tender notice for... · page 2 of 31 rajiv gandhi national institute of youth development sri...
TRANSCRIPT
Page 1 of 31
____________________________________________________________________________________________________
TENDER NOTICE Tender Notification No.: RGNIYD/2018-19/CanteenTender/01 Dated: 17.10.2018
Name of the Service : CANTEEN SERVICE
Type of Tender Document : Two Bid System (Technical Bid & Price Bid)
Area of the Canteen : 150 Sq.m.
EMD Amount : Rs.20,000/- (Rupees Twenty thousand only)
Period of Contract : One Year
Pre-bid Meeting : Date , Time & Venue : 26.10.2018, Friday 3:00 pm & Mini Conference Hall,
Admin Block, RGNIYD, (Separate intimation will not be sent)
Last Date of submission of Tender: Date, Time & Venue
: 09.11.2018, Friday up to 3:00 pm.
Date of Opening Technical Bid: Date , Time & Venue
: 09.11.2018, Friday at 3:30 pm Mini Conference Hall, Admin Block, RGNIYD
Address for submission of Tender : The Registrar, Rajiv Gandhi National Institute of Youth Development, Govt. of India, Ministry of Youth Affairs and Sports, Sriperumbudur – 602105, Tamilnadu, India.
Date of Opening Price Bid: Date , Time & Venue
Will be intimated to the technically qualified bidders.
Note : 1. The Institute shall not be responsible for any postal delay about non-receipt / non delivery of the bids or due to wrong address.
2. The bidders are requested to sign in all the pages of tender document.
Page 2 of 31
RAJIV GANDHI NATIONAL INSTITUTE OF YOUTH DEVELOPMENT
SRI PERUMBUDUR - 602105
Tender Notification No. : RGNIYD/2018-19/Canteen Tender/01 Dated: 17.10.2018
NOTICE INVITING TENDER
Rajiv Gandhi National Institute of Youth Development invites Tender Document from the interested
nationally reputed Indian Organizations/Corporate Agencies to provide Canteen (Restaurant) Services
in the Institute campus for the benefits of the students, residents/visitors of the Institute.
About RGNIYD
The Rajiv Gandhi National Institute of Youth Development (RGNIYD), Sriperumbudur, Tamil Nadu, is an Institution of National Importance by the Act of Parliament No. 35/2012 under the Ministry of Youth Affairs & Sports, Government of India. The RGNIYD was set up in 1993 under the Societies Registration Act, XXVII of 1975.
The RGNIYD functions as a vital resource center with its multi-faceted functions of offering academic
programmes at Post Graduate level encompassing various dimensions of youth development, engaging in seminal research in the vital areas of youth development and coordinating Training Programmes for state agencies and the officials of youth organization, besides the Extension and Outreach initiatives across the country.
The Institute functions as a think-tank of the Ministry and premier organization of youth-related activities in the country. As the apex institute at the national level, it works in close co-operation with the NSS, NYKS and other youth organizations in the implementation of training programmes. The Institute is a nodal agency for training youth as a facilitator of youth development activities in rural, urban as also tribal areas. SCOPE OF THE WORK:
Canteen services exist at the premises of RGNIYD, Sriperumbudur. The tender is intended for the catering services to the Staff, Trainees, Outsourced workers, authorized visitors etc., of RGNIYD, Sriperumbudur. The day to day working of the canteen will be inspected by a Canteen Advisory Committee duly constituted by the Competent Authority of RGNIYD, Sriperumbudur for this purpose.
The contractor is required to supply breakfast, lunch and dinner to the Staff, Trainees, Outsourced workers, authorized visitors etc., of RGNIYD, Sriperumbudur. The contractor is required to supply tea, coffee, snacks, lunch and dinner for official meetings whenever required within the premises. Detailed scope of work is given below along with terms and conditions of the contract.
Canteen Timing: 07.00 hours to 22.00 hours in all working days. If necessary, the canteen shall be kept open during holidays / During Training programmes on holidays or as per the requirements /Instructions of RGNIYD 1. The selected bidder will be provided the following at free of cost during the period of contract:-
i) Kitchen (without Equipments). ii) Dinning hall with Furniture iii) Water for cooking and serving. iv) Electricity for kitchen and Dining hall. v) Bubble water can with water for Dining hall.
Page 3 of 31
2. The Contractor will provide canteen services to RGNIYD in the premises of RGNIYD Campus. The canteen
contractor is responsible for gas refills, safety, cleaning of utensils, arrangements of provisions; milk etc., at own cost.
3. The contractor will liaise with the designated officer of RGNIYD and report every month to the designated
officers, who are authorized to make checks on activities of the contractor. The contractor shall extend full cooperation and provide necessary information on canteen services/ problems to the designated officers of RGNIYD from time to time.
4. Supervisor, cooks and workers should be young and energetic preferably below 50 years of age with good
physique & enthusiasm to serve the RGNIYD personnel Trainees and others.
5. The contractor shall be responsible for engaging adequate manpower required for providing good canteen service in RGNIYD.
6. The contractor will prior to the commencement of the operation of contract, make available to RGNIYD
the particulars of all the employees who will be Employed, such particulars inter-alia should include age, date of birth, permanent address, profile of health and the conduct report of the employees. The employees should be of good conduct and should not have done any illegal act, whatsoever previously. Contractor should take care of the above things in respect of employees.
7. The employees of the contractor should possess sound health and be free from any diseases, especially
contagious & frequently recurring diseases and they should be in uniform while on duty.
8. The contractor shall be fully responsible for the conduct of his employees and shall ensure that their behavior with the residents, supervisors, officers is always good and cordial. If it is found at any stage that the conduct of any person deployed by the contractor is unsatisfactory the contractor shall have to remove the person concerned and engage a new one within 48 hours of such intimation. The decision of designated officer in this regard shall be final and binding on the contractor.
9. RGNIYD reserves the right to call upon the contractor to remove any person whom RGNIYD finds
unsuitable for services on account of hygiene, health or conduct or any other reason and the contractor will be obliged to comply with the same.
10. All work shall be carried out with due regard to the convenience of the RGNIYD. The order of the
concerned authority shall be strictly observed.
11. The contractor has to deploy manpower for canteen services on holidays including Sundays, according to the requirements of RGNIYD for which no extra cost will be paid.
12. Contractor shall verify character; antecedents of canteen personnel to be deployed in the campus and
furnish names of the personnel deployed with photographs, local address and permanent address for record by RGNIYD and shall notify any change in address.
13. Supervisor/Workers will not be changed by contractor so frequently until and unless so warranted.
14. Sub-contracting of the contract shall not be permitted. In case the contractor is found having sub
contracted this contract, the contract will be terminated without any notice and security deposit will be forfeited.
15. Disputes if any, arising cut of the canteen services contract shall be settled by mutual discussion or
through the channel of arbitration, with jurisdiction at Sri perumbudur.
Page 4 of 31
16. The contractor will not charge any additional payments to provide the canteen services on holidays,
Sundays and odd hours during RGNIYD functions, programs etc.
17. The canteen services will be monitored by the committee/ RGNIYD designated officer appointed by RGNIYD and the operation of the canteen shall be conducted as per the instructions of the Canteen Committee particularly in selection of the menu, quality and hygiene and prices of food items etc.
