terms & conditions specifications of contract ... - cdot.in canteen... · ncr for its working...

36
Page 1 of 36 TERMS & CONDITIONS & SPECIFICATIONS OF CONTRACT FOR CANTEEN SERVICES TENDER NO: C-DOT/TENDER/ADMIN/CANTEEN/ 2019-2021/001

Upload: others

Post on 03-Oct-2019

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1 of 36

TERMS & CONDITIONS &

SPECIFICATIONS

OF

CONTRACT FOR CANTEEN SERVICES

TENDER NO: C-DOT/TENDER/ADMIN/CANTEEN/ 2019-2021/001

Page 2 of 36

TERMS AND CONDITIONS OF TENDER NO.

C-DOT/TENDER/ADMIN/CANTEEN/2019-2021/001 C-DOT is a registered Scientific Society set up by the Govt. of India to carry out research and development work in Telecommunications. This Centre has staff strength of about 750 members (400-600 C-DOT Staff and 150 contract employee at Delhi), having its campus at C-DOT Campus, Mehrauli, New Delhi 110 030 at present, or may add other location in NCR for its working during the pendency of the contract. Presently, the estimated annual value of the contract is approximately Rs. 192.00 Lakhs. SCOPE OF WORK: C-DOT requires catering services at C-DOT Campus on all days of the week (except Sundays) which includes cooking and serving Breakfast, Lunch, Coffee/Tea, Snacks and Dinner. The Catering Services may be required at other locations and on Sundays also at C-DOT’s discretion. C-DOT shall only provide the space for running the canteen, electricity, water and canteen equipments and utensils/vessels for cooking free of cost. The current monthly turnover on account of catering services is in the region of Rs. 16 Lakhs per month, however, C-DOT does not take any guarantee of the specific value.

It is the endeavour of the C-DOT management to provide low calorie and high nutritive diet to all C-DOTians in the canteen. C-DOT invites sealed technical and financial bids from reputed caterers for carrying out catering services (a’ La’ carte basis). The proposed catering contract shall be for a period starting from 02.01.2019 ending on 31.03.2021 . This period shall include 3 months of probation for satisfactory working as per the terms and conditions laid down in the contract. The bidder must possess requisite licenses, permits, registrations, etc., from appropriate statutory authorities for carrying out catering services and pest control as required in the contract. SECTION – I

1.0 TERMS AND CONDITIONS FOR SUBMISSION OF TENDER OFFERS

1.01 C-DOT adopts a two-bid Tender System. Therefore, separate TECHNICAL and FINANCIAL BIDS are to be submitted as per following procedure, by the interested bidders.

Envelope 'A' duly superscribed, as “Technical Bid/CANTEEN /2019-2021/001” should consist of:

Page 3 of 36

1. Details of the Agency and other relevant details as per Annexure-A including requisite enclosures.

2. Undertaking that Earnest Money deposit (EMD) is submitted in the Financial bid.

3. The cost of the tender document, if downloaded, by means of Demand Draft.

Envelope 'B' duly superscribed “Financial Bid /CANTEEN/2019-2021/001” should consist of:

1. Commercial / Financial Bid duly filled as per Annexure-B. No other format shall be acceptable.

2. Earnest Money Deposit (EMD) by means of Demand Draft.

1.01 Envelope 'A' and Envelope 'B' should be sealed and kept in another Main Envelope 'C' duly superscribed "C-DOT/TENDER/ADMIN/CANTEEN/2019-2021/001”.

Technical Bids shall be opened first and shall be evaluated technically. The Financial Bid of the technically accepted Bidders shall be opened, the date of which shall be notified to the technically qualified bidders.

a) Prices quoted shall be inclusive of all charges applicable for free delivery of services at C-DOT premises and excluding statutory levies and taxes which should be clearly specified.

b) The tender submitted should be valid for acceptance by C-DOT at least for a minimum period of six months from the closing date of the tender.

c) For the purpose of comparison of the rates, conditional discounts, if any, offered shall not be taken into account. However, C-DOT reserves the right to avail of the same as part of award of the contract.

d) The prices quoted shall be in clear terms and mentioned unambiguously. C-DOT is an R&D organizationand shall not be giving any concession forms with respect to applicable taxes.

e) The bill raised to C-DOT after rendering the services shall be subject to statutory levies like GST, Income Tax etc.

1.02 LAST DATE / TIME OF RECEIPT OF TENDERS:

Bidders must ensure that their tender bids are dropped in the tender box at the C-DOT Delhi reception on/before 1400 hrs on 06/12/2018. In case the tender bid is posted, the bidder shall ensure that the same reaches C-DOT Delhi Reception on/before 1400 hrs on 06/12/2018. Tenders received after the due date and time shall be rejected and returned un-opened by C-DOT.

1.03 Tender shall be addressed to:

The Registrar Centre for Development of Telematics C-DOT Campus

Page 4 of 36

Mandi Road, Mehrauli New Delhi 110 030 Tel. No. : 011-26802856 E-mail id : [email protected]

1.04 Date of Technical Bid Opening :The technical bid shall be opened in the presence of the intending bidders at 1430 hrs. on 06/12/2018 at C-DOT Campus .

(In case the date of technical bid opening happens to be a holiday, the bids shall be opened on the next working day at the same time).

1.05 Date of Financial bid Opening: The date shall be intimated subsequently only to the technically qualified bidders.

1.06 Tender bid shall either be delivered in person and dropped in the tender box or sent only by Registered Post/Speed post/Courier. Telegraphic/Telex/email financial bids shall be summarily rejected. C-DOT shall not be responsible for any delay(s) including postal and force majeure.

1.07 A pre-bid meeting would be conducted at C-DOT Campus, Delhi at 1000 hrs on 20/11/2018. All the queries in this regard shall reach C-DOT through e-mail latest by 1700 hrs on 16/11/2018 to [email protected]. A maximum of 02 authorised representatives shall be allowed to attend the Pre-Bid meeting.

1.08 Bidders are requested to study the terms and conditions of the tender carefully, and then submit their tenders accordingly. Any bid received against this tender and any contract resulting from this tender shall be governed by the terms and conditions indicated in the tender document and the bidder quoting against this tender shall be deemed to have read, understood and accepted the same. No clarification shall be entertained after receiving the bids.

1.09 Technical and Financial bid must be submitted giving complete details as sought in the enclosed Annexures.

1.10 Each page of the offer should bear the signature, name and title of the person signing the offer with date and rubber stamp of the Bidder.

1.11 The total amount quoted should be written both in figures and in words. In case of any discrepancy between the two, the amount mentioned in words shall prevail.

1.12 Tender document is not transferable.

1.13 Bids preferably should be free from erasures, alterations etc. Bids containing erasures or alterations shall not be considered, unless authenticated by the authorized signatory.

1.14 Bids, which do not comply with the conditions laid down in the tender document, are liable to be rejected.

1.15 The entire schedule of the tender should be quoted for and the quote shall be unconditional, failing which the tender bid shall be rejected.

