ................................................................................................................................... 5
2. INVITATION TO TENDERS (NIT) .............................................................................................. 7
2.1. Important Information .................................................................................................................. 7
2.2. Important Dates................................................................................................................................. 9
2.3. Address for Correspondence ................................................................................................... 10
2.4. General Terms and Conditions of Bidding ....................................................................... 11
3. INTRODUCTION ........................................................................................................................... 12
3.1. Issuer .................................................................................................................................................... 13
3.2. About Mid Day Meal Scheme .................................................................................................... 13
3.3. Purpose of this RFP ....................................................................................................................... 14
3.3.1. Objectives of this Scheme .......................................................................................................... 14
3.3.2. Scheme Coverage ........................................................................................................................... 15
4. SCOPE OF WORK .......................................................................................................................... 15
4.1. Introduction...................................................................................................................................... 15
4.2. Supply Locations: ........................................................................................................................... 16
4.3. Brief Description of Material: .................................................................................................. 16
4.4. Validity of Rates: ............................................................................................................................ 16
5. BID PREPARATION ...................................................................................................................... 16
5.1. Qualification Criteria ................................................................................................................... 16
5.2. Submission of Samples ................................................................................................................ 18
5.3. Technical Bid .................................................................................................................................... 20
5.4. Financial Bid ..................................................................................................................................... 23
6. BID SUBMISSION .......................................................................................................................... 23
6.1. General Instructions ..................................................................................................................... 23
6.2. Pre bid Meeting ............................................................................................................................... 23
6.3. Amendment to RFP Document ................................................................................................ 24
3 | P a g e
6.4. Language of Bid ............................................................................................................................... 24
6.5. Documents comprising Bid ...................................................................................................... 24
6.6. Bid Prices ........................................................................................................................................... 27
6.7. Earnest Money Deposit (EMD) ................................................................................................ 28
6.8. Format and signing of Bid ......................................................................................................... 29
6.9. Manner of Submission of Tender and its Accompaniments: .................................. 29
7. BID OPENING AND EVALUATION ........................................................................................... 30
7.1. Bid Opening ....................................................................................................................................... 30
7.2. Bid Liable for Rejection: ............................................................................................................. 31
7.3. Evaluation and Comparison of Bids: .................................................................................... 31
7.4. Award of Contract .......................................................................................................................... 32
7.5. Notification of Award: ................................................................................................................. 33
8. GENERAL CONDITIONS OF CONTRACT................................................................................. 33
8.1. Method & Procedure of Supply ............................................................................................... 33
8.2. Inspection and Laboratories Testing .................................................................................. 35
8.3. Substandard / Defective Supply and Penalty - ............................................................... 36
8.4. Penalty for Late Supply:.............................................................................................................. 37
8.5. Packing and Transporting ......................................................................................................... 38
8.6. Transit Risk ....................................................................................................................................... 39
8.7. Time is Essence for Delivery .................................................................................................... 39
8.8. Extension of Time .......................................................................................................................... 39
8.9. Bills and Payments ........................................................................................................................ 39
8.10. Communication .......................................................................................................................... 40
8.11. Performance Security .............................................................................................................. 41
8.12. Cancellation of Agreement ................................................................................................... 42
8.13. Price Variation ............................................................................................................................ 42
8.14. Laws and Regulations .............................................................................................................. 42
8.14.1. Governing Law. ........................................................................................................................... 43
8.14.2. Disputes: ......................................................................................................................................... 43
8.15. Permits, Fees, Taxes ................................................................................................................. 46
4 | P a g e
8.16. Assignment ................................................................................................................................... 47
8.16.1. Consent Required ...................................................................................................................... 47
8.16.2. Successors and Assigns........................................................................................................... 47
8.17. Force Majeure .............................................................................................................................. 47
8.18. Corrupt or Fraudulent Practices ....................................................................................... 45
8.19. General Obligations of the Contractor............................................................................ 46 ANNEXURE A: TECHNICAL SPECIFICATIONS ........................................................................... 486
ANNEXURE B: FORMAT OF COMMERCIAL BID ...................................................................... 60
ANNEXURE C: FORMAT OF SELF CERTIFICATE ………………………………………………………63
ANNEXURE D: AGREEMENT FOR TRANSPORT OF RICE/WHEAT/MILLET AND SUPPLY
OF FOOD GRAINS AND PULSES ………………………………………………………………………….
64………………………
5 | P a g e
1. DEFINITIONS
Whenever used in this RFP, the following terms shall have the respective meaning
given to them below:
i. "Accepting Authority" shall mean Director of Education (Primary), Directorate of
Primary Education, Maharashtra State, Pune.
ii. "Bidder" shall mean the agency/firm/organization who is interested to purchase the
tender document and then would like to submit the offers as prospective bidder.
iii. “Contract” shall mean the agreement entered into between the DPEMS and the
contractor as recorded in the contract form signed by the parties which shall adopt
the General Conditions of Contract as stated in this RFP document and shall
include all attachments, the notice of tender, the sealed quotation and the tender
documents including the tender and acceptance thereof together with the documents
referred to therein, & the accepted conditions with annexure mentioned therein
including any special conditions, Specifications, priced schedule. All these documents
taken together shall be deemed to form one contract and shall be complementary to
one another. Contract is deed of contract together with its entire accompaniment and
those later incorporated in it by internal consent.
iv. “Contractor” shall mean the individual or firm or company whether incorporated or
not, undertaking the work & shall include legal representative of such an individual
or persons comprising such firms or company as the case may be and permitted,
assigns of such individual or firm or company.
v. “Contract Period” means period specified in the tender document for entire
execution of contracted works from the date of notification of award.
6 | P a g e
vi. "Contract Sum"/"Contract Price" shall mean the sum for which the tender is
accepted.
vii. "Day" shall mean a day of 24 hours from midnight to midnight irrespective of the
number of hours worked in any day in that week and working day means school
working day excluding holidays.
viii. “Designated Places” shall mean the final place of delivery as notified by the
Government of Maharashtra within the Education Regions and specified under the
supply order/ delivery schedule where the Contractor shall deliver rice/
wheat/millets in urban areas.
ix. “DPEMS” shall mean Director of Education (Primary), Directorate of Primary Education,
Maharashtra State, Pune and the competent authority shall be Director of Education
(Primary), Directorate of Primary Education, Maharashtra State, Pune.
x. Educational Districts shall mean jurisdictional districts Although in Maharashtra state
there are 36 Districts for Mid day Meal Scheme, Mumbai City and Mumbai Suburban
districts are clubbed together.
xi. "Employer's Representative" shall mean as Government Servants / Officers working
under the Director, Primary Education, Maharashtra State, Pune.
xii. “Material” shall mean the food grains, pulses, condiments,edible fortified oil and spices
meeting the technical specifications of the material listed in Annexure A to the RFP
Document.
xiii. “Services” shall mean requirements defined in this tender document including all
additional services associated thereto to be delivered by the Contractor.
xiv. “Specification” shall be means the Specifications referred in the Annexure A attached
to the tender document
Terms and expressions not herein defined shall have the meaning assigned to them
in the Indian Sale of Goods Act, 1930 or the Indian Contract Act, 1857 or the General
Clauses Act, 1897 as the case may be, including the latest amendments.
7 | P a g e
2. INVITATION TO TENDERS (NIT)
E - Tenders for (i) transportation of rice/wheat from godowns of FCI to schools
(Rural & Urban both) and (ii) supply of pulses, condiments, edible fortified oil and
spices in the schools of rural area under Mid Day Meal Scheme, are invited by the
Director, Primary Education, Maharashtra State, Pune (DPEMS), from eligible
Bidders.
The Government of Maharashtra is in the process of establishing a system of
central kitchen in urban area which will provide ready cooked food directly to
school. In such an event, the Contractor may be required to transport
rice/wheat/ millets from FCI Godowns to the Designated Places notified as
centralized kitchens by the government of Maharashtra for cooking purposes for the
urban areas. The details of the supply location will be specified in the supply
order/delivery schedule issued to the Contractor.
2.1 Important Information
The RFP document can be downloaded from the website:
https://maharashtra.etenders.in the website only after the Bidder have to deposited
online Cost of Blank Tender forms to DPEMS as mentioned below. The Prospective
Bidders shall finally upload the completed tenders on the website as mentioned above
before stipulated time.
8 | P a g e
2.2 Important Dates
a) Name of Work: (i) Transportation of rice/wheat/Millets from godowns of
FCI to schools (Rural & Urban both) or to the Designated Places notified as
S. No Event Details/ Target Date
1 Reference Number of RFP
2 Purpose of RFP Appointment of Contractors
3 EMD Amount 1. Rs. 15 Lac
4 Start Date for Sale of tender & availability 30.05.2018 at 11.00 am to 27.06.2018 up to 3.00 pm
5 Tender Preparation 30.05.2018 at 11.00 am to 27.06.2018 up to 3.00 pm
6 Date for Pre-Bid Meeting 07.06.2018 at 11.00 am
7. Submission of Samples 12.06.2018 at 11.00 am to 27.06.2018 up to 3.00 pm
8. Submission of completed bids 27.06.2018 at 05.00 pm to 28.06.2018 up to 5.00 pm
9. Date of Technical Bid Opening 02.07.2018 at 11.30 am
10. Date of Commercial Bid opening 12.07.2018 (If Possible)
11. Notification of Award
9 | P a g e
centralized kitchens by the government of Maharashtra for cooking purposes for
the urban areas and (ii) supply of pulses, condiments, edible fortified oil and
spices in the schools of rural area under Mid Day Meal Scheme in various
District of Maharashtra State.
b) Place of Supply: Total 3043 schools in kolhapur districts of Maharashtra as may
specified.
c) Estimated Cost: Approximately Rs. 16 Crores distributed over KOLHAPUR
d) Educational Districts . (Contractors are expected to transport near about 9100 MTs
rice /wheat/Millet from FCI godown to schools (of both urban & rural area) or to
the Designated Places notified as centralized kitchens by the government of
Maharashtra for cooking purposes for the urban areas and also expected to
Supply of pulses, condiments, oil and spices in schools of rural areas all over the
Maharashtra).
e) Time Limit for Supply: 20 Working Days from each supply order. The
contractor is expected to supply Materials for one year on month wise basis for
which supply order will be issued from time to time. The first supply will be for two
months and later on month-wise supply has to be made by the Contractor.
f) Bid Security/ Earnest Money Deposit:
1. Rs. 15 Lac for Kolhapur District
Bid security should be deposited through Online Only.
The Bidder shall submit the deposit receipt of Bid security/EMD to DPEMS on
or before the submission of samples, failing this will cause a rejection of Bid
as non responsive.
g) Validity of Bid: 120 Working days from the last date of submission.
10 | P a g e
h) Validity of the contract and Rate: The contractor is expected to supply above
items for maximum one year on month wise basis for which supply order will be
issued from time to time. The first supply will be for two months and later on
month-wise supply has to be made by the Contractor.
i) Cost of Blank Tender Form: Rs. 25,000/- (Non Refundable) to be deposited
through online.
j) Submission of Samples: The prospective Bidder is required to submit their
samples of Moog dal, Masoor dal, Toor dal, Gram, Chavali, Matki,Whole Moog,Peas,
Chilly Powder mixed with Onion and garlic, Cumin, Mustard, Garam Masala as per
the Specifications mentioned in Annexure A to the Director of Education Primary,
Maharashtra State Pune (DEPMS) along with Demand Draft of Rs. 20,000/- (Rs.
Twenty Thousand only) (Non Refundable) in the Name of “Accounts Officer,
Directorate of Primary Education, M.S., Pune -1.” towards expenses for testing of
samples in the Government laboratories or laboratories authorized by govt. & for
other expenses.
