-
1
No.16013/2/2013-Welfare Government of India
Ministry of Agriculture & Farmers Welfafre Department of
Agriculture, Cooperation & Farmers Welfare
******** Krishi Bhawan, New Delhi, Dated the 18
th May, 2016.
OPEN TENDER NOTICE (SINGLE BID)
Subject: - Tender for running a Cafeteria at 4th floor of Krishi
Bhawan, Department of Agriculture,
Cooperation & Farmers Welfare, New Delhi.
Krishi Bhawan is occupied by various Ministries/Departments and
is visited by Public
representatives, members of Civil Society, journalists as well
as officers from public/private sector enterprises. The Department
of Agriculture, Cooperation & Farmers Welfare intends to award
annual contract through Online Tender in SINGLE BID for operating
the Cafeteria at 4
th floor, Krishi
Bhawan, which is well furnished and having approx. 2010 sq. feet
covered area. The Department is looking for reputed firms having
adequate experience in the field. 2. The bid will be accepted
through E-Tender only and intending bidders must be registered with
the Central Public Procurement (CPP) Portal i.e.
http:eprocure.gov.in. 3. The tender document contain the
following:
Annexure-I -- “Eligibility and Experience Criteria” Annexure-II
-- “Acceptance of Tender” Annexure-III -- “Proforma for details and
documents required for Bid” Annexure-IV -- “Proforma for eatable
items
4. Important Dates for the activities of the Bidders:
(i) Start date and time for view/downloading of tender document
- 27.05.2016 at 1100 hrs. and time of submission of bid
(ii) Last date and time for downloading tender document -
23.06.2016 at 1500 hrs.
and time for online submission of bid & submission of EMD in
original.
(iii) Date & Time for opening of Bid - 23.06.2016 at 1600
hrs.
5. In case, any holiday is declared by the Government on the day
of opening, the tenders will be opened on the next working day at
the same time. The Ministry reserves and right to accept or reject
any or all the tenders without assigning any reason thereof. 6. The
entire tender document including all annexures, will be part of the
Bid which also must contain the EMD and all other requisite
documents called for in the tender. The bidders shall go through
the entire tender documents carefully before submitting their
tenders.
7. The firms who are exempted from submission of EMD shall be
dealt as per General Financial Rules, 2005 subject to submission of
an undertaking from the firm seeking such exemption. Copies of
relevant orders/documents regarding such exemption should be
submitted alongwith the bid.
8. The successful bidder shall be the one who will bid the
lowest of the total of product of column C and D of Annexure
IV.
-
2
9. On-line quotations are invited for running the Cafeteria on
the following terms and conditions:
(i) The contractor should be ISO: 9001:2008 certified and
possess SQF Certificate for quality of its products. (ii) The
average turnover of the contractor should not be less than Rs.50
crores during each of the three previous financial years i.e.
2015-16, 2014-15 and 2013-14. (iii) The contractor should have
experience of operating at least one such Cafeteria satisfactorily
the past 03 years in any two reputed govt./public or private sector
organization. (iv) The contractor should have a catering license
issued by the Competent Authority. (v) The contactor should be
responsible for bringing his own modern kitchen/cooking etc.
equipments in the Cafeteria. A list of existing equipments is at
Annexure V and may be utilized on as is where is basis. (vi) The
contractor shall ensure proper sanitation/hygienic conditions in
the premises and deploy persons free from infectious diseases and
should possess food license. (vii) The contractor would be
responsible for verifying antecedents of the persons deployed by
him and a certificate to this effect shall be provided by him to
the Ministry in respect of each staff member. (viii) The eatables
will be served in neat and clean utensils and the Cafeteria staff
will be in proper uniform. (ix) Price quoted will remain unchanged
for one year and any price change beyond one will be subject to
acceptance by the competent authority based on the recommendation
of Advisory-cum-Review Committee constituted by the Ministry and
the same will be displayed at the Counter/Notice Board in
Cafeteria. There will not be any extra packing charges. (x) The
items served by the Cafeteria would be subject to periodical review
by Advisory-cum-Review Committee of this Ministry and the
contractor will have to abide by its decisions.
(xi) The successful bidder shall have to deposit account payee
demand draft of Rs.3,00,000/- (Rupees Three lakh only) as
security/performance deposit. The Performance Security should
remain valid upto a period of sixty days beyond the date of
completion of all contractual obligation of the bidder. (xii) The
Ministry will provide accommodation on token rent of Rs.1000/-
(Rupees One thousand only) per month for running the cafeteria. The
water will be free of charge. However, contractor will bear the
damage, if any, to the facility, site by him or his workers.
(xiii) All electricity for running of the cafeteria including
air conditioners, lights, appliances, fridges, etc. will be borne
by the contractor on actual consumption as per the sub-meter
provided for the purpose. (xiv) The scanned copy of the Earnest
Money Deposit (EMD) for Rs.1,50,000/- (Rupees One lakh Fifty
thousand only) in the form of DD/Pay Order from any of the
Scheduled Commercial Bank in favour of Pay and Accounts
Officer(Sectt.I), Department of Agriculture, Cooperation &
Farmers Welfare, New Delhi, valid upto 90 days must be uploaded
with the Bid and original of the same may be deposited at Welfare
Section (Room No.13) Krishi Bhavan, New Delhi – 110001
(Ph.No.23384946) latest by the last date of bid submission, failing
which the Bid shall not be considered valid. EMD amount is not to
bear any interest on award of the contract and before starting the
Cafeteria. In case of withdrawal of bid by the firm, the EMD will
stand forfeited.
(xv) The contract shall be initially awarded for one year and
may be extended for further period of 2 (two) year on satisfactory
performance, on the same terms and conditions.
-
3
10. The prospective bidders are free to inspect the premises on
any working day from 1600 hours to 1700 hours. For this purpose,
they may contact the Under Secretary (Welfare), Department of
Agriculture, Cooperation & Farmers Welfare, Room No. 14, Krishi
Bhawan, New Delhi (Telephone No. 23384929).
. The quotations received after the above said scheduled date
and time will not be considered.
No quotations by Post/fax will be entertained. Quotations
incomplete in any manner would be liable
for rejection without any further communication.
(Abhijit Chakraborty) Under Secretary to the Govt. of India
Tele:23384929 Copy to:- 1. SSA, NIC with request for immediate
display on Deptt’s website 2. Central Procurement Portal
(Abhijit Chakraborty) Under Secretary to the Govt. of India
Tele:23384929
-
4
Government of India Ministry of Agriculture & Farmers
Welfare
Department of Agriculture, Cooperation & Farmers Welfare
Krishi Bhawan, New Delhi
Open Tender No.16013/2/2013-Welfare
TENDER DOCUMENT
FOR AWARD OF CONTRACT FOR RUNNING A CAFETERIA AT 4TH FLOOR OF
KRISHI BHAWAN, DEPARTMENT OF AGRICULTURE, COOPERATION & FARMERS
WELFARE
-
5
Open Tender No.16013/2/2013-Welfare
Document Control Sheet
1. Open Tender No 16013/2/2013-Welfare
2. Name of Organization
Ministry of Agriculture & Farmers Welfare
Department of Agriculture, Cooperation & Farmers Welfare
3. Start date & Time for view/downloading
of tender document and time of submission of bid
May, 27, 2016 at 1100 hrs
4. Last Date and Time for downloading and time for
online submission of bid & submission of EMD in
original
June 23, 2016 at 1500 hrs
7. Date and Time of Opening of Technical Bid
June 23, 2016 at 1600 hrs
8. Address for Communication
Under Secretary (C&W)
Ministry of Agriculture & Farmers Welfare,
Department of Agriculture, Cooperation & Farmers Welfare
Krishi Bhawan,
New Delhi-110001
Tel. # 011-23384929
-
6
Open Tender No.16013/2/2013-Welfare
ANNEXURE – I
Eligibility and Experience Criteria for Online Bid
Submission
1. Any individual, Sole Proprietorship Firm, Partnership Firm,
Public Limited Company or Private Ltd. Company having an office in
India can bid subject to the satisfaction of other eligibility
criteria in terms of organization, infrastructure, experience and
availability of requisite skilled manpower. Necessary supportive
documents shall be enclosed with the bid.
2. The Service Provider (Bidder) should possess ISO 9001:2008
and SQF Certificate or latest updated version of the Certification
in providing Cafeteria Services. Necessary supportive documents
shall be enclosed with the bid.
3. The Service Provider should have a minimum annual turnover of
Rs.50.00 crore in each of the three previous financial years viz.,
2015-16, 2014-15 and 2013-14. Necessary supportive documents shall
be enclosed with the bid along with audited accounts of the three
years.
4. The Service Provider should have the requisite infrastructure
i.e. trained and skilled manpower and equipments, as indicated in
the tender.
5. The Service Provider should have all connected
Registrations/Certifications from Government Authorities towards
incorporation of the firm, Labour Licence, EPF Licence / ESI
registration, service tax and other tax/ duties registration etc.
The bidder shall also possess PAN/TIN etc. connected to Income Tax.
All supportive documents should be attached with the bid.
6. The Service Provider should not have been
debarred/black-listed by any Central/ State Government Agency. The
contractor should have experience of operating at least one such
Cafeteria satisfactorily the past 03 years in any reputed
govt./public or private sector organization. Necessary supportive
documents shall be enclosed with the bid.
7. The bid validity period will be 90 days.
Instruction and General Conditions
Ministry of Agriculture & Famers Welfare (MAFW), Department
of Agriculture, Cooperation & Farmers Welfare (DACFW), intends
to have its cafeteria fully equipped and managed at 4
th Floor,
Krishi Bhawan, New Delhi. DACFW expects that the tenderer should
equip the kitchen/cafeteria with cooking and cold storage
equipments like cooking range, industrial and domestic burners,
ovens, utensils, refrigerator, deep freezer, etc for preparing
tea/coffee, soft drinks, snacks, lunch, etc and to provide
requisite crockery, cutlery, glassware and furniture in the
kitchen/cafeteria at vendor’s cost. The tenderers and their
installers are expected to inspect the space of kitchen /cafeteria
and familiarize themselves of the conditions/site etc.
The essence of the contract is timely service of quality food
and maintenance of healthy and hygienic conditions in the
kitchen/cafeteria.
1.1 The timings of the cafeteria will be 9.00 AM to 7.30 PM on
working days (Monday to Friday) and the timings on
holiday/Saturday/Sunday would depend on the requirement of the
senior officers.
1.2 The Ministry will provide accommodation on token rent of
Rs.1000/- (Rupees One thousand only) per month for running the
cafeteria. The water will be free of charge. All electricity for
running of the cafeteria including air conditioners, lights,
appliances, fridges, etc. will be borne by the contractor on actual
consumption as per the sub-meter provided for the purpose. The
responsibility for maintaining the accommodation shall lie with the
contractor. The expenses for execution, registration charges, stamp
duty etc. relating to the Agreement to be required between the
Department of Agriculture, Cooperation and Farmers Welfare and the
Contractor shall be borne by the Contractor. However, contractor
will bear the damage, if any, to the facility provided, by him or
his workers.
-
7
1.3 In case the services are found unsatisfactory or upon breach
of any of the clause of terms and conditions, the contract is
liable to be terminated at one month notice and the
Security/Performance deposit shall also stand forfeited in case of
termination of the contract under this clause.
1.4 The contractor shall be responsible for compliance of
statutory provision, Laws, Rules, Orders
& Notifications issued by the Government from time to time.
Further, the contractor shall indemnify the Department against any
loss which occurs directly or indirectly on account of any act of
commission or omission while discharging responsibility under this
contract.
1.5 The contractor should have experience of operating such
Cafeteria satisfactorily in at least
two Govt. Organization in the past 03 years (Proof of experience
to be enclosed). 1.6 The contractor is required to equip the
kitchen/cafeteria with required equipment (cooking
range, industrial and domestic burner, ovens, utensils,
refrigerator, deep freezers, etc at his own cost for preparing
tea/coffee, soft drinks, snacks, lunch, etc. A list of equipments
already provided in at Annexure V and may be used on as is where is
basis.
1.7 The contractor is also required to provide good quality
crockery, cutlery and glassware in the
kitchen/cafeteria for serving food and drinks at his cost as
approved by the Advisory-cum-Review Committee constituted in the
Ministry for making recommendations on all matters regarding
functioning of the furnished cafeteria.
1.8 The contractor should have experience to provide services of
all types of dishes’, i.e.
Vegetarian, North Indian, South India, Chinese, Continental,
etc. as mentioned in tender document.
1.9 All the raw-materials used in preparation of food products
should be of reputed brands and
certified quality. 2.0 The contractor shall ensure the
availability of eatables as per the approved menu and rates.
Sufficient stock of eatables and drinks will be maintained
throughout the day. 2.1 The contractor may be required to make
arrangement for room services for meetings in
Ministry of Agriculture at the approved rates on credit basis
without charging any extra service charges. Such services will be
provided immediately on placement of orders. The payment of such
bills would be made through Govt. cheques on submission of bills on
monthly basis to be preferred with in the first week of the
following month.
2.2 The contractor may be required to make arrangement for
services of tea/coffee/cold
drinks/breakfast/lunch and dinner, etc for the officers/staff
members in their rooms and in conference rooms of this Ministry
during or beyond office hours and even on Sunday/Holidays at the
approved rates without charging any extra service charges.
2.3 The tenderer should have registration with statutory
authorities such as labour, ESI, PF
Departments, etc. Further it shall be the responsibility of the
contractor to submit periodical report to statutory
authorities.
2.4 The contractor should provide the services of qualified
supervisor, cooks, service boys and
waiters in the kitchen/cafeteria. However the number of
Managers/Supervisors/other manpower to be engaged for service will
be decided mutually. It may be added that DACFW may ask for
additional manpower if required, which shall have to be provided by
the contractor.
2.5 The contractor should provide the services of qualified
supervisor, cooks, service boys and
waiters in the kitchen/ cafeteria. The contractor shall not
engage/employ persons below 18 years of age. Department of
Agriculture, Cooperation & Farmers Welfare shall provide proper
Identity Cards to the contractual employees who shall display these
ID Cards while on duty. Contractor shall maintain attendance record
of the employees.
-
8
2.6 The serving staff should be provided with uniforms and
strict personal hygiene is to be observed at all times by the
staff. Preventive pest control measures will have to be taken by
contractor.
2.7 The contractor or his employees shall not use the premises
for any other purposes and shall
not act in any manner so as to cause any nuisance or annoyance
to the offices of Ministry of Agriculture & Farmers Welfare,
DACFW and other departments. The cafeteria will be open to the
employees of all Ministries/ Departments/ Organizations located in
Krishi Bhawan. The Contractor shall be fully responsible &
liable if any person engaged by him for the purpose of this
Contract is involved in any unlawful act intending theft,
pilferage, etc. It shall be the responsibility of the Contractor to
get the antecedents/precedents etc of the persons to be engaged for
the purpose of his Contract verified from the statutory
authorities/Police, & produce requisite certificate to
DACFW.
2.8 DACFW reserves the right to direct the removal of any of the
employees of the contractor if his/her conduct is found detrimental
to the interest of the Department. It shall be obligatory for the
contractor to replace such an employee immediately.
2.9 The workers of the cafeteria will vacate the premises of the
building every day after the work is over and they will not be
allowed to sleep in the office premises or otherwise utilize it in
any other way at any time in office, unless their services are
required to meet any exigencies.
3.0 The contractor shall be deemed for all legal and contractual
purposes, as the employer of the persons employed for the purpose
and such persons will not have any claim for employment in the
Ministry now or at a future date. Further the Contractor shall deal
& settle labour related issues at their own end & ensure
that no labour problem related to running of the Canteen is passed
on to the Government. Also if any employee of the Contractor
suffers any injury while performing duty the liability for
compensation as per Law will be borne by the Contractor.
3.1 The Contractor shall be responsible to pay gas consumption
charges (IGL piped gas) if provided in the kitchen/cafeteria.
3.2 The contractor shall bear the cost for a comprehensive
general liability of insurance covering injury or death of any
person(s) occurring in the area of operation caused by the
negligence on the part of the Contractor & in case of failure
to perform their obligations/duties under the contract. DACFW will
not be responsible for any consequence due to default/negligence in
this regard by the contractor.
3.3 In the event of any dispute or disagreement under or in
relation to this Agreement or over the interpretation of any of the
terms or any claim or liability of the Contractor, the same shall
be referred to the sole Arbitrator to be nominated by mutual
consent of both parties therein. The intending party will serve
notice in writing upon the other party notifying its intention for
appointment of Arbitrator. If both parties fail to agree on
appointment of a particular Arbitrator by mutual consent, then
Department will appoint the sole Arbitrator. The provisions of
Arbitration and Conciliation Act, 1996 will apply. The arbitration
proceedings will be held in New Delhi. The Arbitrator will give
reasons for his award and the award passed by the Arbitrator shall
be final and binding upon the parties herein. Such reference shall
be deemed to be a submission to arbitration under the Indian
Arbitration and Conciliation Act, 1996, or of any modifications or
re-enactment thereof including the rules framed there under. All
disputes are subject to the jurisdiction of courts in the National
Capital Territory of Delhi.
3.4 Cleanliness, maintenance, garbage disposal of services/
production areas shall be responsibility of the contractor.
3.5 The contractor shall at all times, during the period of
agreement, obey and observe all directions/instructions given by
the Advisory-cum-Review Committee of the Ministry in respect of
services and maintenance.
3.6 The initial period of contract/agreement between Department
of Agriculture, Cooperation & Farmers Welfare and Contractor is
for one year and may be extendable upto two years on satisfactory
performance with such amendments as may be mutually agreed to and
also subject to the necessary approval of the competent
authority.
-
9
3.7 DACFW reserves the right to impose appropriate penalty on
the Contractor for any deficiency in maintaining the quality of
services by the Contractor or his employees for breach of any
clause of this Contract.
3.8 Omission, neglect, failure on the part of bidder to obtain
requisite, reliable and full information
on any matter affecting his tender shall not relieve the bidder
from any liability in respect of the contract.
3.9 It would be mandatory for the firm selected to issue receipt
for every transaction made in the Cafeteria. 4.0 The contractor of
the cafeteria must keep sufficient change for providing balance
to
customers. 4.1 The rate list finalized must be displayed at the
designated place in the furnished Cafeteria. 4.2 The tender
submitted after stipulated time of submission shall be rejected.
The Ministry of
Agriculture & Farmers Welfare, Department of Agriculture,
Cooperation & Farmers Welfare reserves the right to accept or
reject any of the tenders without any reason thereof. Becoming the
lowest offered party does not entitle a tenderer to be awarded the
work, Apart from cost provisions, experience, track record and
quality will also be considered for awarding the contract.
4.3 Price quoted will remain unchanged during the period of
contract. Any prices changes beyond
1 year will be subject to acceptance by the competent authority
based on the recommendation of Advisory-cum-Review Committee
constituted in the Department of Agriculture, Cooperation &
Farmers Welfare.
4.4 The installation of kitchen/cafeteria equipment, crockery,
cutlery, glassware etc, at
Department of Agriculture, Cooperation & Farmers Welfare,
Krishi Bhawan, New Delhi and commencement of operation shall be
effected within 30 days of signing of contract/agreement.
4.5 The agreement/contract has to be signed within 7 days of
receipt of letter of intent with
Ministry of Agriculture & Farmers Welfare, Department of
Agriculture, Cooperation & Farmers Welfare.
4.6 Withdrawal of offer after it is accepted or failure to
commence the work within 30 days of
signing of contract, according to the criteria will entail
forfeiture of earnest money deposit. In such event, Ministry of
Agriculture & Farmers Welfare, Department of Agriculture,
Cooperation & Farmers Welfare reserves the right to debar the
firm from participating in any future tender of this Department
either permanently or for a specified period.
4.7 The tenderers shall study instructions and general
conditions and physically visit the site
before preparing and submitting their bids. 4.8 As the project
is time bound, there will be 0.5% deduction of EMD for every day of
delayafter
finalization of time schedule. 4.9 The contractor will indemnify
the Ministry of Agriculture & Farmers Welfare, Department
of
Agriculture, Cooperation & Farmers Welfare, New Delhi
against any incident/accident having detrimental repercussions on
the health and safety of their employees while equipping/operating
the cafeteria (indemnity bond to be executed on non-judicial stamp
paper of Rs.100/-).
5.0 The designated official of the Department or
Advisory-cum-Review committee shall have the
right of inspection of the cafeteria at any time and they may
also enquire about the detailed list of ingredients used in any
item of food supplied by the firm.
-
10
5.1 Any attempt on part of tenderer or their agents to influence
the officers concerned in their favour by personal canvassing will
disqualify the tenderer.
5.2 Tenders (s) incomplete in any respect is/are liable to be
rejected without assigning any reason thereof. The department also
reserves the right to accept or reject any tender, in whole or in
part thereof without assigning/specifying any reason thereof.
5.3 The EMD of Rs.1,50,000/- (Rupees One lakh fifty thousand
only) of the unsuccessful tenderer will be released after
finalization of contract. The performance security of Rs.3,00,000/-
(Rupees Three lakh only) of the successful tenderer shall be kept
as security deposit.
5.4 The EMD shall stand forfeited if a bidder withdraws or
amends the bid/tender or impairs or derogates form the tender in
any respect during the period of bid, or in case successful bidder
fails to sign or accept the contract within the stipulated period.
No interest will be payable on this amount. The EMD shall also
stand forfeited in the event of premature withdrawal of the tenders
by the tenderers.
5.5 The firms intending to participate in the tender process
with their offer of tender are expected and also advised to read to
understand fully the terms and conditions of the contract as
detailed in the foregoing paragraphs before sending in their
tender, as no change or violation of the aforesaid terms and
conditions shall be permissible once the tenders is accepted by
this Ministry and shall be required to sign a copy of the tender as
token of having accepted the terms and conditions. The unsuccessful
tenderers shall send necessary letter of authorization, etc. to
facilitate early refund of the Earnest Money Deposit.
5.6 The successful bidder shall furnish a performance security
deposit equivalent to Rs. 3,00,000/- (Rupees Three lakh only) in
the form of an account payee demand draft drawn in favour of the
“Pay and Accounts Officer (Sectt.I), Department of Agriculture,
Cooperation & Farmers Welfare, Krishi Bhawan, New Delhi”, or
Fixed Deposit from a Scheduled Commercial Bank. The performance
security deposit will be forfeited in case running of Cafeteria
suffered due to poor services/non-service provided to the employees
of this will be treated as non-compliance of the terms of
agreement.
5.7 The bidder shall submit the bid in the prescribed format
enclosed at Annexure-IV of the tender documents. The bidders are
advised to quote their rates inclusive of all applicable taxes for
all items as per specifications, failing which their bids shall be
considered as non-responsive.
5.8 The prices/rates quoted shall be comprehensive, firm and
should not be subject to any
variation during the period of contract. There will not be any
extra packing charges. 5.9 Discount to be offered on Price of
packed/ bottled items sold should be mentioned in the Price
Bid. 6.0 The Contractor shall have to bear the income Tax
liability & DACFW will not be under any
obligation to bear the same. 6.1 In case DACFW or the Contractor
wishes to discontinue the contractual arrangement, a three
months notice period will be required from either side. 6.2 All
documents forms a part of the Tender documents should be serially
numbered. Signed &
stamped (with company/firm seal) by authorized signatory on each
page of the bid document Failure to do so will be treated as
non-fulfillment of the tender conditions & the bid shall be
liable to be rejected. Bids shall be submitted in the prescribed
bid proforma. There should be no corrections insertions/overwriting
in the documents.
6.3 Rates per item should be quoted including all statutory
taxes made applicable from time to
time. However, all applicable statutory taxes will be borne by
the customer.
***********
-
11
Open Tender No.16013/2/2013-Welfare
Annexure-II
Acceptance of Tender
(Tenderers are required to fill up the blank spaces in this form
of tender and attach along
with the Technical Bid.)
1 Having examined the instruction and general conditions,
criteria as well as the site, we
the undersigned offer to execute, complete and maintain the
whole of the said works in
conformity with the said instructions, standard conditions of
contract as well as relevant
safety codes.
2 We undertake to commence the work within 30 days of signing of
contract/agreement
receipt of DACFW order and complete the whole work as per the
contract. We have
deposited earnest money of Rs.1,50,000/- (Rupees One Lakh Fifty
thousand only) by
demand draft in favour of Pay and Accounts Officer (Sectt.I),
Department of Agriculture,
Cooperation & Farmers Welfare. We do herby agree that this
sum shall be forfeited by
the Ministry in the event our tender is accepted and we fail or
delay in signing the contract
or carry out the work when called upon to do so.
3 We agree to abide by this tender and keep the offer open and
irrevocable for a period of
90 days from the date fixed for receiving the same and it shall
remain binding upon us
and the tender / offer may be accepted at any time before
expiration of that period.
4 In the event of our tender being accepted and until a formal
agreement/contract is
prepared and executed, this tender together will DACFW’s written
acceptance thereof
shall constitute a binding obligation upon us.
5 We understand that the Department of Agriculture, Cooperation
& Farmers Welfare is not
bound to accept the lowest or any tender you may receive.
6 We confirm that we shall follow all the health and safety code
provisions and also assure
that the work at site will conform to all relevant standards of
safety and health.
Signature & Seal________________________________ Name of
Authorized signatory of the tenderer: ____________________ Name of
tenderer: _______________________ Address of tenderer:
_______________________ Contact Tel.
No._______________________________ Email
address___________________________ (The letter of authority in
favour of the signatory to be submitted in original)
-
12
Open Tender No.16013/2/2013-Welfare
Annexure III
List of details and documents required for Bid
SI. No. List of details and documents required for Bid To be
filled by bidder
1. Name of the firm
2. Registered Address of the firm with Phone No. & E-mail
address
3. Name of the authorized representative & his Mobile
No.
4. Service Tax Registration Number (copy enclosed)
5. PAN Number & TIN Number of the firm (copy enclosed)
6. Quality Certification from appropriate authority (Food
License) (copy enclosed)
7. Details of registration with Labour Departments i.e. Labour
License (copy enclosed)
8. EPF & ESI Registration No. (copy enclosed)
9. Past experience as per table – I mentioned below (Please
enclose copies of experience)
10. Details of last three years turnover 2015-16 2014-15 2013-14
(Self attested copies of Audited Accounts to be attached)
11. ISO Certificate (copy enclosed)
12. SQF Certificate (copy enclosed)
13. Caretaking license(copy enclosed)
14. Whether firm is blacklisted/debarred by any Government
Department/PSU
Table – I (as per SI. No. 9 above regarding details of past
three years experience, at least two establishment of Government
Department/PSU /Reputed Private Sector)
Period of contract Name of the form/organization with whom
worked (Reputed Sector/Central Govt. /Organization/PSU)
Type of contract undertaken
Value of contract & other details
Remarks
From
To
Signature_______________ Seal___________________
-
13
Open Tender No.16013/2/2013-Welfare
Annexure – IV
RATES QUOTED FOR EATABLE ITEMS TO BE SERVE TO THE EMPLOYEES OF
ALL MINISTRIES/ DEPARTMENTS/ ORGANIZATION LOCATED IN KRISHI
BHAWAN
SI. NO.