1.16 The scope of services proposed should not be altered and if found altered, the tender bid shall be rejected.

Page 5 of 36

1.17 C-DOT shall be under no obligation to accept the lowest tender and shall be entitled to reject any tender without assigning any reason whatsoever.

1.18 The financial evaluation of tenders shall take into account

i) the rates of the items listed under the categories for breakfast, thali, sweets, evening snacks, mini meal, special vegetable and Tea & Coffee.

ii) Average rates of other quoted items.

Criteria for selection of lowest bid (L1 party) based on the above, shall be communicated to technically qualified bidders at the time of opening of the Financial bids.

1.19 Any family member of C-DOT staff is not eligible to participate in the tender.

2.0 TERMS AND CONDITIONS OF THE TENDER

2.1 Bidder shall PAY a Demand Draft/ Pay Order of Rs. 1,180/- (Rupees One Thousand One Hundred Eighty Only, inclusive of GST @18%) in favor of C-DOT, Delhi, towards cost of the tender document at the time of obtaining the same from the C-DOT Campus or submit the same along with the technical bid if downloaded from the C-DOT’s website (www.cdot.in). Bids without Tender Fee shall be rejected outrightly.

2.2 C-DOT reserves the right to reject/accept any or all the tender(s) without assigning any reason whatsoever. The decision of C-DOT shall be final and non-questionable.

2.3 C-DOT reserves the right to award the contract to deserving parties either in full or in parts. The decision of C-DOT shall be final and binding.

2.4 C-DOT reserves the right to terminate the contract without assigning any reason whatsoever after giving one month’s advance notice.

2.5 Bids should be complete in all respects and incomplete bids shall be summarily rejected. No clarification shall be entertained by C-DOT in this regard.

2.6 Any falsification/suppression of information could lead to the disqualification of the bidder.

2.7 Any bidder found influencing, canvassing in any form or intimidating other bidders /tender process is liable for disqualification.

2.8 Bidders are advised to read and understand all the technical and financial implications of all the terms and conditions of the bid, understand the magnitude of the job involved before submitting their bid. Clarifications with respect to the tender may be sought one week before the last date for submission of tender bids and it may be noted that C-DOT is not responsible for the delay whatsoever.

2.9 Bidders may also visit the C-DOT Campus during office hours on all working days for this purpose with prior appointment, in the office of Manager (Administration) on 011-26598207.

Page 6 of 36

2.10. Where the bidder makes counter terms and conditions of business, the tender shall not be deemed responsive, unless C-DOT in its discretion, may give specific written acceptance thereof.

2.11 The successful bidder shall commence the services within seven days from the receipt of the award of the contract or from the date indicated by C-DOT during the award of contract.

2.12 In case of additional services of similar in nature required during the contract period, the same has to be provided at the contract rates only. Similarly, C-DOT reserves the right to curtail the requirement, if necessary.

2.13 The payments to the successful bidders are subject to all statutory deductions, e.g. deduction of Income Tax at source as are applicable at the time of payment.

2.14 The contract shall be governed by C-DOT's Terms & Conditions of Tender, the Letter of Award issued by C-DOT and the Agreement between the parties. In case of any discrepancy in between the above, the later document shall prevail.

2.15 The awarded contractor or his authorized representative has to attend a meeting every fortnight for discussion /and evaluation of performance with the C-DOT Admin. Representative. The C-DOT representative shall intimate the date and time of the meeting.

2.16 The Contractor should possess requisite licenses, permits, registrations etc. from appropriate Statutory Authorities for carrying out Catering Services.

3.0 MINIMUM CRITERIA FOR TECHNICAL SHORTLISTING:

3.1 Certificate of Incorporation/enterprise

3.2 The bidder must possess the requisite licenses, permits, registrations, certificates etc. from appropriate statutory authorities for providing the required service(s).

3.3 The bidder must have a minimum turnover of Rs. 1.50 Crores per annum with three years of experience in canteen and similar services of the firm. Proofs need to be enclosed.

3.4 The bidder must have PF/ESI/Gratuity Registrations. Certificate of Registration shall be submitted.

3.5 The bidder must have GST registration. Certificate of registration shall be submitted.

3.6 Copy of valid Pan No. Certificate shall be submitted.

Necessary documents supporting the above shall be submitted along with the technical bid.

3.7 The Agency should have executed upto two contracts of similar nature amounting to 1.50 Crores per annum and at least one of those must be in Delhi/ NCR in the last three financial years i.e. 2015-16, 2016-17 and 2017-18. Experience in industries of repute will be of an added advantage.

Page 7 of 36

3.8 The bidder or any of its associates have not been banned / blacklisted by any Govt Department / Central Govt. Unit / Public Sector Unit / Financial Institution / Court in the last three years.

3.9 C-DOT at its discretion may visit place of existing contract for evaluation of food & services.

3.10 Bidder is willing to provide any additional information required during the course of evaluation and processing of the submitted bid.

4.0 EARNEST MONEY DEPOSIT (EMD)

4.1 Bidder shall submit an EMD equivalent to 78,750/- (Rupees Seventy Eight Thousand Seven Hundred Fifty Only). EMD amount shall be submitted by way of a crossed Demand Draft favoring “C-DOT New Delhi”. This amount shall be returned interest free to the unsuccessful bidders within six months from the closing date of the tender or one month after the award of the contract whichever is later.

The EMD is payable by all categories of bidders, to be enclosed in the technical bid and no exemption is permissible. Bids without EMD shall be treated as invalid forthright.

4.2 Tenderer should submit EMD of requisite amount in the form of Demand Draft / Bank Guarantee only. EMD in the form of DD should be valid for 3 months which has to be further renewed for 3 months and if in the form of Bank Guarantee should be valid for 6 months, and to be kept in the financial bid. The EMD has to be from a nationalized / scheduled Bank in favour of C-DOT, Delhi. The EMD is payable by all categories of tenderers and no exemption is permissible. Only Government bodies / PSU’s and SSI organizations are exempted from payment of EMD on production of relevant proof. EMD in the form of cheque / cash will not be acceptable. Bids without EMD shall be rejected out rightly.

4.3 In case of successful bidder, EMD shall be returned interest free on encashment/ acceptance of Security Deposit / Bank Guarantee for performance. (Refer section-I 7.0 for details of Security Deposit/Bank Guarantee).

4.4 The EMD amount shall be forfeited to C-DOT in the following cases: -

a) Any financial bid received against this tender shall be governed by the terms and conditions indicated in the tender document. If, after submission of the financial bid, the bidder fails to honor the contract, if awarded, or refuses to comply with any/all of the terms and conditions of the tender.

b) If, after award of the contract, the bidder fails to commence the service/supply, in accordance with the terms and conditions of the contract.

c) If the bidder withdraws the offer during the validity period of the financial bid.

d) If the successful bidder fails to submit the Security Deposit/Bank Guarantee within the stipulated time. This shall also warrant closure or termination of contract.

Page 8 of 36

4.4 Any unexcused delay in providing services shall not only warrant forfeiture of EMD amount but also closure/ termination of the contract for default, entailing liability for compensation to C-DOT.