18. The contractor shall provide all the three time food (Breakfast, lunch & dinner) and snacks throughout the
period of contract.
19. A Self-declaration by the vendor that they are not black listed by any central & state government authorities should be given along with technical bid failing which the bid stands rejected. A written undertaking that he has cleared all the statutory liabilities viz., EPF,ESI, Minimum Wages etc., of labour contract while he/his firm was dealing with any Government/Semi government/Autonomous bodies/private industries for the last three years.
20. Period of Contract will be 12 months from the date of allotment, extended to subsequent months based
on performance without any increase in the price.
21. Disqualification Clause:
The bidder shall be disqualified
(a) if the bidder or any of its constituent(s) has been blacklisted / banned by any Government Department, Government Agency or Public Sector Undertakings at any time, except in cases where such blacklisting / banning has been withdrawn by competent authority or ceased on the deadline for submission of the bid, for which satisfactory evidence is to be produced.
(b) Any previous contract of the bidder or any of its constituent(s) had been terminated /
rescinded for contractor’s failure by RGNIYD during the period of last 05 years before the deadline for submission of the bid.
(c) The bidder or any of its constituent(s) has been issued a show cause notice for poor
performance / banning / blacklisting or order for suspension of business by the competent authority of RGNIYD.
Page 5 of 31
ELIGIBILITY CRITERIA:-
1. The Tenderer should have successfully completed the provision of Canteen Services in the last 3
financial year.
2. The tenderer shall have at least two running contracts of providing good Quality canteen services in
any Govt./PSU/reputed firms/Govt. undertaking and shall attach the proof of such contract
agreements/Certificates.
3. The tenderer shall have a yearly turnover of minimum Rs. 25 lakhs and a total turnover of minimum
Rs.75 lakhs in the last 3 financial years.
4. In the last three financial years the tenderer must have completed at least one single similar work of
providing canteen services of Rs.25 lakhs turnover in any Govt./PSU/reputed firm/Govt.
undertakings/Pvt. Institutions.
5. Should possess valid FSSAI License.
Page 6 of 31
DOCUMENTS TO BE ENCLOSED:-
The following documents are to be submitted along with the Technical bid in a separate envelope.
However, the Tender received without the documents mentioned from Sl. No.1 to 8 given below will be
summarily rejected.
1. Experience/Successful completion certificates in respect of canteen services in Govt./PSU/Govt. under
takings/reputed firms/companies/Private Institutions.
2. Copies of ongoing contract documents of at least two firms as above for last three financial years.
3. Turnover Certificate or Balance sheet certified by Auditor (for last 3 financial years).
4. Earnest money Deposit (EMD) as Demand draft for Rs.20, 000/- in favour of “The Director, RGNIYD”
payable at Sriperumbudur.
5. Copy of Company Registration Certificate.
6. Pan Card of the bidder or bidder’s company
7. Aadhar card of the bidder.
8. Certificate of GST Registration and GST Payment details (for last year)
9. Annexures:- Annexure – I (Technical Bid), 1.1, 1.2, Annexure - II (Schedule of Work), Annexure-III,IV,V.
Other requisite documents to be enclosed:-
10. Income tax return certificates (for last 3 financial years).
11. Copy of FSSAI License.
12. Copy of proprietor ship/Partnership deeds.
13. Any other document’s other than the above.
Page 7 of 31
TYPE OF TENDER:-
Two Bid System
Tender should invariably be submitted in “Two Bid” system containing two parts as detailed
below, in separate sealed envelopes, duly page numbered and indexed along with self-
attestation on each page.
Bid – I: Technical Bid in one sealed cover/1st envelope; containing Demand Draft of Earnest Money
Deposit (in separate envelope), relevant documents in support of eligibility criteria as
mentioned in our tender document, tender document each page duly signed by the bidder.
Duly filled Technical bid as per Annexure-I, 1.1, 1.2, Annexure-III, IV and Annexure-V.
Bid – II: (Price Bid / Financial Bid) in separate sealed cover/2nd envelope:- containing Duly filled
Schedule of Work/Price Bid as per the format in the tender document.
Instructions to the Bidder:- Interested Canteen Service provider may submit their Tender Document with (ANNEXURE – I to V) in the prescribed format to the following address:
To The Registrar,
Rajiv Gandhi National Institute of Youth Development, Sriperumbudur – 602105, Tamil Nadu.
Envelope containing the Tender Document should be marked as “TENDER FOR PROVIDING CANTEEN
SERVICES” in the top of the left corner of the envelope containing.
Any queries related on the proposal of the Institute Canteen Service, may contact, 044-27163127
Tenderer shall inspect the site to fully acquaint himself about the building and working conditions. The
site may be inspected with the help of Institute officials on any day before submitting the tender.
A Pre-bid meeting shall be held on 27.10.2018, Friday, 2018 at 3:00 PM at Admin Block, during which
participating agencies can have clarifications if any and canvassing in any form will be disqualified.
Price bid once submitted with tender cannot be revised (unless or otherwise negotiated after Opening of bid).
Page 8 of 31
TERMS & CONDITIONS
1. Earnest Money Deposit (EMD):
Each bid must be submitted together with a Demand Draft for specified Earnest Money
Deposit drawn on any Bank in favour of “The Director , RGNIYD, Sriperumbudur ” payable at
Sriperumbudur towards Earnest Money Deposit (EMD). Cheques will not be accepted. The
Demand Draft towards EMD amount should be kept in a separate envelope along with
Technical bid. NSIC Certificate holders exempted to pay EMD amount, for exemption bidder
should submit the copy of valid NSIC certificate with the tender.
Earnest Money deposit for unsuccessful bidder shall be refunded within 60 days from the date
of finalizing the tender. In the case of successful tenderer, earnest money deposit will be
adjusted towards the Security Deposit or it may be forfeited in case the successful tenderer
refuses to accept the award of contract or fails to complete the required formalities and
occupy the premises within the specified and permitted time/ delay in starting the actual
operation beyond the permitted time. No bidder shall be permitted to retract the bid. In the
event of dispute between the bidder & Institute, the dispute shall be decided by Registrar,
RGNIYD, Sriperumbudur. The decision in this respect shall be final and binding on all persons
offering bids at the auction. The bids offered in any other manner except hereto before
mentioned shall not be considered.
2. Security Deposit:
Successful tenderer should deposit a sum of Rs.30,000/- (Rupees Thirty thousand only) as
Interest free Security deposit and the same will be returned without interest after the
Successful completion of contract period and after key(s) of the occupied building is handed
over by the occupant by vacating the restaurant. Refund will be subject to full settlement of
dues payable to RGNIYD and adjustment against damages, if any, or any other amount
payable.
3. Evaluation Criteria:
a. Technical Bid Evaluation :- Technical bid will be evaluated based on the technical bid submitted by the format (Annexure-I) and Eligibility criteria mentioned in this tender document.
Financial bid will be opened only for those who qualify Technical Evaluation Bid.
b. Financial Bid Evaluation :-
The Financial Bid will be evaluated based on the rates quoted by the tenderer for Schedule
“A” (Annexure-II).
The controlling items for deciding the lowest offer are the rates of Sl. No. 1,2 and 3 and 6 to
14 of Schedule “A” (Annexure-II). The lowest offer will be decided based on the total of the
rates quoted by the tenderer for the above Controlling items.
