You are on page 1of 67

2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

इंडियन रे लवे कैटररंग एंि टूररज्म कारपोरे शन लललमटे ि (भारत सरकार का उद्यम लमनीरत्न)
Indian Railway Catering and Tourism Corporation Ltd.
(A Govt. Of India Enterprise-Mini Ratna)
“CIN:L74899DL1999GO1101707”
Website: www.irctc.com
Email id: qualityco@irctc.com

Open E-Tender (Two packet Bid) for Third Party Food Safety and Hygiene Audit in
IRCTC managed Mobile and Static units for a period of Six Months, across India
managed by Indian Railway Catering and Tourism Corporation Ltd.

E-Tender No. Tender No.: 2021/IRCTC/CO/Quality/Food safety &


hygiene Audit-21/22
Name of Work Third Party Food Safety and Hygiene Audit in IRCTC
managed Mobile and static units for a period of Six
Months
Cost of Tender Document Nil.
Locations As per Annexure VIII
EMD along with online Rs. 43,750/- (To be submitted through online mode on
bidding www.tenderwized.com/IRCTC)
Pre bid meeting 03.03.2022 at 12.00 hrs though video conferencing. To join
click in the link: https://teams.microsoft.com/l/meetup-
join/19%3ameeting_MzNiYjhmZjMtY2E2OC00NmM5LWJl
MjYtY2MzMGIwZDM2NTJl%40thread.v2/0?context=%7b
%22Tid%22%3a%2250d2c683-c2e6-4208-8f85-
7198aa7bed3d%22%2c%22Oid%22%3a%221e9fd8b4-7870-
4ece-9d3f-9bd4b778a449%22%7d

Date & Time of submission of Up to 21.03.2022 till 1500 Hrs


tender
Date & Time of opening of On 21.03.2022 at 1530 Hrs
tender

Joint General Manager/Quality


Indian Railway Catering and Tourism Corporation Ltd.
11th Floor A wing, B-148, Statesman House,
Barakhamba Road, New Delhi 110001.

बी -१४८, ११ फ्लोर, ए ववंग, स्टे ट्समैन हाउस,


बाराखंबा रोि,नई दिल्ही -११०००१
1
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

List of Contents

1. Preamble Page No.- 03


2. Notice Inviting Tender Page No.- 04
3. Eligibility Criteria Page No.- 05
4. Scope of work Page No.- 06
5. Instructions to Bidders Page No.- 07-09
6. Standard Conditions of Contract (Annexure I) Page No.- 10-16
7. Special Conditions of Contract (Annexure II) Page No.- 17-18
8. Food Audit Report Format (Annexure III) Page No.- 19
9. Raw Material (Including Packaging Material) Details Page No.- 20
(Annexure A)
10. Packaged Food Items Details (Annexure B) Page No.- 21
11. Food Handler Details (Annexure C) Page No.- 22
12. Premises Checklist (Annexure D) Page No.- 23-37
13. Score Matrix (Annexure E) Page No.- 38-41
14. Audit Summary (Annexure F) Page No.- 42
15. Offer Form- Covering Letter(Annexure IV) Page No.- 43-44
16. Integrity Pact – Annexure V Page No.- 45-48
17. Financial Bid Annexure VI Page No.- 49
18. Financial bid format - Annexure VII Page No.- 50
(To be submitted electronically)
19. List of Mobile and Static Unit –Annexure-VIII Page No.- 51-64
20. Bid Security declaration- (Annexure IX) Page No.- 65
21. Verification Certificate (Annexure X) Page No.- 66
22. Undertaking (Annexure XI) Page No.- 67

Digitally
signed by RAJ
RAJ KUMAR
CHAND
KUMAR Date:
2022.02.23
CHAND 16:16:05
+05'30'

2
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

DISCLAIMER

INDIAN RAILWAY CATERING AND TOURISM CORPORATION


(A Government of India Enterprise)

1. The information contained in this Bid is being provided by IRCTC for the open Bid purposes of
enabling the Bidders to participate and submit a bid in response to this Bid for Customer Third
Party Food Safety and Hygiene Audit in IRCTC managed Mobile and static units. In no
circumstances shall IRCTC, or its respective advisors, consultants, contractors, servants and/or
agents incur any liability arising out of or in respect of the issue of this Bid, or the Bidding
Process.

2. The objective of the Bid document is to provide the prospective Bidder(s) with all relevant
information to assist the formulation of proposals or bids.

3. This Bid may not be appropriate for all persons, and it is not possible for the IRCTC, its
employees or advisors to consider the investment objectives, financial situation and
particular needs of each party who reads or uses this Bid. The assumptions,
assessments, statements and information contained in this Bid may not be complete, accurate,
adequate or correct. Each Bidder should therefore, conduct its own due-diligence,
investigations and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments, statements and
information contained in this Bid and obtain independent advice from appropriate sources.

4. Nothing in this Bid shall be construed as legal, financial or tax advice. IRCTC will not be liable
for any costs, expenses, however so incurred by the Bidders in connection with the preparation
or submission of their Bid. IRCTC reserves the right to amend this Bid or its terms and any
information contained herein or to cancel the Bidding Process or altogether abandon the Project
at any time by notice, in writing, to the Bidders. Further, it may in no event be assumed that
there shall be no deviation or change in any of the herein-mentioned information.

5. IRCTC may, in its absolute discretion but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumptions contained in this Bid.

6. Laws of the Republic of India are applicable to this Bid.

7. Each Bidder’s acceptance of delivery of this Bid constitutes its agreement to, and acceptance of
the terms set forth in this Disclaimer. By acceptance of this Bid, the recipient agrees that this
Bid and any information herewith supersedes document(s) or earlier information, if any, in
relation to the subject matter hereof.

RAJ Digitally signed


by RAJ KUMAR

KUMAR CHAND
Date:
2022.02.23
CHAND 16:16:24 +05'30'

3
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

NOTICE INVITING OPEN E-TENDER (Two packet Bid System)

Subject: Submission of Open E-Tender for Third Party Food Safety and Hygiene Audit in IRCTC
managed Mobile and static units for a period of Six Months, across India managed by Indian
Railway Catering and Tourism Corporation Ltd.

Ref: 2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

1. E-Bids are invited by Indian Railway Catering and Tourism Corporation Ltd, for the subjected item(s)
through a rate contract as mentioned hereunder and the special Conditions (if any) laid down in this
Bid Document.
2. This Tender Document can only be viewed at http://eprocure.gov.in, http://www.irctc.com, &
http://www.tenderwizard.com/IRCTC and will be submitted/ received only at
http://www.tenderwizard.com/IRCTC, as prescribed in “INSTRUCTIONS TO THE BIDDERS.”
3. This E-Bid is based on Two packet bid system i.e. Technical bid and Financial bid
a. Technical bid – This shall form the basis of ascertaining the Technical credentials of the
Bidder as per Eligibility Criteria.
b. Financial bid - This shall consist of Offer Form for financial bid. The Offer form (for
Financial Bid) is listed as Annexure-VII and required to be filled online.
4. The Bid shall remain valid for acceptance for 60 (sixty) days from the date of calling of Bid.
5. Indian Railway Catering And Tourism Corporation Ltd. reserves the right to reject any/all bids
without assigning any reason and shall not be bound to accept lowest bid.
6. The Notice Inviting Bid and the enclosed Instructions to Bidders, Standard Conditions, Special
Conditions, Covering Letter Format and Financial Bid Format shall form the part of bid Document.
This document consists of 67 Pages including one index page and one cover Page.

RAJ Digitally signed


by RAJ KUMAR

KUMAR CHAND
Date:
2022.02.23
CHAND 16:16:58 +05'30'
4
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

7. Eligibility Criteria:
IRCTC is inviting Open E-Tender from the NABCB (National Accreditation Board of Certification
Bodies) accredited members under FSMS (food safety Management System).

Certificates to be submitted with technical bid are as under,

General Documents required to


SNo. Information Category
be submitted (Uploaded)
The firm must have valid NABCB (The National Accreditation Copy of NABCB accreditation
01 Board for Certification Bodies) accreditation certification under certificate Mandatory
Food Safety Management System (FSMS)
The agency must have 5 years experience to carry out to Food
Copies of work orders/LOA
Safety and hygiene audit with at least one work with minimum
02 issued along with work Mandatory
value of Rs. 6 lakhs in the last FY 2020-21 for Non-MSME
completion certificate
bidder and Rs. 1.50 lakhs for MSME bidder.
The agency shall be of sound financial status with aggregate Certificate of sales turnover for
last 3 completed FY duly
turnover from Food Safety and hygiene audit of Rs. 26 lakhs or
certified by the Chartered
more in last 3 financial years i.e FY 2018-19 and 2019-20 and
Accountant. Also audited
2020-21.
03 balance sheets and profit & loss Mandatory
account of the last three
For MSME bidders, the accumulative turnover in last three completed financial years.
financial years i.e FY 2018-19 and 2019-20 and 2020-21 should Audited balance sheet and P&L
be Rs. 7 lakhs or more. A/c having UDIN No.
The firm shall certify that they are not black listed or debarred by
IRCTC or any other Ministry / Department / PSU (Public Sector To be submitted as annexure XI
04 Mandatory
Undertaking) of the Govt. of India/State Govt. from participation
in tenders/contract.
MSE certificate and Udyam
05 MSE firms (if seeking MSME relaxations) Mandatory
Adhar No.
06 The firm should be registered with GST council. GST Registration Certificate Mandatory
Permanent Account Number
07 The firm should have Permanent Account Number (PAN). General
(PAN)
08 Authorization letter in favor of authorized signatories In company letter head General
Copies of Income Tax Returns
Copies of Income Tax Returns filed by the firm for the last 3 filed by the firm for the last 3
09 General
years FY (i.e. 2018-19, 2019-20,
2020-21) to be submitted
Status of the bidder: -
Company /Partnership Firm/Proprietorship firm– Please
Specify
In case of Company- please enclose Memorandum and
Articles of Association along with certificates of
incorporation, if company is a public limited then the
10 Documents to be submitted General
certificate for commencement of business also to be enclosed.
In case of Partnership Firm- please enclose Certificate of
Registration under the partnership Act, 1932 along with valid
partnership deed.
In case of Proprietorship or Individual- please enclose a
declaration on the letter head

RAJ Digitally signed


by RAJ KUMAR
5
KUMAR CHAND
Date: 2022.02.23
CHAND 16:17:10 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

8. Scope of Work:

8.1 Personal hygiene of the staff The checking shall include checking Medical examination details of
staff, Personal cleanliness Protective clothing, Hygienic practices and Training etc.
8.2 Infrastructure facilities Audit will include checking Design of facility, Air ventilation Lightening
arrangement, Product protection, Equipments & utensils, garbage disposal, Temperature storage
facility, Toilets/ bathroom/ washing & cleaning place/ washbasin/ adequate & proper drainage
systems.
8.3 Cleaning and sanitation checking will be done. Cleaning schedule, Training of individuals doing
cleaning, Method of cleaning and handling of chemicals, Use of approved chemical in the cleaning
activity, Clothes used for cleaning.
8.4 Storage facility:- Raw material storage(Hygienic/ safe / identification/ FIFO system), Packaging
material storage (Hygienic / safe / identification), Use of temperature storage facility, Storage of
cleaning chemicals, Storage of water, separate storage of Veg & Non veg food etc.
8.5 Effectiveness of pest control :- Pest control program, chemicals to be used, responsibilities of pest
control, identified Storage of pest control devices, (pesticides storage, device storage, identification
&Material safety data sheet for pesticides Effectiveness of pest control approved Pesticides for food
units etc.
8.6 Food safety practices :- Raw material LCS, Finished food, Serving / handling of food /
transportation of food from Kitchen to retail outlet, method of preparation, hygienic, sufficient
cooking time is given, frequency of changing oil; Veg & Non-Veg food is separately prepared.
8.7 Personal practices: - Service style, attitude, mannerism, courteousness, Grooming etc.
8.8 Implementation of regulatory, statutory and safety regulations: availability of necessary
permits, licenses approvals, FSSAI documents, First aid box, safety equipments/ measures.
8.9 Quality of presentation of food & beverages:- method of preparation, hygienic, sufficient cooking
time is given, frequency of changing oil; Veg & non-veg food is separately prepared.
8.10 Details of raw materials and packaged items being used.
8.11 Proposing short, medium and long term recommendations of each unit audited.
8.12 Should get the audit done by permanent qualified and trained HACCP Auditors.
8.13 Agency will submit the report in hard and soft copy of each unit. A consolidated report of mobile
(zone-wise, train-type wise) and static units with their grading on the basis of overall score (best
should be quoted as No.1) should also be prepared and submitted to IRCTC.
8.14 The data sheet to be got acknowledged (clearly specifying name, designation & phone number of
in charge) from the catering In-charge in trains and static units or from the official nominated by
IRCTC or Catering in charge/unit head of licensee.

Digitally signed
RAJ by RAJ KUMAR
CHAND
KUMAR Date:
2022.02.23
CHAND 16:17:23
+05'30'

6
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

INDIAN RAILWAY CATERING AND TOURISM CORPORATION LTD.


(A Government of India Enterprise)

INSTRUCTIONS TO BIDDERS

The Indian Railway Catering and Tourism Corporation Ltd. hereinafter called the IRCTC, proposes to
obtain Open E-tenders from the NABCB Accredited agencies under FSMS for Third Party Food Safety
and Hygiene Audit all across India of Indian Railway Catering and Tourism Corporation Ltd.
through a rate contract in accordance with the instructions following hereafter.

1.0 General:
1.1 Bid Schedule is listed as under:

S.no Bid Schedule Date and Time


1. Date & Time up to which bid will be received Up to 21.03.2022 till 1500 Hrs
2. Date & Time of opening of technical E-Bid On 21.03.2022 at 1530 Hrs
3 Date & Time of opening of Financial E-Bid will be notified to the successful bidders
only though a written communication

1.2 Bids are not transferable.


1.3 The Firm/Service Provider/Agency has to remit an EMD of Rs. 43,750/- through online mode
on www.tenderwized.com/IRCTC.
1.4 To participate in the E- Tender, it is mandatory for the bidders to register themselves on the website
www.tenderwizard.com/IRCTC without any payment and obtain User ID & password which is
required for submitting the tender. It may please be noted for submission of bid, Class-III digital
signature is required.
1.5 Corrigendum/Addendum to this Tender, if any, will be published on website www.irctc.com,
www.tenderwizard.com/IRCTC. No newspaper press advertisement shall be issued for the same.
1.6 For any difficulty in downloading & submission of tender document on website
www.tenderwizard.com/IRCTC, please contact at tenderwizard.com helpdesk no. 011-49424365 or
cell no 8800115628.
1.7 The digital signature of the bidder on the E- Bid form will be considered as confirmation that the
bidder has read, understood and accepted all the documents referred to in the Bid documents. There is
no need to upload Bid document and corrigendum along with the bid.

2.0 Benefits to registered SSI /MSEs firms:

2.1 Ministry of Micro, Small and Medium Enterprises (MSME) vide letter no. 21(1)2011-MA dated
25.04.2012 has notified a new public procurement policy for Micro and Small Enterprises (MSEs).
Whereby the small scale units (SSI) / Micro and Small Enterprises (MSEs) can avail the following
benefits if registered with (i) District Industries Centers or (ii) Khadi and Village Industries Commission
or (iii) Khadi and Village Industries Board or (iv) Coir Board or (v) National Small Industries
Corporation or (vi) Directorate of Handicrafts and Handloom or (vii) any other body specified by
Ministry of Micro, Small and Medium Enterprises.

a) Issue of E-Bid form free of cost.


b) Exemption from payment of Earnest Money.

c) In E-Bid, participating Micro and Small Enterprises quoting price within price band of L1+15 % shall
be allowed to supply a portion of requirement by bringing down their price to L1 price in a situation
7
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

where L1 price is from someone other than a Micro and Small Enterprise and such Micro and Small
Enterprise can be together ordered up to 25% of the total Bided quantity.

These benefits shall be given only if the firm / company annex with bid duly attested copy of a valid SSI
/ MSE registration certificate and the item Bided is mentioned in his SSI / MSE registration certificate.

2.2 Special provisions for SSI / MSEs owned by Scheduled Castes or Scheduled Tribes: Out of 25%
quantity of this E-Bid for SSI / MSEs a sub target of 4% quantity of this E-Bid is earmarked for
procurement from SSI /MSEs owned by the Scheduled Caste or the Scheduled Tribe entrepreneurs and
3% for women entrepreneur. Provided that, in event of failure of such Micro and Small Enterprises to
participate in E-Bid process or meet E-Bid requirements and L1 price, 4% sub target for procurement
earmarked for SSI /MSEs owned by Scheduled Caste or Scheduled Tribe entrepreneurs & 3% for
women entrepreneur shall be met from other registered SSI / MSEs.
2.3 The SSI /MSE who are interested in availing themselves of these benefits shall enclose with their offer
the proof of their being SSI /MSE registered with any of the agencies mentioned in the para 3.1 above.
2.4 The SSI /MSE who have availed the benefit of exemption of earnest money will not be allowed to
withdraw their offer during the currency of the validity of offer or extended validity, if any such firm
fails to observe this stipulation; the firm will be banned from participation in IRCTC Ltd. Bids for a
period of two years.
2.5 IRCTC reserves the right to award the contract to SSI / MSE units only up to their manufacturing
capacity given in their SSI / MSE registration certificate.
2.6 As per letter 21(17)/2016-MA dated 06.04.2018 of Ministry of MSME, declaration of UAM number by
the vendors on CPPP is mandatory from 01.04.2018. All MSME bidders have to upload a document
along with other credentials in IRCTC Bid that they have declared UAM number on CPPP failing which
such bidders will not be able to enjoy the benefits as per PP Policy for MSMEs order, 2012.

3.0 Validity:

3.1 The submission of any offer connected with this Bid document shall constitute an undertaking that the
bidder shall have no cause for any claim, against IRCTC for rejection of the offer. IRCTC shall always
be at liberty to reject or accept any offer at his sole discretion and any such action will not be called into
question and the bidder shall have no claim in that regard against IRCTC.
3.2 The offer shall be kept valid for acceptance for a minimum period of 60 (Sixty) days from the date set for
opening of E-Bids.
3.3 Offers shall be deemed to be under consideration immediately after they are opened and until such time
the official intimation of award of contract is made by IRCTC to the bidder. While the offers are under
such consideration, bidders and or their representatives or other interested parties are advised to refrain
from contacting IRCTC by any means.