5.0 DURATION AND RATE VALIDITY OF THE CONTRACT

5.1 The contract shall be valid for a period starting from 02.01.2019 ending on 31.03.2021 . However, in order to evaluate the performance and services, the bidder shall have to complete satisfactorily probationary period of 4 months. Only if the services are found satisfactory during the period of probation, then the contract shall be confirmed for period till 31.03.2021 on the same terms and conditions.

5.2 No changes in prices shall be allowed during the period of first year of the

contract. However, during the second year, if the increase in aggregate food article price index is beyond 15%, such percentage increase beyond 15% shall be payable against claim of the contractor in the second year for various items prepared and supplied in the canteen. However, this shall be at the sole discretion of C-DOT.

5.3 If any term and condition of the contract is violated by the Bidder, C-DOT reserves

the right to terminate the contract at risk and cost of the bidder, after giving fifteen days advance notice.

6.0 RESPONSIBILITIES OF CONTRACTOR

6.1 In case it is found by C-DOT that any property material or asset of C-DOT is lost or put to loss/ damage due to the negligence of the contractor or any damage or loss due to lapse or failure to carry out pre-scheduled maintenance work or contractual obligation, the contractor shall be held fully responsible to reimburse the cost of the loss/damage so incurred. The decision of C-DOT as to loss caused by negligence of the contractor shall be final and binding on the contractor.

6.2 Defined manpower should be provided by the contractor on all days as per the scope of work.

6.3 C-DOT is committed to provide high quality nutritious food to its employees. In this respect, it has engaged a reputed third party to carry out periodic quality inspection and quality audit of the running of the canteen and the contractor is expected to adhere to the audit observations as provided by C-DOT and comply with the same.

6.4 In case any of workman suffers any injuries /damages or meets with an accident in C-DOT premises during discharge of duties or journey in the course of performance of duties the entire cost of medical expenses and compensation under workmen's Compensation Act etc., shall be borne by the contractor. The contractor shall provide ESI Card to all its employees deployed at C-DOT to meet all such requirements.

6.5 The contractor shall strictly adhere to all the statutory regulations, as applicable.

6.6 The contractor shall strictly observe and follow the statutory regulations like The Contract Labour (Regulation and Abolition) Act 1970, Payment as per The Minimum Wages Act 1948, service obligations under MCD regulations, The Employees‘

Page 9 of 36

Provident Funds & Miscellaneous Provisions Act 1952, Employees State Insurance Scheme under ESI Act 1948 Act, The Payment of Gratuity Act 1972, The Workmen’s Compensation Act 1923, and all other relevant Statutory regulations during the period of the Contract, covering its employees with appropriate insurance, etc. The Contractor shall be solely responsible for its failure to fulfill these statutory obligations and shall indemnify C-DOT against all such liabilities, which arise or likely to arise out of the contractor’s failure to fulfill such statutory obligations. Contractor shall inform C-DOT the names and all details of persons engaged for this work. All documents, registers pertaining to this contract shall be maintained meticulously and shall be provided to C-DOT on demand.

6.7 All relevant statutory certificates/Licenses are pre-requisite for considering the bids failing which the bids shall be rejected.

6.8 The contractor shall maintain record of jobs carried out by it. He shall maintain such records like log book, stock register, wage register, attendance register and all other statutory records and produce it on demand from C-DOT.

7.0 SECURITY DESPOSIT / BANK GUARANTEE for Performances

7.1 In order that the Contractor fulfils the obligations under the terms & conditions of the contract, it shall provide security to C-DOT by way of Bank Guarantee/ Demand Draft of equivalent to Rs.18,37,500/- (Rupees Eighteen Lakhs Thirty Seven Thousand Five Hundred Only) from any of the nationalized banks, in the prescribed format. The above Bank Guarantee shall be valid for over three months after expiry of period. C-DOT shall be free to encash this Bank Guarantee in the event of any failure on the part of the Contractor to meet its obligations and for faithful performance of the contract, at its sole discretion.

7.2 In case of default by the Contractor, it shall be held liable to pay Compensation/Damages to C-DOT in accordance with law. Any fraudulent or fictitious bills raised by the Contractor shall result in termination of the contract resulting in encashment of security deposit / bank guarantee and debarring the party from participating in any of C-DOT’s tenders across all its locations, apart from its liability to pay compensation for the loss suffered by C-DOT.

8.0 GENERAL

8.1 If at any time during the performance of the contract, the Contractor encounters compelling conditions for its failure to render timely performance of service, it shall promptly notify C-DOT in writing the fact of its default cause of delay and likely duration of restoration of services. C-DOT shall evaluate the situation and at its discretion, may extend contractor's time for performance, subject to levy of Damages.

8.2 Disputes, if any arising out of the above contract shall be referred to courts having jurisdiction over DELHI only.

8.3 Any dispute, difference or disagreement between C-DOT and the Agency

concerning the existence, validity, interpretation, performance, termination or

Page 10 of 36

breach under this Contract, shall be amicably resolved in good faith. Failing which, the matter shall be referred for settlement by arbitration in accordance with provisions of The Arbitration & Conciliation Act 1996, as amended from time to time. Either Party may refer the dispute to the Sole Arbitrator, to be nominated by the Executive Director, C-DOT. The language of arbitration proceedings shall be English and the venue and jurisdiction of the arbitration shall be New Delhi. The arbitration award shall be final and binding on both the Parties.

8.4 All other terms and conditions of the contract shall be as per the enclosed detailed

terms and conditions. 8.5 Sub-contracting is not allowed by the Bidder. If it is found that the job has

been sub-contracted, the contract with the Bidder shall be terminated with immediate effect with forfeiture of the Security Deposit.

8.6 C-DOT, Delhi has staff strength of about 400-600 employees in addition to 150

contract staff. Although C-DOT provides subsidy to its employees. It is not mandatory for all staff members to compulsorily avail canteen facilities. Staff members can consume food from the canteen as per their free will.

Page 11 of 36

CENTRE FOR DEVELOPMENT OF TELEMATICS SECTION – II Detailed Terms and conditions to quote for Canteen Services for period

2019-2021 1.0 SCOPE OF SERVICES:

C-DOT generally follows the a’ la’ carte catering services in C-DOT.

1.1 SERVICES The scope of catering services includes: a) Coffee/Tea, Breakfast, Lunch, Mini-meal, dinner, Snacks and service during and

after office hours. b) Conference room service for meetings, get-together and parties in and outside the

Campus. c) Pantry services at the corporate office, Conference Room and Reception d) Lunch/Tea/Snacks at workers canteen

1.2 C-DOT office functions round the clock. It is therefore, essential that catering

services are available from 8.00 am till 9.00 pm on all working days (Mon-Sat) of the year. The timings can be changed as and when required by C-DOT and late night service

may be required during exigency.

1.3 C-DOT canteen follows standard menu to be decided by Administration from time to

time. 2.0 MANPOWER 2.1 The minimum staff requirement for the smooth operations of catering services shall

be:

(i) Manager/ Supervisor (skilled category) : 1 No.

(ii) Front Office Asstt. (skilled category) : 1 No.

(iii) Head Cook (skilled category) : 3 Nos.

