• No results found

MSME TOOL ROOM - HYDERABAD CENTRAL INSTITUTE OF TOOL DESIGN BALANAGAR, HYDERABAD

N/A
N/A
Protected

Academic year: 2021

Share "MSME TOOL ROOM - HYDERABAD CENTRAL INSTITUTE OF TOOL DESIGN BALANAGAR, HYDERABAD"

Copied!
8
0
0

Loading.... (view fulltext now)

Full text

(1)

MSME TOOL ROOM - HYDERABAD

CENTRAL INSTITUTE OF TOOL DESIGN

BALANAGAR , HYDERABAD – 500 037

BID DOCUMENT FOR PROVIDING CANTEEN SERVICES

Central Institute of Tool Design, Balanagar Hyderabad, a Government of India Ministry of Small, Micro and Medium Enterprises autonomous society invites bids from reputed catering contractors for providing Canteen Services in its Premises at Balanagar. The Tenders can be downloaded from our website.www.citdindia.org or a printout obtained from Administrator CITD on payment of Rs 100/-

Note: in this document the words bidder, service provider, caterer, vendor and contractor mean the same and are used to indicate the status of person who wants to bid. The Central Institute of Tool Design Hyderabad shall be termed as The Institute.

Scope of Work

The Canteen services required to be provided are:

To operate a Canteen and cater for Breakfast, Lunch Dinner, Tea, and Snacks at prefixed prices.

To operate a small shop selling essential items of pre packaged foods, soft drinks, and other necessary items like soaps tooth paste etc. These items will be sold at Maximum Retail Prices (MRP) printed on the package.

BID CONDITIONS

The rent for the canteen building, electricity and water will be free. The Institute shall provide tables and Chairs

The successful bidder / tenderer has to cater for LPG cooking ranges, cylinders, cooking utensils, grinders, mixers, and food storing utensils. The raw food material like rice, flour, maida, dals etc has to be stored in food grade plastic or steel containers.

The successful bidder / tenderer has to provide at least 100 stainless steel plates and cater for drinking water on the tables.

The successful bidder will be awarded a contract for two years and the contract will be terminable with one months’ notice from either side, subject however to the condition that The Institute reserves the right to terminate the contract without notice in case where it is proved that the bidder has willfully or negligently not adhered to the provisions of Food Safety and Standards Act, 2006 in spite of repeated oral and written warnings to maintain hygienic conditions.

Signature of the Bidder

(2)

-2 –

The Hygiene Standards include cleanliness & tidiness of the kitchen, dining area, storage space, deep freezers, refrigerators, wearing of uniform by food handlers, regular medical inspections (every four months) of all food handlers and conform to Schedule 4 of the Food Safety and Standards (Licensing and Registration of Food Businesses) Regulations 2011.

The bids must be submitted in sealed covers on or before 12 PM on 29 th July 2015 along with a refundable deposit for Rs.10,000/- in the form of DD drawn on any national bank favoring Central Institute of Tool Design Hyderabad . In case the successful bidder fails to submit Rs 30,000/- security deposit and start the contract by the stipulated time the Refundable deposit would be forfeited. Approximately 100 breakfasts and 300 lunches `and dinners are eaten in the peak season in May, June, July. and in September to December. This data is indicative only and is provided to help the bidders to come up with informed quotes. The Institute does not guarantee any footfalls and will not be responsible for any quotes based on this information. Bidders are required in their own interest to make all necessary enquiries before submitting their bids.

ELIGIBILITY CRITERIA

1. This bid is open to all firms and individuals within India who are eligible to do business under relevant Indian laws as in force at the time of bidding, subject to meeting the pre-qualification criterion.

2. The bidder for Catering Services should have adequate experience in running large canteens or providing Catering Services to large organizations or organizing food at large functions or experience in institutional catering. Bidder should furnish proof of having provided such services as required in the tender in the last 2 years. 3. The bidder shall provide a list of present clientele with contact address & telephone numbers. The bidder shall also furnish satisfactory performance certificate from at least two of his clients to whom he has catered during 2014-15. The Institute reserves the right to contact any such parties to elicit details.

4. The bidder should submit copies of original documents defining the constitution or legal status, place of registration, and principal place of business of the bidding firm/entity, written power of attorney of the signatory of the Bid to commit the Bidder or if he/ she is an individual bidder, Aadhar card and proof of residence.

5.

The bidder should submit category wise the number of employees he proposes to engage and also submit proof of existing labor license and PF/ESI documents. Signature of Tenderer

(3)

-3-

6. The bidder should possess a valid Food License Certificate(FSSAI) Shops and Establishment License, Labour License, ESI, EPF Registration.

7. The bidders must submit all relevant documentary evidence to demonstrate their eligibility for

considering their bid. The tenders received without the above documents will be liable for rejection.