4.0 E-Bid Evaluation & System of Award:


4.1 During Bid evaluation, IRCTC may, at its discretion, ask the Bidder for any clarification of its bid. The
request for clarification and response shall be in writing, and no change in the price or substance of
the Bid shall be sought, offered or permitted in response.
4.2 The financial bid will be opened of only those bidders which are cleared after scrutiny of the technical
bid.
4.3 In case of two or more firms quoting the same rates, the firms will have to furnish their fresh quotes in
sealed envelope on the spot and the quotes will be opened in front of the bidders.
4.4 The contract will be placed on the lowest bidder (Considering the total cost of the tender as a whole) for
06 Months.
4.5 IRCTC reserves the right to accept tender as deemed fit or reject at any point of time without assigning
any reason. Decision of IRCTC will be binding on bidders.
Digitally signed
RAJ by RAJ KUMAR
CHAND
KUMAR Date:
2022.02.23
8

CHAND 16:17:52
+05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

5.0 Rates:
The bidders should quote rates inclusive of freight, Octroi and any other expenses for food safety and
hygiene audits and delivery of report at the destination. Applicable Taxes shall be paid extra.
5.1 The rates finalized against this Open E-Tender shall be valid till the currency of the contract.
5.2 IRCTC may waive any minor nonconformity, or irregularity in the tender document that does not
constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of
any bidder.
5.3 Prior to the detailed evaluation, IRCTC will determine whether each tender document is complete, and is
substantially responsive to the bidding documents. For purposes of this determination, a substantially
responsive bid is one that conforms to all the terms, conditions, and specifications of the Tender
Document without material deviations, exceptions, objections, conditionality’s, or reservation is:

 One that limits in any substantial way the scope, quality, or performance of the
product/material/materials/service.
 One that limits, in any substantial way that is inconsistent with the tender document`s, IRCTC rights or
the successful bidders’ obligations under the contract; and
 One that the acceptance of which would unfairly affect the competitive position of other bidders who
have submitted substantially responsive bids.

5.4 If a bid is not substantially responsive, it will be rejected by IRCTC and may not subsequently be made
responsive by the bidder by correction of the nonconformity. IRCTC’s determination of bid
responsiveness will be based on the contents of bid itself and any written clarifications sought by IRCTC
in writing the response to which shall also be in writing and no change in rates shall be sought, offered or
permitted.
5.5 Any statutory variation in taxes/duties in future is liable to be admissible within original/refixed contract
period. Refixed contract period means refixation of original contract period by IRCTC and not due to any
default by contractor. No statutory variation for increase of taxes/duties will be given to supplier in case
contract period is extended due to failure of contractor. However, in case of reduction in duties/taxes
only reduced duties/taxes paid by contractor will be reimbursed during extended delivery period.

6. Other conditions:
6.1 IRCTC reserves the right to reject or accept any E-Bid in whole or in part on account of credentials,
technical capability, past performance or any other evaluation criteria to ensure uninterrupted
services. The decision of IRCTC in this regard will be final and IRCTC is not liable to assign any reasons
for the decision.
6.2 Bidders are invited to quote their rates on the enclosed E-Bid format provided in Annexure VII in
accordance with the above instructions and all the conditions of the rate contract.
6.3 The Bidders must ensure that the conditions laid down for submission of offers detailed in the preceding
paras are completely and correctly fulfilled.
6.4 IRCTC reserves the right to allot either full work or part of work or divide work accordingly to one or
more agency.

************************************

Digitally signed
RAJ by RAJ KUMAR
CHAND
KUMAR Date:
2022.02.23
CHAND 16:18:07
+05'30'
9
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

ANNEXURE - I

INDIAN RAILWAY CATERING AND TOURISM CORPORATION LTD


(A Government of India Enterprise)

STANDARD CONDITIONS OF CONTRACT


(For supply of Materials or Services)

1.0 General:

1.1 Reference to any Statute or Statutory provision includes a reference to that statute or statutory provision
as from time to time amended, extended.
1.2 Irrespective of the place of deployment, pick-up and delivery, the place of performance or place of
payment under the contract, the contract shall be deemed to have been made at the place from where the
acceptance of the Bid has been issued.
1.3 Words importing the singular shall include the plural and vice versa, words importing any gender shall
include all other genders, words importing persons shall include bodies corporate, unincorporated
associations and partnerships and vice versa. References to whole shall include the part and vice versa.
1.4 The Courts of the place from where the acceptance of the Bid has been issued shall alone have
jurisdiction to decide any dispute arising out of or in respect of the contract.
1.5 The Firm/Service Provider/Agency shall provide the services to the IRCTC in the areas and manner as
discussed. The Firm/Service Provider/Agency shall undertake and assure the IRCTC that the services
shall be provided efficiently in the predetermined schedule. Besides this, services will also be rendered
by the Firm/Service Provider/Agency as and when desired by the IRCTC even though it may not be as
per schedule on charges as may be agreed to separately.
1.6 The Firm/Service Provider/Agency shall maintain all registers required under various Acts, which may
be inspected by the IRCTC as well as the appropriate authorities at any time.
1.7 The Firm/Service Provider/Agency shall not sublet or appoint any sub-contractor to carry out any
obligations under the contract in any manner.
1.8 The Firm/Service Provider/Agency shall provide the services at such times and in such manner as
communicated by IRCTC from time to time.
1.9 The Firm/Service Provider/Agency shall take proper instructions from time to time from IRCTC for the
execution of the contract at the different places and will faithfully comply with the same during the
currency of the contract.
1.10 In case, the Firm/Service Provider/Agency commits Breach of any of the terms and conditions hereof
and/or fail/neglect to carry out any instructions issued to him by the IRCTC from time to time, it shall be
Open and lawful for the IRCTC to terminate the contract forthwith without assigning any reason and can
get the work done by any person(s) or through any other agency or Firm/Service Provider/Agency at the
risk and cost of the Firm/Service Provider/Agency and firm shall have no right to claim any claim any
compensation whatsoever on this account.
1.11 In the event of failure of the Firm/Service Provider/Agency to provide the services or part thereof, as
mentioned in this contract for any reasons whatsoever, the IRCTC shall be entitled to procure services
from other sources and the Firm/Service Provider/Agency shall be liable to pay forthwith to the IRCTC,
the difference of payments made to such other sources, besides damages as deemed suitable by IRCTC.
1.12 The employees/agents of the Firm/Service Provider/Agency shall never be considered to enjoy any right
to enter the premises of the IRCTC by virtue of this contract or otherwise at any time except with the
prior permission of the IRCTC.
1.13 The contract may be terminated forthwith if either party becomes insolvent, ceases its operations,
dissolves, files for bankruptcy or bankruptcy protection, appoints receivers, or enters into an arrangement
for the benefit of creditors, the other party shall have the right to immediately terminate this contract.
Digitally signed 10
RAJ by RAJ KUMAR
KUMAR CHAND
Date: 2022.02.23
CHAND 16:18:21 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

1.14 Either party’s liabilities for any charges payments or expenses due to the other party which accrued prior
to the termination date shall not be extinguished by termination, and such amounts (if not otherwise due
on an earlier date), shall be immediately due and payable on the termination date.
1.15 Any obligations under this contract which either expressly or by their nature is to continue after
termination or expiration of this contract shall survive and remain in effect.
1.16 This Contract shall be governed by the Laws of India for time being in force.
1.17 Any notices required to be given under this agreement/contract shall be in writing and shall be deemed to
have been served if sent by registered/airmail/courier post correctly addressed to the Parties to this
Contract
1.18 Certificates/ permissions – The Service Provider/Agency will obtain necessary certificates/permissions
as required by law such as state permit, test reports, pollution under control etc. for commercial vehicles
or as required as per the local regulations from the competent authorities, Membership certificate from
Competent Authority. In case of any offense on the services, Service Provider/Agency will be solely
responsible for its penalty and consequences. MSE/ SSI Certificate may be provided, if any. In case of
MSE/SSI firms, all the benefits and exceptions have provided/extended by the prevailing/guidelines shall
be applicable.
1.19 IRCTC will reimburse for the AC 3 tier/AC chair car fare for only one enumerator (s) per rake on
production of original confirmed journey ticket for the prescribed sector for conducting onboard mobile
audit only. The arrangements for the journey tickets should be made by the agency on its own.
1.20 In case of any fraudulent practices such as, forged ticket in support of journey, forged report, forged
verification certificate, in such case firm will be banned by IRCTC for three years for participating in
tender along with forfeiture of SD and termination of contract.
1.21 No boarding and lodging arrangement of enumerators will be made by IRCTC, and no monetary
amount will be paid for the same.
1.22 Only Confirmed Journey tickets will be reimbursed by IRCTC to the agency.

2.0 Earnest Money Deposit (EMD)

2.1 The Firm/Service Provider/Agency has to remit an EMD of Rs. 43,750/- through online mode
on www.tenderwized.com/IRCTC. The EMD of unsuccessful tenderers shall be refunded
without interest on completion of the bidding process, i.e. issue of Letter of award to the
successful bidder.
2.2 The Earnest Money is liable to be forfeited if the tenderer withdraws or amends its offer within
the period of validity of offer.

AII the bidders shall be required to sign the Bid Security Declaration as follows:-

“I/We hereby understand and accept that I/We withdraw or modify my/our bids during the
period of validity, or if we are awarded the contract and on being called upon to Submit the
performance security/ Security Deposit, fail to submit the performance security/Security Deposit,
before the deadline defined in the request for bid document/Notice Inviting Bid, I/we shall be
debarred from exemption of submitting Bid Security/ Earnest Money Deposit and performance
security/ Security deposit for a period of 6 (six) months, from the date I/we are declared
disqualified from exemption from Submission of EMD/SD, for all Bids for procurement of
goods/Works/services/consultancy etc. issued by any unit of IRCTC published during this
period”.
The above declaration to be submitted by the bidder as per annexure IX attached in the tender
document.
11
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

2.3 Security deposit (SD): The Firm/Service Provider/Agency shall, after written notices of acceptance of
Bid, deposit with the Corporation (in the form of Demand Draft in favour of Indian Railway Catering
and Tourism Corporation Ltd. drawn on scheduled commercial bank payable at New Delhi) a sum equal
to 3 percent (3%) of the total value of the contract for which the Bid has been accepted as a interest free
security for the due fulfillment of the contract. Security Deposit will be returned after successful
completion of the contract subject to no dues and after a no Claim certificate issued by the firm.
2.3.1 No claim shall lie against IRCTC in respect of interest on Security Deposit.
2.3.2 IRCTC shall be entitled and it shall be lawful on his part to forfeit the said security deposit in whole or in
part in the event of any default, failure or neglect on the part of the Firm/Service Provider/Agency in the
fulfillment or performance in all respect of the contract under reference or any other contract with IRCTC
or any part thereof to the satisfaction of IRCTC and IRCTC shall also be entitled to deduct from the said
deposits any loss or damage which IRCTC may suffer due to any act or other default, recoverable by
IRCTC from the Firm in respect of the contract under reference or any other contract and in either of the
events aforesaid to call upon the Firm/Service Provider/Agency to maintain the said security deposit at
its original limit by making further deposits, provided further that IRCTC shall be entitled to recover any
such claim from any sum then due or which at any time thereafter may become due to the Firm/Service
Provider/Agency under this or any other contracts with IRCTC.
2.4 The contract may be terminated forthwith if either party becomes insolvent, ceases its operations,
dissolves, files for bankruptcy or bankruptcy protection, appoints receivers, or enters into an arrangement
for the benefit of creditors, the other party shall have the right to immediately terminate this contract.
2.5 Either party’s liabilities for any charges payments or expenses due to the other party which accrued prior
to the termination date shall not be extinguished by termination, and such amounts (if not otherwise due
on an earlier date), shall be immediately due and payable on the termination date.
2.6 Any obligations under this contract which either expressly or by their nature is to continue after
termination or expiration of this contract shall survive and remain in effect.

3. System of payment

3.1 Payment will be made at the accepted rates plus applicable tax to the Firm/Service Provider/Agency by
IRCTC on the basis of GST invoice.
3.2 The work will be carried out in 2 to 3 phases. The data coverage in phases will be mutually decided.
After completion of each phase firm can submit the bills for payment.
3.3 Payment of verified bills will be made as soon as possible after the same has been duly checked and
passed for payment. No advance payment will be allowed under any circumstances.
3.4 Tax invoice/bill shall be issued from any place within the concerned State where the IRCTC unit is
located, separately mentioning the basic value and GST.
3.5 The Firm/Service Provider/Agency will arrange to submit the bills along with acknowledged data sheets
in original directly to the Nominated officer of IRCTC.
3.6 IRCTC reserves the right to arrange emergent services in case of failure of services/degraded services in
part or full as per requirement placed by the IRCTC and amount paid for such services/items should be
adjusted from contacted agency bill. The occurrence of such event on regular basis during the
contract period will lead to punitive action/termination by IRCTC at any time after serving warning to
the service provider on such event.
3.7 Invoice should be GST compliant and have following minimum particulars:-
(a) Name & Address of firm; RAJ Digitally signed
(b) GST No. of firm; by RAJ KUMAR
(c) Name & Address of Buyer with GST No,; KUMAR CHAND Date: 2022.02.23
(d) Description of service provided; CHAND 16:18:48 +05'30'
(e) Value of Taxable service;
12
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

(f) GST payable;


(g) Invoice should be serially numbered
(h) HSN/SAC code
(i) Date of invoice
3.8 No payment will be made unless the invoice is as per GST rules.
3.9 The Agency/Firm/Contractor/Licensee must give an undertaking certifying that the party is depositing
all the statutory dues to the Government (on Non-Judicial stamp paper of Rs. 10/- or as applicable).
3.10 The verification certificate as per given format attached at Annexure X, to be signed either by IRCTC
official who is on train duty or station duty or by the unit in charge/Pantry manager of the licensee, if
IRCTC official is not available, after completion of Audit of each unit. The certificate of verification
should be submitted along with the bills for payment. Non-submission of certificate will be considered
as Unit not surveyed hence payment will for such unit will not be made.
3.11 Under Section 194-J of the Income Tax Act, 1961, a deduction for income tax along with surcharge as
applicable will be made from sums paid for carrying out the work under this tender (if applicable).

4 Withholding and lien in respect of sums claimed.


Whenever any claim or claims for payment of a sum of money arises out of or under the contract against
the Firm/Service Provider/Agency, IRCTC shall be entitled to withhold and also have a lien to retain
such sum or sums in whole or in part from security, if any, deposited by the Firm/Service
Provider/Agency and for the purpose aforesaid, IRCTC shall be entitled to withhold the said cash
security deposit or the security, if any, furnished as the case may be and also have a lien over the same
pending finalization or adjudication of any such claims. In the event of the security being insufficient to
cover the claimed amount or amounts or if no security has been taken from the Firm/Service
Provider/Agency, IRCTC, shall be entitled to withhold and have lien to retain to the extent of the such
claimed amount or amounts, from any sum or sums found payable or which at any time thereafter may
become payable to the Firm/Service Provider/Agency under the same contract or any other contract with
IRCTC pending finalization or adjudication of any such claim.

4.1 It is an agreed term of the contract that the sum of money so withheld or retained under the lien referred
to above, by IRCTC will be kept withheld or retained as such by the purchaser till the claim arising out of
or under the contract is determined by the Arbitrator (if the contract is governed by the arbitration clause)
or by the competent court.
4.2 Any dispute or difference in respect of either the interpretation effect or application of the above
condition or of the amount recoverable there under by IRCTC from the Firm/Service Provider/Agency,
shall be decided by IRCTC, whose decision thereon shall be final and binding on the Firm/Service
Provider/Agency.
5 Corrupt Practices:
Firm/Service Provider/Agency is expected to observe the highest standard of ethics during the execution
of this contract. If the Firm/Service Provider/Agency has engaged in corrupt or fraudulent practices, in
competing for or in executing the contract, IRCTC may, after given 14 days notice to the Firm/Service
Provider/Agency, terminate the Contract. In pursuit of this policy, IRCTC:
5.1 Defines, for the purposes of this provision, the terms set forth below as follows:
“Corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence
the action in the procurement process or in Contract execution; and
“Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process
or the execution of a contract to the detriment of IRCTC and includes collusive practices among bidders
(prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels and
to deprive IRCTC of the benefits of free and Open competition;
5.2 Will reject a proposal for award if it determines that the bidder being considered for award has engaged
in corrupt or fraudulent practices in competing for the Contract.
6 Breach of Contract:
Any breach of the terms & conditions mentioned in this Bid document by the Firm/Service
Provider/Agency, or any one employed by him or acting on his behalf (whether with or without the

RAJ Digitally signed 13


by RAJ KUMAR
KUMAR CHAND
Date: 2022.02.23
CHAND 16:19:03 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

knowledge of the Firm/Service Provider/Agency) or the committing of any offence by the Firm/Service
Provider/Agency or by any one employed by him or acting on his behalf under Chapter IX of the Indian
Penal Code, 1860 or the Prevention of Corruption Act, 1947 or any other act enacted for the prevention
of corruption by public servants shall entitle IRCTC to cancel the contract and all or any other contracts
with the Firm/Agency/Service Provider and to recover from the Firm/Agency/Service Provider the
amount of any loss arising from such cancellation.

7 Penalty:
a) The timeframe stipulated in the milestone chart or as per any other agreed schedule should be deemed to
be the essence of contract. The work throughout the stipulated period of contract shall be carried out
with all diligence. If the firm fails to complete the work to the satisfaction of IRCTC within the time
prescribed or within the extended time under the contract, the firm shall, without prejudice will be fined
at the rate of 0.5% (of contract value) per week for the delayed time.
b) In case agency fails to get the feedback as per the specified sample size given by IRCTC, Payment of
balance sample size will be deducted/adjusted from the payment of Agency for that unit. Severe action
may also be taken by Competent Authority as deemed fit as per circumstances if service provider
continues such irregularities after due approval from the Competent Authority.

8 Termination of the Contract:


Notwithstanding any provision hereinbefore, Service provider can terminate the Contract by giving one
month's (30 days) written notice to IRCTC without assigning any reason. However, in such case
Security Deposit will be forfeited. IRCTC shall give a 7 days notice for termination of the Contract to
the Service Provider/Agency. In that eventuality the Service Provider/Agency will move out of the
premises of the IRCTC with his men and material immediately. This discretion of termination of this
Contract by the IRCTC will be exercised judiciously since the Service Provider/Agency is rendering the
essential and public utility services. In such situations Security Deposit will be made to service provider
after adjusting dues, if any. IRCTC reserves the Right to terminate the whole contract or part thereof
upon written communication to the Service Provider/Agency due to change in policy or
discontinuation/failure of the service.

9 Arbitration:
9.1 In the event of any question, dispute or difference arising under any of these conditions or any special
conditions of contract, or in connection with this contract (except as to any matters the decision of
which is specially provided for by these or the special conditions) the same will be resolved by
Arbitration, as per the provisions of ‘The Arbitration and Conciliations Act-1996’.
9.2 The demand for arbitration shall specify the matters which are in question, or subject of the dispute or
difference as also the amount of claim item-wise. Only such dispute(s)or difference(s) in respect of
which the demand has been made, together with counter claims or set off, given by the IRCTC, shall be
referred to arbitration and other matters shall not be included in the reference.
9.3 No new claim shall be added during proceedings by either party. However, a party may amend or
supplement the original claim or defense thereof during the course of arbitration proceedings subject to
acceptance by Tribunal having due regard to the delay in making it.
9.4 If the contractor(s) does/do not prefer his/their specific and final claims in writing, within a period of 90
days of receiving the intimation from the IRCTC that the final bill is ready for payment, he/they will be
deemed to have waived his/their claim(s) and IRCTC shall be discharged and released of all liabilities
under the contract in respect of these claims.
9.5 On demand for arbitration, three names from empanelled listed (to which service provider agree) shall
be forwarded to the other party to suggest two name from the forwarded name and out of these two
names, CMD IRCTC shall nominate sole arbitrator to adjudicate upon the dispute between the parties.
RAJ Digitally signed 14
by RAJ KUMAR
KUMAR CHAND
Date: 2022.02.23
CHAND 16:19:17 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

9.6 The award of the arbitrator shall be final and binding on the parties to this contract. The venue of the
Arbitration shall be at IRCTC, Corporate Office or elsewhere in Delhi. The fee shall be shared equally
between the parties.
10 Consequences of Default:
If the Firm/Service Provider/Agency shall omit to perform and observe any of the terms, conditions,
obligations herein contained which by this agreement are to be observed and performed by the
Firm/Service Provider/Agency, then it shall be lawful for the IRCTC any time thereafter to terminate the
Contract agreement and forfeit the Security Deposit subject however to the IRCTC having given to
Firm/Service Provider/Agency the time limit as per schedule prescribed by IRCTC, in writing to
remedy or make good such breach and in spite of such notice the Firm/Service Provider/Agency having
failed to remedy the breach. Upon termination of this Contract agreement as aforesaid, the Firm/Service
Provider/Agency shall take away its entire belongings if any lying at the IRCTC premises within a given
time frame.
11 Tenure of the Contract:
The Contract will be for a period of Six months from the commencement of work & may be extended
for a further period of three months on the same terms and conditions at the sole discretion of IRCTC.

12. Miscellaneous:
12.1 Successful parties would be given maximum fifteen (15) days time or less time, as the case may be,
from the date of issue of the letter of award, to convey his acceptance of award of contract. In case
manufacturer/Firm/Service Provider/Agency fails to accept the offer of award of contract, his Earnest
Money Deposit (EMD), if any, shall be forfeited by IRCTC. The manufacturer/Firm/Service
Provider/Agency shall be debarred from participating in the future projects of IRCTC for a period of
two year.
12.2 Any notice to be served on the Firm/Service Provider/Agency’s shall be deemed to be
sufficiently served if delivered at or sent by registered post addressed to the Firm/Service
Provider/Agency at their registered office or last known place of business. Any notice to be
served by the Firm/Service Provider/Agency on IRCTC shall be deemed to be sufficiently
served if, delivered/ sent by registered post addressed to the Indian Railway Catering and
Tourism Corporation Open at IRCTC concerned Zonal Office:
12.3 All delivery schedules are subject to provincial and Central Government Rules and Regulations which
are or may be in force for the time being in respect of Civil Rationing of Central or Restrictions on
movements of food stuffs or other articles.

12.4 Till the formal agreement is signed between Firm/Service Provider/Agency and IRCTC, this tender
document will be an agreement between the Service Provider and IRCTC. The terms & conditions of
the tender document will be binding on both the parties.
12.5 The Firm/Service Provider/Agency shall maintain full records pertaining to the audit reports rendered to
Purchaser (e.g. Reports, accounts, voucher, bills etc.) and make it available for inspection to IRCTC.
12.6 The Firm/Service Provider/Agency shall not sublet or assign directly or indirectly his contract, or any
part thereof or any interest therein, to any persons who so ever without the prior written permission of
IRCTC. Such subletting assignment, transfer shall not be binding upon IRCTC and in the event of the
Firm/Service Provider/Agency infringing the provision of this clause, IRCTC shall be at liberty to
terminate the contract forthwith without any previous notice to the Firm/Service Provider/Agency and
the Firm/Service Provider/Agency shall name no claim whatsoever in consequences of such termination
of the contract. Digitally signed
RAJ by RAJ KUMAR
CHAND
15
KUMAR Date:
2022.02.23
CHAND 16:19:34
+05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

12.7 IRCTC shall be entitled to purchase any item of this contract elsewhere on the Firm’s account and risk,
and the Firm shall be liable for any loss or damage, which IRCTC may sustain in consequences or
arising out of such purchase.

13 Forensic audit

“The document submitted by the successful applicants, in compliance of the above eligibility conditions
shall be subject to verifications by IRCTC itself or through an agency (except in Forensic Audit)
appointed by IRCTC, for which ałI necessary documents shall have to be essentially provided by the
bidder, if so required. If the successful bidder is found to be ineligible on such verification, the letter of
award will be terminated along with forfeiture of EMD (If any) /Security deposit/ other deposits
such as License Fee, Concession fee, etc.. In such eventually the successful bidder will also be
debarred for 03 years from participating in the future projects of IRCTC’.
14 Indemnity:
The service provider will indemnify the IRCTC/Railway administration for any loss or damage caused
by service provider because of his fault or default.

15 Labour laws: The Licensee shall comply with the provisions of all labour legislations‟ including the
requirements of: -
 Payment of Wages Act –
 Employees Compensation Act –
 Shops & Establishment Act –
 PF & ESI Acts –
 Child Labour (Prohibition and Regulation) Act, 1986. –
 Contract Labour(R&A) Act, 1971 –
 Minimum Wages Act, 1948.
 Registration in Shramik Kalyan Portal

The Railway /IRCTC will not accept any responsibility for the loss/damage/injury (including death)
caused to the Licensee or to the personnel engaged by him in the process of rendering services under this
License and no claim/compensation will be entertained in this regard.

16 Force Majeure
In the event of any unforeseen event directly interfering with the operation of work arising during the
currency of the work agreement; such as war, insurrection, restraint imposed by the Government, act of
legislature or other authority, explosion, accident, strike, riot, lock out, act of public enemy, acts of God,
sabotage; the bidder shall, within a week from the commencement thereof, notify the same in writing to
IRCTC with reasonable evidence thereof. The work shall be restored as expeditiously as possible or, as
the case may be, the impediment to accessibility shall be removed as expeditiously as possible. The
period of work will be further extended for the period during which License/work was not operational.

RAJ Digitally signed


by RAJ KUMAR
KUMAR CHAND
Date: 2022.02.23
CHAND 16:19:49 +05'30'

16
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

ANNEXURE-II

Special Conditions of Contract

1. Payment will be processed after completion of each round of Audit and submission of report on
pro-data basis of quoted/accepted rates. Separate invoice should be raised for cost of audit &
reimbursement of travelling expenses etc.
2. IRCTC reserves the right to increase/decrease 25% number of units the number for food audits to
be conducted at the offered rate of the agency within the validity of contract.
3. The work would be considered complete once the Analysis / Audit / Inspection
Reports/recommendations of last samples are handed over to IRCTC.
4. No increase in agreed rates will be permitted during the currency of the contract.
5. Bidders are required to quote consolidated per Unit rates in each category.
6. IRCTC reserves the right to terminate the contract at a short notice without assigning any reason.

7. The submission of any offer connected with these specifications and documents shall constitute an
undertaking that the bidder shall have no cause/right for any claim against IRCTC for rejection of
the offer. IRCTC shall always be at liberty to reject or accept any offer at its sole discretion and
any such action will not be called into question and the bidder shall have no claim in that regard
against IRCTC.
8. No additional amount shall be paid by IRCTC on account of any escalation in costs during the
contract period or any further period duly extended by IRCTC.
9. Submission of tender implies that he/they has/have made himself/themselves aware of scope of
work to be done before quoting his price bid, and generally all necessary information as to the
risks/contingencies and other circumstances which may influence their costs and no extra charges
consequent on any misunderstanding/misconception shall be allowed.
10. Extension & Default in commence of work: Request for extension of time, to be eligible for
consideration, shall be made by the firm in writing within seven days of the happening of the event
causing delay. The firm may also, if practicable, indicate in such a request the period for which
extension is desired. In any such case, IRCTC may give a fair and reasonable extension of time for
completion of the work. Such extension shall be communicated to the firm by IRCTC in writing.
Such extension will not be ground for revision of fee. The “time” mentioned herein refers to the
time given to the firm to complete the respective tasks as given in the milestone chart and excluded
the time taken by IRCTC to grant or obtain approvals and conduct the tendering process.
11. Custody of reports and confidentiality: During the execution of Food safety & Hygiene Audit,
the firm shall observe strict confidentiality regarding the filled audit report and shall not part with
any information to any other party or persons other than that those directly connected with the
audit. The reports/ documents generated by the firm on the subject shall be the property of IRCTC
and shall be submitted to IRCTC after completion of each round.
12. Canvassing in connection with tender is strictly prohibited and the tenders submitted by the bidders
who resort to canvassing will be liable to rejection.
13. The name of the Project Leader and team members with qualification and experience who would
be responsible for audit should be submitted by the successful bidder.

RAJ Digitally signed


by RAJ KUMAR
KUMAR CHAND
Date: 2022.02.23
17

CHAND 16:20:04 +05'30'


2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

14. In case the conduct or performance of any of the team members is found to be unsatisfactory by
IRCTC, the firm shall immediately replace the said member with the one having appropriate
qualification and experience upon receipt of a written request from IRCTC in this regard.
15. Tender should be signed only by the person authorized by the firm/ Company to sign the tender
documents. The firm should be able to produce legally tenable documentary evidence of such
authorization if called for by IRCTC.
16. No office space/office equipments shall be made available by IRCTC to the firm. The firm is
expected to carry out all the work in its own premises/offices.

17. Payment will be made only for assigned units for food safety & hygiene audits.

18. In case any static unit is found not in operation (for more than one week), a proof may be obtained
(certificate from station authorities/IRCTC concerned official), to claim 25% of the quoted amount.

19. The audit reports to be submitted to IRCTC/Corporate Office & the respective IRCTC zonal heads
phase wise

Digitally signed
RAJ by RAJ KUMAR
CHAND
KUMAR Date:
2022.02.23
CHAND 16:20:19
+05'30'

18
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Annexure III

Food Audit Report Format


1 Date & Time of Audit:
2 Type of Entity
3 Train Number
4 Report No.:
5 Name of the Licensee
6 Name of the Manager
7 Contract period of licensee
8 FSSAI license Type
9 License No.:
10 E-mail Address of licensee:
11 No. of Staff Permitted:
12 No. of staff available during Audit:-
13 Number of POS machines available
14 No. of POS machines not working (with Date)
15 Availability of complaint book
16 Complaint Book Number
17 No. of Lodged complaints
Proper display of Rate list/ availability of
18
sufficient Menu Cards

Signature of Licensee Manager Signature of Auditor


Name……… Mob…………. Name………. Mob………
Date

Digitally signed
RAJ by RAJ KUMAR
CHAND
KUMAR Date:
2022.02.23
CHAND 16:20:35
+05'30'

19
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Annexure -A

RAW MATERIAL (INCLUDING PACKAGING MATERIAL) DETAILS


S Name of Mfg. Mfg. Use By/ Expiry Approved FSSAI
No. Raw by date date/Best before Vendor of License
Material use IRCTC Number

RAJ Digitally signed


by RAJ KUMAR

KUMAR CHAND
Date:
2022.02.23
CHAND 16:20:49 +05'30'
20
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Annexure B

Packaged Food Items Details


SNo. Name of Mfg. Approved FSSAI Expiry Storage Remarks
Item by Vendor of License/ Conditions
IRCTC Registration

RAJ Digitally signed


by RAJ KUMAR

KUMAR CHAND
Date: 21
2022.02.23
CHAND 16:21:07 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Annexure C

Food Handler Details

Sr. Name Designation IRCTC/ Valid Medical Personal Remarks


No. Licensee Card Certificate hygiene

Digitally signed
RAJ by RAJ KUMAR
CHAND
KUMAR Date:
2022.02.23
CHAND 16:21:22
+05'30'

22
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Annexure- D
SVGT
PREMISES CHECKLIST
OPERATIONS
Max. Actual Not
1 EQUIPMENT AND FIXTURES Applicable
Score (M) Score (A)
(N.A.)
The equipments are made of stainless steel
a 5
/galvanized iron/ non corrosive materials.
Appropriate facilities for the cleaning and
disinfecting of equipments and instruments and
b. 10
preferably cleaning in place (CIP) system are
adopted. Cleaning of Trays, hot and cold cases.
TOTAL SCORE (A) 15
Comments:
Not
Max. Score Actual Score
2 STORAGE SYSTEMS Applicable
(M) (A)
(N.A.)
Appropriate arrangement for storage of food & food
a. 5
ingredients provided and adequately segregated.
Proper Nomenclature for Packaged Food Items.
b. (i.e- labelled,Manufacturing/Expiry date,Weight, 10
Food Type)
Containers used for storage are made of non-toxic
c
material.
Veg. foods are stored above non-veg. foods and
d. cooked foods above uncooked foods on separate 5
racks in the refrigerator.
Storage temperature is maintained at -18C for frozen
e.
foods and at or below 5C for high-risk foods.
f Stock Rotation is followed 5
Special attention is given while storing high risk
foods such as cut fruits and salads, fruit juices,
g. 5
confectionary, meat, poultry, fish, water based
sauces and chutneys, gravy foods.
TOTAL SCORE (A) 30
Not
Max. Score Actual Score
3 PERSONAL HYGIENE Applicable
(M) (A)
(N.A.)
Food handlers must wear suitable Uniform with
a. 10
Name Badge & No Tip Badge
b. shall wear head cover, apron and use gloves etc. 5
Avoidance of unhygienic practices such as chewing
c tobacco, touching face, mouth, ear or other body 5
parts, Spitting, sneezing, coughing by food handler.
Adequate facilities for toilets, hand wash with
d. provision for detergent/bactericidal soap, hand 5
drying facility and nail cutter are provided.

RAJ Digitally signed


by RAJ KUMAR
23
KUMAR CHAND
Date: 2022.02.23
CHAND 16:21:38 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Arrangements are made to get the staff medically


e. examined once in a year to ensure that they are free 5
from infectious, contagious and other diseases.
f Valid Medical Cards for all food handlers 5
TOTAL SCORE (A) 35
Comments:
Not
Max. Score Actual Score
4 WATER SUPPLY Applicable
(M) (A)
(N.A.)
Adequate supply of potable water for processing of
a. 10
tea-coffee, soup, food, from RO/designated source.
Adequate stock of RailNeer with safe & clean
b. 10
storage.
TOTAL SCORE (A) 20
Not
Max. Score Actual Score
5 HANDLING OF FOOD Applicable
(M) (A)
(N.A.)
Handling of food should be minimal. It should be
ensured that utensils, crockery, cutlery and specially
a. 10
hands of the food handlers/seller are clean and
sanitized
Cooling of products for further use are treated as
follows:
Temperature brought down from 60C to 21C in 2
b. 10
hours and to 5 C or below in the next 4 hours.
Serving of food at appropriate temperature in food
containers
All PAD Items are approved brands/Shortlisted like
Snacks, Biscuits,Confectioneries,Fruit Drink,aerated
c. 10
drink, namkeen Chips,Ice-Creams, Flavoured Milk
etc,
TOTAL SCORE (A) 30
Comments:
Not
Max. Score Actual Score
6 CLEANING AND MAINTENANCE Applicable
(M) (A)
(N.A.)
Cleaning and sanitation programme is drawn up,
observed and the record of the same is properly
maintained. The schedule includes:
a. • Area needs to be cleaned 10
• Frequency of cleaning
• Method of cleaning
b. Status of cleaning ( physical observation) 15
TOTAL SCORE (A) 25
Comments:
Railways
Not
LOCATION AND LAYOUT OF THE Max. Score Actual Score
7 Applicable
ESTABLISHMENT (M) (A)
(N.A.)

RAJ Digitally signed


by RAJ KUMAR 24
KUMAR CHAND
Date:
2022.02.23
CHAND 16:21:57 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

All electrical wires, boards and panels are adequately


e. 5
secured and in a clean state
Any glass fixture including tube lights is
f appropriately secured with an unbreakable high 5
temperature resistant material
TOTAL SCORE (A) 10
Comments:
Not
Max. Score Actual Score
8 PEST CONTROL SYSTEM Applicable
(M) (A)
(N.A.)
Treatment with permissible chemical, physical or
a. biological agents within the permissible limits are 5
carried out.

Adequate control measures are in place to prevent


b. insect and rodents from entry into the processing 5
area.
TOTAL SCORE (A) 10
Comments:
Miscellaneous
Not
Max. Score Actual Score
9 RECORDS /DOCUMENTS CONTROL Applicable
(M) (A)
(N.A.)
Records of daily supply and sales are available with
a. 5
working POS machines.
Availability of records like- LOA, tender document,
medical certificate and police verification of staff,
b. 5
travel authority, complaint book, menu cards, list of
empanelled products.
TOTAL SCORE (A) 10
Comments:
Not
REGULATORY, STATUTORY AND SAFETY Max. Score Actual Score
10 Applicable
REQUIREMENTS (M) (A)
(N.A.)
a. Food License (FSSAI License) 5
All packaged food products carrying label and
requisite information as per Regulations and
b. 5
availability of measuring flask, weighing scale are
made.
Safety measures for LPG, gas pipelines and
c. 5
electricity
Fire extinguisher (Locations, proper sieving and
d. 5
training about how to use)
First aid box is available and medicines in use are fit
e. 5
for use.
Availability of Menu in tray mats, menu cards and
5
f. non working POS machines
TOTAL SCORE (A) 30
Digitally signed 25
RAJ by RAJ KUMAR
KUMAR CHAND
Date: 2022.02.23
CHAND 16:22:18 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Comments:
Not
Max. Score Actu al Score
11 TRAINING & PRESENTATION Applicable
(M) (A)
(N.A.)
Food handlers and production floor managers/
a. supervisors underwent appropriate food hygiene 10
training.
Presentation of services & staff, aesthetic look of
b. 10
items, behaviour of staff with customers
TOTAL SCORE (A) 20
Comments:

Rajdhani/ Duranto
PREMISES CHECKLIST
OPERATIONS
Max. Actual Not
1 EQUIPMENT AND FIXTURES Applicable
Score (M) Score (A)
(N.A.)
Work surfaces, chopping boards and equipments are
thoroughly cleaned by non toxic cleaning agents and
a. 5
hot water before the preparing of food starts and after
it has been used.
Separate chopping boards and knives for raw fruit/
b. vegetables/meat/poultry and ready-to-eat food are 5
used
The equipments are made of stainless steel
c. 5
/galvanized iron/ non corrosive materials.
Appropriate facilities for the cleaning and
disinfecting of equipments and instruments and
d. 5
preferably cleaning in place (CIP) system are
adopted. Cleaning of Trays, hot and cold cases.
TOTAL SCORE (A) 20
Comments:
Max. Actual
Not Applicable
2 STORAGE SYSTEMS Score Score
(N.A.)
(M) (A)
Appropriate arrangement for storage of food & food
a. 5
ingredients provided and adequately segregated.
Proper Nomenclature for Packaged Food Items. (i.e-
b. labelled, Manufacturing/Expiry date, Weight, Food 5
Type)
Containers used for storage are made of non-toxic
c
material.
Veg. foods are stored above non-veg. foods and cooked
d. foods above uncooked foods on separate racks in the 5
refrigerator.
Storage temperature is maintained at -18C for frozen
e.
foods and at or below 5C for high-risk foods.
26
RAJ Digitally signed
by RAJ KUMAR
KUMAR CHAND
Date: 2022.02.23
CHAND 16:22:36 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

f Stock Rotation is followed 5


Special attention is given while storing high risk foods
such as cut fruits and salads, fruit juices, confectionary,
g. 5
meat, poultry, fish, water based sauces and chutneys,
gravy foods.
TOTAL SCORE (A) 25
Comments:
Max. Actual
Not Applicable
3 PERSONAL HYGIENE Score Score
(N.A.)
(M) (A)
Food handlers must wear suitable Uniform with
a. 10
Name Badge & No Tip Badge
shall wear head cover, apron, musk mouth and use
b. 5
gloves etc.
Avoidance of unhygienic practices such as chewing
c tobacco, touching face, mouth, ear or other body parts, 5
Spitting, sneezing, coughing by food handler.
Adequate facilities for toilets, hand wash with provision
d. for detergent/bactericidal soap, hand drying facility and 5
nail cutter are provided.
Arrangements are made to get the staff medically
e. examined once in a year to ensure that they are free from 5
infectious, contagious and other diseases.
f Valid Medical Cards for all food handlers 5
TOTAL SCORE (A) 35
Comments:
Max. Actual
Not Applicable
4 WATER SUPPLY Score Score
(N.A.)
(M) (A)
Adequate supply of potable water for processing of tea-
a. 10
coffee, soup, food from RO/designated source.
b. Adquate stock of Rail Neer with safe & clean storage. 10
TOTAL SCORE (A) 20
Comments:
Max. Actual
Not Applicable
5 HANDLING OF FOOD Score Score
(N.A.)
(M) (A)
Handling of food should be minimal. It should be
a. ensured that utensils, crockery, cutlery and specially 5
hands of the food handlers/seller are clean and sanitized
The source and standards of raw material used are of
b. optimum LCS and as per Regulation and standards laid 5
down under the Act.
All PAD items, Meat, poultry, fish and other non-veg
c. products are only sourced from licensed / empanlled 10
brand/suppliers
Frozen products to be received at temperature below -
d. 18C and fresh / chilled products to be received at 5
temperature below 5C
Thawing of frozen meat or poultry are carried out in one
e 5
of the following ways:
27
RAJ Digitally signed
by RAJ KUMAR

KUMAR CHAND
Date:
2022.02.23
CHAND 16:22:55 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

- At refrigeration temperature(50 or less) for not more


than 24 hours.
-under running water at room temperature or in a
microwave for not more than 90 mins.
Cooling of products for further use are treated as
follows:
f Temperature brought down from 60C to 21C in 2 hours 5
and to 5 C or below in the next 4 hours. Serving of food
at appropriate temperature in food containers
TOTAL SCORE (A) 35
Comments:
Max. Actual
Not Applicable
6 CLEANING AND MAINTENANCE Score Score
(N.A.)
(M) (A)
Cleaning and sanitation programme is drawn up,
observed and the record of the same is properly
maintained. The schedule includes:
a. 10
• Area needs to be cleaned
• Frequency of cleaning
• Method of cleaning
Sinks with a draining board, detergent and hot water
shall be provided to ensure proper cleaning of utensils,
b. 5
crockery and cutlery.A separate place for washing pots
and pans.
c. Status of cleaning ( physical observation) 10
TOTAL SCORE (A) 25
Comments:
Railways
Max. Actual
LOCATION AND LAYOUT OF THE Not Applicable
7 Score Score
ESTABLISHMENT (N.A.)
(M) (A)
The Cooking Area walls are smooth, made with
impervious material up to a height of not less than five
a.
feet and the junction between the walls and floors are 5
curved.
b. The Pantry car is adequately lighted and ventilated
Food preparation/ cooking/frying area is equipped with
c. chimney/Exhaust with appropriate suction to avoid 5
smoke
The preparation/ processing/ cooking/Packaging should
be adequate to eliminate and reduce hazards to an
d. 5
acceptable level, which might have been introduced at
the raw food level.
All electrical wires, boards and panels are adequately
e.
secured and in a clean state
Any glass fixture including tube lights is appropriately 5
f secured with an unbreakable high temperature resistant
material
TOTAL SCORE (A) 20
Comments:

RAJ Digitally signed


by RAJ KUMAR 28
KUMAR CHAND
Date: 2022.02.23
CHAND 16:23:16 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Max. Actual
Not Applicable
8 PEST CONTROL SYSTEM Score Score
(N.A.)
(M) (A)
Treatment with permissible chemical, physical or
a. biological agents within the permissible limits are carried 5
out.
Adequate control measures are in place to prevent insect
b. 5
and rodents from entry into the processing area.
TOTAL SCORE (A) 10
Comments:
Miscellaneous
Max. Actual
Not Applicable
9 RECORDS /DOCUMENTS CONTROL Score Score
(N.A.)
(M) (A)
Records of daily production, raw material utilized and
a. 5
sales are available with working POS machines.
Availability of records like- LOA, tender document,
medical certificate and police verification of staff, travel
b. 5
authority, complaint book, menu cards, list of
empanelled products.
TOTAL SCORE (A) 10
Comments:
Max. Actual
REGULATORY, STATUTORY AND SAFETY Not Applicable
10 Score Score
REQUIREMENTS (N.A.)
(M) (A)
a.Food License (FSSAI License) 5
All packaged food products carrying label and requisite
b. information as per Regulations and availability of 5
measuring flask, weighing scale are made.
c. Safety measures for LPG, gas pipelines and electricity 5
Fire extinguisher (Locations, proper sieving and training
d. 5
about how to use)
First aid box is available and medicines in use are fit for
e. 5
use.
Availability of Menu in tray mats, menu cards and non
f. 5
working POS machines
TOTAL SCORE (A) 30
Comments:
Max. Actu al
Not Applicable
11 TRAINING & PRESENTATION Score Score
(N.A.)
(M) (A)
Food handlers and production floor managers/
a. supervisors underwent appropriate food hygiene 10
training.
Presentation of services & staff, aesthetic look of items,
b. 10
behaviour of staff with customers
TOTAL SCORE (A) 20
Comments:

Digitally signed
RAJ by RAJ KUMAR
CHAND
KUMAR Date:
2022.02.23 29
CHAND +05'30'
16:23:35
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Mail Express
PREMISES CHECKLIST
OPERATIONS
Max. Actual Not
1 EQUIPMENT AND FIXTURES Score Score
Applicable (N.A.)
(M) (A)
Work surfaces, chopping boards and equipments are
a. thoroughly cleaned before the preparing of food starts 5
and after it has been used.
Separate chopping boards and knives for raw fruit/
b. 5
vegetables/meat/poultry and ready-to-eat food are used
The equipments are made of stainless steel /galvanized
c. 5
iron/ non corrosive materials.
Appropriate facilities for the cleaning and disinfecting of
d. equipments and instruments and preferably cleaning in 5
place (CIP) system are adopted; wherever necessary.
TOTAL SCORE (A) 20
Comments:
Max. Actual
Not Applicable
2 STORAGE SYSTEMS Score Score
(N.A.)
(M) (A)
Appropriate arrangement for storage of food & food
a. 5
ingredients provided and adequately segregated.
Proper Nomenclature for Packaged Food Items. (i.e-
b. labelled, Manufacturing /Expiry date, Weight, Food 10
Type, MRP)
Containers used for storage are made of non-toxic
c
material.
Veg. foods are stored above non-veg. foods and cooked
d. foods above uncooked foods on separate racks in the 5
refrigerator.
Storage temperature is maintained at -18C for frozen
e.
foods and at or below 5C for high-risk foods.
f Stock Rotation is followed 5
Special attention is given while storing high risk foods
such as cut fruits and salads, fruit juices, confectionary,
g. 5
meat, poultry, fish, water based sauces and chutneys,
gravy foods.
TOTAL SCORE (A) 30
Comments:
Max. Actual
Not Applicable
3 PERSONAL HYGIENE Score Score
(N.A.)
(M) (A)
Food handlers must wear suitable Uniform with
a. 5
Name Badge.
shall wear head cover, apron, musk mouth and use
b. 5
gloves etc.
Avoidance of unhygienic practices such as chewing
c tobacco, touching face, mouth, ear or other body parts, 5
Spitting, sneezing, coughing by food handler.
Adequate facilities for toilets, hand wash with provision
d. for detergent/bactericidal soap, hand drying facility and 5
nail cutter are provided.
30
Digitally signed
RAJ by RAJ KUMAR
KUMAR CHAND
Date: 2022.02.23
CHAND 16:23:52 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Arrangements are made to get the staff medically


e. examined once in a year to ensure that they are free from 5
infectious, contagious and other diseases.
f Valid Medical Cards for all food handlers 5
TOTAL SCORE (A) 30
Comments:
Max. Actual
Not Applicable
4 WATER SUPPLY Score Score
(N.A.)
(M) (A)
Adequate supply of potable water for processing of tea-
a. 10
coffee, soup, food from RO/designated source.
b. Adequate stock of Rail Neer with safe & clean storage. 10
TOTAL SCORE (A) 20
Comments:
Max. Actual
Not Applicable
5 HANDLING OF FOOD Score Score
(N.A.)
(M) (A)
Handling of food should be minimal. It should be
a. ensured that utensils, crockery, cutlery and specially 5
hands of the food handlers/seller are clean and sanitized
The source and standards of raw material used are of
b. optimum LCS and as per Regulation and standards laid 5
down under the Act.
All PAD items, Meat, poultry, fish and other non-veg
c. products are only sourced from licensed / empanlled 10
brand/suppliers
Frozen products to be received at temperature below -
d. 18C and fresh / chilled products to be received at 5
temperature below 5C
Thawing of frozen meat or poultry are carried out in one
of the following ways:
- At refrigeration temperature(50 or less) for not more
e. 5
than 24 hours.
-under running water at room temperature or in a
microwave for not more than 90 mins.
Cooling of products for further use are treated as
follows:
f. 5
Temperature brought down from 60C to 21C in 2 hours
and to 5 C or below in the next 4 hours.
TOTAL SCORE (A) 35
Comments:
Max. Actual
Not Applicable
6 CLEANING AND MAINTENANCE Score Score
(N.A.)
(M) (A)
Cleaning and sanitation programme is drawn up,
observed and the record of the same is properly
maintained. The schedule includes:
a. 10
• Area needs to be cleaned
• Frequency of cleaning
• Method of cleaning

RAJ Digitally signed


by RAJ KUMAR
31
KUMAR CHAND
Date:
2022.02.23
CHAND 16:24:10 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Sinks with a draining board, detergent and hot water


shall be provided to ensure proper cleaning of utensils,
b. 5
crockery and cutlery.A separate place for washing pots
and pans.
c. Status of cleaning ( physical observation) 10
TOTAL SCORE (A) 25
Comments:
Railways
Max. Actual
LOCATION AND LAYOUT OF THE Not Applicable
7 Score Score
ESTABLISHMENT (N.A.)
(M) (A)
The Pantry car walls are smooth, made with impervious
a.material up to a height of not less than five feet and the
junction between the walls and floors are curved. 5
b. The Pantry car is adequately lighted and ventilated
Food preparation/ cooking/frying area is equipped with
c. chimney/Exhaust with appropriate suction to avoid 5
smoke
The preparation/ processing/ cooking should be adequate
d. to eliminate and reduce hazards to an acceptable level, 5
which might have been introduced at the raw food level.
All electrical wires, boards and panels are adequately
e.
secured and in a clean state
Any glass fixture including tube lights is appropriately 5
f secured with an unbreakable high temperature resistant
material
TOTAL SCORE (A) 20
Comments:
Max. Actual
Not Applicable
8 PEST CONTROL SYSTEM Score Score
(N.A.)
(M) (A)
Treatment with permissible chemical, physical or
a. biological agents within the permissible limits are carried 5
out.
Adequate control measures are in place to prevent insect
b. 5
and rodents from entry into the processing area.

TOTAL SCORE (A) 10


Comments:
Miscellaneous
Max. Actual
Not Applicable
9 RECORDS /DOCUMENTS CONTROL Score Score
(N.A.)
(M) (A)
Records of daily supply, production, raw material
a. utilized and sales are available. Availability of working 5
POS machines.
Availability of records like- LOA, tender document,
medical certificate and police verification of staff, travel
b. 5
authority, complaint book, menu cards, list of
empanelled products.
TOTAL SCORE (A) 10

RAJ Digitally signed


by RAJ KUMAR
32
KUMAR CHAND
Date: 2022.02.23
CHAND 16:24:37 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Comments:
Max. Actual
REGULATORY, STATUTORY AND SAFETY Not Applicable
10 Score Score
REQUIREMENTS (N.A.)
(M) (A)
a. Food License (FSSAI License) 5

All packaged food products carrying label and requisite


b. information as per Regulations and availability of 5
measuring flask, weighing scale are made.

c. Safety measures for LPG, gas pipelines and electricity 5


Fire extinguisher (Locations, proper sieving and training
d. 5
about how to use)
First aid box is available and medicines in use are fit for
e. 5
use.

Proper display of Rate list in pantry car/ availability of


f. Menu Cards with waiters, Bills provided to customers 5
and non working POS machines

TOTAL SCORE (A) 30


Comments:
Max. Actu al
Not Applicable
11 TRAINING & PRESENTATION Score Score
(N.A.)
(M) (A)

Food handlers and production floor managers/


a. 10
supervisors underwent appropriate food hygiene training.

Presentation of services & staff, aesthetic look of items,


b. 10
behaviour of staff with customers

TOTAL SCORE (A) 20


Comments:

Static Unit
PREMISES CHECKLIST
Max. Actual Not
1 EQUIPMENT AND FIXTURES Score Applicable
Score (A)
(M) (N.A.)
Work surfaces, chopping boards and equipments are
thoroughly cleaned by non toxic cleaning agent and hot
a. 5
water before the preparing of food starts and after it has been
used.
Separate chopping boards and knives for raw fruit/
b. 5
vegetables/meat/poultry and ready-to-eat food are used
The equipments are made of stainless steel /galvanized iron/
c. 5
non corrosive materials.