(iv) Cooks Helpers (semiskilled category) : 3 Nos.

(v) Stewards (semiskilled category) : 11 Nos.

(vi) Stewards (skilled category) for VIP block : 1 No.

(vii) Utility hands (semiskilled category) : 8 Nos.

Salary shall strictly be payable for each indicated category skill as per The Payment of Wages (Amendment) Act 2017. All the workers employed in the canteen shall be

Page 12 of 36

interviewed by Administration In-charge and only those who are duly approved shall be deployed in the canteen.

2.2 Supervisor must have a Diploma in Hotel Management from a reputed institute or equivalent and must have sufficient experience of handling similar type of work in any corporate/MNC environment. He must have thorough knowledge of catering service, VIP Service, maintenance of stores, kitchen and canteen related activities. He shall be responsible for maintaining all the assets and he shall maintain the kitchen equipments in the canteen by periodically getting them serviced. He shall ensure general cleanliness and hygiene of the canteen staff. He shall be responsible for extending canteen services.

2.3 Front Office Assistant shall have sufficient experience in similar capacity, must be

conversant in Hindi and English and possess computer knowledge. 2.4 The cooks should be able to prepare South Indian, North Indian, Chinese, and

Continental dishes. The cooks and cook helpers shall be available at all times. 2.5 The stewards must be generally conversant in Hindi and English with suitable

experience, smart and well behaved. 2.6 Utility hands should have experience in similar capacity in a canteen/hotel. 3.0 RESPONSIBILITIES OF THE CONTRACTOR 3.1 HACCP certified norms for QA/QC shall be strictly adhered to.

3.2 The contractor shall provide:

I) Sufficient additional manpower as required on specific requirement by C-DOT.

II Uniform, Caps, Shoes, hand gloves, Identity Cards, Name Badges to all the personnel deployed in C-DOT Campus.

3.3 Contractor shall ensure that hygiene and cleanliness is maintained in the canteen.

The tables and chairs in the canteen area must be cleaned at least twice every day and additionally as and when required.

3.4 Provide breakfast, lunch, tea and dinner and snack items at timings as specified by

C-DOT from time to time.

3.5 The contractor shall ensure that the manpower provided shall adhere to the following: -

Etiquette and manners – Be polite to Employees / Guests Service with a smile Good posture

Page 13 of 36

Personal Hygiene, Appearance and Grooming - To prevent food contamination Precaution against illness (self and others) Have self confidence Clean habits (avoid smoking, chewing tobacco, betel nut / pan, etc.) while on duty Wear Clean Uniform Clean and properly cut & trimmed hair & nails Use of Uniform - Wear prescribed uniforms, caps, shoes, hand gloves, name badges giving or

displaying a pleasant, neat and tidy look Taking Orders - Orders to be taken politely Orders to be taken carefully Noting orders correctly Sense of urgency Serving Tea/Coffee, Snacks and Meals - Clean crockery/cutlery No spilling Sugar & tea bag requirement / quantity Timely cleaning of crockery/cutlery and periodic replacement Proper serving of snacks in plates Proper serving of Meals Timely clearance of Meal Plates Cleaning the Canteen - Daily Cleaning - Sweeping Mopping Cleaning of Furniture Cleaning of utensils properly Cleaning of kitchen and cooking equipment Weekly Cleaning - Cleaning Windows / doors, Kitchen area Cleaning cobwebs Cleaning of store rooms etc. 3.6 Tea/Coffee to be served to staff members at 10:00 a.m. and 3:00 p.m. at various

counters on all working days. In order to promote environment friendliness, the contractor shall maintain branded crockery and spoons to provide tea/coffee, sugar sachet/cubes, which shall be branded.

3.7 Menu shall be rotated periodically. The menu list shall be drawn fortnightly/monthly

and prior approval must be obtained from the Administrative In-Charge. Any last-

Page 14 of 36

minute changes in the menu shall be carried out only on approval from the Admin In-Charge.

3.8 Any new brand / additional menu shall be used/ introduced only after obtaining

approval of C-DOT. 3.9 Contractor shall provide –

a) Good Quality Paper napkins

b) Good Quality Toothpicks (wooden)

c) Good Quality Crockery for cups, saucers, stirrers/spoons to be maintained for consumption of approx. 1100 tea, coffee, soup etc. as daily requirement.

d) Sugar sachet/sugar cubes for tea to be served in the operational blocks twice a day.

e) Salt, pepper, sugar, pickle, saunf, mishri separately.

f) Proper uniform for all the staff, serving gloves, chef-caps etc. shall be mandatorily used.

g) Adequate stock of high quality raw materials (brands as specified in the contract) vegetables for cooking as per standards to be fixed by C-DOT.

h) Adequate stock of all snack items (as per C-DOT directive) round the clock.

i) Cleaning materials like brushes, dusters, & Prill Liquid, Prill Bar /Vim Bar or equivalent brands for cleaning utensils.

j) Storage racks for soft drinks & other MRP items for display.

k) Utensils like steel plates/thalis, spoons, katories, fork, knife for use during breakfast/lunch/dinner in the canteen shall be of Salem steel of high quality SS304 grade (to be approved by C-DOT) for 600 pax at all the times.

l) High quality bone china crockery (to include tea sets & dinner sets) for VIP/Board level lunches etc. for a maximum of 60 – 80 people (Quality of cutlery approved by C-DOT representatives at all the times.

m) Bone china Tea cups along with saucers at all the times in sufficient quantity (min. 200 nos.) for serving to VIPs and meetings during the day. Any breakage must be replenished within a day.

n) Sufficient number of saucers, cups, stirrers/spoons of good quality and make in the canteen all the times for catering tea/coffee of 500 employees at any given time shall be maintained. Minimum number 1100 at a given time shall be maintained to cater in tea/coffee in the canteen and blocks. Any breakage must be replenished within a day.

o) Sufficient number of Water glasses of good quality and make in the canteen all the times for catering of 500 employees at any given time shall be maintained. Minimum 500 glasses at a given time. Any breakage must be replenished within a day.

Page 15 of 36

3.10 Contractor should ensure:

a) All cooking must be in standardized stainless steel of best quality (like SS 304), brass or in cookers. Cooking in Aluminum or Hindalium utensils shall not be permitted.

b) Vegetables must be cooked like home style cooking only.

c) Fresh Atta of best M.P. wheat made every week from nearby chakki must be used (as per brands of consumables permissible defined ahead).

d) Dal boiled/steamed made in cooker and then fried properly to be served.

e) Only Basmati rice of high quality to be used in the canteen (as per brands of consumables permissible defined ahead).

3.11 Fumigation/pest control shall be carried out by the contractor on regular

basis, minimum on fortnightly basis. The same shall be monitored by Manager/Supervisors of the contractor as per norms. The cost of fumigation/pest control treatment shall be the responsibility of the contractor. Days of the pest control treatment shall have to be notified to the Admin.

3.12 The procurement of raw materials / vegetables, etc. is the responsibility of the

contractor which are to be procured well in advance. However, the same shall be inspected by C-DOT representative at any time. Unauthorized brands and poor quality of vegetables bought in, shall be outrightly rejected and removed immediately.