Page 9 of 31
In the Financial Bid, if two are more tenderer have quoted the same rate the past performance of the bidders will be taken for consideration In awarding the work.
The decision of the Competent Authority for the allotment of Canteen will be final and binding
on the bidder.
RGNIYD may going for negotiation of rates with the L1 Tenderer if the rates quoted are found
to be not reasonable / on the higher side.
4. Tenderer in his own interest, can inspect the proposed premises / place before submitting
tender.
5. The L1 tenderer shall obtain necessary license as required by Govt. authorities/ statutory
authorities for running the proposed canteen.
6. The tenderer as already mentioned The technical bid with credentials ( Experience certificate,
Turnover etc.. along with Signed tender document, EMD, Annexure-I, III and IV shall be kept
in a separate cover and The Financial Bid (i.e) Schedule “A” (ANNEXURE – II) duly filled and
signed shall be kept in another sealed envelope . The two sealed covers of Technical and Financial Bid
shall be kept in one larger envelope and sealed with inscription on the top left side “Tender for
Canteen” and to be submitted in the Tender Box available in the Admin Block, RGNIYD,
Sriperumbudur on or before 3:00 pm on 09.11.2018, Friday. The Institute shall not be
responsible for any loss or delay in receipt of the tender sent by post/courier. The tenderer's
name, address, phone number, mobile number and e-mail id, if any shall be written on the left
side of the sealed cover, without fail.
7. The technical bids will be opened on the same day 09.11.2018, Friday at 3:30 pm, in the
presence of those bidder who wish to be present. For any failure in intimation due to
incomplete/incorrect address/phone no./e-mail id etc. or otherwise, Institute shall not be
responsible. It shall be the primary duty of the tenderer to enquire and attend the
proceedings.
8. The Schedule of Work /Price bid of the technically qualified bidder will be opened on a date
intimated to the successful bidder only.
9. Successful bidder shall complete all formalities within 15 days’ time including remittance of
security deposit and execution of Contract Deed prescribed by Institute and shall start his
business within 15 days from the date of award of work. On failure to commence business
within the said 15 days, the Tender shall stand cancelled and the loss suffered by
Institute in this regard shall be appropriated from the Earnest money/Security Deposit
deposited by the Tenderer.
10. The Canteen premises allotted shall be utilized for running the specified business/trade only
and shall not be used for any other purpose/business without the written consent of Institute.
The Contract granted shall not be Sub-contract either fully or in part to any third parties.
11. Canteen shall be run effectively and shall not be closed without intimating Institute.
Canteen shall not be kept open beyond the specified timings.
Page 10 of 31
If the Canteen remains closed for more than 7 days without prior permission from The Registrar, RGNIYD, it will be presumed to have been closed down and shall be considered as violation of agreement. In such cases, notice period of one month shall not be applicable and as such the fresh proposals will be invited for the Canteen and the loss will be recovered from the first Successful bidder until taken over by the succeeding Successful bidder.
12. The Price of goods proposed to be sold or the fee for the services to be rendered shall be fixed
at nominal rate and final rate will be fixed based on mutual concern between Institute and the
successful bidder. The price list should be displayed (size 5 ft x 3ft) in front of the Restaurant
Premises. The successful bidder shall not charge excess of the rates approved by the Institute.
The rates once decided should be strictly adhered to and cannot be changed under any
circumstances without prior approval of the Institute and approval should be displayed.
13. The Successful bidder will neither store nor trade in any psychotropic drugs/material,
Liquor, Beedi, Cigarette, Pan Masala etc. The successful bidder shall also ensure 'NO
SMOKING' inside the premises and will also display "No Smoking" sign board in the allotted
premises and he and his/her employees if any will always observe good behavior and
courtesy towards the customers.
14. Compliance with the various statutory requirements, norms and rules and regulations
prescribed will be the responsibility of the successful bidders including the financial
implications thereof. The successful Tenderer, before the commencement of business, shall
timely obtain all licenses such as Trade License/appropriate License and all ancillary licenses/
permissions/ clearances that may be required to be obtained by the Successful bidder from
any authority/authorities at their own cost for the operation of the outlet. The successful
tenderer shall solely be responsible to ensure and keep such Licenses valid throughout the
Contract period.
15. The successful tenderer or his employees shall maintain harmony in the Institute and shall not
indulge in any illegal activities in the Institute/Hostel premises .In case of any such event
/activities detrimental to Institute's interest/decency/morality etc., the Institute shall have the
right to terminate the agreement immediately.
16. All taxes and Government levies as applicable from time to time, will be burned by the
contractor.
17. No additions/alterations are to be carried out in the Premises without the prior permission
of Institute. Additions/alterations, if done, are to be of temporary nature and should be
removed at the time of the contract period expiry.
18. Model Agreement will be provided by the Institute for execution to the successful tenderer
on allotment. Agreement shall be furnished in Non Judicial Stamp Paper of Rs.100 by the
successful bidder at his own cost, within 15 days from the issue of allotment letter along
with other documents/payments, failing which penalty as mentioned will be imposed.
19. The successful bidder shall not employ any child labour (s) in Contravention of the LABOUR
EMPLOYMENT ACT, 1970. THE SUCCESSFUL BIDDER WILL BE FULLY RESPONSIBLE FOR
IMPLEMENTATION OF LAWS RELATING TO LABOUR, RESTAURANT & ESTABLISHMENT,
MINIMUM WAGES, ESI, P.F. & WORKMEN COMPENSATION ETC. The successful bidder shall
be responsible for the payment of wages and allowances to his staff as per Minimum Wages
Act of Labour Law, in force and all statutory dues to the persons employed by him (If
applicable)
Page 11 of 31
20. The Public Premises (Eviction of unauthorized occupants) Act, 1971 will be applicable to
allotment of Canteen.
21. Safety standards should be maintained. Fire extinguishers (2 Kg & 4.5 Kg dry type), sand
buckets, should be installed in accessible places and should be in working conditions. List of
emergency number should be displayed in a prominent place. First aid measures should also
be available for emergencies at bidders cost.
22. Any tenders /documents received after the mentioned time is liable to be summarily rejected.
This is only an invitation for receipt of tenders and there is no commitment on the part of
Institute for the allotment.
23. As per the directions of the Government of India, the successful bidder shall facilitate with a
swipe payment machine and shall also provide the UPI based payment system. The Successful
bidder shall further display its VPA (virtual payment address) or Q-Code on the display board
to enable the consumers makes the payments via UPI App (BHIM or equivalent) apart from
cash payment.
24. The Institute reserves the right to cancel the tender without assigning any reasons there for.
25. The Canteen is solely meant for use by the Staffs, Residents, Students, Visitors, and Workers
under contractors of the Institute. However, all the workers of the Canteen shall invariably
carry their ID cards & overcoat (provided by their employer), shall be produced to the security
personnel and other Institute authorities, whenever asked for. Food handlers should
medically fit to work, food handlers should wear hairnet and gloves.