Name of Items Qty. Multiplying Factor
Unit rate including all taxes
(in Rs.)
A B C D
1. Deluxe Thali (Dal, Paneer, Sabzi, Rice, Raita, Lacha Paratha
/ Naan-2 nos., sweets)
650gm 55
2. Normal Thali (Dal, Dry Sabzi, Rice, Raita, 2 Chapattis and
Salad
500gm 90
3. Veg Samosa
60gm 225
4. Bread Pakoda
80gm 125
5. Veg Sandwich
100gm 55
6. Paneer Pakoda
65gm 110
7. Tea 110gm 250
8. Coffee
110gm 175
9. Sambhar Vada
225gm 175
10. Gulab Jamun (One piece)
40gm 110
11. Shahi Paneer 150gm 50
12. Dal Makhni 150gm 50
13. Plain Rice 200gm 55
14. Tandoori Roti 60gm 110
15. Lacha parantha 75gm 55
16. Naan 60gm 45
17. Chana Bhatura 280gm 55
18. Aaloo Bonda 60gm 100
19. Dahi Bhalla 250gm 40
20. Papdi Chat 250gm 50
21. Tea ginger / lemon / cardamom
110gm 100
22. Masala Dosa 285gm 75
23. Rasgulla (one piece) 40gm 100
24. Idly Sambhar 225gm 50
25. Seasonal Vegetable 150gm 50
26. Raita Plain / Aaloo 150gm 50
27. Veg Aaloo patty 100gm 50
28. Veg Burger 225gm 50
29. Plain /Grilled Sandwich 125gm 60
30. Chana Kulcha 250gm 60
31. Capsicum / Onion / Mushroom Pizza
180gm 60
-
14
32. Packaged Mineral Water (Brand to be mentioned
*
1 litre 50
33. Cold Coffee * 180 ml. +25
34. Flavoured Milk * 180 ml. 50
35. Packed Juice * 200 ml. 50
36. Raj Kachori 250 gm. 40
37. Dal Combo 300 gm. 25
38. Corn Sandwich 100 gm. 150
39. Pani Puri 125 gm. 100
40. Veg. Cutlet 55 gm. 50
41. Cheeze Burger 227 gm. 50
42. Cheeze Pizza 150 gm. 50
43. Tomato Onion Pizza 180 gm. 50
44. Tomato Onion Cap Pizza 200 gm. 60
45. Corn Grilled Sandwich 235 gm. 60
46. Chana Masala Combo 300 gm. 50
47. Bhel Puri 150 gm. 60
48. Samosa Chaat 135 gm. 100
49. Stuff Prantha 90 gm. 50
50. Butter Naan 60 gm. 25
1. L-1 = decided by lowest of the total of product of column C
and D as above. In
case 2 or more firms quotes the same rates, the lowest bidders
shall be
selected based on their past experience. The decision of the
Tender
Committee shall be final in this regard.
2. Existing equipments may be utilized on as is where is
basis.
* The amount of discount offered in percentage alongwith MRP may
also be mentioned alongside the rates quoted.
-
15
Open Tender No.16013/2/2013-Welfare
FORM OF AGREEMENT/CONTRACT
THIS AGREEMENT made this __________ day of _______2016 BETWEEN
MINISTRY OF AGRICULTURE & FARMERS WELFARE, DEPARTMENT OF
AGRICULTURE, COOPERATION & FARMERS WELFARE through its
authorized signatory Shri ___________________________ and shall
include its legal successors and permitted assignees (hereinafter
called the “MINISTRY OF AGRICULTURE & FARMERS WELFARE,
DEPARTMENT OF AGRICULTURE, COOPERATION & FARMERS WELFARE” on
the one part and M/s.___________________________ through its
authorized signatory Sh.________________________________ son of
_____________________ resident of _______________________ and shall
________________________ resident of __________________________ and
shall include its legal successors and permitted assignees
(hereinafter called “the Contractor”) on the other part. WHEREAS
DEPARTMENT OF AGRICULTURE, COOPERATION & FARMERS WELFARE is
desirous of getting its cafeteria equipped and running of the same
at 4
th
Floor, Krishi Bhavan, New Delhi and has accepted a tender by the
contractor for the execution, completion and maintenance of such
works NOW THE AGREEMENT WITNESSTH as follows: In this agreement
works and expressions shall have the same meanings as are
respectively assigned to them in the instructions and general
condition of contract hereinafter referred to. The following
documents shall be deemed to form and be read and constructed as
part of this agreement/contract, viz:
(i) Notice Inviting Tender
(ii) Submission of Tender
(iii) Instructions and general conditions
(iv) Form of tender
(v) Pre-qualification form, and
(vi) Price bid for items and rates
The several documents forming the agreement/contract are to be
read together as a
whole and are to be taken as mutually explanatory.
In consideration of the kitchen/cafeteria space to be made
available by Department of
Agriculture, Cooperation & Farmers Welfare to the contractor
as hereinafter mentioned,
the contractor hereby covenants with Department of Agriculture,
Cooperation & Farmers
Welfare to execute, complete equipping the kitchen/cafeteria
works and run the
kitchen/cafeteria therein and maintain the works in conformity
in all respects with the
provision of the contact.
DEPARTMENT OF AGRICULTURE, COOPERATION & FARMERS WELFARE
hereby
covenants to make available kitchen/cafeteria space to the
contractor in consideration of
the execution, completion of the equipping kitchen/cafeteria and
maintenance of the
works for a period of one year at approved rates at the times
and in the manner
prescribed by the contract.
-
16
IN WITNESS whereof the parties hereto have hereunder set their
respective hands and
seals on the day and year first above written.
Signed by an duly authorized signatory
______________________________________
For and on behalf of MINISTRY OF AGRICULTURE & FARMERS
WELFARE,
DEPARTMENT OF AGRICULTURE, COOPERATION & FARMERS WELFARE
Witness___________________________________________
__________________________________________
(IN BLOCK LETTERS)
Address _________________________________________
_________________________________________
Signed by a duly authorized signatory
For and on behalf of contractor______________________
Witness______________________________
_____________________________
(IN BLOCK LETTERS)
Address _________________________________________
_________________________________________
Witness______________________________
_____________________________
(IN BLOCK LETTERS)
Address _________________________________________
-
17
Open Tender No.16013/2/2013-Welfare
Annexure – V A list of existing equipments are mentioned below
may be utilized on as is where is basis.
1. Bain Marie (66”x30”x34”) (with GN containers with lid :- 01
(1/2 x 8 and ¼ x 3) 2. Window AC :- 02 3. Chair (Long) :- 06 4.
Chair (Small) :- 76 5. Display Fridge :- 01 6. Hot Case : - 01 7.
Water R.O. System :- 01 8. Aluminum Parat :- 2 9. Idli Steamer :- 2
10. Pressure Cooker :- 1 11. Pressure Cooker (22 Ltr.) :- 1 12.
Soup Stainer :- 2 13. Mixcer Grinder (Sumit) :- 2 14. S.S. Work
Table :- 7 15. Hot Pass through 60”x 30” x 34” with two top shelves
at 48”and 60“ :- 1 16. Chinese Range 48”x 27”x 34”+ 16” :- 1 17.
Stock Pot burner 24”x 24”x 28” :- 5 18. S.S. Sink With Wash Board
12” X 18” :- 1 19. Dosa Plate 48”x 24”x 34”x 3 (3 sides splash) :-
1 20. Hot Plate 60”x 24”x 34” :- 1 21. Dough kneading Machine 10
kg. :- 1 22. Dry. Grinder :- 1 23. Dirty Dish landing Table 60”x
27” x34”+ 150mm :- 1 24. Three Sink Unit 1500 x 600 x 850 :- 1 25.
Clean Dish Table 60”x 30”x 34” 84” :- 1 26. Pot Rack 36”x 20“ x 72”
:- 1 27. Four Door Refrigerator 60”x 30”x 84” :- 1 28. Chest
Freezer 500 Ltrs. Cap. (48”x 24”), Voltas/Blue Star :- 1 29. S.S.
Store Rack (4 Shelf) 48”x 18”x 84”) :- 4 30. Weighing Scale, 150
kg. Cp. Std. Make, digital display :- 1 31. Platform Trolley 36”x
24”x 36” :- 1 32. Staff lockers 36”x 18”x 72” :- 2 33. Wooden Bench
:- 1 34. Hot Case, 1 KW heating :- 1 `