3.13 Only branded items, as per the enclosed list shall be served. For any change in brand, prior written permission shall be obtained from C-DOT. A list of permissible brands is enclosed. 3.14 Items used/consumed shall have a prior verification from the C-DOT officials. Proper inventory of daily needed items supplied shall be ensured. 3.15 Gas cylinders in adequate quantity for a gas bank of six cylinders is to be available all the time. The contractor shall provide the gas Cylinders at his cost. Contractor shall be responsible for safety of gas cylinders from fire safety angle. 3.16 Contractor shall provide services for meeting, conferences, Guests visiting C-DOT and get-togethers within and outside C-DOT. Catering services may also be required for picnics and get-togethers outside C-DOT for which no extra service charges shall be payable. 3.17 Equipments like Bain Marie, Fridge, walk-in-freezer, cooking equipment, burners, exhaust chimneys, utensils for cooking, mixers/grinder, toaster, sandwich maker, dosa plate, lassi making machine, atta kneading machine, griller, pulveriser, etc., will be provided by C-DOT which should be maintained by the contractor in good condition. An inventory of the same shall be maintained. Any loss or

Page 16 of 36

damage to the same beyond normal wear & tear should be adequately compensated by the contractor. The decision of C-DOT shall be final with regard to the extent of such loss/damage. Responsibility for maintenance and proper upkeeping of the infrastructure provided by C-DOT shall be of the contractor. 3.18 The Front Office Assistant/Supervisor shall be responsible for attending to telephone calls for taking orders and executing the same in time. 3.19 The agency and their staff members shall be responsible for removing used

utensils, cleaning and maintaining the same in proper condition, Similarly, all canteen equipment, gadgets etc, should be cleaned properly daily and kept in a ready to use condition.

3.20 Contractor shall entirely be responsible for proper and trouble-free catering during

the period of contract. In case of loss, inadequate / improper maintenance/ inadequate service, the contractor shall be held responsible and deductions shall be made from the monthly bills as per the assessment of the C-DOT. They shall be binding on the contractor.

3.21 All the employee of the contractor posted in the canteen shall be first interviewed

and screened by the C-DOT representative before being posted in the C-DOT canteen. Only approved staff shall be allowed to work in the canteen. The contractor shall be responsible for the proper conduct of his staff. Any misconduct by Contractor's staff shall not be tolerated and Administration In-Charge shall have the right to remove the canteen employee. It would be the responsibility of the contractor to provide immediate replacement.

3.22 Before deployment of his staff, Contractor shall ensure that their police verification

is complete. Report to be submitted to the C-DOT Administration In-Charge. 3.23 The contractor would be responsible for submitting medical reports of all his

employees at C-DOT offices every six months from the Govt. Hospital or Medical Officer approved by C-DOT to ensure that only medically fit employees are on the job.

3.24 Contractor shall maintain the complaint/feedback register under supervisors’

custody in the canteen in which all the suggestions and complaints shall be recorded. This register shall be countersigned by C-DOT Representative within 24 hours from the time of entry under normal circumstances. In case of unaddressed complaints of same nature, penalty @Rs. 1,000/- shall be imposed.

3.25 The contractor shall maintain, the nominal roll attendance register, leave register,

holiday register and any other register required to be maintained statutorily. 3.26 The contractor shall be held responsible for any act of omission or commission, on

part of his employees, in case of any deficiency of service. contaminated/adulterated/unhygienic food/ food beyond expiry date being served

Page 17 of 36

and any complications (civil/as per IPC) and consequences thereafter shall be the sole responsibility of the contractor.

3.27 If it is found that C-DOT employees have fallen ill on consumption of canteen food, appropriate penalty as decided by C-DOT, shall be borne by the contractor.

3.28 The timely payment of PF/ESI and other statutory benefits shall be ensured by the

contractor. The bills shall be cleared on satisfactory compliance of the same. 3.29 The contractor shall be responsible for timely payment of wages as per rules before

10th of every month to his personnel with submission of proof of payment to C-DOT whenever demanded.

3.30 In the event of any query, objection, delay or dispute with regard to any bill or a part

thereof, the Contractor shall not be entitled to any interest to be paid by C-DOT for late payment.

3.31 The Contractor and his personnel shall strictly follow the Security Procedure of

C-DOT. 4.0 RESPONSIBILITY OF C-DOT

4.1 C-DOT shall provide Water and electricity along with space free of cost.

4.2 Equipment like Bain Marie, fridge, walk-in- freezer, tables, chairs, counter, cooking equipment, burners, exhaust chimneys, toasters, sandwich maker, dosa plate, lassi making machine, atta kneading machine, griller, pulveriser shall be provided.

4.3 Storage space to keep raw materials in safe custody.

4.4 Sitting and serving space at canteen. 5.0 RATES / ITEMS

5.1 Price quoted for the products and services shall be inclusive of all statutory levies and

duties, taxes and for free delivery at C-DOT canteen premises.

5.2 The cost of LPG Cylinders shall be borne by the Contractor.

5.3 The rate of biscuits, namkeen, beverages, etc., shall not exceed the MRP when charged to C-DOT.

5.4 Only those items authorized by C-DOT shall be allowed to be sold in the canteen.

6.0 METHODOLOGY OF PAYMENT 6.1 C-DOT follows a method of electronically generated coupons, which the staff

members shall exchange for food items. For other services, a requisition form in the prescribed format with the approval of authorized approving authority shall be collected. The Contractor shall submit his claim for the services rendered along with the coupons and requisition forms collected, showing distinctly the charges

Page 18 of 36

payable. These claims are to be made in the first week of the month immediately following the month for which the bill is raised. The contractor shall submit their bills along with proof of Minimum Wages, PF, ESI, Service Tax and other necessary statutory remittances for the personnel deployed in C-DOT, failing which the bill shall be held up till such proof is furnished at the discretion of C-DOT. The proof shall include bank transfer statement and/or passbook statement of canteen staff member deployed in C-DOT.

6.2 Payment shall be made once a month after ascertaining the satisfactory

Performance of Contractual responsibility carried out in the previous calendar month and verifying PF/ESI payment.

6.3 No advance payment claims or running bills shall be entertained by C-DOT. 6.4 Income Tax or any other statutory levies shall be deducted at source as per the

rules in force from time to time. 6.5 For guests, meetings, conferences etc., canteen order slips are used where details

of items and cost are entered. 7.0 PENALTY CLAUSE

Penalty on account of the following shall be levied on the contractor based on the assessment done by the CDOT :

7.1. Unavailability of complaint register/discouraging the complaint would attract a penalty of Rs 1,000/- per occasion.

7.2. Any insect/foreign particle found in the meal would attract penalty of Rs. 5,000/- per occasion.

7.3. Consequences arising due to supply of adulterated/contaminated/unhygienic food shall be the sole responsibility of the Contractor. Penalty towards the same shall be @ Rs, 3,000/- per occasion.