26. The Canteen will be on Non-Exclusive basis and RGNIY has a right to open any other canteen
of same kind within the premises as per the discretion of the competent authority. . The
successful tenderer shall not be entitled to raise any objection or claim for any deduction in
contract period, and security deposit in case some other Canteen is constructed in the
Institute campus or in case there comes in existence any authorized Canteen. The Successful
bidder shall equip the Canteen for running the business to the satisfaction of the Institute
authority and shall display the articles in presentable manner.
27. If any complaint is received on substandard quality, Competent Authority (Quality Control
Committee) or any other officer authorized by the Institute may seize the whole stock or part
thereof and order the destruction there of Complaint/Suggestion Register have to be kept
and should be available to all customers. Branded groceries only allowed to use in the
canteen. Cook always use refined sunflower oil for making oil foods.
28. Canteen Employees should not use the premises as residence. Use of space beyond official
timings approved should be only for special purposes like receiving of goods, disinfestations,
inventory, any institute function etc.,
29. Proper receipt/bill of each transaction should be provided to the concerned user. Whenever the institute authority demands for the monthly sales details, the successful bidder should produce the detail.
Page 12 of 31
30. The waste generated from canteen must be disposed of at the solid waste collection pits
reserved for Canteen at RGNIYD Campus by the successful bidder before closing of each
business day and cleared at sufficient intervals during the day. The Successful bidder shall not
dump any empty packing, baskets or any material and in specific plastic articles on the roof or
in the open space outside the premises not allotted to him/her and shall be responsible to
maintain all reasonable standard of cleanliness and hygiene in the restaurant & the
surrounding areas and disposal of garbage, in default a fine up to Rs.1000/ - can be imposed
on the successful bidder by Institute.
31. The successful bidder shall be responsible for the repair of canteen if required, during the
Contract period with prior permission from Institute.
32. The employees of the successful bidder should possess sound health and be free from any
diseases, especially contagious and frequently recurring diseases and the proof for the same
should be given by registered medical physician and they should be in uniform while on duty.
33. The contractor shall be solely and exclusively responsible to employ the required staff for his
canteen services at RGNIYD and bear all costs for the payment of wages and allowances as
per Minimum Wages Act of Tamil Nadu, and make contributions to PF, ESI and all statutory
dues for the persons employed by him for providing the Canteen Services. The contractor
shall ensure that all the workers get minimum wages and other benefits as admissible under
various labour laws such as EPF, ESI and any other Acts/laws as applicable. The contractor
shall be further responsible for proper discipline of the employees engaged by him and their
work besides observing other obligations. No child labourers shall be permitted by RGNIYD
under this contract. Further the contractor shall be responsible to pay all the dues of
employees, as well as statutory dues applicable under labour laws. In the event there is any
violation of any contractual or statutory obligation regarding the personnel / labour, the
contractor shall be responsible and liable for the same. Further, in the event of any claim,
action or suit is instituted against RGNIYD, the contractor shall be required to reimburse to
RGNIYD any payment made under such orders or judgments of any competent authority.
RGNIYD shall also have right to deduct the amount from the payment due to the contractor.
34. The Contractor will, prior to the commencement of the operation of contract, make available
to RGNIYD the particulars of all the employees who will be employed, such particulars inter-
alia should include age, date of birth, permanent address, conduct report (from some
renowned persons) and profile of the Health Status of the employees should be enclosed. No
employee should be in underage of 18 years and documentary evidence should be provided
by the contractor.
35. The contractor shall be responsible to maintain the equipment and other articles supplied by
the RGNIYD in good condition. In case of any damage, he shall be responsible to carry out the
repairs without any delay to avoid any interruption in service. Cost of repairs shall be borne
by the contractor him-self. In case of theft or damage, contractors shall replace the items lost,
broken or damaged with new items of the same quality at his own cost and expense.
36. RGNIYD shall in no way be responsible for any default with regard to any statutory obligation
and the contractor will indemnify RGNIYD in case of any damage or liability, which may arise
on account of action of contractor.
Page 13 of 31
37. Care must be taken to ensure while carrying out the work that no fittings, fixtures, furnishings
are damaged. Any damages done to the same or to any other property of RGNIYD, the
contractor shall repair/replace the same at their own cost, failing which the same will be got
done at their risk and cost. The decision of the designated officer for this purpose shall be
final which will be binding on the contractor.
38. All work shall be carried out with due care with regard to the convenience of RGNIYD. The
orders of the concerned authority shall be strictly observed.
39. The Contractor shall suggest a menu of Breakfast, Lunch and Dinner for all the days in a week
and shall also furnish his quotations/rates after checking various items listed in Annexure G
and give rates in the financial bid for the same. Since the Canteen is basically meant for
Faculty, Staff, Trainees, etc., of RGNIYD the charges shall be kept at the minimum. The
contractor should maintain the weight in grams in all his food stuff according to the standard
weight in any of the reputed canteen service.
40. No minimum guarantee will be furnished to the contractor towards consumption of food
items. He is advised to maintain the highest quality at the minimum possible prices so as to
attract the maximum no. of Faculty/Staff/Trainees/Students to avail canteen services.
41. The payment towards hospitality bills of RGNIYD office shall be released on a monthly basis
after scrutiny of authorization for supply and the prices offered by the contractor. Any supply
of food items without proper authorization by the designated authority of RGNIYD will not be
paid for.
42. All statutory obligations under various laws from time to time will have to be met by
contractor for which no extra payment shall be made to him at any time during the
contractual period.
43. The contract shall at all times indemnify and keep indemnified the head of the office and its
officers, servants and agents for and against all third party claims whatsoever including but
not limited to property loss and damage, personal accident, injury or death of / or property or
person of any sub contract and/or the servants or agents of the contractor any sub –
contractor (s) and/or the owner and the contractor shall at his own cost and initiative at all
times, maintain all liabilities under Workman Compensation Act / Fatal Accident Act, Personal
Injuries, Employees State Insurance Act, PF Act and/ or their Industrial Legislation form time
to time in force.
44. Income Tax (TDS) as applicable at prevailing rate will be deducted at source. Payments will
normally be made within 30 days of the submission of any bill through NEFT. However, in the
event there is any query, objection or dispute with regard to any bill or a part thereof, the
contractor shall not be entitled to any interest to be paid for late payment till such time that
the query, objection or dispute is resolved. The contractor will be entitled for payment of
amount as agreed by RGNIYD per month after deducting TDS as per the existing. The payment
shall be made by RGNIYD every month on presentation of bill for such payment by the
contractor in the first week of each succeeding month. The bill should be accompanied by
such certificates as RGNIYD may prescribe form time to time.
Page 14 of 31
45. As per RGNIYD policy, payments would be rounded off to the nearest higher rupee and i.e.
50 paise or above will be rounded off to the nearest higher rupees and paise less than 50 will
be ignored.
46. The workmen employed by the contractor shall be directly supervised and controlled by the
Contractor, and shall have no relation whatsoever with RGNIYD. RGNIYD shall have no power
to control or supervise such workmen or to take any action against them except as
permissible under law. Such workmen shall also not have any claim against RGNIYD for
service or regularization of services.
47. The work executed shall be to the entire satisfaction of Canteen monitoring
Committee/Competent Authority of RGNIYD.
48. The contractor shall ensure that either he or his representative is available for proper
administration and supervision at the works.
49. RGNIYD shall in no way be responsible for any default with regard to any statutory obligations
and the contractor will indemnify RGNIYD in case of any loss or damage or liability, which may
arise on account of action of the contractor.
50. In case of L-1 becomes more than one, then the past performance, annual turnover, will be
the criteria for selection and it would be at the sole discretion of the RGNIYD. .
51. The contractor is required to furnish his staff deployment pattern for efficient running of the
canteen services with details of number of supervisors, cooks and cleaners (both male and
female) and the contractor will bring their own tools, cookers, hot boxes, steam boxes,
trolleys, equipment, utensils, plates, jugs etc., in sufficient quantity required to maintain the
canteen services.
52. If any relative of the tenderer is an employee of the RGNIYD, the name, designation and
relationship of such employee shall be intimated to the Registrar, RGNIYD in writing while
submitting the tender. RGNIYD reserves the right of selecting/rejecting any tender without
assigning any reason.
53. The contract will be awarded on the following basis:
Duly filled in tender document by the tenderer in all respects without deviation.
Tenderer agreeing to accept the terms and conditions of the tender and further advice, if
any by RGNIYD Management even after selection.
Duly attached specified EMD (returnable after the expiry of contract for selected
vendor/returnable for unsuccessful vendor after completion of tender process) along with
tender document.
Agree to provide the Best quality food at RGNIYD Canteen without any lapses, allowing
RGNIYD Canteen Advisory Committee to monitor from time to time to ensure the
effective service by the contractor.
Duly attached clientele list, information on annual turnover and availability of necessary
valid documents for the amount quoted for food in the financial bid.
Page 15 of 31
L1 rate quoted by the tenderer is not the only criteria for selection but also the
recommendation made by Canteen Advisory Committee taking care of all the above
criteria in all respects for finalization of the tender. Post tender correspondence will not
be entertained in this regard.
54. The contractor will liaise with the designated officer of RGNIYD and report every month to the
designated officers, who are authorized to make checks on activities of the contractor. The
contractor shall extend full cooperation and provide necessary information on canteen
services/ problems to the designated officers of RGNIYD from time to time.
55. Supervisor cooks and workers should be young and energetic preferably below 50 years of
age with good physique & enthusiasm to serve the RGNIYD personnel and others.
56. The contractor shall be responsible for engaging adequate manpower required for providing
good canteen service in RGNIYD.
57. Successful bidder will follow the menu prescribed in the Annexure-G of this tender.
58. The contractor should provide cool-drinks, juices (tetra pack), Branded packed snacks,
biscuits at MRP.
59. The contractor will prior to the commencement of the operation of contract, make available
to RGNIYD the particulars of all the employees who will be Employed, such particulars inter-
alia should include age, date of birth, permanent address, profile of health and the conduct
report of the employees. The employees should be of good conduct and should not have
done any illegal act, whatsoever previously. Contractor should take care of the above things
in respect of employees.
60. The contractor shall be fully responsible for the conduct of his employees and shall ensure
that their behavior with the residents, supervisors, officers is always good and cordial. If it is found at any stage that the conduct of any person deployed by the contractor is unsatisfactory the contractor shall have to remove the person concerned and engage a new one within 48 hours of such intimation. The decision of designated officer in this regard shall be final and binding on the contractor.
61. The price bids of technically qualified bidders only will be opened.
62. Penalty Particulars:- In case of violation of Terms and Conditions of Tender the following
penalties will be Imposed to the bidder.
Particulars Penalty Amount(Rs.)
1 Non availability of food items during the working hours. Delay in the supply of food.
Rs.1000/- per incidence.
2 Violation of canteen employee’s dress code (uniform, ID Card, hairnet and gloves).
Rs.500/- per employee per day.
3 Usage of unbranded groceries in kitchen. Rs.2500/- per incidence
4 Canteen employees reside inside the institute without prior approval.
Rs.1000/- per employee per day.
Page 16 of 31
5 Bad Quality of Food, Insects found in the food items Rs.2500/- Per incidence.
6 Improper cleaning and maintenance of Canteen area Rs.2000/- per incidence
7 Usage of Other than canteen premises Rs.2000/- per incidence
8 Violation of Canteen Menu Rs.1000/- per incidence
VACATION / TERMINATION NOTICE
63. Notwithstanding anything contained in the conditions above, the licensor shall be at liberty
to terminate this contract by giving 30 days clear notice ending with the expiry of that
month of contract without assigning any reason whatsoever. However, the successful bidder
may terminate this contract by giving 60 days clear notice ending with the expiry of the
month of contract. In this case he/she will be debarred for participating in the tender process
of all the commercial sites subsequent to his/her vacation notice for 2 years and 50% of the
Security deposit will be charged/deducted. (including the cost of re-tendering).
63.1 The successful bidder shall not transfer or sublet the canteen in whole or any
part of the premises. On cancellation of Contract period, the canteen shall be vacated by
the successful bidder immediately by seven days from the date of issue of notice in writing
by the Institute. The Institute shall take immediate possession of the canteen and make
alternative arrangements to run the same immediately. If any material or fitting belonging
to him/her are not removed by him immediately as directed by the Institute, these will
become the property of the Institute
The Successful bidder/Institute will be at liberty to terminate the contract of the allotted
premises and also forfeit security amount and by giving 10 days’ notice to the tenderer/
allottee for any breach of the Terms & Conditions of the Tender Document/Agreement
besides also on the following grounds and RGNIYD decision is the final and binding:- [
a) Sale or storage of banned drugs/alcoholic material/items, narcotics and psychotropics
substances within RGNIYD Campus.
b) Sale of substandard goods/overcharging of price more than MRP or rates approved by
the Institute.
c) Indulgence in any illegal activity/occupation/illegal groupism or gathering/allowing
anti-social elements to use the allotted premises for any other purpose, other than the
purpose for which premises have been allotted.
d) To indulge in blocking of any Institute building/properties or officer/official and
demonstration or taking out procession within the Institute premises.
e) No child labour/Minor should be employed by the successful bidder in any case. The
successful bidder shall not appoint any employee without proper police identification/
verification and shall supply full details of the persons employed by him/her to the
Security Office as and when required. Such details should be displayed at the restaurant
by the successful bidder.
f) The successful bidder shall strictly observe and follow all the orders and instructions
issued by the Institute from time to time.
Page 17 of 31
ARBITRATION
64. As far as possible, dispute shall be settled mutually. In the event of any unsettled disputes or
difference relating to the interpretation and any other disputes arising after the issue of
LOI/Allotment Order and during the execution of the restaurant, it has to be referred to the
Estate office in written document. If the dispute has not resolved within 30 days, then the
dispute has to be raised to The Registrar in written document. Even then, if it is not resolved
within 15 days by The Registrar then it may raise to Director in written document. If the
dispute has not resolved by Registrar within 30 days of their arising by the Institute, they shall be
referred to a sole arbitrator to be appointed by the Director of RGNIYD. The governing law in
this regard will be The Arbitration and Conciliation Act, 1996 of India. The venue of the
Arbitration will be Sriperumbudur. Further, disputes if any, that may arise at any point of time,
shall be subject to Sriperumbudur jurisdiction only.
VACATION OF THE PREMISES AFTER EXPIRY/ REVOCATION OF CONTRACT
65. The successful bidder shall handover the key of vacant restaurant of the premises to the
Institute after the expiry or revocation of the contract. In case, the successful bidder fails to
hand over the key of vacant canteen after expiry of contract period, he will be liable to pay 5
times of security deposit after the contract period has expired unless it is extended by the
Director, RGNIYD In case of non-deposit of the fine as above, the same is liable to be deducted
from the security deposit. In such case successful bidder shall be governed by the P.P.
Act,1971.
66. The successful bidder shall permit access to the Director or his nominees, at all reasonable times
for the purpose of inspecting the premises and the trade or business carried therein.
67. The Registrar, RGNIYD reserves the right to modify, impose or relax any clause in the terms
and conditions. In case of breach of any of the terms and conditions of this contract, the
Institute may revoke this contract and forfeit the security deposit and the successful bidder
shall thereupon forfeit all the rights here under, and shall remain liable for any sum then due,
from him and also for any damage or loss which maybe caused to the licensor by reason of
such default or for making any alternative arrangement for running the said premises.
Page 18 of 31
RAJIV GANDHI NATIONAL INSTITUTE OF YOUTH DEVELOPMENT
SRI PERUMBUDUR – 602 105
TENDER NOTICE
TENDER NO. RGNIYD/2018-19/Canteen Tender/01 Date: 17.10.2018
ANNEXURE – I
PART – A (TECHNICAL BID) (To be submitted in a separate sealed envelope but to be kept inside a larger size outer envelope)
Important Note: (1) Bidders are cautioned that the tabular statement given below is the application
format for Technical bid. Hence there should NOT be any indication either in this tabular statement
or in the enclosures to this tabular statement regarding Price Bid or any other commercial
consideration under this contract.
(2) All information called for in this Application format should be furnished against the relevant
columns in the format. If the information is furnished in a separate sheet enclosed with the technical
bid, this fact should be mentioned against relevant column(s). If any particulars/ query are not
applicable in case of the applicant bidder, it should be stated as “Not Applicable”.
Sl.No. Description Information
1 Do you unconditionally agree with all Terms
and Conditions stipulated in the tender
Document?
Yes/No
2 Have you furnished Documentary evidence/
proof in support of compliance with the basic
eligibility conditions stipulated in the tender
document
Yes/No
4 Details of Earnest Money Deposit (EMD)
remittance
Amount: Rs.:
DD Number :
Date :
Name of Bank :
Payable at :
5 Name and Address of the Applicant/ bidder
with Telephone/ Fax/ Mobile and Mail ID
(Attach in a separate sheet with self-attested
passport photo)
6 Registration/ Incorporation Particulars
(Please attach attested copies of documents of
registration/ incorporation of your firm/
Company as required under business law)
Page 19 of 31
7 Legal Status of the bidder (In the case of
Partnership Firm, authenticated copy of
Partnership Deed, in the case of Private or
Public Limited Company authenticated copy of
Memorandum and Articles of Association and
in the case of Proprietary concern, Proprietary
Firm Registration Certificate should be
enclosed as documentary proof)
8 Bio data or Profile containing name,
educational qualifications, occupation and
postal address of Proprietor / Partners/
Directors/ Managing Director/ Chairman and
Managing Director ( please use separate sheet
if found necessary)
9 Name, designation and Phone number of
persons authorized to sign the documents on
behalf of the Proprietary concern/ Partnership
Firm/ Private or Public Limited company
(Please attach Power of Attorney /
authorization for signing the document. In the
case of Proprietary concern bidder may submit
attested copy of the PAN card / Election
Commission Card / Passport of the Proprietor
and authorized signatory in case of proprietor
is not signing the tender document)
10 Name and Designation of the Contact Person/
Representative/ Manager of the Agency/ firm/
company with mobile number & email ID
11 Annual Turnover during the last three years.
(Copy of the Annual Accounts duly certified by
the Chartered Accountant to be enclosed)
Year Annual Turnover of the
bidder from Similar
Business (Rupees in Lakhs)
2015-16
2016-17
2017-18
12 Average Turnover in last three years from
similar business
Rs. in lakhs
13 Total experience (years/ months)
14 Have your firm/ company ever changed its
name any time? If yes, provide the previous
name and the reasons there for?
Page 20 of 31
15 Have you or your constituent ever left the
contract awarded to you incomplete? If so,
give name of the contract and reasons for not
Completing the contract.
16 Income Tax Permanent Account Number
(Copy of PAN Card to be enclosed)
17 Income Tax Assessment Completion
Certificates/ Assessment Orders for the
financial years 2014-15, 2015-16 and 2016-17
(In the event of assessment of the years
indicated having not been completed the
certificate of the latest assessment completed
may be enclosed and the reasons for non-
completion of the assessment for the required
years may be indicated)
18 Have you registered under Employees State
Insurance Corporation Act (ESI) Act? If so,
enclose copy of the registration certificate.
Also provide a copy of latest remittance made
by your agency/ firm/ company
19 Copy of the statement of returns, if any, filed
with ESI for the financial year 2017-18
20 Have you registered under Employees
Provident fund (EPF) Act? If so, enclose copy
of the registration certificate. Also provide a
copy of latest remittance made
by your agency/ firm/ company
21 Copy of the statement of returns, if any, filed
with EPF for the financial year 2017-18
22 Goods & Service Tax (GST) Registration Number
(Proof to be attached) for the restaurant to
which GST is mandatory.
23 Copy of Service Tax/GST Returns for the last
three years i.e., 2015-16, 2016-17 and 2017-18
along with assessment orders. (In the event of
assessment of the years indicated having not
been completed the certificate of the latest
assessment completed may be enclosed and
the reasons for non-completion of the
assessment for the required years may be
indicated).
24 Name and address of your banker
Page 21 of 31
25 Present Place of Business
26 Any other information, document which may
help Institute in assessing your capabilities,
may be enclosed. The bidder may add any
further information that he considers relevant
for the evaluation of their bid. The bidder may
attach catalogue and other Annexure that
would help in providing quality food and
Services.
27 Details of quality certifications, if any, obtained
viz., ISO 9001-2000, FSSAI, HACCP etc., (Proof
to be attached)
Page 22 of 31
TECHNICAL BID - Annexure 1.1
LIST OF PRESENT CLIENTS (Tenders not accompanied by this information & documents in support of the same will summarily be
rejected) This is major criteria and list must contain services for past 3 years.)
Clients Name,
Client Phone Period of Contract Contract
& Address of No. of S. No. Contact No. & Value per
present
Persons
Address
Year canteen From
To
Note: Please tick mark at any above address for the evaluation process. Before selection tender committee may visit present clientele premises after taking due permission.
Place: Signature of the Tenderer Date.
Name of the Tenderer:………………………….
Company Seal………………………………
Page 23 of 31
TECHNICAL BID - Annexure 1.2 LIST OF PAST CLIENTS
(from the date of Provision of this Service by the Tenderer OTHER THAN PRESENT CLIENTS)
(Tenders not accompanied by this information shall be summarily rejected as clientele forms the
main criteria for Technical Competency)
No. of Period of
Name of Persons
who
Contract Contract
S. Clients Name & Contact availed Reason for
Value, if No. Address Person & Catering
Termination
From To any
Ph. No. services at
a time
Place: Signature of the Tenderer Date.
Name of the Tenderer:………………………….
Company Seal………………………………
Page 24 of 31
DECLARATION
I/ we hereby certify that the information furnished in this tender document is complete and
correct to the best of my knowledge.
I/ we understand that furnishing of false information could result in disqualifying for the award
of the contract.
I/ We also authorize the Institute or its authorized representative to approach individuals,
employers, firms and corporation to visit the works completed by us in the past or are in
progress at present, to verify the competence and general reputation.
I/ We do hereby offer to perform and execute the contract in conformity with terms and
conditions of the contract.
I / We agree that the acceptance of any tender shall be at the sole and absolute discretion of
the Institute and they do not bind themselves to accept the lowest tender or any tender and
may reject any or all tenders received.
Signature of the Bidder :
Name of the Bidder :
Seal of the Bidder :
Place:
Date:
Page 25 of 31
ANNEXURE – II
Schedule- “A” -- (PRICE BID / SCHEDULE OF WORK)
(To be submitted in a separate sealed envelope but to be kept inside the larger size outer envelope) To be submitted under the letter head of the bidder
Name & Address of the Bidder with contact nos.:
Bidders must fill all the columns in the following table if any item left blank then the price bid will be rejected
Schedule of Work
S.No. Details Item of the Menu Rate Rate in Words
1 Break Fast
i. Idly (4) (with chutney & Sambar) + Vada + Tea/Coffee
ii. Pongal (300 grams), Idly (4) (with chutney, Sambar) + paruppu Vadai + Tea/Coffee
iii. Poori (3Nos) with Potato/Chenna + Vada + Tea/Coffee
iv. Idiyappam (4) + paruppu Vadai with Kuruma / Chenna + Tea/Coffee
v. Upma (300 grams) + Vada,(chutney,sambar) Tea/Coffee
vi. Dosa (4 pieces)+vada(chutney,sambar) + Tea/Coffee
vii. Set Dosai(2 Sets) with Vadai Karry +Tea/Coffee
2 Lunch
i. Chapathi/parota/naan/pulka + White Rice + (Sambar/More kzhalambu /Karakhzmbu + Poriyal + Kootu + Rasam + Buttermilk+appalam+pickle (OR)
ii. Sambar Rice + Variety Rice + Curd Rice + Appalam &
Raita , Pickle (or) Veg Biriyani + Chappathi,kuruma + Curd rice.
2A Extra
Items
i. Extra for Chicken gravy / fry for 5 (pieces) – 1cup
ii. Extra for Egg curry (or) Omelet
iii. Bread omelet (2 sets)/ Bread Jam (2 sets)
3 Dinner Parotta/ Chapathi (3 pieces) with kuruma or
Dosai(4) or Idly(5) with Chutney and Sambar
4 Evening
Snacks
Bonda/Bajji/Samosa(1piece)/Kuzhi paniyaram (2pieces)
(with chutney)/ medupakkoda-50 grams
5 Tea/Coffee
Executive Package
6 Break Fast Idly/Dosa/Pongal/Upma/Poori (Any 3 items) with Chutney/Sambar/Potato Masala + Tea/Coffee
7 Lunch Soup + Chappathi/Roti + Seasonal Veg Curry – 2 Nos
Page 26 of 31
(1 Dry & 1 Semi Gravy) + Veg Biryani/ Pulao + Yellow Dal/Rajma + White Rice + Sambar + Rasam + Curd + Pickle + Pappad + Salad (Cucumber/Onion/Tomato/Carrot) + Sweet + Cut Fruits + Ice Cream)
8 Dinner
i. Chappathi/Roti/Yellow Dal/Rajma
ii. Veg Pulao/Raita
iii. Idly with Sambar/chutney
iv.Curd Rice with Pickle + Banana
Standard Package
9 Break Fast Idly/Dosa/Pongal/Upma/Poori (Any 3 items) with Chutney/Sambar/Potato Masala + Tea/Coffee
10 Lunch
i. Chappathi/Roti/Yellow Dal/Rajma
ii. White Rice + Sambar + Rasam + Butter Milk + Seasonal Veg Curry – 2 Nos (1 Dry & 1 Semi Gravy) + Pickle + Pappad + Banana /Sweet
11 Dinner
i. Chappathi/Roti/Yellow Dal/Rajma
ii. Veg PulaoRaita
iii. Idly with Sambar/chutney
iv. Curd Rice with Pickle/Banana
Students Package
12 Break Fast Idly/Dosa/Pongal/Upma/Poori (Any 2 items) with Chutney/Sambar/Potato Masala + Tea/Coffee
13 Lunch White Rice + Sambar + Rasam + Butter Milk + Seasonal Veg Curry – 1 No (Dry & Semi Gravy) + Pickle + Pappad + Banana/Sweet
14 Dinner Chappathi/Roti /Yellow Dal/Rajma
Curd Rice with Pickle
High Tea
15 High Tea Tea/Coffee + Pastry – 1 No + Fried Cashewnuts (5pieces) + Samosa/Bonda/Masal Vada – 2nos with Chutney + Cookies/Biscuits – 4 nos.
16 Break Fast Idly/Dosa/Pongal/Upma/Poori (Any 2 items) with Chutney/Sambar/Potato Masala
17 Mini Lunch Chappathi – 2nos with Kurma + Variety Rice (Sambar Rice/Lemon Rice/Tam Rice) with Pappad + Curd Rice with Pickle
GST will be applicable as per norms of GOI. As per Annexure-V menu to be followed by the bidder
Note: The controlling items for deciding the lowest offer are the rates of Sl. No. 1,2 and 3 and 6 to 14 of Schedule “A” (Annexure-II). The lowest offer will be decided based on the total of the rates quoted by the tenderer for the above Controlling items.
The contractor should provide cool-drinks, juices (tetra pack), Branded packed snacks, branded biscuits at MRP.
Place : Signature of the Tenderer Date : Name and Designation of Signatory. Company Seal
Page 27 of 31
ANNEXURE – III
PROFORMA FOR SELF-DECLARATION
I,............................................................................. S/o. Shri……………………….…………….....…………………
R/o............................................................... Police Station...................................................................
District.................................................. Director/Contractor/Partner/Sole Proprietor (Strike out the
work which is not applicable) of (firm/Contractor/Company) ................................................................
do hereby declare and solemnly affirm that:
(i) I am/my firm/company is not blacklisted by Union or any State Govt. / Organization.
(ii) No individual/firm/companies blacklisted by the Union or State Government or any
partner or shareholder thereof, have any connection directly or indirectly with or has any
subsisting interest in business of my firm.
(iii) I am or my partners are not involved / convicted in any criminal case/economic offence
and no criminal case/economic offence is pending against me or my partner in any court
of Law/Registered with police.
(iv) No individual who is dismissed / terminated from RGNIYD or any Govt. body is
employed in my Restaurant / firm company.
Dated: ..............……..
Deponent ………………….….……
Page 28 of 31
Annexure- IV (to be filled and submitted by the Bidder with Tender Document)
To
Rajiv Gandhi National Institute of Youth Development Ministry of Youth Affairs & Sports Sriperumbudur- 602 105
Sir/Madam,
1) I/We the undersigned (hereinafter known as “The Contractor”) hereby apply for grant of
contract for running the Canteen at RGNIYD Campus, Sriperumbudur.
2) I/We have gone through all the Terms and conditions and also the schedule of items as
enlisted by you in your Notice Inviting Tender for the subject under reference.
3) I/We, hereby confirm that we have understood all the Terms and Conditions and confirm
my/our commitment to abide by them. In case of any discrepancy/dispute or wrong/incorrect nomenclature in the schedule, the decision of RGNIYD shall be final.
4) I/We also confirm my/our commitment to provide the material as enlisted in schedule of
item with your Notice Inviting Tender under reference.
5) I/We have experience of………..years for running Canteen satisfactory service in a
Government Sector/PSU/Educational Institutions/ Private Institutions at places/offices at:
(a) (b) (c)
6) I/We enclose herewith Experience Certificate (……..in No.) duly signed by
Principal/Director/Manager of …………………………………. Company/firm.
7) I/We enclose herewith a DD bearing DD No………. dated ………… Of …………………………… Bank…………………… Branch for Rs.20,000/-. I/We understand that the amount will be forfeited, if the applicant who is awarded the contract refuses to accept the contract.
8) I/We understand that I/We shall have to deposit a Security Deposit of Rs.30,000/-as refundable security deposit in favour of RGNIYD before signing the “Agreement” in case I/We awarded the contract. This deposit will not bear any interest and shall be refunded on expiry/termination of contract after adjusting dues (due to damages/cancellation/termination), if any.
9) In case the contract is awarded to me/us, I/We shall sign an agreement within 10 days (on
a non-judicial stamp paper of prescribed value) of the receipt of the letter awarding the contract.
Page 29 of 31
10) I/we undertake to pay all the dues in respect of wages, EPF, ESI and other statutory obligation to my employees (deployed at RGNIYD) according to the enactments of State and Central Govt. The rates quoted by me/us are valid and binding upon me/us for the entire period of contract.
I / WE……………………….………………………............S/O...........................................RESIDENT OF (LOCAL ADDRESS)………………………………….........HAVING PERMANENT RESIDENTIAL ADDRESS AT …………………….. DO SOLEMNLY STATE THAT I/WE HAVE NOT SO FAR BEEN BLACK LISTED BY ANY OF THE INSTITUTIONS/OFFICES IN WHICH I/WE HAVE WORKED/RUN CANTEEN SERVICES.THERE IS NO VIGILANCE/CBI CASE OR COURT CASE AGAINST THE FIRM.
11) I/We have cleared all the statutory liabilities viz., EPF, ESI, Minimum wages etc., of the
labour contract while I/We/our firm was dealing with any government/semi government/autonomous bodies/private industries etc., for last three years. Dated this………………………. day of ………………………………………………
Signature of Contractor Name of the contractor..........................................
Address – 1
Address – 2
I accept the tender conditions
(Full signature of the Contractor with seal)
Page 30 of 31
Annexure- V
Tentative Menu
Day BREAK FAST LUNCH EVENING DINNER
1 Idli – 4 nos. Medu vadai ,
Sambar/Chutney(Coconut and
Tomatto)/Veg.+
Tea/Coffee.
Chappathi with Daal &
Lunch ( White Rice, Sambar,
Rasam, Kara kuzhambu, Any
one vegetable poriyal,
Appalam, pickle, Curd)
Medupakkoda (50
grams) with
chutney.
Parotta- 3 nos (75
grams- 1piece) with
Chenna Masala.
2 Dosa – 4 nos (50 gram per piece),
Sambar, Chutney(Coconut and
Tomatto)/Veg.+Vadai +
Tea/Coffee.
Naan with Veg Kuruma &
Lunch ( White Rice,
Sambar,Puli kuzhambu,
Rasam, Pudalangai poriyal,
Vathal, pickle, Curd )
Vazhakkai bajji, (40
grams-1 piece)
Chapapthi – 3 nos (75
grams- 1piece) with
Potato kuruma.
3 Poori-3 nos Kizhangu ( 65 Grams
per poori) , Sambar + Paruppu
vadai, Chutney(Coconut and
Tomatto) + Tea/Coffee.
Variety Rice ( 200
grams)+(sambar rice,
tomato rice, lemon rice,
coconut rice, puliyothatai,
Puthina rice etc., ( any one
rice from the above)+ Curd
rice (200 grams), Appalam,
pickle.
Mysore Bonda (40
grams 1 piece)
Dosai – 4 nos (75
grams- 1piece),
Sambar, Chutney
4 Pongal (300 grams), Medu Vadai,
Sambar, Chutney(Coconut and
Tomatto)/Veg. + Tea/Coffee.
Parotta with Chenna masala
& Lunch ( White Rice, More
kuzhambu, , kara kuzhambu,
Rasam, Kose poriyal,
Appalam, pickle, Curd )
Sweet Bonda,
Potato Bonda (40
grams 1 piece)
Parotta- 3 nos (75
grams- 1piece) with
Chenna Masala.
5 Upma (300 grams),
Paruppuvadai, Sambar,
Chutney(Coconut and
Tomatto)/Veg. + Tea/Coffee.
Pulka with Veg kuruma &
Lunch ( White Rice, Kara
kuzhambu, Sambar, Rasam,
Beetroot poriyal, Appalam,
pickle, Curd )
Kuzhi paniyaram
(Sweet and Karam)
(25 grams- 1 piece),
Idly – 5 nos(40 grams –
1 piece), Chutney and
Sambar
6 Idiyappam- 5 nos, Vadai,
Coconut Milk, Kuruma,Sambar,
Chutney(Coconut and
Tomatto)/Veg. + Tea/Coffee.
Veg Briyani & Raita, Chappathi with Green Piece masala & Curd Rice, Pickle
Mini Samosa with
(40 grams- 1 piece)
sambar or chutney
Chapapthi – 3 nos (75
grams- 1piece) with
Potato kuruma.
7 Set thosai – 2 set (100 grams per
set), Vadakari, Sambar,
Chutney(Coconut and
Tomatto)/Veg. + Tea/Coffee.
Naan with Daal & Lunch (
White Rice, Sambar, Rasam,
Potato poriyal, Appalam,
pickle, Curd )
Vazhakkai bajji, Dosai – 4 nos (75
grams- 1piece),
Sambar, Chutney
Page 31 of 31
CHECKLIST
The bidder shall verify his tender properly before its submission and satisfy that all the
information is submitted. Copy of documents should be numbered (page numbering) at the
bottom.
Details of any other documents submitted:
1.
2.
3.
Sl. No. Requirement Checklist Remarks Page No. for ref.
1 Copy of GST Registration Whether submitted Yes / No
2 Copy of PAN registration Whether submitted Yes / No
3 Copy of Shop & Establishment Registration
Whether submitted Yes / No
4 Copy of service qualification Certificate
Whether submitted Yes / No
5 Copy of audited balance sheets- last 3 years
Whether submitted Yes / No
8 EMD by means of a DD Whether submitted Yes/ No
9
If the bidder is a partnership company, copy of partnership deed
Whether submitted
Yes/ No
10
If the bidder is a Private/ Public Limited Company, copy of MOA/ registration document of the company
Whether submitted
Yes / No
11 Copy of authorization to sign the tender document
Whether submitted Yes / No
12 Price bid/Schedule of Work Whether properly filled and verified
Yes / No