Bidder should submit samples in two sets only. One set of sample will be sent to
laboratory for testing. In case of failure to submit samples and Receipt of Deposit as
mentioned above, the bid uploaded by Bidder will be treated as non-responsive
and will not be opened. If the samples submitted by Bidder fails / does not confirm
to the specification of the department in Laboratory testing, the bid submitted by
Bidder will be rejected as non responsive. Even if a single sample does not confirm
to the Specifications of the department the bid submitted by the Bidder will be
rejected as non- responsive.
2.3 Address for Correspondence
Directorate of Primary Education, Maharashtra State (D.P.E.M.S.)
(Mid Day Meal Scheme)
11 | P a g e
First Floor, central building, Dr. Anne Besant Road
Pune – 1.
Note: Any Queries regarding e-tendering please contact Helpdesk No.: 020-
25315555/ 30187500
2.4 General Terms and Conditions of Bidding
2.4.1 DPEMS reserves the right to vary above timeframe at its absolute and sole
discretion should the need arise. All dates mentioned in section 2.2 are tentative
dates and the Bidder acknowledges that it cannot hold DPEMS responsible for
breach of any of the dates.
2.4.2 From the date of RFP issue through the date the contract is executed,
communication with any DPEMS personnel or members regarding this RFP and the
corresponding procurement other than the designated contact person listed in the
RFP instructions is prohibited. Failure to follow this provision may be grounds for
disqualification from proposal consideration.
2.4.3 Any costs incurred in responding to this request for proposal shall not be
reimbursed.
2.4.4 DPEMS may, at its discretion, waive any minor non-conformity or any minor
irregularity in an offer. This shall be binding on all Bidders and reserves the right for
such waivers.
2.4.5 DPEMS reserves the right to scrap the tender at any stage without assigning any
reason.
12 | P a g e
2.4.6 DPEMS will not provide any components, utilities etc. All the required
components, whatever required for successful implementation of the service have
to be provided only by the successful Bidder.
2.4.7 If at any stage of work, it is observed that offered service does not meet
requirements of the work order/ purchase order/ supply order and/ or fails to
provide the grains, condiments, oil or spices as per the Specifications, the bidder
selected shall have to take suitable measures without any additional cost.
2.4.8 DEPMS reserves the right to accept or reject any or all proposals received as a
result of this request, or to negotiate with all qualified proposers, or to cancel in part
or in its entirety this RFP, if it is in the best interest of DEPMS.
2.4.9 Unless otherwise deleted or modified by mutual agreement between the
DEPMS and the successful Bidder, all terms, conditions and provisions contained in
the RFP shall be incorporated into the contract by default.
3. INTRODUCTION
A Mid Day Meal Scheme is running in the Maharashtra State in which children from
1st to 8th standard are provided Mid Day Meal in the schools. The rice / wheat is
provided by the Government of India from godowns of food corporation of India
(FCI) situated in various places in the state. The said rice / wheat/Millets has to be
transported from FCI godowns to the schools in rural as well as Urban areas in the
state or to the Designated Places notified as centralized kitchens by the
government of Maharashtra for cooking purposes for the urban areas . The schools
situated in the rural area are also supplied with other food grains items, such as
pulses, oil and condiments (comprising a spices mixture of chilly powder, garlic and
onion; turmeric powder; Double Fortified salt etc). Under the Mid Day Meal Scheme
112 Lakh students are given benefit in the state.
13 | P a g e
The School Education & Sports Department, the Govt. of Maharashtra has entrusted
for transportation of rice/Wheat/Millets from godowns of FCI to schools
(Rural & Urban both) or to the Designated Places notified as centralized
kitchens by the government of Maharashtra for cooking purposes for the urban
areas and supply of pulses, condiments, oil and spices in the schools of rural
area under Mid Day Meal Scheme. Now this office intends to appoint District wise
contractor/ contractors, for transportation of Rice / Wheat/Millet from FCI godown
to schools or to the Designated Places notified as centralized kitchens by the
government of Maharashtra for cooking purposes for the urban areas and also
supply of pulses, condiments, oil and spices in the schools of rural area of having
cost approximately 350 Crore
3.1 Issuer
In all the contents mentioned anywhere in this tender the employer is Director of
Education(Primary), Directorate of Primary Education, Maharashtra State, Pune and the
competent authority is also Director of Education(Primary), Directorate of Primary
Education, Maharashtra State, Pune. The use of word DPEMS anywhere in the contents, to
mean the owner of work shall have by similar and same meaning as in Director of
Education (Primary), Directorate of Primary Education, Maharashtra State, Pune, unless
otherwise so required.
3.2 About Mid Day Meal Scheme
The Mid Day Meal is the world’s largest school feeding programme reaching out to
about 12 crore children in over 12.65 lakh schools/EGS centers across the country.
Mid Day Meal in schools has had a long history in India. National Programme of Nutritional
Support to Primary Education (commonly known as the Mid-Day Meal Scheme) was
launched as a Centrally-Sponsored Scheme on 15th August, 1995. Its objective was to boost
Universalization of Primary Education’ by increasing enrolment, retention and attendance
and simultaneously impacting on nutrition of students in primary classes.
14 | P a g e
It is being implemented in Maharashtra since 1995-96 onwards. However, the nature of
scheme was changed in the right decision of Hon. Supreme Court in Writ Petition No.
196/2001, wherein instead of dry rice the cooked meal was to be given to children on all
school days.
In 2002, the scheme was implemented in 15 tribal districts of Maharashtra, however, the
scope of implementation was extended to all districts of Maharashtra in January 2003. The
scheme implemented for children in Std I to V in Government schools, schools run by local
bodies, Government aided private schools and students enrolled in Education Guarantee
Scheme Centre i.e, Vastishalas and Alternative and Innovative Education Centers i.e.
Mahatma Phule Education Guarantee Scheme Centers.
As per Government of India Guidelines, Mid-day Meal Scheme is extended by Govt. of Maharashtra to cover children in upper primary (VI-VIII) classes in 43 educationally backward blocks in 10 districts of Maharashtra state from 1st January 2008. Now this scheme is being implemented all over Maharashtra state from September 2008 and onwards.
3.3 Purpose of this RFP
DEPMS through this RFP intends to select and award contracts to Contractors for
Kolhapur District. who would be responsible for transportation of
rice/wheat/millets from godowns of FCI to schools (Rural & Urban both) or to the
Designated Places notified as centralized kitchens by the government of
Maharashtra for cooking purposes for the urban areas and supply of pulses,
condiments, oil and spices in the schools of rural area in various District in the
Maharashtra state Excluding Urban area.
Following sections of this RFP in detail describe the MDM scheme, scope of work,
bid submission and evaluation procedure. Bidders are expected to carefully read
the terms and conditions of the RFP before responding.
3.3.1 Objectives of this Scheme
The key objectives of the program are:
To enhance the enrollment, retention and attendance of student
To improve the Nutritional Status of children enrolled at Primary and Upper
Primary Level in Government/ Local body/ Government aided schools, EGSs
15 | P a g e
and AIE Centers including Madarasas/Maktabs.
To motivate children belonging to disadvantaged sections to attend primary
schools regularly and help them to concentrate on school and classroom
activities.
To provide Nutritional Support to children of primary stage in drought
affected areas in summer vacation, thereby ensuring their continued interest
in schooling.
Improve socialization among castes
3.3.2 Scheme Coverage
The Mid Day Meal Scheme and the scope of this RFP covers a Total 3043 schools running
in Kolhapur districts and blocks of Maharashtra.
4. SCOPE OF WORK
4.1 Introduction
A Mid Day Meal Scheme is running in the Maharashtra State in which children from
1st to 8th standard are provided Mid Day Meal in the schools. The rice/wheat/millets is
provided by the Government of India from godowns of food corporation of India (FCI)
situated in various places in the state. The said rice/wheat/millets has to be transported
from FCI godowns to the schools in rural as well as Urban area in the state or to the
Designated Places notified as centralized kitchens by the government of Maharashtra
for cooking purposes for the urban areas . As also the schools situated in the rural area are
also supplied with other food grains items, such as pulses, oil and condiments (comprising
a spices mixture of chilly powder, garlic and onion; turmeric powder; Double fortified salt
etc.) Under the Mid Day Meal Scheme 112 Lacs students are given benefit in the state. The
School Education & Sports Department, the Govt. of Maharashtra has entrusted for
transportation of rice from godowns of FCI to schools (Rural & Urban both) or to
the Designated Places notified as centralized kitchens by the government of
Maharashtra for cooking purposes for the urban areas and supply of pulses in the
schools of rural area under Mid Day Meal Scheme. Now this office intends to appoint
District wise contractor/contractors, for transportation of Rice/Wheat/millets from FCI
godown to schools and also supply of other food grains items in the schools of rural area of
having cost approximately 16 Crores divided into Kolhapur District. The rice/
16 | P a g e
wheat/millets has to be transported from FCI godown to schools of rural and urban area
both or to the Designated Places notified as centralized kitchens by the government of
Maharashtra for cooking purposes for the urban areas and the other food grains items, oil,
pulses and condiments (i.e; mixture of chilly powder, garlic and onion; turmeric powder;
Double fortified salt etc.) have to be supplied in the schools of rural area only. The
purchase order will be issued by the Block level authority/District level with school wise
distribution chart to Contractor.
4.2 Supply Locations:
The supply locations of the food grain items shall be at each school level as per
supply order.
4.3 Brief Description of Material:
Technical Specifications of the Material attached to this RFP Document in Annexure
A
4.4 Validity of Rates:
The rates quoted by Bidder shall remain valid for one year from the date of issue of
Work Order. These rates shall be valid for any increase or decrease in quantity.
5. BID PREPARATION
5.1 Qualification Criteria
17 | P a g e
Qualification of the prospective Bidders shall be to ensure that the price bid of the
tender will be opened only of those Bidders who shall fulfill the qualification criteria
mentioned below and also other details in the bid documents.
(I) The Bidder should have financial capacity to carry out the work and therefore to bid
for one District, the Bidder should have achieved average annual turn of Rs. 16
Crore during financial year 2014-15, 2015-16, 2016-17. The Bidder should have
average annual turnover as per the group of Districts. Gross turnover in multiple of
three time of above average annual turnover in financial year 2014-15, 2015-16
and 2016-17 will be considered.
(ii) The Bidder should have at least some experience of such type of work in rural area
and therefore the Bidder should have achieved average annual financial turnover of
15% with the Governments department from supply and transportation of food
grains and pulses in financial year 2014-15, 2015-16 and 2016-17.
For eg bidder should have total turnover of Rs 15 Crore. Then average annual experience
with government department from supply & transportation of food grains and
pulses in financial year 2014-15, 2015-16 and 2016-17 should be 15 % of Rs. 15
crore that is Rs. 2.25 crore.
(iii) The Bidder should have license/certificate for authorized premises issued under
Essential Commodity Act and Food Safety and Standard Act, 2006 (if applicable) or
such other regulatory or statutory authority for the required items. The bidder may
submit application/license/challan for authorized premises with tender but bidder
have to get license from competent authority till finalization of technical bid. Hence
bidder must show original license to committee in technical finalization meeting of a
purchases committee. Failure to this the bidder to be declared technical disqualify.
18 | P a g e
(iv) The Bidder should have license / certificate issued by the Department Of Food And
Drug Administration and Food Safety and Standards Authority of India (or such
other regulatory or statutory authority) for supply of such eatable items.
(V) Bidder should have at least one office in the District he wants to bid.
(VI) Proof of Ability
The Bidder shall be competent and capable of performing such type of work
mentioned in the tender. Therefore the Bidder may be required to furnish documents
regarding performance on similar work.
Note: Earnest Money Deposit (E.M.D.) exemption certificate shall not be
considered to anyone and every Bidder shall have to submit EMD along with the
offer.
(VII) If Bidder is co-operative society there must be working criteria or area of operation
of society mentioned in by laws of the society if Bidder co-operative society is found
ward level society then D.P.E.M.S. have right to reject the Bid.
5.2 Submission of Samples
5.2.1 The Bidder should, submit their samples of Moog dal, Masoor dal, Toor dal,
Gram, Chavali, Matki,Whole Moog,Peas, Chilly Powder mixed with Onion and garlic,
Cumin, Mustard, Garam Masala as per Specification mentioned in Annexure A for
Laboratory testing in Govt. Laboratories or authorized Govt. Laboratories on or before
the date mentioned in NIT at the office of DPEMS. The expenses towards the testing of
samples borne by the Bidder for which receipt of submission of Rs. 20000/- (Non
Refundable) as mentioned in NIT shall be submitted to DPEMS along with samples. As
Turmeric, fortified edible oil, double fortified salt and Chilly powder (Agmark/ISI mark
) testing of these items should not required.
19 | P a g e
5.2.2 In case of failure to submit samples and receipt of amount as mentioned above, the
bid uploaded by Bidder will be treated as non-responsive and will not be opened. If
the samples submitted by Bidder fail in Laboratory testing, the bid submitted by
Bidder will be rejected as non responsive. Even if a single sample fails/ does not
confirm to the Specifications of the department the bid submitted by the Bidder will
be rejected as non responsive.
5.2.3. Bidder can submit bid for both districts. he should submit samples in two sets for
each district. One set of sample will be sent to laboratory for testing. In case of
failure to submit samples and Receipt of Deposit as mentioned above, the bid
uploaded by Bidder will be treated as non-responsive and will not be opened. If the
samples submitted by Bidder fails / does not confirm to the specification of the
department in Laboratory testing, the bid submitted by Bidder will be rejected as
non- responsive. Even if a single sample does not confirm to the Specifications of
the department the bid submitted by the Bidder will be rejected as non-
responsive.
5.2.4 Bidder should submit samples along with tender as per follow.
A) 2 nos of each items with more than 500 grams quantity of samples duly
sealed.
B) 2 pcs of each items packed in transparent poly bag .
C) If bidder submits any branded item then packet showing name of brand
must be removed and item must be given in plane poly bag.
D)Bidder should not mention firm or item name on any poly bag. bidder
should mention their firm name only on the box ,which containing these
samples.
20 | P a g e
5.3 Technical Bid
5.3.1 Bidders would be pre-evaluated on the submission of the documents and the
samples meeting the Specifications prescribed. In pursuance thereof Bidder has to
upload following documents in the form of scanned and zipped files and in Envelope
number one of the Bid which shall form the Technical Bid for this RFP
I. Scan Copies of receipt of deposit of amount for a) EMD and b) Testing of Samples (receipt of sample testing fees can be submitted to the committee at the time of technical bid opening)
II. Scan Copy of Receipt of Sample at DPEMS office.(receipt can be submitted to the committee at the time of technical bid opening)
III. Company Profile / Firm profile including the certified and legible copies as the case may be as follows:
(i) If the participant is a partnership firm then copy of
partnership deed.
(ii) If it is co-operative society then it’s copy of constitution.
(iii) If it is registered company then it’s copy of memorandum and
article of association.
(iv) If Bidder is registered with micro, small and medium scale
industries, than a certified copy of registration certificate.
IV. Audited Balance sheets (along with all schedules) and financial statement of
financial year 2014-15, 2015-16 and 2016-17. I.T.R.& sale tax return with
Balance sheet submitted in Income Tax & Sale Tax Department Should be
attached .
21 | P a g e
V. Audited balance sheet and Tax Return Acknowledgement receipt of Income
Tax and Sales Tax department of financial year 2014-15, 2015-16 and 2016-
17
VI. A certified documents in support of requirements including Positive networth,liquid assets, turnover etc.
VII. Any other additional documents/profile etc. in support of technical
Qualifications.
VIII. PAN Card Copy.
IX. VAT TIN or GST Registration Certificate.
X. VAT Clearance Certificate till, (31/3/2017) in prescribed Format.
XI. Shop Act copy / firm/ company registration copy.
XI. The certificate issued by Chartered Accountant showing supply and
transport of food grains and pulses turnover per annum of financial year
2014-15, 2015-16 and 2016-17.
XII. The document showing that Bidder have achieved average annual 15%
financial turnover with the Government departments from supply and
transportation of food grains. The proof of orders issued to the Bidder
by the Government departments /Government offices shall be attached
along with Certificate issued by the Chartered Accountant or
Government Auditor showing the experience turnover amount with
government department separately.
XIII. The bank solvency certificate of Rs. 20 Lac
The bank solvency certificate shall be issued to the Bidder by the
Nationalized / Scheduled bank.
22 | P a g e
XIV. Authority letter of manufacturer / producer issued to the Bidder for
participation in the tender & supply of branded items with their Agmark
licence/registration number.
XV. The Bidder should submit following documents for single District of
bidding and according to multiplicity of District ,the Bidder is
submitting his bid -
a) R.C. Book of his own 5 trucks for Transportation.
or
b) Affidavit for transportation arrangements & undertaking
from 5 truck owners / Transporter that they will provide the said
trucks for transportation of food grains when required. Along
with RC Books of the 5 trucks for Transportation.
Note - Above criteria is for one District and for each additional District,
the criteria will be in multiplicity.
Note- All above documents should be duly Notarized. Non attested
documents will not be considered.
XVI. PROOF OF ABILITY - The Bidder shall be competent and capable of
performing such type of work mentioned in the tender. Therefore the
Bidder may be required to furnish performance certificates on similar
work. The Bidder should not be currently blacklisted by any state/
center government/ PSUs as on the bid submission date;
The Bidder should self certified letter by the authorized signatory of the
bidder that the bidder has not been blacklisted by any Central / State
Government (Central/State Government and Public Sector) or under a
23 | P a g e
declaration of ineligibility for corrupt or fraudulent practices as per
Annexure C Affidavit Must be Rs 100/- Stamp paper.
5.4 Financial Bid
The financial bids of Bidders, who do not pass through technical bid validity
requirements including laboratory testing of samples, shall not be opened and a
note to that effect will be made.
The Bidder should quote his offer duly signed in terms of lump sum unit rate per
kilogram at appropriate place of tender documents in commercial / financial bid.
6. BID SUBMISSION
6.1 General Instructions
6.1.1 Bidder is expected to examine all instructions, forms, terms, and requirements in
the bid document. Submission of bid will be deemed to have been done after careful
study and examination of the RFP document with full understanding of its
implications.
6.1.2 The response to this RFP should be full and complete in all respects. Failure to
furnish all information required by the RFP documents or submission of a proposal
not substantially responsive to the RFP documents in every respect will be at the
Bidder's risk and may result in rejection of its Proposal and forfeiture of the EMD. 6.1.3 In order to participate in the bidding process, bidders should adhere to the
timelines specified in the NIT and follow the procedure described in this RFP, as
amended from time to time for submitting their bids. A failure to do so may result in
the bid being eliminated at the examination stage as non-responsive. The documents
comprising the bids are listed in herein.
6.2 Pre bid Meeting
24 | P a g e
During the pre-Bid meeting, the prospective Bidders shall have liberty to ask for any
additional information or clarification either in writing or orally and the reply to the
same will be given by the DEPMS and the same will be published on official web site.
This clarification shall form part of Bid documents as an Addendum and which will
also be common and applicable to all Bidders. Addendums issued if any by DPEMS
will form Part and parcel of the Bid Document.
6.3 Amendment to RFP Document
At any time prior to the deadline of submission of bid, DPEMS may for any reason,
whether at his own initiative or in response to the clarification requested by a
prospective Bidder, modify the bid document by issuance of addendum. The
addendum will be uploaded on the web site. The Bidder shall download the same
from website and incorporate the same in the bid and will be binding on the
Bidders.
6.4 Language of Bid
The language of bid shall be English.
6.5 Documents comprising Bid
6.5.1 The Bid shall comprise of technical bid and commercial bid. The Technical Bid
shall consist of all the documents as described herein. The Commercial Bid shall be
filled in the format as attached in Annexure B of this RFP in business envelope no. 2
6.5.2 The bid to be prepared by Bidder shall comprise of the form of bid and
appendices thereto, the bid security, the samples supplied by the Bidders, the expenses
25 | P a g e
towards the testing of Samples, the information on eligibility and qualification.
Relevant information and any other material required to be completed and submitted
in accordance with the RFP embodied in bid document and standard contract
document. The forms and data provided in this document shall be used without
exception.
6.5.3 Documentary Proofs
The bidder must ensure that documentary proofs are submitted for all the pre-
qualification criteria mentioned in the RFP document. Page numbers of the
documentary proofs should be provided against the criteria.
Criteria Supporting Documents Required
1. Bidder should be a registered company/ firm / co-operative society in India under the Companies Act 1956 and should have a valid registered office in India with a valid Service Tax registration.
1. Certificate of Incorporation/ Articles of Association
2. Service Tax Registration Certificate
3. PAN Card Copy
4. VAT TIN or GST Registration Certificate
5.VAT Clearance Certificate till 31/3/2017 in prescribed format
6. Shop Act/ firm Registration copy
2. The bidder should be registered under the Essential Commodity Act, Food Safety and Standards Act, 2006 and with Department of Food And Drug Administration and Food Safety and Standards Authority of India. The bidder should hold a valid license for such business as currently provided by it in India
Bidder must attach copy of application or challan/ License for authorized permission duly signed and stamped by the authorized signatory of the bidder.
Bidder must attach copy of license of food safety and standards authority of India(or such other regulatory or statutory authority )
26 | P a g e
3. The Bidder should not be currently blacklisted by any state/ center government/ PSUs as on the bid submission date.
A self certified letter by the authorized signatory of the bidder that the bidder has not been blacklisted by any Central / State Government (Central/State Government and Public Sector) or under a declaration of ineligibility for corrupt or fraudulent practices as on ------------- must be submitted on original letter head of the bidder with signature and stamp in the Format specified in Annexure C.
In case the bidder has been blacklisted by any Central Govt/State Govt/PSU for NON FRAUDULENT activities, it is mandatory to enclose any such letter/communication from the Govt dept/PSU, along with the declaration given in Annexure C to this RFP
4. The bidder should have a minimum average annual turnover of Rs. 5 to 20 Crore for one District for last three years financial year 2014-15, 2015-16 and 2016-17. (As per 5.1. (i) )
Auditor’s Certificate and
Audited balance sheets and financial statement for financial year i.e. 2014-15, 2015-16 and 2016-17.
5. The bidder shall have at
least 5 transport trucks in
each Educational District
Registration Certificate of 5 trucks from RTO for said trucks; or
Affidavit for transportation arrangements & undertaking from 5 truck owners / Transporter that they will provide the said trucks for transportation of food grains when required.
6. 7
.
The bidder should have
positive net worth
1. Audited/Certified financial statements and Annual Report of 2014-15, 2015-16 and 2016-17.
2.Certified documents in support of requirements including positive net worth, liquid assets, turnover etc
7. The bidder must have operated or undertaken Transport activities in India
1. Work Order/ Contract
2. Client Certificate/ Completion Certificate
3. Details of the project like Government/PSU, project value, duration and geographical spread
27 | P a g e
8. Experience in management /implementation of MDM programmes / supply of pulses and food grains having Specifications in India.
1. Work Order/ Contract
2. Client Certificate/ Completion Certificate.
3. Details of the project like State, project value, duration, and geographical spread
4.The document showing that Bidder have achieved average annual 15% financial turnover from the Government departments.
5. The proof of orders issued to the Bidder by the Government departments /Government offices
6. Certificate issued by the Chartered Accountant or Government Auditor showing the experience turnover amount.
9. Bidder should a solvency as per 5.3.1 XIV.
The bank solvency certificate of Required amount for Districts for which Bidder is submitting his bid. The bank solvency certificate shall be issued to the Bidder by the Nationalized / Scheduled bank
10. Bidder should submit EMD and the samples in accordance with the Specifications and manner stated in this RFP
1. Scanned copy of receipt of deposit submitting for
EMD and Testing of samples
2. Scanned copy of receipt of samples at DEPMS office.
6.6 Bid Prices
The Bidder shall quote his offer as prescribed in Price Tender Form (Business
Enveloper) in Envelope No. 2 attached in Annexure B of this RFP and should submit
the same in accordance with the procedure set in this RFP.
1) The Bidder has choice to submit Bid for any number of District according to
qualification criteria mentioned in the tender document.
28 | P a g e
2) The price quoted by Bidder shall include all the costs including all taxes, duties
and such charges except for exemption if any provided for this Contract.
3) The rates and prices quoted by Bidder shall be valid for the original contract
period as well as during extensions for any increase or decreasing quantity.
4) Quoted rates shall include door collection, door delivery, unloading and any other
expenses that are likely to be incurred by the Contractor outside the FCI godowns
or designated place from where the Contractor would collect the Materials.
5) No loading/unloading /local transportation, retention charges etc. is payable by
DEPMS.
6) The rate quoted by the Bidder shall be a Lump Sum rate for one unit of Kilogram
for each items and in litre for fortified edible oil.
7) The Bidder should quote the lowest competitive rate in this Commercial Bid for
transporting rice/wheat/millets from FCI godowns to schools in both urban and
rural areas or various Designated Places and for supply of Materials to schools in
rural areas in the District for which the Bidder is submitting his Bid. The Bidder
should essentially understand the bid conditions for supply and transportation
given in this RFP before quoting in the Commercial Bid.
8) If it is discovered that the Bidder has contravened the above condition then
without prejudice to any other action, which might be taken against him, DEPMS
shall have the right (1) to revise the price at any stage as to bring it in conformity
with the price charged to other contractors and the Contractor shall finally
modify the rates so revised. (2) To terminate the Contract in its entirety or in part
in case when the part of the designated schools has already been supplied and
accepted and in that event the Contractor/ Bidder will not be entitled to claim
any compensation from DEPMS for the Contract or any part thereof so cancelled.
9) The rate quoted by the Bidder shall be same for all locations in the District for
which it is submitted.
10) The Bidder has to quote the rate of all items mentioned in the bid documents and
partial bidding will be rejected as non responsive bid.
11) All prices and rates quoted by the bidder shall be entirely in Indian Rupees
only. All the payments shall be made in Indian Rupees only.
6.7 Earnest Money Deposit (EMD)
29 | P a g e
6.7.1 Rs. 15 Lac .Bid security should be deposited through Online. 6.7.2 If EMD is not submitted within pre-scribed date, the bid will be rejected by DPEMS as
non responsive.
6.7.3 The EMD shall remain valid for a period not less than six (6) months beyond the
period for Notification of Award.
6.7.4 If after submitting the bid, the Bidder withdraws his offer or modifies the same or if
after acceptance of bid fails or neglects to furnish the performance security within
prescribed time, without prejudice to any rights or powers of DPEMS here under or
in law, DPEMS shall be entitled to forfeit the full amount of Earnest Money deposited
by the Bidder.
6.7.5 The amount of earnest money will be refunded without any interest to the
unsuccessful Bidders after the work order is being issued to the successful Bidder.
The Bid security of the Preferred Bidder shall be discharged when the Successful
Bidder has furnished the required Performance Security.
6.8 Format and signing of Bid
6.8.1 All pages of the bid document (along with RFP) in original shall be signed by a
person duly authorized to sign on behalf of the Bidder. All pages of the bid where
entries or amendments have been made shall be initialed by the person signing the
bid.
6.8.2 The bid shall contain no alterations or additions, except those to comply with
instructions issued by DPEMS, or as necessary to correct errors made by the Bidder
in which case such corrections shall be initialed by the person signing bid.
6.9 Manner of Submission of Tender and its Accompaniments:
6.9.1 The Bidders shall place their bids online on https://mahatenders.gov.in. The online
trading system made available by https://mahatenders.gov.in as per the terms and
conditions of the bidding.
6.9.2 Any bid placed using the Bidders username and the password shall be deemed to be
an unconditional binding of the Bidder to whom such username and the password has been
30 | P a g e
allotted by DPEMS, inter-alia, for the purpose of the bidding and the Bidder shall be solely
and fully responsible for all the activities that occur under such username and password.
The user is therefore advised to check the username and the password before the bidding
session and is advised not to reveal it to anyone else so as to prevent misuse of the same.
7. BID OPENING AND EVALUATION
7.1 Bid Opening
The bids will be opened on prescribed date and time as per NIT as intimated. The
Bidder/authorized representatives may remain present at the date, time and place
stipulated in NIT.
Following procedure will be adopted for opening of bids. First of all information
about number of bids received will be announced.
1) The technical bid will be downloaded by the bid opening authority to check their
validity as per requirements. If any particular document of any bid is either missing
or does not meet the requirements specified, then a note to that effect will be made
by the bid opening authority. DPEMS will carry out the process of scrutiny and
analysis of various documents/ data received in technical bid.
2) The DPEMS shall obtain the report of samples provided by the Bidder from the
Government Laboratories or the Laboratories authorized by the Government.
3) The financial bids of Bidders, who do not pass through technical bid validity
requirements including laboratory testing of samples, shall not be opened and a
note to that effect will be made.
31 | P a g e
4) After analysis and scrutiny of the documents with respect to the requirements of the
bidding is over, DPEMS shall declare the outcome of the scrutiny and will open
financial bid of the Bidders whose technical bid satisfies the qualification criteria.
5) A Bid shall be considered responsive only if all items of information, Samples and
Documentary Proof required from the Bidders is submitted in the specified format
and it is not materially inaccurate or incomplete and it is not conditional. DPEMS
shall reject all Bids which are non-responsive and no request for alteration,
modification, substitution or withdrawal shall be entertained by DPEMS in respect
of such Bids.
7.2 Bid Liable for Rejection:
The bid is likely to be rejected if on opening it is found that-
a) The Bidder has not strictly followed the procedure laid down for submission of bid.
b) The Bidder has proposed a condition or additional conditions which are inconsistent with or contrary to the terms and conditions specified.
c) Additions, corrections or alterations made by the Bidder on any page of the bid document, without affixing signature/initials.
d) Any page or pasted slips are missing.
e) The Bidder has not signed each page of the bid (along with RFP ) and the Bid is not in specified format.
f) The Bidder has not submitted the Sample and attached all documents as stated in the tender documents.
7.3 Evaluation and Comparison of Bids:
The selection of successful Bidder will be done District - wise. DPEMS will compare
the rates/ bids quoted by the Bidder in particular District and for the District wise
32 | P a g e
selection of the Contractor, following procedure will be adopted. The rate/ bid
quoted by each of the Bidder for each item will be considered for one primary
student and for one upper primary student where per meal cost will be calculated
by considering
1) Cost of transportation of rice/wheat/millets.
2) Cost of pulses, fortified edible oil, spices and condiments including cost of
transportation of the same
The cost of various pulses, fortified edible oils, spices and condiments will be
calculated by making average of quotes for various pulses, fortified edible oil, spices
and condiments by the Bidder. Such calculation will be made in regard to all Bidders
and from the same, the Bidder who has given lowest composite price, will be
selected for each District separately. The items fixed in the tender will not be
changed or deleted. So also, if, the Bidder intentionally quoted low rates of any
particular item, the rate of the said item will be compared with the rate as fixed by
Agricultural Produce Market Committee and the rate of the said item will be fixed
and thereafter calculation of all the items will be made.
7.4 Award of Contract
7.4.1 DPEMS will award the contract to a Bidder / Bidders whose bid has been found to
satisfy all the requirements of bid document and who has offered the lowest price
in each District in the format as attached in Annexure D of this RFP.
7.4.2 The Bidder with the lowest composite bid price in particular District will be
considered for allotment of tender in that District.
7.4.3 DPEMS reserves the right to reject any or all offers received from the Bidders
without assigning any reasons.
33 | P a g e
7.4.4 Unless otherwise deleted or modified by mutual agreement between the DEPMS
and the successful Bidder, DPEMS shall enter the Contract with the Successful
Bidder on the terms and conditions as listed in this RFP and more particularly in
the General Conditions of Contracts in as stated in this RFP attached to this RFP.
Note 1 :- Successful Bidder will be declared. Therefore there shall be one successful
bidders
7.5 Notification of Award:
Prior to the expiration of bid validity period or any such extended period, DPEMS
will notify the successful Bidder in writing by a registered letter that his bid has
been accepted. This letter (herein after called as letter of acceptance) shall name the
sum, which DPEMS will pay to contractor as prescribed in contract. The notification
of award will constitute formation of contract along with the General Conditions of
Contract as stated in this RFP. Upon furnishing the performance security by the
successful Bidder & after signing the contract agreement, the work/supply order
will be issued by the Director, Primary Education, Maharashtra State, Pune.
8. GENERAL CONDITIONS OF CONTRACT
8.1 Method & Procedure of Supply
8.1.1 The Contractor has to supply the Material (Rice, food grains & condiments together
in rural area and only rice in urban area) at school level as per purchase order/
supply order and as per the quantity mentioned in the purchase order/ supply
order.
8.1.2 The Contractor should deliver the ordered food items in the schools within school
working hours. If the supply is done in other than the specified period then it will
not be accepted in any case. The Contractor should keep certified (weight &
34 | P a g e
measurement authority) weighing scale in the vehicle of the transport of food items
should be given actually by weighing.
8.1.3 The employees who are engaged by the Contractor to carry out distribution of food
items should possess identity card issued by the contractor and same should be
certified by the concerned officers of the Education department.
8.1.4 It is necessary for the Contractor to get the receipt for the food items supplied by him
in the office of Education department (primary) for which the 4 colour receipts with
the Sr. No. printed on it, (1) Pink (2) Yellow (3) Blue and (4) White. Out of these 4
colour receipts the pink colour receipt will be given to School at the time of supply.
8.1.5 The Contractor should submit the yellow colour receipt to the Block Education
officer along with bills. And blue and white colour receipt will remain with the
Contractor as his own copy.
8.1.6 The details of group, name of district, date of supply, date of supply order, vehicle
number, name of the person doing transportation of food items will be on the
receipt. The Contractor will get Receipt book printed with his own expenses.
8.1.7 Before doing the actual supply of said food items up to required destination the
Contractor should get it tested the samples of the grains with his own expenses
from Government laboratory and should enclose its certificates.
8.1.8 The supply order will be given to Contractor with school wise distribution chart
(“Delivery schedule”). The supply order will be rounded up to 10 kg for the
delivery of pulses. The supply order for fortified edible oil will be rounded up to 1
liter and for Double Fortified salt and mixture of chilly powder with onion and
garlic, chilly powder will be rounded up to 1 Kg. The supply order for spices and
condiments such as cumin, mustard and turmeric powder will be rounded up to 100
35 | P a g e
grams. Also Government Rice / wheat/millets will be rounded up to 50 kg basis.
Last supply order will be adjusted accordingly.
8.1.9 Bill / Invoice along with entry of goods received & page No. of stock register (on back
side of Bill / Invoice) duly singed by Education Officers & Accounts Officers for Rice
transportation and for supplier of other food grains and condiments. Bill / Invoice
along with entry of goods received & page No. of stock Register (on back side of Bill
/ Invoice) duly singed by Block Education Officers & Superintendents (Mid Day
Meal) should be submit for payment by supplier. Separate certificate will not be
accepted. Education Officer must be control on this.
8.1.10. Supplier has to deposit required amount of stamp duty as per stamp duty Act 1958
Article 63.
8.2 Inspection and Laboratories Testing
8.2.1 For the rural areas, the Material supplied by the Contractor shall be inspected by
School level authorities as well as block /district level authorities. The said Material
shall also be sent for Laboratory Testing by the block level/ district level authorities
in nearest Government Laboratories or the Laboratories approved by the
Government. The Material with substandard quality or the Material not satisfying
Specifications shall be rejected & Contractor will have to replace such goods at his
own costs. The expenses towards the laboratory testing shall be borne by the
Contractor. Only after getting the quality analysis report from the laboratory, the
payment of the items will be released.
8.2.2 In addition the representative of laboratory appointed by DEPMS, will take random
samples for quality checking and inspection of the Materials as per Specifications
prescribed by DEPMS and carry out due diligence of quality inspection. The
Contractor or its representatives shall have the option, of being present during
sample collection by the representative of laboratory appointed by DEPMS after
taking requisite permissions from the representative of laboratory.
36 | P a g e
8.2.3 The Contractor shall provide without any extra cost all materials, tools, labor and
assistance of every kind which DPEMS may demand from him for any interim test
and examination other than special or independent test and Contractor shall bear
and pay all costs attendant thereto.
8.3 Substandard / Defective Supply and Penalty -
8.3.1 If the quality of the supplied items are found not good enough or not in accordance
with the Specifications, then Contractor should arrange removal of the same and
replace with the good quality as per the Specifications of the department within 5
Days at no additional costs. If replacement of Material is not made by the Contractor,
then such items will be procured from open market and cost of the same will be
recovered from the Contractor as well as no payment will be made for the bills
raised for such supply.
8.3.2 If the quality of the items supplied, are found not fit for human consumption in
Laboratory testing, then Contractor should arrange removal of the same and replace
with the good quality as per the Specifications of the department within 5 Days. If
substandard quality Material (material not fit for human consumption) is found to
be supplied by the Contractor then penalty of 5% of the cost of such goods or
Rs.20000 whichever is higher will be imposed to the Contractor. As also if
replacement of substandard quality Material is not made by the Contractor within 5
Days, then such items will be procured from open market and cost of the same will
be recovered from the Contractor as well as no payment will be made for the bills
raised for such supply. In the event of substandard supply, DPEMS has the right:
(i) to cancel the order for the quantity not supplied by the Contractor and
(ii) Contractors will be blacklisted.
(iii) Filing of criminal action against the Contractor for such substandard quality.
8.3.3 All the rights about cancellation of the supply agreement or filing of FIR on the
Contractors or blacklisting of the Contractor will be with the Primary Educational
Director, Maharashtra state Pune.
37 | P a g e
8.3.4 If department found the items supplied by suppliers are consistently substandard and
defective department will have right to cancel the agreement of supply and to give
the contract of supply to other supplier who is supplying good quality items in any
District.
8.4 Penalty for Late Supply:
The contractor should deliver/supply the said food items within 20 Working days. If
the contractor fails to supply within stipulated time then penalty of 0.5% of the
value of Material late supplied per week shall be applied. And the minimum limit of
such penalty will be as below-
a. Minimum penalty should be Rs. 10,000 for late supply of Materials.
b. If the supply is not made within the delivery schedule the department will
procure the items from open market and the additional expenses
(including cost of rice at market price) incurred for the same will be
recovered from the due / security deposit amount of the Contractor.
c. It is necessary to make supply of all items and for all schools as per
purchase order / supply order and if Contractor fails to do so, the bills of
incomplete supply / partly supply shall not be accepted in any case as
well as payment shall not be done thereof.
d. If the Contractor fails to supply the goods on account of Force Majeure, the
contract for indented quantity stands cancelled between Contractor and
DPEMS. In such cases DPEMS may issue another tender for purchase/ supply
of the said quantities.
e. DPEMS will not be liable to any risk and cost, whatsoever, consequent upon
such cancellation of the contract.
f. To maintain quality of Material supplied under Mid Day Meal Scheme
Parents would send report by SMS to Block education officer regarding
quality of food supplied to children. If the report sent by parents shows that
food supplied to children is not of good quality, then the bills of the lot
supplied to the particular school by supplier should not be paid.
38 | P a g e
g. If sample of food grain is failed in laboratory testing then payment of that lot
of food grain is not given.
h. According to food security act if mid day meal is not provided in school, on
any school day due to non availability of food grain then State Govt. shall fix
responsibility on the person or agency and food security allowance is given to
student by concerned agency and person.
8.5 Packing and Transporting
8.5.1 The Contractor shall be responsible for
a) Packing, loading, transporting and safe delivery of all the Materials in
accordance with the Delivery Schedule and
b) Loading, transportation and safe delivery of rice/ wheat/ millet from FCI
godowns to Schools in accordance with the Delivery Schedule.
The packaging specifications are set out in Technical Specifications attached
as Annexure A to the RFP.
8.5.2 The Contractor shall provide such packing of the Materials as is required to prevent
their damage or deterioration during transit till the schools. The Contractor, shall
after proper packaging all Materials in a manner suitable for transportation to
designated Schools in Maharashtra as per the Delivery Schedule as per standard
industry practice and in such a manner so as to protect them from damage and
deterioration in transit. The Contractor shall be held responsible for all damages or
loss due to improper packing till the designated schools as specified in the Delivery
order issued to Contractor.
8.5.3 If any shortage occurs in the transportation of rice/ wheat/millets then Contractor has
to bear losses of the same and he shall supply rice / wheat/millets as per the
uplifting made from FCI godown. While accepting rice/wheat/millets from FCI
godown, Contractor should see that there is no damage found in the bag of
Government. In the event of losses which occur in Rice/wheat/millets at the time of
delivery to schools, such cost has to be borne by the Contractor.
39 | P a g e
8.6 Transit Risk
The Contractor is bound to send the goods at the prescribed schools as stated in the
Supply/ Work order issued to the Contractor at his own risk and cost. The
transportation cost and the transits risk are to be borne by Contractor.
8.7 Time is Essence for Delivery
The time for or date for delivery of the Materials and rice/ wheat/millets as
stipulated in the Delivery Schedule is the essence of the contract and delivery must
be completed not later than the time or date as specified.
8.8 Extension of Time
No extension of time shall be granted to the Contractor for supply of the Materials
and rice/wheat/ millets from FCI godowns to the schools except an extension in the
time for performance of obligations on account of a Force Majeure event.
8.9 Bills and Payments
8.9.1 Generally running bills shall be prepared and processed for the payment. The
Contractor after receiving supply order with school wise distribution chart for
supply of food grain Material, he shall supply such items accordingly within 20
Working days from the date of supply order. The Contractor shall submit
acknowledgement of delivery challan duly signed by authority of each school and
verified by Block Education Officer / mid day meal superintendents of Panchayat
Samiti to zillha parishad through Education officer. The Zilla Parishad CEO in rural
areas and the designated officer in urban areas shall pay 90% of the amount after
receiving the bills and after satisfactory quality reports of samples received from
laboratories. The remaining 10 % payment of bills shall be paid after the verification
of complaints if received regarding the supply made by the Contractor. It is
necessary to make supply of all items and for all schools as per purchase order /
supply order and if Contractor fails to do so the bills of incomplete supply / partly
supply shall not be accepted in any case as well as payment shall not be done
thereof.
40 | P a g e
8.9.2 The bills of rice /wheat/millets transportation shall be paid by DEPMS with above
conditions and bills of other Material supplied shall be paid at district level.
8.9.3 The payment of bills shall be subject to the availability of grants. DPEMS or the
Government of Maharashtra is not responsible and cannot be held liable for any
delay or non availability of grants for the Mid-Day Meal scheme.
8.9.4 The rates offered for the Contractor includes all Government duties and taxes,
expenses incurred by Contractor for supply and transportation of Materials such as
transportation costs, transits loss, insurance, packing articles (gunny bags etc.) and
packing charges etc. to deliver the Materials. The rates and prices quoted by
Contractor shall be valid for the original contract period as well as during extensions
for any increase or decreasing quantity.
8.9.5 The rate offered to the Contractor shall be same for all locations in the region for
which the Contractor is appointed for transportation and supply of Materials. The
Contractor cannot vary the rates in case there is a slight modification in (i) the
delivery schedule given by DPEMS; (ii) marginal increase in the quality specifications
prescribed by DPEMS for the Materials.
8.10 Communication
Written notice shall be deemed to have been duly served or delivered in person to
the individual or member of the firm or to an officer of the DPEMS for whom it was
intended, if delivered at or sent by registered or certified mail to the last business
address known to him who gives the notice. The notice on the Fax Message/E-Mail
shall be deemed to have been duly served. The address given in the Bidders tender
on which all notices, letters & other communications to the contractor shall be
mailed or delivered, except that said address may be changed by the Contractor by
notifying the DPEMS in writing. This shall not preclude the service of any notice,
letter or other communication upon the Contractor personally.
41 | P a g e
8.11 Performance Security
8.11.1 Within 21 Days of receipt of Letter of Acceptance, the District wise successful Bidder
shall deliver to DPEMS a Performance Security of 3% of total value of Contract for
four (4) month supply plus additional performance security of Rs. 20 Lac for
handling of Government Rice / Wheat/millets in form of nationalized/
scheduled bank’s Bank Guarantee/ Demand drafts.
8.11.2 If the performance security is provided by the successful Bidder in the form of a bank
guarantee, it shall be issued by nationalized / scheduled bank in India and acceptable
to DPEMS.
8.11.3 The performance security shall be valid for period of 18 months, which shall be
released after successful completion of contract.
8.11.4 Failure of the successful Bidder to comply with the requirements of performance
security shall constitute sufficient ground for cancellation of the award and forfeit of
Earnest Money deposit.
8.11.5 If the Contractor having been called upon by DEPMS to furnish the performance
security fails to do so within the specified period, it shall be open to DEPMS to cancel
the Contract and to forfeit the Earnest Money without prejudice to its further rights
to enter into Contract with DEPMS.
8.11.6 EMD amount will be returned to the successful Bidder only after receipt of
performance security.
8.11.7 After successful completion of the contract and if there is no complaint about the
Contractor, the security deposit amount of the Contractor will be returned to them
after two months period by obtaining an Indemnity Bond. The performance security
shall carry no interest and no claim shall lie against DEPMS in respect of interest
under any circumstances.
42 | P a g e
8.11.8 If the Contractor fails or neglects to observe any of his obligations under the Contract,
it shall be open to DEPMS to forfeit either in whole or in part, in its absolute
discretion, the performance security furnished by the Contractor towards the
satisfaction of any sum due to be claimed for any damages, losses, charges, expenses
or cost that may be suffered or incurred by DEPMS. The decision of DEPMS in respect
of damages, losses, charges, costs or expenses shall be final and binding on the
Contractor.
8.12 Cancellation of Agreement
8.12.1 The Contractor, if breaches any condition or clause of the Contract the DPEMS is
entitled to cancel the Contract and also entitled to demand and recover the loss
incurred to it due to such end of the Contract.
8.12.2 If the Government scheme is closed, due to accidental decision of State/Central
Government or any amendment and the proceedings of purchase is stopped by the
DPEMS then the Contract will automatically come to an end for which Contractor is
not entitled to demand/receive any type of loss amount or cannot initiate any legal
proceedings against DPEMS.
8.12.3 DEPMS may, in its sole discretion, in the event of cancellation due to late or defective
supply be entitled to purchase or authorize purchase from elsewhere without notice
to the Contractor, on his account at the risk of the Contractor, of the Materials not so
delivered or others of similar description without cancelling the Contract in respect
of the installments not yet due for delivery.
8.13 Price Variation
No Price Variation will be payable to the Contractor during Contract period &
extended period if any.
8.14 Laws and Regulations
43 | P a g e
8.14.1 Governing Law.
The Contract shall be governed by and construed in accordance with the laws and
by-laws of India, the State of Maharashtra and the local bodies in District. All
disputes arising under or in relation to this Agreement shall be subject to
jurisdiction of the Courts in Pune only to the exclusion of other courts.
8.14.2 Disputes:
a) If a dispute of any kind whatsoever arises between the Contractor & DPEMS, the
matter shall be referred in writing to the Principal Secretary, School Education &
Sports Department, Maharashtra State Mantralaya Mumbai within 14 Days from the
date of dispute.
b) The Principal Secretary, School Education & Sports Dept. Maharashtra State,
Mantralaya Mumbai shall give his decision in writing within 28 Days of receipt of
such representation. The decision of The Principal Secretary School Education &
Sports Dept. Maharashtra State, Mantralaya Mumbai shall be final & binding on both
parties.
8.15 Permits, Fees, Taxes
Unless otherwise provided in the contract documents, the contractor shall secure
and pay for all permits, Government fees and licenses necessary for the execution
and completion of the works. The contractor shall pay all duties including excise
duty, sales tax, works contract tax, local taxes, VAT or GST, Income tax and other
taxes and any other levies required by law including all taxes. DPEMS authorities
will not take any responsibility of refund of such taxes/fees and in case of disputes
between taxing authority and the contractor, DPEMS and its officers shall be
44 | P a g e
indemnified by the Contractor. Any violation, in the legal provisions of taxes, duties,
permits and fees, carried out by the Contractor and detected subsequently shall be
the sole responsibility of the Contractor and his legal heirs.
Further DPEMS shall not honor any claim arising out of any increase in any of the
prevailing statutory duties, taxes, levies etc. as the same are inter-alia covered under
the Price Variation Clause. At the time of quoting /bidding Contractor should bear
the above fact in mind.
8.16 Assignment
8.16.1 Consent Required: It is expressly understood and agreed that this Contract is
personal to Contractor, and that the Contractor shall not be entitled to the right,
power or authority to assign or delegate or transfer any of their respective rights or
obligations under this Contract or any portion thereof, or a part or the whole of this
Contract, without the prior written consent of DEPMS. The Contractor shall be
entitled to, at any time, with DEPMS approval (after a written notice), assign any or
all of its rights given under this Contract to its subsidiaries, group companies or any
person/ entity to whom the Contractor transfers its entire business provided such
assignees agree to be bound by the terms of this Contract.
8.16.2 Successors and Assigns - All of the rights, benefits, duties, liabilities and obligations
of the Parties hereto shall inure to the benefit of and be binding upon their
respective successors and permitted assigns.
8.17 Force Majeure
8.17.1 In any of the force majeure circumstances, namely act of God, natural calamities, fire,
Government of India’s policy, Maharashtra State Government’s policy, any
restriction imposed by State/Central Government (excluding any stock limits),
strikers or lockout by workers, war, military operations of any nature and blockades
preventing the Contractor from the performance of the contract, shall be extended
for as long as these circumstances prevail. In the event of these circumstances, if the
45 | P a g e
continuation takes place for more than three months, the party can have the right to
refuse its contractual obligations without title to indemnification of any losses
which may thereby sustain. The party which is unable to carry out its contractual
obligations shall immediately advise the other party of the commencement and the
termination of the circumstances preventing the performance of the contract.
8.17.2 A certificate issued by the respective Department of Government of Maharashtra will
be sufficient proof of the existence and time (gross) duration of such circumstances.
8.18 Corrupt or Fraudulent Practices
8.18.1 DPEMS requires that the Bidders shall observe the highest standards of ethics the
execution of the contracts. In pursuant to this policy, DPEMS will reject a proposal for
award, if it determines that the Bidder recommended for award has engaged in
Corrupt Practice or Fraudulent Practices in competing for the contract in question.
8.18.2 DPEMS will declare a firm ineligible, either indefinitely or for a stated period of time,
to be awarded any DPEMS contract, if it at any time determines that the firm has
engaged in corrupt or fraudulent practices in competing for, or in executing DPEMS
contracts.
8.18.3 Corrupt Practices and Fraudulent Practices for the purpose of this provision, shall
mean as follows
i) “Corrupt Practice” means the offering, giving, receiving or soliciting of anything of
value to influence the action of the public official in the procurement process or
contract execution; and
ii) “Fraudulent Practice” means a misrepresentation of facts in order to influence a
procurement process or execution of the contract to the detriment of DPEMS.
8.18.4 D.P.E.M.S. requires that the Bidder should not submit any false/Fake document. If
showing any false information regarding to tender condition for acceptance of the
Bid if D.P.E.M.S. find such fake documents then has right to reject or disqualify the
Bid & to take legal action against such bidder.
46 | P a g e
8.19 General Obligations of the Contractor
8.19.1 The Contractor shall duly transport rice/wheat/millets from FCI godowns and supply
food grains and pulses, fortified edible oil, spices and condiments to designated
schools or to the Designated Places notified as centralized kitchens by the
government of Maharashtra for cooking purposes for the urban areas as specified
in the Delivery Schedule and perform all other acts and things in the Contract
Documents, mentioned or described or which are to be implied there from or may be
reasonably necessary for the completion of the Services and at the times and in the
manner and subject to the terms and conditions or stipulations mentioned in the
Contract.
8.19.2 The Contractor shall adhere to safety requirements, packaging requirements,
technical specifications etc for the Materials and under no circumstances shall
DEPMS be liable for the same.
8.19.3 The Contractor after receiving supply order with school wise distribution chart to
supply of food grain Material, within 20 Working days from the date of supply order.
DEPMS has accepted the Bid of the Contractor for the supply of food grains, pulses,
fortified edible oils, spices and condiments and for transportation of
rice/wheat/millet for the Contract Price upon the terms and conditions set forth in
the Contract Documents.
8.19.4 The Contractor shall comply and abide in all respects with the provisions of all
statues, Rules and Regulations applicable to the Contractor’s employees, labour and
workers and to its sub-contractors including but not limited to the Minimum Wages
Act, Employee State Insurance Act 1948, Employees Provident Fund and
Miscellaneous Provisions Act 1952, Payment of Bonus Act 1972, the Contract Labour
(Regulation & Abolition) Act 1970, Workmen’s Compensation Act, Payment of Wages
Act, and the Rules made there under.
8.19.5 The Contractor shall confirm with all labour welfare legislation, has and shall procure
separate code number/ registration numbers under the schemes of Provident Fund
and Employees State Insurance. The Contractor should not employ any child labour.
The Contractor shall be solely liable for payment of salaries, wages and other legal
47 | P a g e
dues of the employees, labour and workers employed by the Contractor for purpose
of rendering the Services required by DEPMS under this Contract.
8.19.6 The Contractor shall maintain proper books, accounts, records and documents and
comply with all statutory Rules and Regulation, which are applicable to the
Contractor for the fulfillment of the terms of this Contract. The Contractor shall
maintain all the statutory registers and records and submit all the returns to the
statutory authorities as required under law.
8.19.7 The Contractor shall be responsible to meet any liability arising out of bodily injury or
death of his employees / workmen and shall take Workmen Compensation Policies
adequately covering any compensation that may be due to such injured / deceased
employee or workmen. In the absence of such insurance, DEPMS shall be entitled to
withhold any amount that is due to the Contractor towards the performance of the
Contract. The Contractor shall submit to DEPMS necessary documents proofs of the
insurance policies covering risks aforesaid and any other document relating thereto.
8.19.8 Notwithstanding anything to the contrary contained in the Contract Documents, the
Contractor shall ensure its subcontractors, agents, directors, officers, personnel and
others acting through or on behalf of the Contractor comply with all laws applicable
in the state of Maharashtra including the by-laws or regulations of local authorities,
state regulations under the Central Acts and has obtained from the local authorities
all permissions and approvals required for the plying of trucks, transport of food
materials and food grains and supply of food grains, and the Contractor shall give all
notices and pay all fees and charges that are and that can be demanded by law there
under. The Contract Price for the Services, the Contractor includes the payment of all
such fees and charges.
8.19.9 The Contractor shall directly obtain all licenses, permits, clearance from customs etc
required for the execution of the Services. The Contractor shall ensure that all drivers
employed for transportation of the Materials shall have valid driving licenses and the
vehicles have appropriate fitness certificates for operation of the vehicles.
8.19.10 Pre intimation of food grain delivery schedule should be communicated to the
Concerned Head Master /Teacher of schools/Concerned Kendra Pramaukh /
48 | P a g e
Concerned Extension Officer/ Concerned Block education Officer/ Education Officer
by SMS from supplier.
9 It is decided to transfer cooking cost to one school in each taluka at school level on
pilot basis for six month. After taking review and comparing both system (i.e.
Transferring cooking cost at school level and to supply ingredients to school) the
decision will be taken which procedure to be continue.
10 Rate submitted by the bidder should not exceed the rates approved by the State
Government.
11 Guideline issued by State Government vide Government Resolutions Dated
01.12..2016 are applicable for this tender process.
(Sunil Chouhan) Director of Education (Primary)
M.S. Pune - 1.
ANNEXURE A: TECHNICAL SPECIFICATIONS
The Bidder should, if applicable, submit their samples of all the food items as per the rules
and regulations and quality specifications as stated herein. In addition to the Specifications
stated herein, the samples and the Materials should be in compliance with the Food Safety
and Standards Act, 2006 and Food Safety and Standards regulations and Rules, 2011
(together referred to as “FSS Act and Rules”) and Prevention of Food Adulteration Act,
1954 and rules (“PFA Acct and Rules”). Pursuant to acceptance of the proposal of
Contractor/ successful Bidder by DEPMS, he is required to supply the goods as per rules and
regulations and quality specifications prescribed by DEPMS in this section and these
Specifications have to be followed by the Contractor strictly. The definitions of the various
49 | P a g e
terms and interpretations are set out in Section A while the quality Specifications prescribed
against the grains/ pulses listed below are listed in Section B1 to B8
a) Moog Dal Quality Specifications Section B1
b) Masoor Dal Quality Specifications Section B2
c) Toor Dal Quality Specifications Section B3
d) Gram Quality Specifications Section B4
e) Chawli Quality Specifications Section B5
f) Matki Quality Specifications Section B6
g) Whole Moong Quality Specifications Section B7
h) Peas Quality Specifications Section B8
i) fortified edible Oil Specification Section B9
j) Chilly Powder mixed with onion and garlic Specification Section B10
k) Turmeric powder Specification Section B11
l) Double Fortified salt Specification Section B12
m) Cumin Specification Section B13
n) Mustard Specification Section B14
o) Chilly Powder Section B15
p) Garam Masala Section B16
Section A: Defintions
Definitions:- Whenever used in this Contract, RFP or the Special Characteristics column in
the charts below, the following terms shall have the respective meaning given to them
below:
i. “Foreign Matter” means any extraneous matter other than food grain comprising of
inorganic matter. The inorganic matter shall include sand, gravel, dirt, pebbles,
stones, glass and metallic pieces, lumps of earth, clay and mud, animal filth. Organic
matter shall include husk, chaff, straw, weed seeds and other inedible grains. Paddy
shall be considered as foreign matter in commodities other than paddy.
ii. “Damaged Or Discoloured Pulses” means those Pulses that are internally
damaged or discoloured due to heat, moisture, weather or microbes, to such an
50 | P a g e
extent that such damage or discolouration materially affects the quality of the
Pulses.
iii. “Weeviled Grains” means those grains that are partially or wholly bored or eaten
by weevil or other grain insects.
iv. “Admixture” means any pulses or grains other than principal pulses/ grain.
v. “Other Edible Grains” means any edible grains (including oilseeds) other than the
one which is under consideration.
vi. “Slightly Damaged Or Touched” means those kernels or pieces of kernels that are
damaged or discoloured, superficially so as not to affect the quality of the material.
vii. “Green Grains” means those Pulses that are green in colour.
viii. “Brokers” include pieces below 3/4 and above 1/4 of the full size of the split pulse.
ix. “Fragments” means those pieces of kernels that are one fourth or less than the full
size of the split pulse.
x. “Partially Husked” means Kernels or pieces of Kernels carrying husk on one
sixteenth or larger portion.
xi. “Moisture” means the loss in mass caused as a result of heating for two hours at
130 to 133 0C under specified conditions and expressed as percentage.
Section B1- Quality Specifications of DEPMS for MOONG SPLIT (Mogar) / (Mogar)
(Sortex Quality)
Dal Moong shall consist of split of green grams (Phaseolusaureus Roxb, Phaseolusraditus).
It shall be sound, clean ,sweet, wholesome and free from unwholesome. It shall also
conform to the following standards, namely :-
a) Moisture - Not more than 14 percent by weight (obtained by
heating the pulverized grains at 130 ° C for two hours)
b) Foreign matter - Not more than 1 per cent by weight of which not
(Extraneous matter) more than 0.25 per cent. by weight shall be mineral
51 | P a g e
matter and not more than 0.10 per cent. By weight
shall be impurities of animal origin.
c) Other edible grains - Not more than 4 per cent by weight.
d) Damaged grains - Not more than 5 per cent by weight.
e) Weevil led grains - Not more than 3 per cent by count.
f) Uric acid - Not more than 100 mg per kg
g) Aflatoxin - Not more than 30 micrograms per kilograms.
Provided that the total of foreign matter, other edible grains and damaged grains
shall not exceed 6 per cent by weight.
Section B2- Quality Specifications of DEPMS for Masoor Dal
Dal masur shall consist of dehusked whole and spilt seed of the lentil
(Lenileschulentamoench or lens culinaris Medik or Ervem lens linn). It shall be sound,
clean, dry, sweet wholesome and free from admixture of unwholesome substance. It shall
also confirm to the following standards namely :-
a) Moisture - Not more than 14 per cent by weight
(obtained by heating the pulverized grains at 130°C - 133°C for two hours )
b) Foreign Matter ( Extraneous Matter ) - Not more than 1 per cent by weight of which not
more than 0.25 per cent by weight shall be mineral matter and not more than 0.10
percent by weight shall be impurities of animal origin.
c) Other edible grains - Not more than 2 per cent by weight.
d) Damaged grains - Not more than 5 per cent by weight.
e) Weevilled grains - Not more than 3 per cent by Count.
f) Uric Acid - Not more than 100 mg per kg.
g) Aflatoxin - Not more than 30 micrograms per kilogram.
Provided that the total foreign matter other edible grains and damaged grains shall be
exceed 7 percent by weight.
Section B3- Quality Specifications of DEPMS for Toor Dal
52 | P a g e
Dal Tur shall consist of husk and spilt seeds of red gram ( Cajanuscajan (L) Millsp). It
shall be sound, clean, sweet, dry, wholesome and free from admixture of unwholesome
substance. It shall also confirm to the following standards namely :-
a) Moisture - Not more than 14 per cent by weight
(obtained by heating the pulverized grains at 130°C - 133°C for two hours )
b) Foreign Matter ( Extraneous Matter ) - Not more than 1 percent by weight of which not
more than 0.25 per cent by weight shall be mineral matter and not more than 0.10
percent by weight shall be impurities of animal origin.
c) Other edible grains - Not more than 0.5 per cent by weight.
d) Damaged grains - Not more than 5 per cent by weight.
e) Weevilled grains - Not more than 3 per cent by Count.
f) Uric Acid - Not more than 100 mg per kg.
g) Aflatoxin - Not more than 30 micrograms per kilogram.
Provided that the total foreign matter other edible grains and damaged grains shall be
exceed 6 percent by weight.
Section B4- Quality Specifications of DEPMS for Gram
Chana whole shall be dried grains of gram (cicerarietinum Linn). It shall be sound,
clean, sweet, dry, wholesome and free from unwholesome substance. It shall also confirm
to the following standards namely :-
a) Moisture - Not more than 16 per cent by weight
(obtained by heating the pulverized grains at 130°C - 133°C for two hours )
b) Foreign Matter ( Extraneous Matter ) - Not more than 1 percent by weight of which
not more than 0.25 per cent by weight shall be mineral matter and not more than 0.10
percent by weight shall be impurities of animal origin.
c) Other edible grains - Not more than 4 per cent by weight.
d) Damaged grains - Not more than 5 per cent by weight.
e) Weevilled grains - Not more than 10 per cent by Count.
f) Uric Acid - Not more than 100 mg per kg.
g) Aflatoxin - Not more than 30 micrograms per kilogram.
53 | P a g e
Provided that the total foreign matter other edible grains and damaged grains shall be
exceed 9 percent by weight.
Section B5- Quality Specifications of DEPMS for Chawli
Chawali whole shall be dried grains of gram it shall be sound, clean, sweet, wholesome
and free from unwholesome substance. It shall confirm to the following standards namely -
a) Moisture - Not more than 16 per cent by weight
(obtained by heating the pulverized grains at 130°C - 133°C for two hours )
b) Foreign Matter ( Extraneous Matter ) - Not more than 1 percent by weight of which
not more than 0.25 per cent by weight shall be mineral matter and not more than 0.10
percent by weight shall be impurities of animal origin.
c) Other edible grains - Not more than 6 per cent by weight.
d) Damaged grains - Not more than 5 per cent by weight.
e) Weevilled grains - Not more than 10 per cent by Count.
f) Uric Acid - Not more than 100 mg per kg.
g) Aflatoxin - Not more than 30 micrograms per kilogram.
Provided that the total foreign matter other edible grains and damaged grains shall be
exceed 12 percent by weight.
Section B6- Quality Specifications of DEPMS for Chawli
Matki whole shall be dried grains of gram it shall be sound, clean, sweet, wholesome
and free from unwholesome substance. It shall confirm to the following standards namely -
a) Moisture - Not more than 16 per cent by weight
(obtained by heating the pulverized grains at 130°C - 133°C for two hours )
b) Foreign Matter ( Extraneous Matter ) - Not more than 1 percent by weight of which
not more than 0.25 per cent by weight shall be mineral matter and not more than 0.10
percent by weight shall be impurities of animal origin.
c) Other edible grains - Not more than 6 per cent by weight.
d) Damaged grains - Not more than 5 per cent by weight.
e) Weevilled grains - Not more than 10 per cent by Count.
54 | P a g e
f) Uric Acid - Not more than 100 mg per kg.
g) Aflatoxin - Not more than 30 micrograms per kilogram.
Provided that the total foreign matter other edible grains and damaged grains shall be
exceed 12 percent by weight.
Section B7- Quality Specifications of DEPMS for whole Moong (Sortex Quality)
Moong whole shall be seeds of green gram (PhaseolousauruesRoxb.,
Phaseolousrediatusroxb). It shall be sound, clean, sweet, wholesome and free from
admixture of unwholesome substance. It shall confirm to the following standards namely:-
a) Moisture - Not more than 14 per cent by weight
(obtained by heating the pulverized grains at 130°C - 133°C for two hours )
b) Foreign Matter ( Extraneous Matter ) - Not more than 1 percent by weight of which
not more than 0.25 per cent by weight shall be mineral matter and not more than 0.10
percent by weight shall be impurities of animal origin.
c) Other edible grains - Not more than 4 per cent by weight.
d) Damaged grains - Not more than 5 per cent by weight.
e) Weevilled grains - Not more than 6 per cent by Count.
f) Uric Acid - Not more than 100 mg per kg.
g) Aflatoxin - Not more than 30 micrograms per kilogram.
Provided that the total foreign matter other edible grains and damaged grains shall be
exceed 9 percent by weight.
Section B9- Quality Specifications of DEPMS for Refined Soya Oil
Soyabean oil means the oil expressed from clean and sound soyabeans (soja max) from
which the major portion of the gums naturally present have been remove by hydration and
mechanical or physical separation. It shall be clear, free from rancidity, suspended or other
foreign matter, separated water added colouring or flavoring substances or mineral oil. It
shall confirm to the following standards :-
a) Butyro-Refractometer reading at 40 °C 58.5 to 68.0
Or
55 | P a g e
b) Refractive index at 40 °C - 1.4649-1.4710
c) Saponification Value - 189 to 195
d) Iodine Value - 120 to 141
e) Unsaponifiable matter - Not more than 1.5 %
f) Acid value - Not more than 2.50
g) Phosphorus - Not more than 0.02
Test for argemone oil shall be negative.
However it may contain food additives permitted in these regulations and appendices.
Further, If the oil is obtained by the method of solvent extraction and the oil imported to
the India whether obtained by solvent extraction or otherwise, it shall be supplied for
human consumption only After refining and shall conform to the standards laid down
under regulation 2.2.1 (16) the oil so refined shall not contain hexane more than 5.00 p.m
Section B10- Quality Specifications of DEPMS for Chilly Powder mixed with onion and
garlic (Masala Powder)
The Chilly Powder mixed with onion and Garlic ( Masala Powder ) shall
a) Be clean with no use of artificial colouring agents, and in sound merchantable
conditions.
b) Be free from living and dead insects, fungus infections, added colouring matter, moulds,
obnoxious smell, discolouration.
c) Be free from rodent, hair and excreta.
d) Be free from toxic or noxious seeds or foreign particles which are commonly recognized
as harmful to health..
e) Have good cooking quality.
f) It must confirm to the norms of food safety and standards ( food products standards and
food additives) regulation act.
g) Aflatoxin - Not more than 30 micrograms per kilogram.
Provided that the total foreign matter other edible grains and damaged grains shall be
exceed 12 percent by weight.
Section B11- Quality Specifications of DEPMS for Turmeric Powder
56 | P a g e
The turmeric powder means the powder obtained by grinding dried rhizomes or
bulbous roots of Curcuma Longa L. The Powder shall have Characteristic odour and flavor
and shall be free from mustiness or other foreign odour. It shall be free from mould, living
and dead insects, insect fragments, rodent contamination. The powder shall be free from
added colouring matter including Lead chromate and morphologtically extraneous matter
including foreign starch.
It shall confirm to the following standards:-
a) Moisture Not more than 10.00 per cent by weight
b) Total ash on dry basis Not more than 9 percent by weight
c) Ash insoluble in dill Not more than 1.5 per cent by weight.
HCL on dry basis
d) Colouring Powder - Not more than 2.0 per cent by weight.
Expressed as curcuminoid Content on dry basis
e) Total starch - Not more than 60.00 per cent by Count.
f) Test for lead chrome - Negative
Section B12- Quality Specifications of DEPMS for Double Fortified Salt
The Double Fortified Salt means a crushed crystalline solid, White or white or pale or
pink pr light gray in colour. Free from contamination with clay and other extraneous
adulterants and impurities. Salt used for manufacture of double fortified salt shall have
minimum 99.00 percent sodium chloride content on dry weight basis and moisture not
more than 1.5 percent and it shall conform following standards namely :-
Moisture Not more than 1.5 per cent by weight
Water insoluble matter Not more than 1 % on dry weight basis.
Chloride content (as NACL) Not more than 97 % on dry weight basis.
Matter soluble in dilute HCL - Not more than 0.30% on dry weight basis
Matter soluble in water other than NACL - Not more than 2.5 % on dry weight basis.
Iron content ( as Fe) - 850-1100 parts per million
Iodine contents :-
a) Manufactures level Not less than 30 PPM
b) Distribution Channel including retail level Not less than 15 PPM
57 | P a g e
Phosphorous as P2 O5 2800-3100 PPM
Sulphate as ( SO 4) Not more than 1.1 percent by weight
Magnesium as (Mg) Water Soluble Not more than 0.10 percent by weight.
pH value in 5% aqueous solution 3.5 to 5.5
Provided that double fortified salt may contain sodium hexmetaphosphate ( food grade) as
stabilizer at connection of not more than 1.0 percent on dry weihgt basis.
Section B13- Quality Specifications of DEPMS Cumin
The cumin (Safed Zeera) whole means that dried mature fruits of Cuminum Cyminum L.
It shall have characteristic aromatic flavor free from mustiness. It shall be free from mould
living and dead insects, insects fragments, rodent contamination. The product shall be free
from added colour and harmful substance. It shall be confirm following standards.
a) Extraneous matter Not more than 3.0% by weight
b) Broken Fruits (Damaged Shrivelled, discolored and immature seed)
Not more than 5.0% by weight
c) Moisture Not more than 10.00% by weight
d) Total ash on dry basis Not more than 9.5% by weight
e) Ash insoluble in Not more than 3.00 % by weight
Dilute HCL on dry basis
f) Non Volatile either Not less than 15.00 % by weight
Extract on dry basis
g) Volatile oil content Not less than 1.5 % by v/w
on dry basis
h) Proportion of edible seeds Absent
Other than cumin seeds
i) Insect damaged matter Not more than 1.00 % by weight
Section B14- Quality Specifications of DEPMS mustard
The mustard (Rai, Serson) Whole means the dried, clean mature seeds of one or more
plants of Brassica alba (L). Boiss (Safed rai), Brassica Compestris L. Var, dichotima (Kali
Sarson), Brassica Compestris, L VAr, Yellow Sarson, Syn, Brassica compestries L. Varglauca
(Pilisarson), Brassica Compestris L. Vartoria (Toria) Brassicajuncea, (L). Coss et Czern
58 | P a g e
(rai,Lotni) and Brassica nigra ( L), Koch ( Benarasirai) it shall be free from mould living and
dead insects, insects fragments rodent contamination. The product shall be free from the
seeds of Argemone Maxicana L, any other harmful substances and added colouring matter.
It shall be confirm to the following standards :-
a) Extraneous matter Not more than 2.0% by weight
b) Damaged and immature seed Not more than 2.0% by weight
c) Moisture Not more than 10.00% by weight
d) Total ash on dry basis Not more than 6.5% by weight
e) Ash insoluble in Not more than 1.00 % by weight
Dilute HCL on dry basis
f) Non Volatile either Not less than 28.00 % by weight
Extract on dry basis
g) Volatile oil content Not less than 0.3% by v/w
on dry basis
h) Insect damaged matter Not more than 1.00 % by weight
i) Allylisothiocyanate (m/m) on dry basis
a) B Nigra Not less than 1.00 % by weight
b) B Juncea Not less than 0.70 % by weight
j) P-hydroxybenzyliso Not less than 2.3 % by weight
Thiocyanate (m/m) on dry basis in sinapist alba
k) Argmone seeds Absent
Section B15- Quality Specifications of DEPMS for Chilly powder
The chilli and capsicum (Lal Mirchi) powder means the powder obtained by grinding
clean ripe fruits or pods of capsicum annum L and capsicum frutescens L. It shall be free
clean ripe fruits or pods of Capsicum annum L and capsicum frutescens L. It shall be free
from mould, living and dead insects, insects fragments, rodent contamination. The powder
shall be dry, free from dirt, extraneous colouring matter, flavoring matter, mineral oil and
other harmful substances. The chili powder may containany edible vegetable oil to a
maximum limit of 2.0 percent by weight under a label declaration for the amount and
nature of oil used.
59 | P a g e
It shall be confirm to the following standards :-
Moisture Not more than 11.00% by weight
Total ash on dry basis Not more than 8.00% by weight
Ash insoluble in Not more than 1.3 % by weight
Dilute HCL on dry basis
Crude fibre Not more than 30.00 % by weight
Non volatile ether Not more than 12.00 % by weight
Extract on dry basis
Section B16- Quality Specifications of DEPMS for GARAM MASALA
The Garam masala shall
a) Be clean with no use of artificial colouring agents, and in sound merchantable
conditions.
b) Be free from living and dead insects, fungus infections, added colouring matter, moulds,
obnoxious smell, discolouration.
c) Be free from rodent, hair and excreta.
d) Be free from toxic or noxious seeds or foreign particles which are commonly recognized
as harmful to health.
e) Have good cooking quality.
f) It must confirm to the norms of food safety and standards ( food products standards and
food additives) regulation act.
Section D- Marking on the Bags
Following matter should be Printing matter on Gunny Bag/
sealed packs
[•] (insert the name of pulse, grain, spice, oil or condiments to be delivered)
Net Weight : [•]Kg/ Grams.
Packing month: ______________
60 | P a g e
Supplier name & address: __________________________ ___________________________
Supplier Code: __________Bid No. __________
Name of School: ________________
ONLY FOR MID-DAY-MEAL SCHEME OF GOVERNMENT OF MAHARASHTRA
ANNEXURE B FORMAT OF COMMERCIAL BID
COMMERCIAL BID
61 | P a g e
Price Tender Form
(Business Enveloper) (Enveloper No.2)
Name of the District – -----------------
Note: The Bidder has to filled his offer appropriate place as mentioned in ITB.
Name of Work: Mid Day Meal scheme - transportation of rice from godowns of FCI to schools (Rural & Urban both) or to the Designated Places notified as
centralized kitchens by the government of Maharashtra for cooking purposes for the
urban areas and supply of pulses, oil, spices and condiments in the schools of rural area in District namely--------------------in Maharashtra state.
Name :-
Add. Of the Applicant
Tel. No. :-
Fax No.
Regn. No.of Institution :-
PAN No: :-
I. Supply of the Materials
We, the Bidder have submitted the 2 pcs of samples of items in the plastic bag of 500
gms duly sealed with the name of the Bidder to be tested in the laboratory. We
understand that the samples which do not conform to the Specifications prescribed
by the department in Annexure A of the RFP will be summarily rejected & this
commercial bid will not be opened.
We are ready to provide the following Materials directly to the schools in rural areas
in the one year period from the date of the Order given as per the rates denoted
against them.
62 | P a g e
Sr.No.
Item Name Specification Basic Price
VAT or GST (Central / State
Other Tax
Transportations/Packaging / shortfall / other expenses
Total Final Rate Per Kg. (Rs.)
1 2 3 4 5 6 7 8 (4+5+6+7
=8)
a) Moog Dal As per Specification B1
b) Masoor Dal As per Specification B2
c) Toor Dal As per Specification B3
d) Gram As per Specification B4
e) Chawli As per Specification B5
f) Matki As per Specification B6
g) Whole Moong As per Specification B7
h) Peas As per Specification B8
i) fortified edible oil
As per Specification B9 (Rate In liter)
j)
Chilly powder mixed with onion & garlic Specification
As per Specification B10
k) Turmeric powder
As per Specification B11
l) Double Fortified Salt
As per Specification B12
m) Cumin As per Specification B13
n) Mustard As per Specification B14
o) Chilly powder As per Specification B15
p) Garam Masala As per Specification B16
As per the format given in the Tender Application we have submitted the samples of
grains for Laboratory testing verification.
II. Transportation Costs
63 | P a g e
The rate for transportation of rice/ wheat/ millet from the godowns of FCI to the
schools in urban/ rural areas or to Designated Places shall be
Transportations
Basic Price Per
Kg in Rs.
Government
Tax (Central /
State) in Rs.
Other Tax in
Rs.
Shortfall and
other
expenses in
Rs.
Total Rate of
Transportations
per Kg. in Rs.
1 2 3 4 5(1+2+3+4=5)
This Contract Price includes all transportation charges and the other expenses that may be incurred in this regard.
I/We have read the General Conditions of Contract enclosed with the said Tender Application & thereafter only we have signed on the same. The General Conditions of Contract mentioned in the same are binding on me/us & they are agreeable to us.
‘DECLARATION OF THE CONTRACTOR’
I / We hereby declare that I / We have made myself / ourselves thoroughly conversant with the Specifications, General Conditions of Contract (GCC) & nature of work regarding such items on which I / We have based my / our rate for this tender. The Specifications, GCC and leads on this work have been carefully studied and understood before submitting this tender. I / We undertake to use only the best Materials as per Specifications approved by DPEMS or his duly authorised representative during execution of the work and to abide by the decisions. I / We are fully responsible for adherence to GCC and for quality & quantity of goods supplied .
Name, Sign & Seal of the Bidder
ANNEXURE C: FORMAT OF SELF CERTIFICATE
(On non-Judicial stamp of Rs.100/- with Notarize)
64 | P a g e
To,
DPEMS
Sub: Certificate.
Ref: RFP No.______________________________ due on __________________.
We declare that we have not been deregistered or debarred or blacklisted or suspended for
any product or constituent of the product we have quoted, be any State
Government/Central Government/Government undertakings/Local Authority till the due
date of submission of bid as specified in the NIT. If we, at a later date, are found guilty of
suppressing facts in this regard, such act on our part, shall be considered a fraudulent
practice in accordance with Clause 8.18 mentioned under RFP and the Corporation shall be
entitled to reject our Bid and or resend the contract, if awarded and forfeit the Earnest
Money Deposit/Performance Security Deposit submitted by us against this RFP.
We have also noted that after submission of Bid and before Award of Contract. If we are de-
registered or debarred or blacklisted by any State Government/Central Government/Govt.
undertaking/Local Authority, our bid will be considered as nonresponsive.
Date: _______________ (Signature) ____________________
Place: _______________ (Print Name) ______________________________
(Designation)
______________________________
(Common Seal)
65 | P a g e
ANNEXURE D
AGREEMENT FOR TRANSPORT OF RICE/WHEAT/MILLET AND SUPPLY OF FOOD
GRAINS AND PULSES
(Agreement should be Register to Registration Department cost of bidder )
This agreement is made at ____________________ on _____________________
Between
Directorate of Primary Education, Maharashtra State, a department of Government of
Maharashtra and having its office at 1st floor, Central Building, Dr. Annie Besant road, Pune
-411001(Hereinafter referred to as “DEPMS”) which expression shall unless the context
otherwise requires includes its administrators and assignees) on ONE PART
and
____________________________________________________________________________,“Contractor” which
expression shall unless the context otherwise require, include its administrators,
successors and permitted assignees) on the OTHER PART.
WHEREAS
A. The DEPMS vide Tender Notice _____________________________,dated _________ has invited
tenders for transportation of rice/wheat/ millets from FCI godowns to schools or to
the Designated Places notified as centralized kitchens by the government of
Maharashtra for cooking purposes for the urban areas and supply of food grains
pulses, oil, spices and condiments to schools in accordance with the supply order issued
by DEPMS as per the requirement of MDM Scheme for the year 2017-18
66 | P a g e
B. The DEPMS has accepted the offer made by the Contractor in terms of Annexure A
Format of Commercial Bid dated _______ in accordance with the supply order issued
by DEPMS (“Services”) at the rate offered by the Contractor.
IT IS HEREBY WITNESSSTH
1. DPEMS is desirous of and the Contractor has agreed to execute the Services and any
other related works in the manner detailed in the documents, listed below
(collectively with this Contract referred to as the “Contract” and each individually
as “Contract Documents”) and shall be construed and read in the order of
precedence given herein under:
a. This Contract Agreement on Stamp paper and any modification or
amendment theretor
b. Letter of Acceptance & Work Order.
c. The RFP along with General Conditions of Contract (GCC)
d. Declaration of Contractor and Tender Form ‘C’
2. The Parties, hereto agree that this Contract shall be effective for a period of one year
from [●], being the date of Notification of Award as mentioned in the RFP.
3. The Parties agree that during the Term of this Contract, the Contract Documents
referred above shall form an integral part of this Contract. Specifically the General
Conditions of Contract (GCC) incorporated in the Tender No. ______ shall form an
integral part of this Agreement and shall govern the performance of the Services to
be undertaken at the rates specified in the Format Of Commercial Bid dated _______
of the Contractor, and the said Commercial Bid is to be referred to only for the
purpose of rates.
4. Any capitalized term(s) used but not defined herein shall have the same meanings
as is ascribed to them under the respective Contract Documents
67 | P a g e
IN WITNESS WHEREOF the parties present have executed these on the day and the year
first above written.
Signed and Delivered Signed and
Delivered
for and on behalf of for and on behalf of
Directorate of Primary Education, Maharashtra State (Contractor)
By: By:
DATE: ` DATE:
PLACE: PLACE :
IN PRESENCE OF WITNESS
1. 1.
2. 2.
(Sunil Chouhan)
Director of Education (Primary) M.S. Pune -1.