7.4. Complaints on account of unclean utensils /not adhering to personal hygiene of workers, unsatisfactory maintenance of kitchen, dining area, serving area, etc. shall attract penalty of Rs 1,000/- per occasion.

7.5. Serving non-branded/unauthorized items or beyond expiry date shall attract a penalty of Rs. 1,000/- per occasion along with replacement with branded items.

7.6. In case of Poor quality of food being served, genuine complaint as assessed by C-DOT shall attract penalty of Rs. 2,000/- per occasion.

7.7. In case the food is not properly cooked, genuine complaint as assessed by C-DOT shall attract penalty of Rs. 2,000/- per occasion.

7.8. Shortage of Food – Rs. 500/- per occasion.

Page 19 of 36

7.9. Non-maintenance of cooking equipments, vessels, utensils, Refrigerators, Grinders, etc. given by C-DOT – Penalty shall be arrived at based on the extent of damage/repair.

7.10. Non-maintenance of the serving area, kitchen-area, Store room etc. – Rs. 1000/- per occasion.

7.11. Shortage of Manpower – Amount at the discretion of C-DOT

7.12. Frequent Absenteeism – Amount at the discretion of C-DOT

7.13. Delay in service – Rs. 200/- per occasion

7.14. Refusal to perform the duty assigned – Amount at the discretion of C-DOT

7.15. Misbehavior/Act of indiscipline by contractor’s Personnel – Amount at the discretion of C-DOT including replacement of such Personnel.

7.16. Willful omission in carrying out responsibility resulting in loss / damage of C-DOT Asset – amount equivalent to the value of loss (value as fixed by C-DOT).

7.17. Repair or damage caused to C-DOT asset due to negligence of contractor’s Personnel – cost equivalent to acquisition of the asset.

7.18. Personnel posted do not possess the qualification and experience as required by C-DOT – Amount at the discretion of C-DOT including replacement of such personnel.

7.19. Misuse of resources (power, water, etc.,) provided by C-DOT – Amount at the discretion of C-DOT

7.20. Chewing of gutka/smoking of cigarettes or bidis or similar stuff by canteen staff – Rs. 500/- and may be asked for replacement of such canteen staff.

7.21. Deduction on account of substandard performance/non-performance of contractual obligation shall be done from regular bills of the Contractor or encashment of the performance bank guarantee.

7.22. Any inadequacy /deficiency of services shall attract penalty as decided by C-DOT from time to time.

7.23. For repeated failures to adhere to the conditions mentioned above, the penalty amount shall be doubled for each subsequent failure within two months.

7.24. The above penalties are not exhaustive. The decision of the C-DOT shall be final with respect to the extent of penalties being levied.

Indemnity Bond : Successful bidder should indemnify C-DOT against any claim by any authority. In the event, C-DOT has to pay any individual, statutory body or any agency for reasons directly or indirectly attributable to this contract, the contractor only shall pay such claim/damages and even if C-DOT is called upon to pay such damages/penalties, the Contractor shall reimburse the same. This is subject to the condition that C-DOT complies with various requirement in respect of the laws applicable to it.

Page 20 of 36

Note : By submitting the tender bid, it is deemed that the bidder has accepted all the terms and conditions of C-DOT’s tender including the penalty clause.

8.0 REPORTS

Reports in specific formats as sought by the C-DOT Representative shall be submitted from time to time.

Page 21 of 36

TECHNICAL BID – ANNEXURE A 1.0 Details of the company : NAME OF THE COMPANY : 1.1 How is Bidder’s Company/ Agency constituted?

Indicate with year of Establishment.

1.2 If registered as a Company, please indicate if copy of certificate of incorporation is enclosed.

(a) Furnish the name of Chairman/Managing

Director (b) Names of Directors their occupation and

address.

YES / NO

1.3 If registered as a Firm, is a copy of registration enclosed?

(a) Furnish names of partners their occupation and

addresses.

YES / NO

1.4 If registered under Shops & Establishment, is a copy of Registration with latest renewals enclosed?

(a) If it is a proprietary concern name and

address of the Proprietor

(b) If Partners are there, their name and address & occupation of partners.

YES / NO

1.5 Is Bidder’s Company/Agency carrying out any other trade/Business in addition to Catering services? Furnish particulars of the other trade /business carried out.

1.6 Location of the Registered /Main Office.

1.7 If there are branches, furnish names & location of branches.

1.8 What is the annual Turnover of the Agency from Catering Services for the previous two financial years i.e., 2016-17 & 2017-18. Please enclose documentary proof.

Page 22 of 36

1.9 Please provide the details of Permanent Account Number issued by the Income Tax Authorities.

1.10 Agency/ Company's Banker's name and address.

1.11 No. of years experience in the field of catering services of Bidder’s Company/Agency.

1.12 Does Bidder company/agency agree to terms and conditions?

2.0 STATUTORY REQUIREMENTS 2.1 Are you covered by Labour Legislations such as

EPF, ESI, Gratuity Acts etc.?

2.2 Have you registered under ESI Act 1948? If so, enclose copy of registration.

2.3 Enclose copy of latest remittance made by Bidder’s Agency towards ESI

2.4 Have you registered under Employees Provident Fund & Miscellaneous Provision Act 1952? If so, enclose copy of Registration.

2.5 Enclose copy of latest remittance made by Bidder’s Agency towards EPF

2.6 Are you registered under Gratuity Act 1972? (Optional)

2.7 Enclose copy of latest remittance made by Bidder Agency towards Gratuity (Optional)

2.8 Have you registered under section 69 of the Indian Finance Act 1994 & Service Tax Rules1994? If so, enclose copy of Registration

2.9 Enclose copy of latest remittance made by Bidder’s Agency under service tax rules.

2.10 Have you registered with State/Central Public Health Authorities? If so, enclose copy of registration.

Page 23 of 36

2.11 Specify whether there are any issues/ disputes against Bidder’s Agency before Commissioner Provident Fund, Commissioner ESI, Income Tax authorities, Labour Tribunal State/Central Public Health Authorities, etc.,

2.12 Copy of the IT Annual Returns for the past 3 years

3.0 INFRASTRUCTURE 3.1 Furnish details of Infrastructure maintained by

Bidder’s Agency/ Company for providing Catering Services.

3.2 Phone / Fax Nos. of the Office in NCR of Delhi & email id.

3.3 Landline Nos./Mobile phones Nos. allotted to staff working in Bidder’s Office who can be contacted on emergency.

4.0 WELFARE MEASURES 4.1 What are the welfare measures provided to the

Staff?

5.0 GENERAL 5.1 Who are the major corporate

clients of Bidder’s Company / Agency to whom Catering services are being provided? Furnish Name & Telephone No. of the Officer who controls the Catering services provided for and value of business/contract. a. Over 5 years b. Over 3 years c. Over 2 years d. Existing

5.2 Satisfaction certificates from at least one (1) from past and existing clients

Page 24 of 36

5.3 Has bidder company been blacklisted by any of his/her clients? If yes, document/certificates with details to be submitted.

5.4 Any additional information if the bidder is willing to provide

5.4 What is the time limit you require to take over the services if you are selected?

5.5 Any other information, achievement of Bidder’s Company/Agency, Document which may help C-DOT in assessing Company's/ Agency's capabilities, may be enclosed.