SPECIAL CONDITIONS

1.. The caterer will carry out regular cleaning and maintenance of dining halls, kitchen, kitchen equipment and utensils. The caterer has to make arrangements for his own LPG connections. The Institute shall provide basic infrastructure such as space (dining, kitchen and washing area). Provision of utensils, cooking equipment including cooking gas, crockery / cutlery, cleaning material and cleaning staff, qualified and well trained cooks would be within the scope of the Contractor.

2. The cost of procuring and utilizing cleaning material for dining halls, kitchen, kitchen equipment and utensils, is the responsibility of the caterer.

3. Electricity consumed in the kitchen will be free and separate sub-meters are provided to record the units consumed. The Institute will provide municipal water on non-chargeable basis but the caterer will be responsible for ensuring that the water used for cooking and drinking is pure and hygienic.

4. The successful bidder has to deposit Rs 30,000/- as security deposit. in the form of Bank Guarantee in the name of Central Institute of Tool Design Hyderabad from any nationalized bank. The Security Deposit / Bank Guarantee of successful tenderer will be retained for the period of contract in force and will be returned after expiry of the contract period, after deducting the outstanding liabilities if any. The Performance Security Deposit / Bank Guarantee shall not carry any interest. 5. The successful bidder shall execute an agreement with The Institute on Non-judicial stamp paper worth Rs.100/- agreeing to all the conditions of the contract within one week upon intimation of acceptance of Tender. Failure to enter into an agreement within the stipulated time will result in forfeiture of the security deposit or encashment of the guarantee as the case may be.

6. Any claims or disputes raised by the unsuccessful bidders in respect of selection process and

non-allotment of contract will have no legal validity and will not be enforceable against The Institute. No further correspondence will be entertained regarding the disqualification.

Signature of Tenderer

(4)

-4-

7. The Institute reserves the right to accept or reject any / or all the tenders without assigning any reasons whatsoever. The Institute also reserves the right to cancel the selection process for award of the contract at any time. The decision of The Institute is final and binding.

8. The Institute reserves the right to accept or reject any / or all the tenders without assigning any reasons whatsoever. The Institute also reserves the right to cancel the selection process for award of the contract at any time. The decision of The Institute is final and binding.

9. The vendor should ensure (a) timeliness of service, (b) tidiness of the surroundings, (c) wearing of uniform by catering employees while on duty, (d) quality of food to all dinning members, (e) quantity of food as per price list (f) behavior and courtesy of contractor employees towards dinning members.

10. The Institute reserves the right to reject the usage of any ingredients in preparation if the same were found to be inferior in quality

11. The performance of the Vendor in the above catering services will be assessed every fortnight by a ‘Catering Committee’ constituted for the purpose. The non-adherence to the standards would lead to penalties @ Rs. 500/- for every deficiency.

GENERAL CONDITIONS

1. All the personnel handling the food items, be it cooks or bearers serving the items must undergo medical examination for communicable diseases once every quarter and the same should be provided to The Institute for their record. No employee of the caterer will be allowed to work if he is found medically unfit and he can be redeployed only after proper certification by a registered medical practitioner.

2. The caterer will ensure strict compliance of the licensing regulations as laid out in Schedule 4

of The Food Safety and Standards (Licensing and Registration of Food Businesses) Act 2011 issued vide Food Safety and Standard Act 2006.

3. The caterer shall provide at his own cost proper aprons for their personnel. 4. The Service Provider shall ensure that all the security regulations of the Institute are strictly adhered to and complied with by the persons engaged by him to provide the service. Any violation of security regulations will be at the cost and risk of service provider.

5. The Service Provider shall not engage any Sub-Contractor or transfer the contract to any other person in any manner without the prior approval of the Institute.

(5)

Signature of Tenderer

:5:

6. The service provider will be solely responsible for complying with various labour laws as applicable from time to time in respect of persons so employed/engaged by him and he shall be solely responsible for any breach or violation of any or all of the provisions of the labour laws as applicable from time to time.

7. The service provider will be solely responsible for any damage to property belonging to the Institute caused due to negligence or otherwise of his employees. The service provider shall be personally responsible for any theft, dishonesty, and/or, disobedience on the part of personnel provided by him for this service.

8. The service provider/caterer will have to observe the rules and regulations as laid down by the Municipal Corporation for preservation of health and hygiene and also meet the statutory requirements of the State/Central Government regulations regarding Payment of minimum wages, Provident fund, Contract Labour Act, ESI , EPF Acts, etc., as applicable from time to time.

9. The persons employed by the service provider/caterer for the above said purpose will be solely the employees of the caterer. The Institute will have no contact with them nor will they be entitled to any access/dealing with the Institute and at the time of accidents for any reason compensations will have to be paid by the contractor. The bidder has to insure the staff working with him at his own cost. 10. The caterer will ensure that equipment provided by the Institute and furniture and fixtures are not in any way damaged, misused or mishandled. Any equipment/items provided by the Institute to the caterer, which is damaged will be replaced/repaired by the party at their own cost.

11. In the event of any breach and / or failure on the part of the caterer to comply with the said terms & conditions of the contract, the contract will be terminated forthwith. The Institute also reserves the right to cancel/suspend the contractual period for any reason whatsoever without assigning any reason and no liability shall be incurred by the Institute in the event of the aforesaid cancellation/suspension. However, under the normal circumstances the Institute will give 30 days’ notice before the said cancellation/suspension.

12. The caterer will be solely responsible for complying with various labour laws as applicable from time to time in respect of persons so employed/engaged by him and he shall be solely responsible for any breach or violation of any or all of the provisions of the labour laws as applicable from time to time.

(6)

-6-

13. Security Check - All entries & exits of personnel material & vehicles of the contractor could be through the designated gates and would be subject to security checks. The contractor has to provide photo identity cards of his company to all employees working within the Institute premises. The employees of the contractors should be wearing the identity cards at all times.

.

14. Only permissible cleaning and disinfectants material should be used regularly for cleaning the storage and cold storage spaces, kitchen & dining area.

15. Force Majeure Clause

The Force Majeure Clause would be applicable on both the parties in such circumstances such as Flood, Fire, Earth Quake and other acts of God as well as War, Military Operation, Blockade, Acts or Actions of State Authorities or any other circumstances beyond the parties control that have arisen after the conclusion of the present contract.

16. Jurisdiction

The Courts of Hyderabad will have Jurisdiction regarding settlement of disputes, if any regarding the terms and clauses of the contract. The bidders may visit the Institute on any working day and seek clarifications from the /Administrator..

17. Selection of Successful Bidder

The total of the quoted price is the first criteria for selection. In case there is a tie in the total price, the experience and financial capability would be considered

(7)

S.No Name of the Document

1 The Tender document signed 6 pages signed on all pages

2 Rs 10,000/- Refundable Deposit

3 ESI Registration

4 EPF Registration

5 GHMC License / Registration for Shops and Establishments

6 FSSAI License for Food Sale (after contract)

7 GHMC license for Garbage Disposal (after contract) 8 Proof of Existing Contracts with FSSAI Registration

(8)

QUOTATION FOR CANTEEN IN CITD HYDERABAD Break Fast Items

Item Quantity Existing Price Quoted Price

Poori with curry 4 Rs 20/-

Dosa with chutney 1 Rs 20/-

Mysore Bajji with Chutney 4 Rs 20/-

Idly with chutney 4 Rs 20/-

Upma with Chutney 150 gms Rs 20/-

Chapati with curry 2 Rs 20/-

Total Rs 120/-

The breakfast items have to be rotated every day so that each item is made once a week Lunch / Dinner Items

Item Quantity Existing Price Quoted Price

Lunch / Dinner Rice Or 200gms Chapatis 2 Dal 100 gms Sambar 100 gms Rs 30/- Curry 80 gms Curd 20 gms Chutney 20 gms Special Items :

Egg 1 No Curry or Omlette Rs 10/-

Chicken Curry

Veg Biryani or Veg Fried Rice

Monthly Card 30 breakfast

60 meals egg curry every Wednesday chicken curry every Sunday Rs 2200/- Total

Signature of Tenderer

References

Related documents

The relevant policies containing the criminal act exclusion were issued on form JUA-20.. no claim against him within the sphere of risks insured by the policy. See Employers’ Fire

Some of the keywords used included: boards of directors, corporate governance, board roles, directors, monitor, control, service, external environment, dynamism, complexity,

At the state level, the percentage of the population that was eligible to vote and that actually did so ranged from a low of 33.5 percent (Texas) to a high of 62.1 percent

The 18 interdisciplinary doctoral students interviewed in this study discussed their socialization experiences as occurring across several major themes: (a) their

For life satisfaction the first two WVS values for the total population are used, together with the Latinobarometer data starting 2000.. Where the WVS and Latinobarometer

samples whereas sequences assigned to these genera were not detected in urines of female subjects. This was similarly observed in phylogenetic analysis of female urine

Thus, PTMcode v2 has now more than 1.2 million functional links of PTMs within the same protein formed of 205 571 PTMs in 21 713 proteins ( ∼8 million pairs of 1.2 million PTMs in

To implement this rate SDG&E proposes to own, install and maintain enabling electric vehicle supply equipment (“EVSE”) and associated infrastructure at up to 550 sites