RAJ Digitally signed


by RAJ KUMAR

KUMAR CHAND
Date:
33

2022.02.23
CHAND 16:24:59 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Appropriate facilities for the cleaning and disinfecting of


d. equipments and instruments and preferably cleaning in place 5
(CIP) system are adopted; wherever necessary.
TOTAL SCORE (A) 20
Comments:
Max. Actual Not
2 STORAGE SYSTEMS Score Score Applicable
(M) (A) (N.A.)
Appropriate arrangement for storage of food & food
a. 5
ingredients provided and adequately segregated and labeled
b. Containers used for storage are made of non-toxic material. 5
Veg. foods are stored above non-veg. foods and cooked
c. foods above uncooked foods on separate racks in the 5
refrigerator.
Storage temperature is maintained at -18C for frozen foods
d. 5
and at or below 5C for high-risk foods.
e. Stock Rotation is followed 5
Raw food /meat/poultry and ready-to-eat foods are kept
f. 5
separate at all times to avoid cross contamination.
Special attention is given while storing high risk foods such
g. as cut fruits and salads, fruit juices, confectionary, meat, 5
poultry, fish, water based sauces and chutneys, gravy foods.
TOTAL SCORE (A) 35
Comments:
Max. Actual Not
3 PERSONAL HYGIENE Score Score Applicable
(M) (A) (N.A.)
Food handlers must wear suitable clean clothes and where
a. necessary, shall wear head cover, apron, musk mouth and 5
use gloves etc.
Avoidance of unhygienic practices such as chewing tobacco,
b. touching face, mouth, ear or other body parts, Spitting, 5
sneezing, coughing by food handler.
Adequate facilities for toilets, hand wash and , with
c. provision for detergent/bactericidal soap, hand drying facility 5
and nail cutter are provided.
Arrangements are made to get the staff medically examined
d. once in a year to ensure that they are free from infectious, 5
contagious and other diseases.
TOTAL SCORE (A) 20
Comments:
Max. Actual Not
4 WATER SUPPLY Score Score Applicable
(M) (A) (N.A.)
Adequate supply of potable water for processing of tea-
a. 5
coffee, soup, food from RO/designated source.
b. Adequate stock of Rail Neer with safe & clean storage. 5
Availability of Water Filter (RO) plant wirh specified TDS
c. 5
range for use of food processing and drinking.
TOTAL SCORE (A) 15

RAJ Digitally signed


by RAJ KUMAR 34
KUMAR CHAND
Date:
2022.02.23
CHAND 16:25:25 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Comments:
Max. Actual Not
5 HANDLING OF FOOD Score Score Applicable
(M) (A) (N.A.)
Handling of food should be minimal. It should be ensured
a. that utensils, crockery, cutlery and specially hands of the 5
food handlers/seller are clean and sanitized
The source and standards of raw material used are of
b. optimum LCS and as per Regulation and standards laid down 5
under the Act.
All PAD items, Meat, poultry, fish and other non-veg
c. products are only sourced from licensed / empanlled 5
brand/suppliers
Frozen products to be received at temperature below - 18C
d. and fresh / chilled products to be received at temperature 5
below 5C
Test report from own or NABL accredited/ FSSAI notified
e. labs regarding microbiological contaminants in food items 5
are available.
Thawing of frozen meat or poultry are carried out in one of
the following ways:
- At refrigeration temperature(50 or less) for not more than
f. 5
24 hours.
-under running water at room temperature or in a microwave
for not more than 90 mins.
Cooling of products for further use are treated as follows:
g. Temperature brought down from 60C to 21C in 2 hours and 5
to 5 C or below in the next 4 hours. Serving of food at
apropraite temperatures in food containers.
TOTAL SCORE (A) 35
Comments:
Max. Actual Not
6 CLEANING AND MAINTENANCE Score Score Applicable
(M) (A) (N.A.)
Cleaning and sanitation programme is drawn up, observed
and the record of the same is properly maintained. The
schedule includes:
a. 5
• Area needs to be cleaned
• Frequency of cleaning
• Method of cleaning
Sinks with a draining board, detergent and hot water shall be
b. provided to ensure proper cleaning of utensils, crockery and 5
cutlery.A separate place for washing pots and pans.
C. Status of cleaning ( physical observation) 10
TOTAL SCORE (A) 20
Comments:
Max. Actual Not
LOCATION AND LAYOUT OF THE
7 Score Score Applicable
ESTABLISHMENT
(M) (A) (N.A.)
Digitally signed
RAJ by RAJ KUMAR
CHAND 35
KUMAR Date:
2022.02.23
CHAND 16:25:48
+05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

The walls are smooth, made with impervious material up to


a. a height of not less than five feet and the junction between 5
the walls and floors are curved.
b. The facility is adequately lighted and ventilated 5
Food preparation/ cooking/frying area is equipped with
c. 5
chimney/Exhaust with appropriate suction to avoid smoke
The preparation/ processing/ cooking/Packaging should be
adequate to eliminate and reduce hazards to an acceptable
d. 5
level, which might have been introduced at the raw food
level.
All electrical wires, boards and panels are adequately
e. 5
secured and in a clean state
Any glass fixture including tube lights is appropriately
f secured with an unbreakable high temperature resistant 5
material
TOTAL SCORE (A) 30
Comments:
Max. Actual Not
8 PEST CONTROL SYSTEM Score Score Applicable
(M) (A) (N.A.)
Treatment with permissible chemical, physical or biological
a. 5
agents within the permissible limits are carried out.
Adequate control measures are in place to prevent insect and
b. 5
rodents from entry into the processing area.
The area has proper mesh and flies catchers at appropriate
c. 5
locations to prevent pest entry.
TOTAL SCORE (A) 15
Comments:
Max. Actual Not
9 RECORDS /DOCUMENTS CONTROL Score Score Applicable
(M) (A) (N.A.)
Records of daily production, raw material utilized and sales
a. 5
are available with working POS machines.
Appropriate records of food processing/ preparation, food
b. LCS, laboratory test results, pest control etc. for a period of 1 5
year or the shelf- life of the product; whichever is more.
Availability of records like- LOA, tender document, medical
c. certificate and police verification of staff, travel authority, 5
complaint book, menu cards, list of empanelled products.
TOTAL SCORE (A) 15
Comments:
Max. Actual Not
REGULATORY, STATUTORY AND SAFETY
10 Score Score Applicable
REQUIREMENTS
(M) (A) (N.A.)
a. Food License (FSSAI License) 5
All packaged food products carrying label and requisite
b. information as per Regulations and availability of measuring 5
flask, weighing scale are made.
c. Safety measures for LPG, gas pipelines and electricity 5
Fire extinguisher (Locations, proper sieving and training
d. 5
about how to use)

RAJ Digitally signed 36


by RAJ KUMAR
KUMAR CHAND
Date: 2022.02.23
CHAND 16:26:42 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

e.First aid box is available and medicines in use are fit for use. 5
Availability of Menu in tray mats, menu cards and non
f. 5
working POS machines
TOTAL SCORE (A) 30
Comments:
Max. Actu al Not
11 TRAINING & PRESENTATION Score Score Applicable
(M) (A) (N.A.)
Food handlers and production floor managers/ supervisors
a. 10
underwent appropriate food hygiene training.
Presentation of services & staff, aesthetic look of unit and
b. 10
items, behaviour of staff with customers
TOTAL SCORE (A) 20
Comments:

Digitally signed
RAJ by RAJ KUMAR
CHAND
KUMAR Date:
2022.02.23
CHAND 16:27:00
+05'30'

37
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Annexure-E

SCORE MATRIX

SHATABADI/GATIMAN/VANDE BHARAT/TEJAS
Maximum Actual
Assessment Head Audit Criteria/Scope Percentage
score Score
Equipment and Fixtures 15
Storage System 30
Personal Hygiene 35
Operations
Water Supply 20
Handling of Food 30
Cleaning and Maintenance 25
Location and Layout of the System 10
Railways
Pest Control System 10
Record/ Document Control 10
Regulatory, Statutory and Safety
Miscellaneous 30
Requirements
Training 20
Total 235
Licensee Score
Maximum Actual
Assessment Head Audit Criteria/Scope Percentage
score Score
Equipment and Fixtures 15
Storage System 30
Personal Hygiene 35
Operations
Water Supply 20
Handling of Food 30
Cleaning and Maintenance 25
Record/ Document Control 10
Regulatory, Statutory and Safety
Misellaneous 30
Requirements
Training 20
Total 215

Scoring guidance
Score Performance % Score
Not complying with
1 0-30%
requirements (Average)
Initiated or under process
2 31-50%
(Good)
Complying but needs
3 51-80%
improvement (Very Good)
4 Satisfactorily complying with
81-100%
1 Not complying with

RAJ Digitally signed


by RAJ KUMAR
KUMAR CHAND 38
Date: 2022.02.23
CHAND 16:28:21 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Rajdhani/ Duronto Express


Assessment Actual
Audit Criteria/Scope Maximum score Percentage
Head Score
Equipment and Fixtures 20
Storage System 25
Personal Hygiene 35
Operations
Water Supply 20
Handling of Food 35
Cleaning and Maintenance 25
Location and Layout of the System 20
Railways
Pest Control System 10
Record/ Document Control 10
Regulatory, Statutory and Safety
Miscellaneous 30
Requirements
Training 20
Total 250
Licensee Score
Assessment Actual
Audit Criteria/Scope Maximum score Percentage
Head Score
Equipment and Fixtures 20
Storage System 25
Personal Hygiene 35
Operations
Water Supply 20
Handling of Food 35
Cleaning and Maintenance 25
Record/ Document Control 10
Regulatory, Statutory and Safety
30
Requirements
Misellaneous Training 20
Total 220

Scoring
guidance
Score Performance % Score
Not complying with
1 0-30%
requirements (Average)
Initiated or under process
2 31-50%
(Good)
Complying but needs
3 Digitally
51-80% signed by RAJ
improvement (Very Good) RAJ KUMAR
4 Satisfactorily complying with CHAND
KUMAR Date:
81-100% 2022.02.23
1 Not complying with CHAND 16:28:45
+05'30'

39
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Mail Express
Assessment Maximum Actual
Audit Criteria/Scope Percentage
Head score Score
Equipment and Fixtures 20
Storage System 30
Personal Hygiene 30
Operations
Water Supply 20
Handling of Food 35
Cleaning and Maintenance 25
Location and Layout of the System 20
Railways
Pest Control System 10
Record/ Document Control 10
Regulatory, Statutory and Safety
Misellaneous 30
Requirements
Training 20
Total 250
Licensee Score
Assessment Maximum Actual
Audit Criteria/Scope Percentage
Head score Score
Equipment and Fixtures 20
Storage System 30
Personal Hygiene 30
Operations
Water Supply 20
Handling of Food 35
Cleaning and Maintenance 25
Record/ Document Control 10
Regulatory, Statutory and Safety
Misellaneous 30
Requirements
Training 20
Total 220

Scoring
guidance
Score Performance % Score
Not complying with
1 0-30%
requirements (Average)
Initiated or under process
2 31-50%
(Good)
Complying but needs Digitally signed
3 51-80% RAJ by RAJ KUMAR
CHAND
improvement (Very Good)
4 Satisfactorily complying with KUMAR Date:
2022.02.23

1
81-100% CHAND 16:29:05
+05'30'
Not complying with
40
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

STATIC
Audit Criteria/Scope Maximum score Actual Score Percentage
Equipment and Fixtures 20
Storage System 35
Personal Hygiene 20
Water Supply 15
Handling of Food 35
Cleaning and Maintenance 20
Location and Layout of the System 30
Pest Control System 15
Record/ Document Control 15
Regulatory, Statutory and Safety
30
Requirements
Training 20
Total 255
Scoring guidance
Score Performance % Score
Not complying with
1 0-30%
requirements
(Average)
Initiated or under
2 process 31-50%
(Good)
Complying but needs
3 improvement (Very 51-80%
Good)
Satisfactorily
complying with
4 81-100%
the requirements
(Excellent)

Note: The actual scores are based on the following criteria –

Score Performance % Score


01 Not complying with requirements 0-30%
(Average)
02 Initiated or under process (Good) 30-60%
03 Complying but needs 60-80%
improvement (Very good)
04 Satisfactorily complying with the 80-100%
requirements (Exellent)

Maximum score is 5 for each criteria.

RAJ Digitally signed


by RAJ KUMAR
KUMAR CHAND
Date: 2022.02.23
CHAND 16:29:27 +05'30'

41
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Annexure-F

Audit Summary

Sr No. Term Scope Recommendation /Observation

Short

Medium

Long Term

Digitally signed
RAJ by RAJ KUMAR
CHAND
KUMAR Date:
2022.02.23
CHAND 16:29:54
+05'30'

42
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

ANNEXURE - IV

OFFER FORM

Joint General Manager/Quality


IRCTC, 11th floor, Statesman House Building,
Barakhamba Road,
New Delhi-110001.

Subject: Open E-Tender for Third Party Food Safety and Hygiene Audit in IRCTC managed
Mobile and static units for a period of Six Month, across India managed by Indian
Railway Catering and Tourism Corporation Ltd.
Dear Sir,
a) I / We ___________________________________________________ have read the general
guidelines and tender document attached hereto containing the Terms and Conditions and agree
to abide by such conditions. I / We offer for the subjected services in the attached schedules and
hereby bind myself / ourselves to complete all the formalities from time to time as required after
the award of Contract.

b) I / We hereby understand that the submission of Open E-tender(s) does not guarantee allotment
of Contract. I / We further understand that in case of any information submitted by me / us being
found to be incorrect, IRCTC will have the right to summarily reject the Open E-tender, cancel
the Contract or revoke the same at any time without assigning any reason whatsoever.

c) I / We further agree to execute an agreement to abide by the standard and special conditions of
Contract for the subjected services. In case of acceptance of tender by the IRCTC, I / We bind
myself / ourselves to execute the Contract agreement awarded to me / us and to commence the
supply/services as per the conditions of the Contract failing which, I / We shall have no objection
to the forfeiture of full Security Deposit and EMD, deposited by us with IRCTC, New Delhi in
addition to other penalties specified under the terms of Contract.

d) IRCTC and its representatives are hereby authorized to conduct any inquiries or investigations or
seek clarifications or verify any statements, documents and information submitted in connection
with this tender.

e) On account of non-acceptance of award or on account of not fulfilling tender conditions within


the prescribed time, I/We shall be debarred by IRCTC for further participation in the future
tenders of IRCTC.

I/We do hereby confirm that I/We have the necessary authority and approval to submit this Open E-
tender document for the subjected service to the Departmental Catering Units of IRCTC Ltd. The
following persons may be contacted for any information or clarifications relating to this Contract:

Digitally signed
Name:
RAJ by RAJ KUMAR
CHAND
Address:
KUMAR Date:
2022.02.23
Telephone, fax number:
CHAND 16:30:15
+05'30'

43
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

PAN No.:

A notice or letter of communication addressed to me/us at the given address in the tender, even by
ordinary post will be deemed to be valid and proper notice of intimation to me/us.

Authorized signatory

Name. Designation and seal

Address:
Date:

Place:

With Kind regards

For _____________________(name of the Company/Organisation)

Signature of the Authorized signatory and Company/Organisation Seal

(Name of the authorized signatory)

Address:

RAJ Digitally signed


by RAJ KUMAR

KUMAR CHAND
Date:
2022.02.23
CHAND 16:30:40 +05'30'
44
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Annexure - V
INTEGRITY PACT

Between
INDIAN RAILWAY CATERING AND TOURISM CORPORATION (IRCTC) hereinafter
referred to as “The Principal”
And
------------------------------------------------------------------------------hereinafter referred to as
“The Bidder/Contractor”

Preamble

The principal intends to award, under laid down organizational procedures, contract/s for
______________________________. The Principal values full compliance with all Relevant laws of
the land, rules, regulations, economic use of resources and of fairness/transparency in its relations with
its Bidder(s) and/or Contractor(s).
In order to achieve these goals, the Principal will appoint as independent External Monitor (IEM), who
will monitor the Open E-tender process and the execution of the contract for compliance with the
principles mentioned above.

Section 1- Commitments of the Principal:

(1) The principal commits itself to take all measures necessary to prevent corruption and to observe the
following principles:-
(a) No employee of the principal, personally or through family members, will in connection
with the Open E-tender for, or the execution of a contract, demand, take a promise for or
accept, for self or third parson, any material or immaterial benefits which person is not
legally entitled to.
(b) The principal will, during the Open E-tender process treat all Bidder(s) with equity and
reason. The principal will in particulars, before and during the Open E-tender process,
provide to all Bidder(s) the same information and will not provide to any Bidder(s)
confidential/additional information through which the Bidder(S) could obtain an advantage
in relation to the Open E-tender process or the contract execution.
(c) The principal will exclude from the process all known prejudiced persons.

(2) If the principal obtains information on the conduct of any of its employee which is a criminal
offence under the IPC/PC Act, or if there be a substantive suspicion in this regard, the Principal
will inform the Chief Vigilance Officer and in addition can initiate disciplinary actions.

Section 2 – Commitments of the Bidder(s)/ contractor(s):-

(1) The Bidder(s)/Contractor(s) commit himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his participation in
the Open E-tender process and the during the contract execution.

a. The Bidder(s)/Contactor(s) will not, directly or through any other person or firm, offer, promise or
give to any of the Principal’s employees, involved in the Open E-tender process or the execution of
the contract or to any third person any material or other benefits which he/she is not legally entitled
to in order to obtain in exchange any advantage of any kind whatsoever during the Open E-tender
process or during the execution of the contract.
b. The Bidder(s)/Contractor(s) will not enter with other Bidders into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to introduce cartelization in the bidding process.

RAJ Digitally signed


by RAJ KUMAR 45
KUMAR CHAND
Date: 2022.02.23
CHAND 16:31:05 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

c. The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC act; further the
Bidder(s)/Contractor(s) will not use improperly, for purposes of competition or personal gain or
pass on to others, any information or documents provided by the Principal as part of the business
relationship, regarding plans, technical proposals and business details, including information
contained or transmitted electronically.
d. The Bidder(s)/Contractor(s) of foreign origin shall disclose the name and address of the
Agents/representatives in India, if any. Similarly the Bidder(s)/Contactor(s) of Indian Nationality
shall furnish details as mentioned in the “Guidelines on Indian Agents of Foreign Suppliers” shall
be disclosed by the Bidder(s)/Contractor(s). Further, as mentioned in the Guidelines all the
payments made to the Indian agent/representative have to be in Indian Rupees only. Copy of the
“Guidelines on Indian Agents of Foreign Suppliers” is annexed and marked as Annex-
e. The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he had
made is committed to or intends to make to agents, brokers or any other intermediaries in
connection with the award of the contract.

(2) The Bidder(s)/Contractor(s) will not instigate third persons to commit offence outlined above or be
an accessory to such offences.

Section 3 – Disqualification from Open E-tender process and exclusion from future contractor:-

If the Bidder(s)/Contractor(s), before award or during execution has committed a transgression through
a violation of Section-2, above or in any other form such as t put his reliability or credibility in question,
the principal is entitled to disqualify the Bidder(s)/Contractor(s) from the Open E-tender process or take
action as per the procedure mentioned in the “Guideliness on Banking of business dealings”. Copy of
the “Guidelines on Banning of Business dealings” is annexed and marked as Annex-B”.

Section 4 – Compensation for Damages

(1) If the Principal has disqualified the Bidder(s) from the Open E-tender process prior to the award
according to Section-3, the principal is entitled to damage and recover the damages equivalent to
Earnest Money Deposit/Bid Security.
(2) If the Principal has terminated the contract according to Section-3, or if the Principal is entitled to
terminate the contract according to Section-3, the Principal shall be entitled to
demand and recover from the Contractor liquidated damages of the Contract value or the amount
equivalent to Performance Bank Guarantee.

Section 5 – Previous transgression

(1) The Bidder declares that no previous transgressions occurred in the last 3 years with any other
Company in any country conformation to the anti corruption approach or with any other Public
Sector Enterprise in India that could justify his exclusion from the Open E-tender process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Open E-
tender process or action can be taken as per the procedure mentioned in “Guidelines on Banning of
business dealings”.

Section 6 – Equal treatment of all Bidders / Contractors / Subcontractors

(1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in


conformity with this Integrity Pact, and to submit it to Principal before contract signing.
(2) The Principal will enter into agreements with identical conditions as this one with all Bidders,
Contractors and Subcontractors.
(3) The Principal will disqualify from the Open E-tender process all bidders who do not sign this Pact
or violate its provisions.

Section 7 –Criminal charges against violating Bidders / Contractors / Subcontractors

RAJ Digitally signed


by RAJ KUMAR 46
KUMAR CHAND
Date:
2022.02.23
CHAND 16:34:47 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

If the Principal obtains knowledge of conduct of Bidder, Contractor or Subcontractor which constitutes
corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the same
to the Chief Vigilance Officer.

Section 8 – Independent External Monitor / Monitors

(1) The Principal appoints competent and credible Independent External Monitor for this pact. The
task of the monitor is to review independently and objectively, whether and to what extent the
parties comply with the obligations under this agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties and performs his
functions neutrally and independently. He reports to the CMD/IRCTC.
(3) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without restriction to
all Project documentation of the Principal including that provided by the Contactors. The
Contractors will also grant the Monitor, upon his request and demonstration of a valid interest,
Unrestricted and unconditional access to his project documentation. The same is applicable to
Subcontractors. The monitor is under contractual obligation to treat the information and documents
of the Bidder(s)/Contractor(s)/Subcontractor(s) with confidentially.
(4) The Principal will provide to the Monitor sufficient information about all meetings among the
parties related to the project provided such meetings could have an impact on the contractual
relation between the Principal and the Contractor. The parties offer to the Monitor the option to
participate in such meetings.
(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so
inform the Management of the Principal and request the Management to discontinue or take
corrective action, or to take other relative action. The monitor can in this regard submit non-binding
recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in
a specific manner, refrain from action or tolerate action.
(6) The Monitor will submit a written report to the CMD/IRCTC within 8 to 10 weeks from the date
of reference or initiation to him by the Principal and should the occasion arise, submit proposals for
correcting problematic situations.
(7) Monitor shall be entitled to compensation on the same terms as being extended to provided to
independent Directors on the IRCTC board.

(8) If the Monitor has reported to the CMD/IRCTC a substantiated suspicion of an offence under
relevant IPC/PC Act, and the CMD/IRCTC has not within the reasonable time taken visible action
to proceed against such offence or reported it to the Chief Vigilance Officer, the Monitor may also
transmit this information directly to the Central Vigilance Commissioner.
(9) The word “Monitor” would include both singular and plural.

Section 9 – Pact Duration

The pact beings when both parties have legally signed it. It expires for the Contractor 12 month after the
last payment under the contract, and for all other Bidders 6 month after the Contract has been awarded.

If any claim is made/lodged during this time, the same shall be binding and continue to be valid despite
the lapse of this pact as specified above, unless it is discharged / determined by CMD/IRCTC.

Section 10 – Other Provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered
Office of the Principal, i.e. New Delhi.
(2) Changes and supplements as well as termination notices need to be made in writing. Side
agreements have not been made.
(3) If the Contractor is a partnership or consortium, this agreement must be signed by all partners or
consortium members.
RAJ Digitally signed
by RAJ KUMAR

KUMAR CHAND
Date: 47
2022.02.23
CHAND 16:35:12 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

(4) Should one or several provisions of this agreement turn out to be invalid, the reminder of this
agreement remains valid. In this case, the parties will strive to come to an agreement to their
original intentions.

_______________________ _________________________________
(For & On behalf of the Principal) (For & On Behalf of Bidder/Contractor)

(Office Seal) (Office Seal)

Place_____________

Date_____________

Witness 1: (Name & Address) ________________________

________________________

________________________

Witness 2: (Name & Address) _____________________

________________________

Digitally signed
RAJ by RAJ KUMAR
CHAND
KUMAR Date:
2022.02.23
CHAND 16:35:38
+05'30'

48
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Annexure VI

FINANCIAL BID

To,

Joint General Manager /Quality


Indian Railway Catering and Tourism Corporation Ltd.
11th floor, Statesman House Building,
Barakhamba Road, New Delhi-110001.

TENDER NO.: 2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Subject: Submission of Third Party Food Safety and Hygiene Audit in IRCTC managed Mobile
and static units across India managed by Indian Railway Catering and Tourism
Corporation Ltd.

a) I/We accept the terms and conditions mentioned in the Tender Document(s) which have
been clearly understood by me/us.

b) I/We have duly signed on each page of the Open E-tender Document(s) and remitted EMD(s).

c) I/We understand that IRCTC reserve the right to reject, accept or consider any offer without
assigning any reason whatsoever.

d) I/We understand that bidder has to quote for Food Safety and Hygiene Audits in --Mobile and
-- Static Units for Six Month (Format for auditors is attached as annexure -III) .

I/We further declare that the information furnished by us in this document is true and correct.

Note: In case of discrepancy in the amount quoted in figure and words, the amount written in words
will be taken into consideration.

Signature of Authorized
representative of the firm

RAJ Digitally signed


by RAJ KUMAR

KUMAR CHAND
Date:
2022.02.23
CHAND 16:36:08 +05'30'

49
ANNEXURE VII

1 2 3 4 5 6 7
No of Units Rate per Total Amount for
Rate per audit Total Amount for
for which audit per Audits ( in figures
per unitin Rs Audits ( in words
audit is to unit in Rs excluding all
(in figures excludingall applicable taxes)
S. Description be (in words
excluding all applicable taxes)
No. conducted excluding Col. 3 x Col. 4
in currency applicable Col. 3 x Col. 4
all
of the taxes)
applicable
contract taxes)
395 (pairs
1 Trains
of trains)

Static unit
2 (FP, FFU, 215
JA, RR)

TOTAL

 This is to be filled up electronically.


 The above nos of trains listed in the table are in pairs. The rate to be quoted is for pair of trains.
 Agency have to quote rates in Rs for one catering unit.
 Please refer Annexure-II before filing the financial bid.
 The bidders should quote rates inclusive of freight, Octroi and any other expenses for food safety and
hygiene audits and delivery of report at the destination.
 Applicable Taxes shall be paid extra.

Digitally
signed by RAJ
RAJ KUMAR
CHAND
KUMAR Date:
2022.02.23
CHAND 16:36:34
+05'30'

50
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Annexure VIII

List of Static Units for Third party Audit


Catg Catg
IRCTC- Name of Type of IRCTC- Type of
SN of the SN Name of Station of the
Zone Station Unit Zone Unit
station station
Pt. Deen
1 EZ Dayal FP A 41 NZ Amritsar FP A1
Upadyay Jn.
2 EZ Gaya FP A 42 NZ Varanasi FP A1
3 EZ Rajendernagar FP A 43 NZ Jaipur FP A1
4 EZ Asansol FP A 44 NZ Jhansi FP A1
5 EZ Malda Town FP A 45 NZ Kanpur FP A1
Gorakhpur-II
6 EZ Dhanbad FFU A 46 NZ FFU A1
(PF-1 LKO end)
7 EZ Patliputra FFU A 47 NZ Jodhpur FFU A1
8 EZ Samastipur FFU A 48 NZ Kasganj FFU B
Kolkata
9 EZ FFU A 49 NZ Badshahnagar FFU B
Terminal
10 EZ Danapur FFU A 50 NZ Merta Road FFU B
Pt. Deen Dayal
11 EZ FP A1 51 NZ Makrana FFU B
Upadyay Jn.
12 EZ Patna FP A1 52 NZ Sitapur FFU D
13 EZ Muzaffarpur FP A1 53 SCZ Cuttack FP A
14 EZ Darbhanga FP A1 54 SCZ Rajahmundry FP A
15 EZ Howrah FP A1 55 SCZ Kacheguda FP A
16 EZ Sealdah FP A1 56 SCZ Nanded FP A
17 EZ Guwahati FP A1 57 SCZ Raigarh FP A
18 EZ Tatanagar FP A1 58 SCZ Nellore FFU A
19 EZ Ranchi FP A1 59 SCZ Renigunta FFU A
20 EZ New Jalpaiguri FP A1 60 SCZ Ongole FFU A
21 EZ Dimapur FP B 61 SCZ Khurda Road FFU A
22 EZ Jhajha FFU B 62 SCZ Chirala FFU A
23 EZ Berahampore FFU B 63 SCZ Bhubaneshwar FP A1
24 EZ Chakradharpur FFU B 64 SCZ Sambalpur FP A1
25 EZ Dildar Nagar FFU B 65 SCZ Vishakhapatnam FP A1
Shyam Bazar
26 EZ FFU C 66 SCZ Vijayawada FP A1
Loc-2
27 NZ Agra Fort FP A 67 SCZ Tirupati FP A1
28 NZ Kathgodam FP A 68 SCZ Hyderabad FP A1
29 NZ Ajmer FP A 69 SCZ Bilaspur FP A1
30 NZ Bikaner FP A 70 SCZ Raipur FP A1
31 NZ Aligarh FP A 71 SCZ Puri FP A1
32 NZ Siwan FFU A 72 SCZ Visakhapatnam FFU A1
33 NZ Barabanki FFU A 73 SCZ Nalgonda FP B
34 NZ Pratapgarh FFU A 74 SCZ Dhone FP B
35 NZ Marwar FFU A 75 SCZ Dharmavaram FFU B
36 NZ Orai FFU A 76 SCZ Begumpet FFU B
37 NZ Mathura Jn. FP A1 77 SCZ Bhatapara FFU B

RAJ Digitally signed by 51


KUMAR RAJ KUMAR CHAND
Date: 2022.02.23
16:37:01 +05'30'
CHAND
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Allahabad City
38 NZ FP A1 78 SCZ Necklace Road FP C
side
39 NZ Gwalior FP A1 79 SCZ Sitaphalamandi FFU C
40 NZ Lucknow Jn.-2 FP A1 80 SCZ Pakala FFU D
Catg Catg
IRCTC- Name of Type of IRCTC- Type of
SN of the SN Name of Station of the
Zone Station Unit Zone Unit
station station
81 SZ Katpadi FP A 122 WZ Dwarka FP B
82 SZ Calicut FP A 123 WZ Malkapur FFU B
83 SZ Erode FP A 124 WZ Maihar FFU B
Bangalore
84 SZ FP A 125 WZ Junagadh FFU B
Cantt.
85 SZ Hubli FP A 126 WZ Churchgate FP C
86 SZ Thanjavur FFU A 127 WZ Talegaon FFU C
87 SZ Nagercoil FFU A 128 WZ Palghar FFU C
88 SZ Bellary FFU A 129 WZ Maninagar FP D
Rourkela RR (CK
89 SZ Tirunelveli FFU A 130 EZ A
Junction to RR)
90 SZ Jolarpet FFU A 131 EZ Hajipur RR A
Chennai
91 SZ Central FP A1 132 EZ Malda Town RR A
CA
92 SZ Coimbatore FP A1 133 EZ Katihar Jn RR A
93 SZ Trivandrum FP A1 134 EZ Dhanbad RR A
Ernakulam
94 SZ FP A1 135 EZ Bhagalpur RR A1
South
95 SZ Yeshwantpur FP A1 136 NZ Agra Fort RR A
96 SZ Tiruttani FFU B 137 NZ Jalandhar City RR A
97 SZ Hassan FFU B 138 NZ Kathgodam RR A
98 SZ Chennai Park FP C 139 NZ Saharanpur RR A
99 SZ Chennai Beach FP C 140 NZ Tundla RR A
100 SZ Tiruvanmiyur FFU C 141 NZ Rewari VRR A
101 SZ Chidambaram FFU D 142 NZ Ajmer RR A1
102 SZ Paranur FFU F 143 NZ Gwalior RR A1
103 WZ Bhusawal FP A 144 NZ New Delhi RR A1
104 WZ Lonavala FP A 145 NZ Jodhpur RR A1
RR (CK
105 WZ Katni FP A 146 NZ Mathura Jn A1
to RR)
106 WZ Kota FP A 147 NZ Haridwar RR A1
107 WZ Itarsi FP A 148 NZ Chhapra NVRR A1
RR (CK
108 WZ Shegaon FFU A 149 SCZ Ongole A
to RR)
109 WZ Sainagar FFU A 150 SCZ Warrangal RR A
110 WZ Satna FFU A 151 SCZ Rayagada RR A
111 WZ Veraval FFU A 152 SCZ Gondia RR A
RR (CK
112 WZ Bina FFU A 153 SCZ Rajahmundry A
to RR)
CSTM Main
113 WZ FP A1 154 SCZ Raipur RR A1
Line
114 WZ Thane FP A1 155 SZ Erode jn RR A
115 WZ Nagpur FP A1 156 SZ Salem RR A

Digitally signed
52
RAJ by RAJ KUMAR
KUMAR CHAND
Date: 2022.02.23
CHAND 16:37:32 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

RR (CK
116 WZ Bhopal FP A1 157 SZ Hubli Junction A
to RR)
117 WZ Jabalpur FP A1 158 SZ Bangarapet VRR A
118 WZ Ahmedabad FP A1 159 SZ Kayumkulam VRR A
119 WZ Surat FP A1 160 SZ Mangalore jn NVRR A
Mumbai
120 WZ FP A1 161 SZ Mayiladuturai VRR A
Central
121 WZ Rajkot FP A1 162 SZ Mettupalayam VLRR A

Catg Catg
IRCT IRC
Name of Type of of the Type of of the
SN C- SN TC- Name of Station
Station Unit statio Unit statio
Zone Zone
n n
163 SZ Rameswaram VLRR A 190 EZ Guwahati JA A1
164 SZ Tirunelveli VRR A 191 EZ Sealdah JA A1
165 SZ Villupuram NVRR A 192 EZ Tatanagar JA A1
166 SZ Bijapur VRR A 193 EZ Patna JA A1
167 SZ Aluva VRR A 194 EZ Kamakhya JA A1
168 SZ Madurai RR A1 195 EZ Bolpur JA B
169 SZ Trissur RR A1 196 EZ New Tinsukia JA B
Tiruvananthap
170 SZ RR A1 197 NZ Pathankot cantt JA A
uram central
Ernakulam
171 SZ VRR A1 198 NZ Jammu Tawi JA A1
South
Chennai
172 SZ VRR A1 199 NZ Jaipur JA A1
Egmore
173 WZ Wardha RR A 200 SCZ khurda Road JA A
174 WZ Bharatpur RR A 201 SCZ Renigunta JA A
175 WZ Daund RR A 202 SCZ Palasa JA A
176 WZ Khandwa RR A 203 SCZ Bhubaneswar JA A1
177 WZ Kota RR A 204 SCZ Bilaspur JA A1
178 WZ Manmad RR A 205 SCZ Vijayawada JA A1
Bhusaval RR (CK
179 WZ A 206 SCZ Visakhapatnam JA A1
Junction to RR)
JA (CK
180 WZ Bina NVRR A 207 SZ Kottayam A
to JA)
181 WZ Itarsi NVRR A 208 WZ Indore JA A
182 WZ Viramgam II NVRR A 209 WZ Katni JA A
183 WZ Bhopal RR A1 210 WZ Miraj JA A
184 WZ Rajkot RR A1 211 WZ Ratlam JA A
185 EZ Asansol JA A 212 WZ Saugor JA A
186 EZ Kharagpur JA A 213 WZ Jabalpur JA A1
187 EZ Naharlagun JA A 214 WZ Nagpur JA A1
188 EZ Jharsuguda JA A 215 WZ Vadodara JA A1
Howrah old
189 EZ JA A1
complex

Digitally signed
RAJ by RAJ KUMAR
CHAND
KUMAR Date:
2022.02.23
53

CHAND 16:38:04
+05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

List of pair of trains with Pantry Cars for Third party Audit
Train IRCTC
SN. Train No. Train Name From To
type Zone
1 15959-60 Kamrup Exp M/Exp HWH DBRG EZ
2 11449-50 JBP-SVDK EXP M/Exp JBP SVDK WZ
3 12651-52 SAMPARK KRANTI M/Exp MDU NZM SZ
4 12863-64 HWH YPR EXPRESS M/Exp HWH YPR EZ
5 12809-10 HO WRAH MAIL M/Exp HWH CSTM EZ
6 15929-30 Dibrugarh Exp M/Exp DBRG MS EZ
7 15933-34 DBRG-ASR Exp M/Exp DBRG ASR EZ
8 12513-14 SC-GHY Exp M/Exp SC GHY EZ
9 15653-54 GHY-JAT Exp-Amarnath Exp M/Exp GHY JAT EZ
15901-02
10 SBC-NTSK Exp M/Exp SBC NTSK EZ
(22501-02)
NANDAN KANAN EXP/
11 12815-16 M/Exp PURI NDLS SCZ
NEELACHAL EXP
12 11019-20 KONARK EXPRESS M/Exp CSTM BBS WZ
13 22209-10 NDLS DURONTO EX Duronto BCT NDLS WZ
14 13351-52 ALLEPPY EXP M/Exp DHN ALLP EZ
15 12723-24 TELANGANA EXP M/Exp HYB NDLS SCZ
16 12703-04 FALAKNUMA EXP M/Exp SC HWH SCZ
PALLAVAN/
17 12605-06 M/Exp MS KKDI/MDU SZ
VAIGAI EXP
18 12977-78 MARUSAGAR EXP M/Exp AII ERS NZ
19 12677-78 INITERCITY EXP M/Exp SBC ERS SZ
20 12675-76 KOVAI EXPRESS M/Exp MAS CBE SZ
21 12841-42 COROMANDAL EXP M/Exp HWH MAS EZ
22 16333-34 TVC-VRL-TVC Exp M/Exp TVC VRL SZ
23 16649-50 PARASURAM EXPRESS M/Exp MAQ NCJ SZ
24 22131-32 GYAN GANGA EXP M/Exp PUNE MUV WZ
20503-04
25 (Old No. NDLS Dibrugarh Rajdhani Express Raj. NDLS DBRT NZ
12235-36)
20505-06
26 (Old No. NDLS Dibrugarh Rajdhani Express Raj. NDLS DBRT NZ
12436-35)
27 19045-46 TAPTI GANGA EXP M/Exp ST CPR WZ
19047-48
(22947-48
28 ST-BGP EXP M/Exp ST BGP WZ
New
Number)
29 12283-84 NZM Ernakulam Duronto Express Duronto NZM ERS NZ
30 12423-24 NDLS Dibrugarh Rajdhani Express Raj. NDLS DBRT NZ
31 12431-32 NZM Trivandrum Rajdhani Express Raj. NZM TVC NZ
32 12433-34 NZM Chennai Rajdhani Express Raj. NZM MAS NZ
33 12967-68 JAIPUR EXP M/Exp JP MAS/CBE NZ
34 12397-98 MAHABODHI EXP M/Exp GAYA NDLS EZ

RAJ Digitally signed 54


by RAJ KUMAR
KUMAR CHAND
Date: 2022.02.23
CHAND 16:38:37 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

35 12557-58 SAPT KRANTI EXP M/Exp MFP ANVT EZ


36 17229-30 SABARI EXPRESS M/Exp HYB TVC SCZ
37 12791-92 SC DNR EXPRESS M/Exp SC DNR SCZ
38 22805-06 BBS ANVT SUP EX M/Exp BBS ANVT SCZ
39 16317-18 HIMSAGAR EXP M/Exp CAPE JAT SZ
40 16311-12 BKN KCVL EXPRES M/Exp KCVL BKN SZ
41 15631-32 BME-GHY Exp M/Exp BME GHY EZ
42 15635-36 Dwarka Exp M/Exp OKHA GHY EZ
43 15667-68 Kamakhya Exp M/Exp GIMB KYQ EZ
44 12687-88 DEHRADUN EXP M/Exp MDU DDN SZ
45 16359-60 ERS-PNBE EXPRESS M/Exp ERS PNBE SZ
46 12425-26 NDLS Jammu Rajdhani Express Raj. NDLS JAT NZ
47 12549-50 DURG-JAT SF EXP M/Exp DURG JAT SCZ
48 12483-84 Amritsar Kochivili Express M/Exp ASR KCVL NZ
49 12711-12 PINAKINI EXP M/Exp BZA MAS SCZ
50 12717-18 RATNACHALAM EXP M/Exp BZA VSKP SCZ
51 16531-32 GARIB NAWAJ M/Exp YPR AII SZ

52 16505-06 Gandhidham /Jodhpur Express M/Exp SBC GIMB/JU SZ

53 16501-02 Ahmedabad Express M/Exp SBC ADI SZ

54 16209-10 AJMER EXPRESS M/Exp MYS AII SZ

55 22641-42 SHALIMAR EXP M/Exp TVC SHM SZ


56 12665-66 KANNYAKUMARI EX M/Exp CAPE HWH SZ
57 12165-66 RATNAGIRI EXP M/Exp LTT BSB WZ
58 22475-76 BKN-CBE A C SF M/Exp BKN CBE NZ
59 15909-10 Avadh Assam Exp M/Exp GHY LKO EZ
60 22631-32 ANUVRAT EXP M/Exp MAS BKN SZ
61 12975-76 JP-MYS Exp M/Exp JP MYS NZ
62 11033-34 DARBHANGA EXP M/Exp PUNE DBG WZ
63 16733-34 RMM OKHA EXPRES M/Exp RMM OKHA SZ
64 22865-66 LTT PURI SUP EX M/Exp PURI LTT SCZ
65 15045-46 GKP-OKHA EXP M/Exp GKP OKHA NZ
66 12869-70 HOWRAH SUP EXP M/Exp HWH CSTM EZ
67 12263-64 NZM Pune Duronto Express Duronto NZM PUNE NZ
68 12389-90 EGMORE EXP M/Exp GAYA MS EZ
69 15227-28 MFP-YPR EXP M/Exp MFP YPR EZ
70 12577-78 BAGMATI EXP M/Exp DBG MYS EZ
71 12505-06 North East Exp M/Exp GHY ANVT EZ
72 15645-46 LTT-GHY Exp M/Exp LTT GHY EZ
73 12811-12 HATIA EXPRESS M/Exp HTE LTT EZ
74 15647-48 LTT-GHY Exp M/Exp LTT GHY EZ
Digitally signed 55
RAJ by RAJ KUMAR
KUMAR CHAND
Date: 2022.02.23
CHAND 16:39:10 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

75 12835-36 HTE YPR EXPRESS M/Exp HTE YPR EZ


20813-14
(old
76 PURI JU EXPRESS M/Exp PURI JU SCZ
no.18473-
74)
77 12355-56 ARCHANA EXP M/Exp PNBE JAT EZ
78 12871-72 ISPAT EXP M/Exp HWH TIG EZ
79 12295-96 Sangamithra Express M/Exp SBC PNBE SZ
80 22643-44 PATNA EXPRESS M/Exp ERS PNBE SZ
81 12643-44 NIZAMUDDIN EXP M/Exp TVC NZM SZ
82 22645-46 AHILYANAGARI EX M/Exp TVC INDB SZ
83 22647-48 KRBA TVC EXPRES M/Exp TVC KRBA SZ
84 16335-36 NCJ-GIM-NCJ Exp M/Exp NCJ` GIM SZ
85 18407-08 PURI SNSI EXP M/Exp PURI SNSI SCZ
86 12149-50 PUNE PPTA EXP M/Exp PUNE DNR WZ
87 13201-02 RJPB-LTT EXP M/Exp RJPB LTT EZ
RAPTI SAGAR EXP
GKP-TVC
88 12511-12 M/Exp GKP TVC/SC/YPR NZ
GKP-SC
GKP-YPR
89 12129-30 AZAD HIND EXP M/Exp PUNE HWH WZ
90 18507-08 HKG EXP/NED EXP M/Exp VSKP ASR/NED SCZ
PURI OKHA EXP/
91 18401-02 M/Exp PURI OKHA/ADI SCZ
PURI ADI EXP
92 22811-12 RAJDHANI EXP Raj. BBS NDLS SCZ
93 12321-22 HWH MUMBAI MAIL M/Exp HWH CSTM EZ
94 12307-08 JODHPUR EXP M/Exp HWH JU EZ
95 13005-06 AMRITSAR MAIL M/Exp HWH ASR EZ
SARAIGHAT EXP/
96 12345-46 M/Exp HWH GHY/JAT EZ
HIMGIRI EXPRESS
PRASANTHI EXP/
97 18463-64 M/Exp BBS SBC/ANVT SCZ
ORISSA S KRANTI
JANESHWARI EXP/
98 12101-02 SAMRASTA EXP/ M/Exp LTT HWH/FD WZ
LTT-FD EXP
99 14257-58 Kashi Vishwanath Express M/Exp NDLS BSB NZ
100 18237-38 CHHATISGARH EXP M/Exp BSP ASR SCZ
101 12449-50 GOA Sampark Kranti M/Exp CDG MAO NZ
102 12817-18 JHARKHAND SJ EX M/Exp HTE ANVT EZ
GHY BNC
GHY TVC
103 12509-10 Guwahati Exp M/Exp EZ
GHY ERS
GHY MS
104 18477-78 UTKAL EXPRESS M/Exp PURI HW SCZ
105 15905-06 CAPE-DBRG Exp M/Exp CAPE DBRG EZ
106 19709-10 KAVI GURU EXP M/Exp JP KYQ NZ

RAJ Digitally signed


by RAJ KUMAR 56

KUMAR CHAND
Date:
2022.02.23
CHAND 16:39:43 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

107 12663-64 HWH TPJ EXPRESS M/Exp TPJ HWH SZ


TATA JAT EXP/
108 18101-02 M/Exp TATA/ROU JAT EZ
MURI JAT EX
109 12655-56 NAVJEEVAN EXP M/Exp MAS ADI SZ
110 12779-80 Goa Express M/Exp VSG NZM SZ
111 12839-40 HWH MAS MAIL M/Exp HWH MAS EZ
112 12391-92 SHRAMJEEVI EXP M/Exp RAJGIR NDLS EZ
113 12393-94 SAMPOORN KRANTI EXP M/Exp PNBE NDLS EZ
114 12669-70 GANGA KAVERI M/Exp MAS CPR SZ
115 12521-22 RAPTI SAGAR EXP M/Exp BJU ERS EZ
18309-10
116 NAGAVALI EXPRES M/Exp SBP NED SCZ
(20809-10)
117 12715-16 SACHKHAND EXP M/Exp NED ASR SCZ
W B SMPRK KRNTI/
118 12329-30 M/Exp SDAH DLI/ASR EZ
JALIANWALAB EXP
119 12897-98 PDY BBS EXPRESS M/Exp BBS PDY/RMM SCZ
120 12955-56 JAIPUR SF EXP M/Exp BCT JP WZ
121 12907-08 BDTS SMPRK K EX M/Exp BDTS NZM WZ
122 19039-40 AWADH EXP M/Exp BDTS MFP WZ
123 18405-06 PURI ADI EXP M/Exp PURI ADI SCZ
124 12561-62 SWANTANTRATA SENANI EXP M/Exp DBG NDLS EZ
125 13151-52 JAMMU TAWI EXP M/Exp KOAA JAT EZ
NANDAN KANAN EXP/
126 12875-76 M/Exp PURI NDLS SCZ
NEELACHAL EXP
PALLAVAN/
127 12635-36 M/Exp MS KKDI/MDU SZ
VAIGAI EXP
128 12969-70 JAIPUR EXP M/Exp JP MAS/CBE NZ
129 16507-08 Gandhidham /Jodhpur Express M/Exp SBC GIMB/JU SZ
RAPTI SAGAR EXP
GKP-TVC
130 12589-90 M/Exp GKP TVC/SC/YPR NZ
GKP-SC
GKP-YPR
HKG EXP/
131 18509-10 M/Exp VSKP ASR/NED SCZ
NED EXP
PURI OKHA EXP/
132 12843-44 M/Exp PURI OKHA/ADI SCZ
PURI ADI EXP
133 22823-24 RAJDHANI EXP Raj. BBS NDLS SCZ
SARAIGHAT EXP/
134 12331-32 M/Exp HWH GHY/JAT EZ
HIMGIRI EXPRESS
PRASANTHI EXP/
135 12819-20 M/Exp BBS SBC/ANVT SCZ
ORISSA S KRANTI
JANESHWARI EXP/
136 12151-52 SAMRASTA EXP/ M/Exp LTT HWH/FD WZ
LTT-FD EXP
137 12873-74 JHARKHAND SJ EX M/Exp HTE ANVT EZ
GHY BNC
GHY TVC
138 12515-16 Guwahati Exp M/Exp EZ
GHY ERS
GHY MS

RAJ Digitally signed 57


by RAJ KUMAR
KUMAR CHAND
Date: 2022.02.23
CHAND 16:40:19 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

TATA JAT EXP/


139 18109-10 M/Exp TATA/ROU JAT EZ
MURI JAT EX
W B SMPRK KRNTI/
140 12379-80 M/Exp SDAH DLI/ASR EZ
JALIANWALAB EXP
141 18495-96 PDY BBS EXPRESS M/Exp BBS PDY/RMM SCZ
RAPTI SAGAR EXP
GKP-TVC
142 12591-92 M/Exp GKP TVC/SC/YPR NZ
GKP-SC
GKP-YPR
143 20817-18 RAJDHANI EXP Raj. BBS NDLS SCZ
JANESHWARI EXP/
144 22103-04 SAMRASTA EXP/ M/Exp LTT HWH/FD WZ
LTT-FD EXP
GHY BNC
GHY TVC
145 12507-08 Guwahati Exp M/Exp EZ
GHY ERS
GHY MS
GHY BNC
GHY TVC
146 15629-30 Guwahati Exp M/Exp EZ
GHY ERS
GHY MS
147 19707-08 JP-BDTS Aravali Express M/Exp JP BDTS NZ
148 11097-98 POORNA EXP M/Exp PUNE ERS WZ
149 18421-22 PURI-AII Exp M/Exp PURI AII SCZ
150 12163-64 DR-MS Exp M/Exp DR MS WZ
151 12641-42 THIRUKKURAL EXPRESS M/Exp CAPE NZM SZ
152 22691-92 SBC-NZM Rajdhani Raj. SBC NZM SZ
153 16533-34 SBC-BGKT Exp M/Exp SBC BGKT SZ
154 12781-82 MYS-NZM SJ Exp M/Exp MYS NZM SZ
155 12365-66 PNBE-RNC J Shatabdi J Shtb PNBE RNC EZ
156 12293-94 LTT-ALD Duronto Duronto LTT ALD WZ
157 22115-16 LTT-KRMI Express M/Exp LTT KRMI WZ
158 12077-78 JAN SHATABDI EXP J Shtb MAS BZA SZ
M/Exp
159 22625-26 SBC DOUBLE DECK MAS SBC SZ
D/Decker
160 12049-50 NZM-AGC Gatiman Exp Gatiman NZM JHS NZ
161 22119-20 CSTM-KRMI Tejas Exp Tejas CSTM KRMI WZ
162 22671-72 MS-MDU Tejas Express Tejas MS MDU SZ
163 82653-54 YPR-JP Suvidha Suvidha YPR JP SZ
164 12123-24 CSTM-PUNE Deccan Queen M/Exp CSTM PUNE WZ
165 19669-70 UDZ-PPTA Humsafar Express Humsafar UDZ PPTA NZ
166 12751-52 NED-JAT Humsafar Express Humsafar JAT NED SCZ
UDZ-MYS/DEE Palace Queen/
167 19667-68 Humsafar UDZ MYS/DEE NZ
Rajasthan Humsafar
BSB-NDLS
168 22417-18 M/Exp NDLS BSB NZ
Mahamana Exp
169 12823-24 DURG-NZM CG Exp M/Exp DURG NZM SCZ

RAJ Digitally signed


by RAJ KUMAR
58
KUMAR CHAND
Date: 2022.02.23
CHAND 16:40:54 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

170 12311-12 HWH-KLK Mail M/Exp HWH KLK EZ


171 52451-52 KLK-SML Shivalik Exp NG KLK SML NZ
Vande
172 22436-35 NDLS-BSB Vande Bharat Exp NDLS BSB NZ
Bharat
173 12833-34 HWH-ADI Exp M/Exp HWH ADI EZ
174 12933-34 Karnawati Exp M/Exp ADI BCT WZ
175 19037-38 BDTS-GKP Avadh Exp M/Exp BDTS GKP WZ
176 11015-16 Kushinagar Exp M/Exp LTT GKP WZ
177 20839-40 RNC-NDLS Rajdhani Raj. RNC NDLS NZ
178 12273-74 HWH-NDLS Duronto Duronto HWH NDLS EZ
179 12239-40 Jaipur Duronto Duronto BCT JP WZ
180 12957-58 ADI-NDLS Rajdhani Exp Raj. ADI NDLS WZ
181 12223-24 LTT-ERS Duronto Exp. Duronto LTT ERS WZ
Maitree Express - Bangladesh Rake
182 13107-08 M/Exp DAKA KOAA EZ
Maitree Express - Indian Rake
183 12007-08 MYS-MAS Shatabdi Shtb MYS MAS SZ
184 12245-46 HWH-YPR Duronto Duronto HWH YPR EZ
185 12259-60 SDAH-NDLS Duronto Duronto SDAH NDLS EZ
186 22201-02 SDAH-PURI Duronto Duronto SDAH PURI EZ
187 17063-64 SC-MMR Ajanta Exp M/Exp SC MMR SCZ
188 18573-74 VSKP-BGKT Exp M/Exp VSKP BGKT SCZ
189 18501-02 VSKP-GIMB Exp M/Exp VSKP GIMB SCZ
190 17019-20 HYB-JP Express M/Exp HYB JP SCZ
191 22701-02 VSKP-BZA Double Decker Uday Exp Uday VSKP BZA SCZ
192 19263-64 PBR-DEE Express M/Exp PBR DEE WZ
193 12091-92 KGM-DDN Naini Doon Jan Shatabdi Exp J Shtb KGM DDN NZ
194 16337-38 ERS-Okha-ERS Exp M/Exp ERS OKHA SZ
195 12137-38 CSTM-FZR Punjab Mail M/Exp CSTM FZR WZ
196 12047-48 FZR-NDLS Shatabdi Shtb FZR NDLS NZ
197 12261-62 HWH-CSTM/PA Duronto Duronto HWH CSTM/PA EZ
198 12269-70 MAS-NZM Duronto Duronto MAS NZM SZ
199 12281-82 BBS-NDLS Duronto Duronto BBS NDLS SCZ
200 12441-42 BSP-NDLS Rajdhani Exp Raj. NDLS BSP NZ
201 12825-26 RNC-NDLS Samprak Kranti M/Exp RNC NDLS EZ
202 11037-38 PUNE-GKP Exp M/Exp PUNE GKP WZ
203 12617-18 ERS-NZM Mangla Exp M/Exp ERS NZM SZ
204 12615-16 MAS-DEE GT Exp M/Exp MAS DEE SZ
20805-06
205 (old no. VSKP-NDLS Exp M/Exp NDLS VSKP NZ
22415-16)
206 12621-22 Tamilnadu Exp M/Exp MAS NDLS SZ
207 12801-02 BBS-NDLS Purshotam Exp M/Exp BBS NDLS SCZ
208 19041-42 BDTS-GCT Exp M/Exp BDTS GCT WZ
209 22109-10 LTT-NZM-LKO AC Exp M/Exp LTT NZM WZ

RAJ Digitally signed 59


by RAJ KUMAR
KUMAR CHAND
Date: 2022.02.23
CHAND 16:41:33 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

210 12107-08 LTT-LJN/PBH/HBJ/AGC Exp M/Exp LTT LJN/PBH/HBJ/AGC WZ


211 14805-06 BME-YPR AC Express M/Exp BME YPR NZ
212 12533-34 LJN-CSTM Pushpak Exp M/Exp LJN CSTM NZ
BDTS/
ADI/
213 12471-72 Swaraj Exp M/Exp SVDK NZ
HAPA/
JAM
214 14005-06 ANVT-SMI Lichchivi Exp M/Exp ANVT SMI NZ
215 12193-94 JBP-YPR Exp M/Exp JBP YPR WZ
CAPE-CSTM
216 16381-82 M/Exp CAPE NZM SZ
Kanyakumari Exp
217 12395-96 PNBE-AII/NTSK Exp M/Exp PNBE AII/NTSK EZ
218 11073-74 LTT-MAS Exp M/Exp LTT MAS WZ
12435-36
Garib
219 (old JYG-ANVT Garibrath JYG ANVT EZ
Rath
12569-70)
220 12069-70 JAN SHATABDI EXP J Shtb RIG G SCZ
Garib
221 12113-14 PA-NGP Garib Rath PUNE NGP WZ
Rath
222 22853-54 SHM-VSKP Exp M/Exp SHM VSKP EZ
223 19713-14 JP-SC Express M/Exp JP SC NZ
224 12859-60 HWH-CSTM Gitanjali M/Exp HWH CSTM EZ
225 16345-46 TVC-LTT nethravati M/Exp TVC LTT SZ
226 12371-72 HWH-JSM Weekly Exp M/Exp HWH JSM EZ
227 12919-20 INDB-SVDK Malwa Exp M/Exp INDB SVDK WZ
228 12525-26 DBRG-KOAA Express M/Exp DBRG KOAA EZ
229 20903-04 BRC-BSB/REWA Mahamana Exp M/Exp BRC BSB/REWA WZ
230 22149-50 ERS-PUNE Express M/Exp PUNE ERS WZ
231 22935-36 BDTS-PIT M/Exp BDTS PIT WZ
232 12301-02 HWH-NDLS Rajdhani Raj. HWH NDLS EZ
233 12285-86 SC-NZM Duronto Duronto SC NZM SCZ
234 12027-28 SBC-MAS Shatabdi Shtb SBC MAS SZ
235 22677-78 YPR-KCVL AC Exp M/Exp KCVL YPR SZ
236 12213-14 YPR-DEE Duronto Duronto YPR DEE SZ
237 12437-38 NZM Secundrabad Rajdhani Express Raj. NZM SC NZ
238 12851-52 BSP-MAS Exp M/Exp BSP MAS SCZ
239 22317-18 SDAH-JAT Humsafar SDAH JAT EZ
240 12987-88 AII-SDAH Exp M/Exp AII SDAH NZ
241 16687-88 NAVYUG EXP M/Exp MAQ SVDK SZ
242 14611-12 SVDK-GCT Weekly Express Train M/Exp SVDK GCT NZ
243 16793-94 RMM-FD Exp M/Exp RMM FD SZ
244 22461-62 NDLS-SVDK Shree Shakti M/Exp NDLS SVDK NZ
245 22705-06 TPTY-JAT Humsafar Humsafar TPTY JAT SCZ
246 17037-38 SC-HSR Express M/Exp SC HSR SCZ

RAJ Digitally signed


by RAJ KUMAR
60

KUMAR CHAND
Date: 2022.02.23
CHAND 16:42:13 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

22497-98
247 (old Humsafar Exp Humsafar SGNR TPJ NZ
14715-16)
248 12493-94 NZM-PUNE AC Exp M/Exp NZM PUNE NZ
249 14815-16 BGKT-TBM Humsafar Exp Humsafar BGKT TBM NZ
250 19301-02 INDB-YPR Express M/Exp INDB YPR WZ
251 19423-24 GIMB-TEN Humsafar GIMB TEN WZ
252 12323-24 HWH-ANVT Express M/Exp HWH ANVT EZ
253 12313-14 SDAH -NDLS Rajdhani Exp Raj. SDAH NDLS EZ
254 12951-52 BCT-NDLS Rajdhani Raj. BCT NDLS WZ
AC
255 12847-48 HWH-DIGHA AC Express HWH DIGA EZ
express
256 22221-22 CSTM-NZM Rajdhani Raj. CSTM NZM WZ
257 12227-28 BCT-IND Duronto Exp Duronto BCT IND WZ
HWH-DIGHA- TAMRALIPTA/ KANDARI
258 12857-58 M/Exp HWH DIGA EZ
Exp
259 12821-22 HWH-BBS Dhauli M/Exp HWH BBS EZ
260 12067-68 GHY-JTTN, Janshatabdi Express J Shtb GHY JTTN EZ
261 22887-88 HWH-YPR Humsafar Humsafar HWH YPR EZ
262 19337-38 INDB- DEE Express M/Exp INDB DEE WZ
263 12073-74 BBS-HWH Jan Shatabdi Express M/Exp BBS HWH SCZ
264 19315-16 INDB-LPI/INDB-PURI Weekly Humsafar Humsafar INDB LPI/PURI WZ
265 12889-90 TATA-YPR/ASR Exp M/Exp TATA YPR/ASR EZ
266 15651-52 GHY-JAT, Lohit Express M/Exp GHY JAT EZ
267 12303-04 Poorva Express M/Exp HWH NDLS EZ
268 12519-20 KYQ-LTT Exp M/Exp KYQ LTT EZ
269 22665-66 CBE-SBC Uday Express Uday CBE SBC SZ
270 12867-68 HWH-PDY Exp M/Exp HWH PDY EZ
271 22833-34 BBS-KJM Humsafar Exp Humsafar BBS KJM SCZ
272 22837-38 HTE-ERS Exp M/Exp HTE ERS EZ
22919-20
273 Humsafar Exp Humsafar ADI MAS WZ
(19423-24)
274 19603-04 AII-RMM Humsafar Express Humsafar AII RMM NZ
275 12551-52 KYQ-YPR Exp M/Exp KYQ YPR EZ
276 12679-80 CBE-MAS Intercity M/Exp CBE MAS SZ
277 12253-54 YPR-BGP Anga Exp M/Exp YPR BGP SZ
278 12057-58 NDLS UNA Janshatabdi J Shtb NDLS UHL NZ
DBRG-
279 12085-86 DBRG-GHY-NHNL Shatabdi Shtb GHY-NHNL EZ
GHY
280 12309-10 RJPB-NDLS Rajdhani Raj. RJPB NDLS EZ
281 22913-14 BDTS-SHC/BGKT Humsafar Exp Humsafar BDTS SHC/BGKT EZ
282 13413-14 Farakha Exp M/Exp MLDT DLI EZ
283 12721-22 HYB-NZM Dakshin M/Exp HYB NZM SCZ
284 15279-80 SHC-ANVT Poorbiya Express M/Exp SHC ANVT EZ
285 19269-70 MOTIHARI EXP M/Exp PBR MFP WZ

Digitally signed by
61
RAJ RAJ KUMAR
KUMAR CHAND
Date: 2022.02.23
CHAND 16:42:55 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

286 12587-88 AMARNATH SUPFAST EXP M/Exp GKP JAT NZ


287 15705-06 KIR-DLI humsafar Humsafar KIR DLI EZ
288 12167-68 LTT-BSB M/Exp LTT BSB WZ
289 12501-02 NDLS-GHY-SCL, P.S.K.Express M/Exp NDLS GHY/SCL EZ
290 12053-54 ASR-HW Jan Shatabdi J Shtb ASR HW NZ
291 22807-08 SRC-MAS AC Exp M/Exp SRC MAS EZ
LKO-ANVT M/Exp
292 12583-84 LJN ANVT NZ
Double Deckar D/Decker
293 22411-12 NDLS-NHLN AC Exp M/Exp NDLS NHLN NZ
294 19305-06 INDB-GHY Exp M/Exp INDB GHY WZ
295 12923-24 INDB-NGP Exp M/Exp INDB NGP WZ
296 12503-04 KYQ-BNC Humsafar Exp Humsafar KYQ BNC EZ
297 12559-60 SHIVGANGA SUPERFAST EXP M/Exp MUV NDLS NZ
298 12905-06 PBR-HWH/SC Exp M/Exp PBR HWH/SC WZ
299 20889-90 HWH-BZA Humsafar Humsafar HWH BZA EZ
300 22477-78 JU-JP Exp M/Exp JU JP NZ
301 22867-68 Humsafar Exp Humsafar DURG NZM SCZ
302 12553-54 BJU-NDLS Vaishali Exp M/Exp BJU NDLS EZ
303 12925-26 BDTS-ASR Paschim Exp M/Exp BDTS ASR WZ
304 12713-14 SC-BZA Satvahan Express M/Exp BZA SC SCZ
305 19331-32 INDB-KCVL Exp M/Exp INDB KCVL WZ
Lalbagh Express/
306 12607-08 M/Exp SBC/MYS MAS SZ
Bangalore Expres
307 12813-14 HWH-TATA Steel M/Exp HWH TATA EZ
308 13237-38 PNBE - KOTA Exp M/Exp PNBE KOTA EZ
309 17605-06 KCG-MAQ/MDU M/Exp KCG MAQ/MDU SCZ
310 13167-68 KOAA-AGC/SHTT M/Exp KOAA AGC/SHTT EZ
311 12565-66 Bihar Sampark Kranti M/Exp DBG NDLS EZ
312 12879-80 BBS-LTT Exp M/Exp BBS LTT SCZ
313 15483-84 Sikkim Mahananda Exp M/Exp APDJ DLI EZ
314 12627-28 SBC-NDLS Karnataka Express M/Exp SBC NDLS WZ
315 12025-26 PA-SC Shatabdi Shtb PUNE SC WZ
316 12243-44 MAS-CBE Shatabdi Shtb MAS CBE SZ
Vande
317 22439-40 NDLS-SVDK Vande Bharat Exp NDLS SVDK NZ
Bharat
318 12051-52 DR-MAO Jan Shatabdi J Shtb DR MAO WZ
319 12327-28 HWH-DDN/HW Upasana/Kumbh Exp M/Exp HWH DDN/HW EZ
320 11061-62 LTT-DBG Pawan Exp M/Exp LTT DBG WZ
321 12217-18 Kerala Sampark Kranti M/Exp CDG KCVL NZ
322 22863-64 HWH-YPR Weekly Exp M/Exp HWH YPR EZ
323 11085-86 LTT-MAO DD Exp M/Exp LTT MAO WZ
11099-
324 LTT-MAO DD Exp M/Exp LTT MAO WZ
11000

RAJ Digitally signed 62


by RAJ KUMAR
KUMAR CHAND
Date: 2022.02.23
CHAND 16:44:09 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

325 17609-10 PURNA PATNA EXP M/Exp PAU PNBE SCZ


326 16339-40 NAGARCOIL EXP M/Exp NCJ` CSTM SZ
327 20501-02 AGTL-ANVT Rajdhani Exp Raj. AGTL ANVT EZ
328 22413-14 NZM-MAO Rajdhani Raj. NZM MAO NZ
329 12625-26 Kerala Exp M/Exp TVC NDLS SZ
330 12571-72 GKP-ANVT Humsafar Humsafar GKP ANVT NZ
331 11013-14 COIMBATORE EXP M/Exp LTT CBE WZ
Garib
332 12909-10 BDTS-NZM Garib Rath Exp BDTS NZM WZ
Rath
333 12803-04 VSKP-NZM Swarnjyanti M/Exp VSKP NZM SCZ
334 12367-68 VIKRAMSHILA EXP M/Exp BGP ANVT EZ
335 12013-14 NDLS-ASR Shatabdi Express Shtb NDLS ASR NZ
336 12541-42 GKP LTT SUP EXP M/Exp GKP LTT NZ
337 12917-18 ADI-NZM Gujrat SK Exp M/Exp ADI NZM WZ
Garib
338 12877-78 RNC-NDLS GR Exp RNC NDLS EZ
Rath
339 12219-20 SC-LTT Duronto Duronto SC LTT SCZ
340 12145-46 LTT-PURI M/Exp LTT PURI WZ
M/Exp-
341 22207-08 MAS-TVC AC Exp MAS TVC SZ
PP
342 17417-18 TPTY-SNSI Express M/Exp TPTY SNSI SCZ
BBS BNC SUP EXP/
343 12845-46 M/Exp BBS BNC/MAS SCZ
BBS CHENNAI EXP
344 12079-80 JAN SHATABDI EXP J Shtb SBC UBL SZ
345 12089-90 SMET-YPR J Shtb YPR SMET SZ
346 16351-52 NCJ-CSTM Express M/Exp NCJ CSTM SZ
347 16301-02 TVC-SRR Venad Exp M/Exp TVC SRR SZ
348 12767-68 NED-SRC Express M/Exp NED SRC SCZ
349 17623-24 NED-SGNR Express M/Exp NED SGNR SCZ
350 11077-78 PUNE-JAT Jhelum Exp M/Exp PUNE JAT WZ
351 12277-78 PURI-HWH Shatabdi Shtb PURI HWH SCZ
352 12903-04 BCT-ASR Golden Temple Mail M/Exp BCT ASR WZ
353 12141-42 CSTM-RJPB Exp M/Exp CSTM RJPB WZ
354 12707-08 A P SMPRK KRNTI M/Exp TPTY NZM SCZ
15955-56
355 (old DLI-DBRT Brahamaputra Mail M/Exp DLI DBRT NZ
14055-56)
356 11027-28 CSTM-MAS Mail M/Exp CSTM MAS WZ
357 12071-72 DR-Jalna Jan Shatabdi J Shtb DR JALNA WZ
358 82355-56 PNBE-CSTM AC Exp Suvidha PNBE CSTM EZ
359 16331-32 TVC-CSTM-TVC Exp M/Exp TVC CSTM SZ
360 12081-82 CAN-TVC Jan Shatabdi J Shtb CAN TVC SZ
361 16353-54 NCJ-KCG Exp M/Exp NCJ KCG SZ
UDZ-MYS/DEE Palace Queen/
362 22985-86 Humsafar UDZ MYS/DEE NZ
Rajasthan Humsafar
RAJ Digitally signed 63
by RAJ KUMAR
KUMAR CHAND
Date: 2022.02.23
CHAND 16:44:53 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

363 12453-54 RNC-NDLS Rajdhani Raj. RNC NDLS NZ


Maitree Express - Bangladesh Rake
364 13109-10 M/Exp DAKA KOAA EZ
Maitree Express - Indian Rake
365 12221-22 HWH-CSTM/PA Duronto Duronto HWH CSTM/PA EZ
366 22121-22 LTT-NZM-LKO AC Exp M/Exp LTT NZM WZ
367 12173-74 LTT-LJN/PBH/HBJ/AGC Exp M/Exp LTT LJN/PBH/HBJ/AGC WZ
BDTS/
ADI/
368 12473-74 Swaraj Exp M/Exp SVDK NZ
HAPA/
JAM
369 13281-82 PNBE-AII/NTSK Exp M/Exp PNBE AII/NTSK EZ
370 20905-06 BRC-BSB/REWA Mahamana Exp M/Exp BRC BSB/REWA WZ
371 12305-06 HWH-NDLS Rajdhani Raj. HWH NDLS EZ
372 12953-54 BCT-NDLS Rajdhani Raj. BCT NDLS WZ
HWH-DIGHA- TAMRALIPTA/ KANDARI
373 22897-98 M/Exp HWH DIGA EZ
Exp
374 19317-18 INDB-LPI/INDB-PURI Weekly Humsafar Humsafar INDB LPI/PURI WZ
375 18103-04 TATA-YPR/ASR Exp M/Exp TATA YPR/ASR EZ
376 12381-82 Poorva Express M/Exp HWH NDLS EZ
DBRG-
377 12087-88 DBRG-GHY-NHNL Shatabdi Shtb GHY-NHNL EZ
GHY
378 19043-44 BDTS-SHC/BGKT Humsafar Exp Humsafar BDTS SHC/BGKT EZ
379 13483-84 Farakha Exp M/Exp MLDT DLI EZ
380 15097-98 AMARNATH SUPFAST EXP M/Exp GKP JAT NZ
381 15601-02 NDLS-GHY-SCL, P.S.K.Express M/Exp NDLS GHY/SCL EZ
382 19201-02 PBR-HWH/SC Exp M/Exp PBR HWH/SC WZ
Lalbagh Express/
383 12609-10 M/Exp SBC/MYS MAS SZ
Bangalore Expres
384 13239-40 PNBE - KOTA Exp M/Exp PNBE KOTA EZ
385 17615-16 KCG-MAQ/MDU M/Exp KCG MAQ/MDU SCZ
386 13181-82 KOAA-AGC/SHTT M/Exp KOAA AGC/SHTT EZ
387 12369-70 HWH-DDN/HW Upasana/Kumbh Exp M/Exp HWH DDN/HW EZ
388 12595-96 GKP-ANVT Humsafar Humsafar GKP ANVT NZ
389 12807-08 VSKP-NZM Swarnjyanti M/Exp VSKP NZM SCZ
BBS BNC SUP EXP/
390 12829-30 M/Exp BBS BNC/MAS SCZ
BBS CHENNAI EXP
391 11041-42 CSTM-MAS Mail M/Exp CSTM MAS WZ
392 12153-54 LTT-LJN/PBH/HBJ/AGC Exp M/Exp LTT LJN/PBH/HBJ/AGC WZ
BDTS/
ADI/
393 12475-76 Swaraj Exp M/Exp SVDK NZ
HAPA/
JAM
394 12161-62 LTT-LJN/PBH/HBJ/AGC Exp M/Exp LTT LJN/PBH/HBJ/AGC WZ
BDTS/
ADI/
395 12477-78 Swaraj Exp M/Exp SVDK NZ
HAPA/
JAM
Digitally signed 64
RAJ by RAJ KUMAR

KUMAR CHAND
Date:
2022.02.23
CHAND 16:45:39 +05'30'
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Annexure IX

Bid Security Declaration

“I/We hereby understand and accept that I/We withdraw or modify my/our bids during the
period of validity, or if we are awarded the contract and on being called upon to Submit the
performance security/ Security Deposit, fail to submit the performance security/Security Deposit,
before the deadline defined in the request for bid document/Notice Inviting Bid, I/we shall be
debarred from exemption of submitting Bid Security/ Earnest Money Deposit and performance
security/ Security deposit for a period of 6 (six) months, from the date I/we are declared
disqualified from exemption from Submission of EMD/SD, for all Bids for procurement of
goods/Works/services/consultancy etc. issued by any unit of IRCTC published during this
period”.

Digitally signed
RAJ by RAJ KUMAR
CHAND
KUMAR Date:
2022.02.23
CHAND 16:46:54
+05'30'

65
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

(ANNEXURE-X)

Certificate for verification of the Food Safety & Hygiene Audit conducted by the Executive of the firm issued by the
unit in charge/Pantry in charge

Name of the unit (Mobile/static)______________________________________________

Operated by____________________________________________

Date: ___________________Time: ___________________

This is to certify that Third party Food Safety & Hygiene Audit conducted by (Name of Agency) …………….has been
done in Trains No/ static unit …………….on ………….

Note: This certificate of verification to be issued for each Mobile/Static unit.

Signature of IRCTC official on Duty __________


or
Signature of the Unit/pantry in Charge__________
Name ___________________________________

ID Number _________________________________

Phone no___________________________________

Name of licensee________________________

Signature of Auditor_______________________

Name ___________________________________

Name of the firm________________________


RAJ Digitally signed
by RAJ KUMAR
Date & Time____________________________________ KUMAR CHAND
Date: 2022.02.23
CHAND 16:48:06 +05'30'

66
2021/IRCTC/CO/Quality/Food safety & hygiene Audit-21/22

Annexure XI

UNDERTAKING

(To be submitted on the firm`s/Company Letter Head)

This is to certify that I/we . …….. (Name of the firm) are not black listed or debarred by IRCTC or any other
Ministry / Department / PSU (Public Sector Undertaking) of the Govt. of India/State Govt. from participation in
tenders/contract on the date of opening of bids.

Authorized signatory

Name. Designation and seal

Address:

Date:

Place:

Digitally signed
RAJ by RAJ KUMAR
CHAND
KUMAR Date:
2022.02.23
CHAND 16:49:12
+05'30'

67

You might also like