I certify that all the information furnished above is true to my knowledge. I have no objection to C-DOT verifying any or all the information furnished in this document with the concerned authorities, if necessary. I also certify that I have understood all the terms and conditions indicated in the Tender document and in agreeing for the same, I am signing this document as an authorized signatory in the capacity of _________________________. Date : __________ Signature: ___________________ Place : __________ Name : __________________ Designation ________________ Seal of the Company/ Agency

Page 25 of 36

UNDERTAKING

TENDER NO: C-DOT/TENDER/ADMIN/2019-2021/001

I hereby certify that I have submitted the Demand Draft for Earnest Money Deposit as per the Terms and Conditions of the tender document in my Financial Bid (Annexure-B). If the Demand Draft is found to be invalid, C-DOT shall be free to take suitable legal and/or other action against us, as deemed appropriate. Date : _______________ Signature:_______________ Place : _______________ Name : ________________

Designation

Seal of the Company/Agency:

Page 26 of 36

FINANCIAL BID- Annexure B

NAME OF THE AGENCY _________________________________________ All inclusive rates for Breakfast/Lunch/Evening Snacks

Item Uniform Rates (Rs.) for all items

Breakfast 1 (Two idli + 1 vada – 200 gm +

sambhar and chutney 2 One masala dosa (14”) with

sambhar and coconut chutney 3 Two (2) Uthapam (8”) with

sambhar and coconut chutney 4 Upma (200 gms) with coconut

chutney 5 Four puris (200 gms) with Aloo

Sabzi/chana (150 gm) 6 Two plain paranthas (150 gm.)

with aloo sabzi/chana/or any other equivalent item

7 Two stuffed paranthas (200 gms) (Seasonal vegetables like Aloo / Gobhi / Mooli / Paneer / Methi etc.) with pickle and curd (150 gm)

8 Four (4) Bedmi Puri (200gms) with Aloo Sabzi (150 gm.)

Lunch /Dinner, Thali: Fixed qty Rate

Two chapattis + rice + dry vegetable + dal + curd + sweet dish+ salad plus papad + pickle

150 gms each item

Evening Snacks : ITEMS QTY Uniform Rates for all

Snacks Samosa or Bread Pakoda (with sauce)

1 pc.

Veg Cutlets or Kachori (with sauce) 1 pc. Dal Vada with Chutney/Sauce 1 pc. Spring Rolls with Garlic Chutney 1 pc. Assorted Veg Pakodas 200 gms Paneer Pakoda 60 gms. Aloo Tikki 1 pc.

Dhokla 60 gms

Bread Roll 1 pc.

Page 27 of 36

Cheese grilled sandwich 2 slice -having bread, cheese slice of standard size(Britannia, Amul or Mother Dairy) capsicum, onion, tomato,

1 pc.

(Samosa. Burger/cutlets shall be of the standard size as available in the market and cheese grilled sandwich shall be available both in white & brown bread.)

Mini Meal: Item Uniform Rates for Mini

meal Veg Chowmein (250 gms) 2 Kulcha/Bhatura with Chollay (150 ms) Pav Bhaji (2 pavs) Veg Biryani (200 gms) + Raita Veg. Fried Rice (150 gms) with Veg.Manchurian (100 gms) Lemon Rice (200 fms) with Raita Stuffed paneer Kulcha with green chutney (2 nos.) Kathi Roll (1 no.) (items to be served on rotation each day during lunch)

Sweet Items : Item Qty. Uniform Rates for

Sweet Items Kheer Rasmalai Halwa (Sooji / Moong Dal / Gazar / Atta etc.) Besan Barfi Kalakand Seviyan Fruit Custard

150 gms each

Item Rate

Tea (Tea bag/Fresh brewed) - Branded Good Quality Cups-Saucers - Tea spoons/stirrers - sugar/sugar free sache/cubes - Lemon

Coffee :- - Filter/Ordinary

Page 28 of 36

Rate of Special vegetable ( one item to be served daily alongwith regular lunch) Item Qty. Uniform Rates for all items Paneer Butter Masala Matar Paneer Paneer Pasanda Shahi Paneer Egg Curry Veg Manchurian Malai Kofta Mushroom/peas Spinach Mushroom Kadai Paneer Baked Vegetables

150 gms each

Dessert/ Food (Branded items only) Branded Juices (orange, Mango/Pineapple etc.)

%age discount offered on MRP

Soft Drink – Cola, Limca, Orange etc.(300 ml)

Ice Cream – Mother Dairy/branded (small cup) 100 ml.

Packed curd (mother dairy/Amul) Probiotic

Mishti Doi

Waffers

Biscuits

Namkeen

Chocolates

Fresh Seasonal Fruits %age discount offered on MRP based on SAFAL rates

Apple

Banana

Orange

Guava

Pear

Kiwi

Grapes

Ramphal

……

Page 29 of 36

Special Lunch on special occasions (Buffet Style)

Items to be Served Rate per pax (in total) 1 Rajma/Dal Makhni like Haldiram or

Maurya Sheraton style cooking 2 Special Vegetables 3 Paneer Pasanda or Shahi Paneer/Kadai

Paneer 4 Plain Dal/ Sambhar 5 Dahi Bhalla (Haldi Ram standards) 6 Rice or veg. pulao 7 Assorted Breads (Roti/Parantha) 8 Vegetable Pasta 9 Salad/papad/chutney/pickle 10 Soup 11 Ice Cream 12 Sweets/desserts (Haldi Ram standards) 13 Fresh fruit salad 14 Mineral water (200ml)

Hi-Tea for special occasions/seminars etc.

Items to be Served Rates

Special Vegetable sandwich without cabbage

Cocktail Samosa

Pastry or Brownie or cake (Haldiram/ equivalent standard)

Rasgulla or gulab jamun (Haldiram Standards)

Paneer Pakoda (80 gms)

Kachori or special samosa

Vegetable Pakoda (100 gms.)

Tea & Coffee

Soups/Beverages/Breakfast items

Item Rate Fresh Lime Water, sweet and salted (one Glass/ 200 ml) Fresh Lime Soda (Sweet and salted)one Glass/200 ml Hot Milk 200 Ml. with Bournvita/Horlicks

Page 30 of 36

Lassi (Sweet/Salted) 200Ml. Veg. Soups (Tomato, Vegetable etc.) 1 cup (200 ml.) Fresh Juice 200 ml Executive Club Sandwiches (Sandwich bread only) 2 pcs. Executive Club Sandwiches (Sandwich multi-grain bread only) 2 pcs.

Disco Sandwich (bread only with filling of vegetables like potato, onions, French beans, capsicum, bell, tomatoes, peas etc.) 4 slices

Bread Toasts with butter or Jam 4 slices Multi-grain bread or Dali bread with butter or jam 4 slices

2 Egg omelet and two brown/ white bread slices

2 Egg omelet and two multi-grain bread slices

One piece Fruit bun with 10 gms butter/jam

Individual Item Rates of Evening snacks

ITEMS QTY RATE Cheese grilled multigrain sandwich 2 slice –having multigrain bread, cheese slice of standard size(Britannia, Amul or Mother Dairy) capsicum, onion, tomato, bell

1 pc.

Veg Burger (Mc Donald standard) 1 pc.

Vegetable Pizza one pie 150 gms

Individual Item Rates of Lunch Items ITEMS QTY RATE

1 Seasonal Vegetable 150 gms 1 Dal 150 gms Cooked Rice Basmati 150 gms Chapattis 1 pc. Fresh curd/ Raita 150 gms Salad 100gms Papad 1pc. Pickle 10 gms. Vegetable Salad/Sprouted salad 150 gms Fruit Salad 150 gms Butter 10 gms

Rasmalai (Haldiram Standard) 1pc. Rasgula (Haldiram Standard) 1pc. Gulab Jamun (Haldiram Standard) 1pc. Jalebi (Haldiram Standard) 100gms

Page 31 of 36

DIET BREAKFAST ITEMS QTY Uniform Rates for all

Snacks Sweet Daliya 200 gms Corn Flakes/Oats/Musli with Milk 200 gms Mix Veg Poha 200 gms Salted mix Vegetable Dalia 200 gms

Sprouted Veg. Salad 200 gms. Masala macaroni/pasta 200 gms

Note:

1. The rates shall be clear and specific for each category inclusive of all applicable statutory levies.

2. No hidden cost shall be allowed.

3. Any other charges the bidder expects to be paid shall be clearly indicated with the explanation.

4. List of sample seasonal vegetables/menu for breakfast, mini meal. Lunch, sample menu, permissible branded items as per Annexure I.

Above prices inclusive of All Taxes & Levies,

Signature of Owner/Director / Authorised Signatory OFFICIAL SEAL / STAMP

Place : Date :

Page 32 of 36

EMD by way of Demand Draft to be enclosed to this part only DD NO. DATE BANK NAME / ADDRESS AMOUNT (RS.)

Page 33 of 36

Annexure - I

Seasonal Vegetable - 150 gms.

Aloo Gobhi/Matar

Aloo Beans

Nutrila with Aaloo

Bhindi

Aaloo Brinjal

Bengan Bhartha

Gheea Vadi

Karela

Kathal

Aaloo Shimla/Capsicum

Lauki Kofta

Aaloo Methi

Note: Less potato be used and more vegetable in all meals.

Dal - 150 gms each

Dal Chana Urad

Dal Chana

Rajma

Dal Arhar/Masoor/Moong Dhuli/Moong Sabut

Dal Makhni

Chana Kala

Besan Gatta

Karhi Pakora

Soabean/Lobhia

Page 34 of 36

BRANDS OF CONSUMABLES PERMISSIBLE

Item BRAND

Salt Tata, Annapurna, Nature fresh

Sugar Mawana, Dhampure, Branded Equivalent Quality

Spices MDH, MTR, Everest, Shakti, Eastern

Tomato Sauce Maggi, Kissan, Heinz

Oil Sundrop, Nature Fresh, Godrej, Saffola

Pickle Mother’s or Priya or Tops

Atta Fresh MP Wheat atta grounded every week from nearby chakki. In case of direction from C-DOT, Aashirvad, Pillsbury, Nature Fresh or Ahaars best quality atta to be used

Butter Amul, Britania

Bread (brown bread, multigrain and white), Pav

Harvest, Britannia, Perfect, English Oven

Jam Kissan, Top, Heinz

Milk Amul , Mother Diary

Paneer Amul , Mother Diary

Tea/Tea Bags Brook bond, Lipton, Red Label, Tata

Coffee Nescafe, Bru

Biscuits Britania / Parle / Haldiram/Unibic/Sunfeast/Mcvities/ Patanjali

Ice Creams, Lassi, Curd, Chhach

Mother Dairy / Amul / Kwality - all varieties

Mixtures/ Chips Haldiram / Bikaner/Lays

Mineral Water Bisleri, Kinley, Aquafina, Himalyan

Besan, Maida, Dals Rajdhani, Branded First Quality

Semolina Rajdhani, Branded First Quality

Vermicelli Bambino, Branded Equivalent Quality

Macaroni/pasta Bambino, Branded Equivalent Quality

Daliya, Poha Rajdhani, Branded First Quality

Custard Powder Brown & Polsen

Corn Flakes Mohan Meakins, Kellogs

Basmati Rice Kohinoor, India Gate, Lal Mahal

Cold Drinks Pepsi/ Coke/Limca (200 ml)

Juices Real / Tropicana/ Patanjali

Lemon Water Hello/ Nimbooz

Sweet Bikanerwala/Haldiram

Sandwich Bread From approved bakery only

Note: Any other food item, brand to be used in the canteen only after approval from Admin representative.

Page 35 of 36

SAMPLE CANTEEN MENU

BREAKFAST

Main items Diet Breakfast Bread Items

Puri+Aloo Sabzi Daliya/Corn flakes Butter Slice Idli/Vada Mix Veg poha Butter Toast

Stuffed Prantha (Aloo/Gobhi/Mooli) Sprouted Veg Salad Disco Sandwich

Plain Paratha + Chana Macaroni/pasta Egg Omelet

Bread items are to be available daily. LUNCH Day Main Items Special

Sabzi Mini Meal Sweet Dish

Monday Moong Masur Dal + Bhindi fry

Lauki Kofta Veg Biryani + Raita

Rasmalai

Tuesday Kadi Pakora + Zeera Aloo

Palak paneer Stuffed paneer prantha + Boondi Raita

Custard

Wednesday Dal Makhani + Beans Aloo

Egg Curry Pav bhaji Seviyan

Thursday Arhar Dal + Mix Vegetable

Mattar Paneer Chole Bathura Kheer

Friday Rajma + Dry lauki Vadi Sabzi

Malai Kofta Veg Chowmein Halwa

SNACKS

Dal vada Veg Cutlet Spring Rolls with Chutney Samosa / Bread Pakora Mixed Pakora/Kachori

Menu to be introduced after discussions and approval of Admin representative

Page 36 of 36

CERTIFICATE

TENDER NO: C-DOT/TENDER/ADMIN/20019-2021/001

I hereby certify that I have studied all the Terms and Conditions of the tender document, understood the same and hereby accept the same and sign this document as an authorized signatory in the capacity of ______________. I/we certify that our Company/Agency has not been blacklisted/debarred from doing business by any customer organization (including Govt.) during last three financial years. I /we certify that all the information provided against the Tender document are correct and abide by it. If at any stage the same is found to be incorrect, C-DOT shall be free to take appropriate legal action against us including but not limited to termination of contract and forfeiture of Security Deposit. I /We hereby confirm we will provide services as per the terms and conditions of the contract awarded, failing which C-DOT shall be free to make alternate arrangements at our risk and cost. We also confirm that in case of unsatisfactory services, C-DOT has the right to take any legal course of action against us. I/We agree to provide services as per the rates quoted by us. Date : _______________ Signature:_______________ Place : _______________ Name : ________________

Designation

Seal of the Company/Agency: