tender document providing catering services schedule of … · providing for catering by food...
TRANSCRIPT
Page 1 of 18
Government of India
Ministry of Commerce and Industry
Department of Industrial Policy and Promotion
Controller General of Patents, Designs and Trademarks
Rajiv Gandhi National Institute of Intellectual Property Management
TENDER NO: RGNIIPM/PIS/CATERING /2016/01
TENDER DOCUMENT
FOR
Providing Catering Services
at
Rajiv Gandhi National Institute of Intellectual Property Management/
Patent Information System (RGNIIPM/PIS), Nagpur
SCHEDULE OF TENDER
Date of issue of tender document : 01/01/2016
Last date for issue of tender document : 22/01/2016 upto 10AM
Last date & time for submission of Tender document : 22/01/2016 upto 11 AM
Date & time of opening of Pre-qualification & Technical Bids : 22/01/2016 at 11 AM
Date & time of opening of Financial Bids : 22/01/2016 at 2 PM
Page 2 of 18
1. GENERAL
Sealed tenders are invited by the Controller General of Patents, Designs and
Trademarks (hereinafter referred to as CGPDTM) on behalf of the President of
India from reputed and experienced Companies/Firms/Agencies under Two
Bid System i.e. Pre-qualification/Technical Bid (combine) and Financial Bid for providing
Catering services at Rajiv Gandhi National Institute of Intellectual Property
Management/Patent Information System located at Plot No.3, Hislop College
Road, Opposite Maharashtra State Education Board, Civil Lines, Nagpur -
440 001 for two years from the date of commencement of the contract,
unless extended further by mutual consent of the Competent Authority and the
service provider on the terms and conditions mentioned in the tender
document or unless terminated in accordance with the terms and conditions
mentioned herein which can be extended by another one year.
2. PARTICULARS OF THE TENDER
(a) NAME AND ADDRESS OF THE AUTHORITY
The Controller General of Patents, Designs and Trademarks,
Boudhik Sampada Bhawan, S. M. Road, Antop Hill, Mumbai-400037.
(b) ADDRESS FOR THE DISTRIBUTION OF TENDER DOCUMENT
The tender document can be purchased from the cash section of the Rajiv
Gandhi National Institute of Intellectual Property Management/ Patent
Information System (RGNIIPM/PIS), Nagpur situated at the address given in
para 2 (e) below or alternatively the same can be downloaded from the
following websites:
http://www.ipindia.nic.in
http://www.tendergov.in
(C ) CONTACT PERSONS
For any Clarifications;
Smt. C.D. Satpute, Senior Documentation Officer/DDO, PIS/RGNIIPM, Nagpur Phone
No. 0712-2540920
Page 3 of 18
(D) COST OF TENDER:
1)TENDER FEES:
The tender document can be purchased from the cash counter of the Office
of Patent Information System/Rajiv Gandhi National Institute of Intellectual
Property Management (RGNIIPM), Nagpur, situated at the address given in
para 2 (e) below by paying the tender document fee of ₹ 500 (RUPEES FIVE
HUNDRED ONLY), either through Demand draft or Pay order in favor of
“Patent Information System”, payable at Nagpur, as may be applicable, or
by cash. The receipt for payment of tender fees shall be attached along with
the Pre-qualification Bid. In case the tender document is downloaded from
the website, the tender fee shall be submitted along with Pre-qualification
Bid in the form of Demand draft or Pay order in favor of “Patent
Information System”, payable at Nagpur. The tender document fee is NON-
REFUNDABLE. Any tender submitted without the requisite fee will be
rejected summarily.
2)EARNEST MONEY DEPOSIT (EMD)
The Earnest Money Deposit (EMD) of Rs. 50,000/- (Rupees fifty thousand Only),
(refundable without interest) shall accompany the Prequalification bid in the form of
Demand Draft/Pay Order drawn in favor of “Patent Information System” payable at Nagpur,
failing which the tender shall be rejected summarily. Earnest Money Deposit of Rs.50,000/-
(Rupees fifty thousand only) will be returned to the unsuccessful tenders. Tenders not
accompanied by Earnest Money Deposit, shall be summarily rejected. Cost of Rs.500/-
(Rupees Five hundred only ) towards tender documents is not refundable.
Earnest Money of Successful tenderer will be forfeited if he does not fulfill any of the
following conditions:-
Furnishing of security deposit of Rs.50,000/- (Rupees Fifty thousand only) by means of a
Demand Draft of Nationalized Bank in favour of "PATENT INFORMATION
SYSTEM, NAGPUR” and payable at NAGPUR, within 5 days of the receipt of the letter
awarding the contract which in addition to the EMD furnish.
Execution of the agreement within 5 days of the receipt of the letter of award of contract.
Commencement of the contract within 5 days of the signing of the agreement or as
decided by Institute.
To comply with all the terms and conditions of the tender document, letter of award of
contract and agreement of contract.
Page 4 of 18
3)PERFORMANCE SECURITY DEPOSIT
The successful bidder will have to deposit a Performance Security Deposit
of 50,000/- (Rupees fifty thousand Only), in the form of Bank Guarantee
with The Administrative Officer/DDO, Patent Information System /Rajiv
Gandhi National Institute of Intellectual Property Management, Plot No.3,
Hislop College Road, Opposite Maharashtra State Education Board, Civil Lines, Nagpur - 440
001 having validity of two years and additional sixty
days. In case the contract is further extended beyond the initial period of
two years, the performance security deposit will have to be accordingly
renewed by the successful bidder. After submission of the performance
security by the successful Bidder, the corresponding EMD shall be released.
(E) ADDRESS OF THE OFFICE:
Rajiv Gandhi National Institute of Intellectual Property Management /Patent
Information System (RGNIIPM/PIS)
Plot No.3, Hislop College Road,
Opposite Maharashtra State Education Board,
Civil Lines, Nagpur - 440 001
Phone : 0712-2540913/2540969 Fax No. 0712-2540916
E-mail : [email protected]
(F) VALIDITY OF TENDER:
Tender should be valid for a period of 90 days from the date of Opening of the Financial bid.
(G) SCOPE OF WORK:
This tender is intended for providing Catering services during the training programme for the
trainees and officers deputed for training at RGNIIPM, and also during short term public
training programme i.e. of half day, 1, 2, 3, 5 days period. In addition to that, the services
would be required on other occasion(s) or as and when intimated by the O/o. RGNIIPM, such
as Awareness programme/Seminar etc.
Page 5 of 18
(H) ELIGIBILITY CRITERIA & DOCUMENTS REQUIRED
i. The following requirements should be fulfilled in the Pre-qualification /technical Bid.
a) Should be a reputed Caterers/Firm/Organization having registered/licensed for
providing for Catering by food safety standards (FASSAI)
b) Agency should have a financial turnover of more than Rs 10 lakh at least for any 2
years during the last three years period (year 2012-13, 2013-14 & year 2014-15).
for rendering such Catering services. Supporting certified document from
chartered accountant (CA) shall be submitted.
c) Shop establishment registration Certificate of the caterer by the government
d) Service Tax Registration Certificate
e) PAN/VAT/TIN etc. Number
f) Income Tax Return for the last 2 years (year 2013-14 & year 2014-15)
Technical Competence Experience :
g) The catering Agency should have experience of at least 3 years (year 2012-13,
2013-14 & year 2014-15) for providing catering services to Govt. /PSUs /
reputed Private organization.(Supporting Experience certificates/ Documents
shall be produced).
ii) The contractor should quote rates on "Per plate, per day" basis in Financial Bid.
iii) Bidders must submit all relevant documentary evidence required to demonstrate his
eligibility for the proposed tender.
EVALUATION CRITERIA AND METHODOLOGY:
1. Firstly, the envelopes containing Pre-qualification & technical Bids shall be opened
in respect of all the bidders. Pre-qualification & technical bid may be submitted in
single envelope.
2. The evaluation committee shall evaluate the Pre-qualifications &technical Bids.
3. Only the successfully qualified bidders in the Pre-qualification& technical stage
will reach the Financial Bid evaluation stage.
4. The Financial Bid of unsuccessful bidders in Pre-qualification& technical stage
shall NOT be opened.
5. The Financial Bid of only the qualified bidders in Pre-qualification& technical
stage shall be opened.
6. The bidder quoting the least overall rate in the Financial Bid fulfilling all the
requirements of RGNIIPM, shall be accepted.
Page 6 of 18
4. INSTRUCTIONS FOR SUBMISSION OF BID :
All the Tenders shall be prepared and submitted in accordance with the instructions as
follows. Any proposal which is not submitted in accordance with these instructions will be
summarily rejected without any communication in this regard.
(i) The bid shall be submitted in two separate sealed envelopes. The first envelope shall be
super-scribed “Prequalification & Technical Bid” and shall contain Annexure-I
incorporating the information regarding eligibility criteria and the second envelope super-
scribed “Financial Bid” shall contain Annexure II. Pre-qualification & technical bid can be
submitted in single envelope
(ii) Both these envelopes and the covering letter accompanying the tender
document (including all the Annexures), duly signed on each page with seal
by the authorized representative of the bidder, should be enclosed in a
bigger third envelope, which shall be super-scribed “Bid for providing
Catering Services at Rajiv Gandhi National Institute of Intellectual
Property Management/Patent Information System (RGNIIPM/PIS) at
Nagpur” and should reach the address mentioned above on or before the expiry of
the prescribed time limit. Selection of successful bidder shall be based only on the
comparison of “financial bids” submitted by those qualified bidders in “prequalification &
technical evaluation”.
(iii) No tender will be considered which is not as per the printed/typed form. The bidders should
ensure that each page of the tender is signed by the person authorized to sign the tender
document, affixing the seal of the Bidder.
(iv) All entries in the tender forms should be legible and filled clearly. If the space for
furnishing information is insufficient, a
separate sheet duly signed by the authorized signatory may be
attached. No corrections including overwriting or striking out will be permitted in the
Financial Bid. In such cases, the tender shall be summarily rejected.
(v) If any bidder is found to have business or family relationship with any employee of
RGNIIPM/PIS, their bid will be rejected.
(vi) No modification or substitution of the submitted bids shall be allowed.
(vii) The Bids shall be opened on the scheduled date and time at Rajiv Gandhi National Institute
of Intellectual Property Management/Patent
Information System, Plot No. 3, Hislop College Road, Opposite
Maharashtra State Education Board, Civil Lines, Nagpur - 440 001 in
Page 7 of 18
the presence of the representatives of the bidders, if any, who are
present on the spot at that time. No separate intimation shall be sent
to bidders for the same.
(viii) The bidders are required to enclose photocopies of the supporting documents,
self-certified by the authorized representative of the bidder.
(ix) A bid submitted without the cost (tender fees and EMD) and incomplete
or conditional bids shall not be considered and the same will be
rejected.
(x) Tenders will not be accepted after the prescribed time and date as set out in the Tender
Notice or subsequent extensions, if any, notified by the office. RGNIIPM/PIS takes no
responsibility for delay, loss or non-receipt of the bid sent by post/courier. Bid sent
through Fax or Email shall not be accepted.
(xi) Interested parties may submit their tender after inspection of the Rajiv Gandhi National
Institute of Intellectual Property Management/Patent Information System at the above
location. The inspection of the Catering premises can be made between 11.00 A.M. and
5.00 P.M. on all working days from the date of issue of notification till the date of closure of
tender. There should be no cutting/overwriting in the Tenders
(xii) The RGNIIPM/PIS reserves the right to accept or reject any Tender in full or in part
in case of incomplete quotations and also without assigning any reason thereof. In
case of any dispute, decision of the RGNIIPM/PIS/CGPDTM will be final and binding.
The CGPDTM reserves the right to retain bids once submitted.
5. TERMS AND CONDITIONS
1) The successful bidder will be intimated by the office whereupon he will enter into
agreement with the O/o RGNIIPM/PIS and commence the
work immediately thereafter not later than 7 days from issuance as per the intimation by
office. The contract shall begin from the date of actual commencement of the work at
the site. The contract shall continue for two years unless it is curtailed or terminated by the
office owing to deficiency of services, sub-standard quality of food, breach of contract,
negligence of work, non-compliance of statutory requirements/obligations by the bidder
or any such ground as may be deemed fit by the Controller General of Patents,
Designs & Trademarks/RGNIIPM. The CGPDTM/RGNIIPM requires that successful
bidder under this contract to observe the highest standard of ethics and should not
Page 8 of 18
engage in activities that conflict with the interest of the office under this contract.
2) It may be noted that in case the successful tenderer does not accept
the offer within 7 days from the date of receipt of offer, the
Earnest Money Deposit of the successful tenderer shall be forfeited
and the tenderer shall be debarred for future participation in any of
the tender invited by the RGNIIPM.
3) Tender(s) will remain valid for a period of 2 (two) years from the date
of awarding of contract. If any tenderer withdraw during the validity
period, his/her Performance Guarantee will be forfeited.
4) The Tenderer to whom the contract is being awarded shall ensure
that the service to be provided on production of coupons. The
officials will have to purchase coupons from the agency.
5) All the above Terms and Conditions will form part and parcel of the
Notice Inviting Tender.
6) Furniture for use within the Catering premises will be provided by the
Institute except almirahs/racks required for storage purpose etc.
7) The contractor will have to make arrangement for cleanliness of
Catering/serving area and its surroundings to the satisfaction of the Institute. The
contractor shall also be responsible for the safe and hygienic disposal of the Catering waste.
It is necessary to ensure that the Kitchen and the canteen premises is left neat and clean,
immediately after the Tea/working lunch is over. They should bring the necessary
crates/cleaning materials with them with workers.
8) The contractor shall arrange for items i.e. crockery, utensils, cooking gas cylinders etc.
and items of similar nature of good quality as approved by the Institute, at his own cost
and maintain the said items in proper and hygienic conditions, for due discharge of
obligations in respect of running of Catering. They should have to bring the ready-meals and
their own Crockeries (including water cans , glasses for drinking water). It is to be noted
that there is no arrangement/provision for preparation of meals in the kitchen Hall of the
Institute. So prepared meals have to be supplied by the caterer. For preparation of
Tea/Coffee only they may use office premises. They are required to serve meals to the
trainees in decent manner and in time.
9) Arrangements to be made for Tea/Coffee with Cookies on regular basis for about 10 to
200 persons and Lunch as and when required basis during trainings.
10) All the arrangements for cooking and keeping “ hot food” and “supply of cold water
from RGNIIPM ” will be made by the contractor without any extra cost.
Page 9 of 18
11) All the arrangement of servicing and arrangement of good quality
utensils, glasses and plates to be done by the contractor without any extra cost.
12) Arrangement of sufficient numbers of good Disposable water glasses
to be made by the contractor without any extra cost.
13) Arrangement of Crockery etc., should be made by the contractor without any extra cost. The
contractor shall arrange for items i.e. Crockery, utensils, commercial Gas Cylinder, ISI
marked good quality Cooking Stove etc. and items of similar nature of good quality at his
own cost.
14) All the edible items should be of good quality, prepared in fresh oil.
The Institute reserves the right to inspect the materials at any time. If
it is found that raw material for food of inferior quality is used, the
contract would be terminated immediately and the tenderer would
be blacklisted.
15) The contractor will have to provide employees in proper uniforms, ID card for
service in the Catering as also for the service in rooms.
16) The timings of the Catering will be as prescribed by the Institute from
time to time subject to change. Catering Services will also be
provided beyond office hours as and when required.
17) The contractor will be required to provide Catering service in the
Catering premises and also in various rooms of the Institute as and
when required.
18) Only in emergency the cooking gas is to be used by the Caterer for preparing hot drinks &
for cooking, if any.
19) Furniture provided to the contractor will be maintained properly. The contractor will be
fully responsible for the repair/maintenance,
cleanliness, breakage and damage done to the building and sanitary, electrical, furniture
and any other fittings and fixtures installed in the Kitchen provided to him by the
Institute for the purpose of preparing Lunch, Tea and Coffee. Any loss/damage
(including repairs) to the same will have to be borne by the Contractor, at his cost.
20) Materials used for cooking purpose Tea, Coffee, Spices, Food stuffs,
Vegetable, Oil etc. should be of good & reputed quality only.
21) The contractor will take all necessary precautions against fire hazards
and comply with rules and regulations as laid down by concerned
local authorities and to the satisfaction of the Institute.
Page 10 of 18
22) The subsidized rate list and menu as approved by the Institute should
be displayed daily. The contractor may sell other food items like Cold
Drinks, packed snacks not more than market rates.
23) Details of working lunch will be provided as and when needed by the RGNIIPM.
24) Rate once quoted will not be increased for the period of contract except Government new
taxes or increase in tax structure.
25) The contractor will have to employ the required staff at his own cost
and bear all the statutory and other liabilities for running the
Catering services. No employees claims/complain will be entertained by
CGPDTM/RGNIIPM/PIS.
26) The Institute shall not in any manner be treated as the employer of these employees as
deployed by Contractor or concerned with the terms of their employment or conditions
of their services since the relationship of employer and employees shall always be
considered to be between the contractor and such persons, as will be employed by him.
While engaging these employees the contractor will make these conditions clear to them
categorically and in writing, and their acceptance of these terms shall be communicated to
the Institute also.
27) The contractor shall obtain license under the Contractor Labor
(Abolition and Regulation) Act 1970 (hereinafter referred as the
contractor labor Act) and all other requisite licenses at his own cost
from the Appropriate Authorities and comply with the terms and
conditions of the license(s) and all other relevant and necessary
provisions of the contractor labor Act and the Rules framed
thereunder all such other provisions of laws in any enactment or
otherwise laid down by an authority from time to time, it being
clearly understood and agreed upon that the entire responsibility for
compliance thereof shall always be of the contractor. The contractor
shall be solely & fully responsible for any compensation etc. in case of any
injury/casualty or mishap to any employee of the Catering agency during
working hours.
28) Under no circumstances any of the contractor's employees will stay
in the Institute premises beyond working hours. The agency will ensure that the room
provided for keeping their items; are properly locked and secured during closed hours of
the Institute. The access to the space allotted to the contractor will be as per the conditions
Page 11 of 18
and in the mode as prescribed and regulated by the Institute from time to time which will
be binding on him and his employees. The Institute reserves the right to inspect the
premises allotted to the contractor including the Catering store at any time.
29) The contractor shall not entertain any orders or supply eatables
outside RGNIIPM.
30) The contract will be awarded for two years. It is to start from the
date of signing the agreement and the agreement may be renewed
by the Institute on such terms and conditions as may mutually be agreed upon between
the parties. The O/o CGPDTM/ RGNIIPM reserves the
right to cancel the contract at any time after giving one month's
notice, if it is not satisfied with the working of the said contractor.
The decision of O/o CGPDTM/RGNIIPM in this regard shall be final and will be
binding on the contractor. The contractor, if he so desires, may seek
termination of the contract by giving written notice of not less than
three months duration during the agreement period.
31) The contractor will at all times, ensure discipline, decent and
courteous behavior by his employees while they remain in premises
of RGNIIPM. In case any of his employee indulges in any act of
indiscipline, misbehavior or slogan shouting or indulges in violent
act(s) or abets others in doing so and it is prima facie proved, the
contractor shall remove the employee concerned from the premises
immediately on receipt of written communication from the
authorities which will be duly acknowledged by the contractor.
32) Under exceptional circumstances the Institute reserves the right to
change any term and condition as and when warranted.
33) In case of any dispute arising out of the interpretation of the terms
and conditions of the contract, the decision of the CGPDTM/ Head, RGNIIPM,
will be final and binding.
34) The contractor will be required to execute an agreement in the
prescribed form in case the contract is awarded.
35) The contractor will have to deposit 50,000/- as performance Security guarantee in
the form of D.D./Pay order/Bank Guarantee
Drawn in favour of Patent Information System, Nagpur. No interest
will be paid on this amount. The same will be refunded when the
Page 12 of 18
contract is over and Catering premises are handed over to the
Institute and all dues from the contractor have been settled.
36) The contractor whom the above terms and conditions are
acceptable, shall submit the completed tender forms to this office in
sealed cover as mentioned in the tender document at RGNIIPM.
37) The contractor shall not further sub-contract the contract to any other
party. In case the contractor is found having sub-contracted this
contract, the contract will be terminated without any notice and
security deposit shall be forfeited.
38) Every tender should be accompanied by a Demand Draft for ₹
50,000/- as earnest money drawn in favor of Patent Information System, Nagpur. This
amount will be refunded to all unsuccessful bidders after the
contract is finalized. No interest will be payable on this amount. The amount of EMD
shall be returned to successful bidder on submission of performance guarantee.
39) If any case the contract violates the terms & conditions of the
contract the Security Deposit will be forfeited.
40) All workers engaged by the Catering contractor at RGNIIPM/PIS, Nagpur must be
medically fit and must bear personal hygiene. No such employee will be below 18
years of age. The contractor must ensure that a periodical medical checkups in respect
of all his workers engaged in RGNIIPM/PIS, Nagpur are carried out at his own cost and
interest. A medical fitness certificate from Govt. Hospital/ Clinic in respect of all his
workers engaged at this Institute is required to be produced by the contractor initially at
the time of commencing his work and subsequently after each six months.
41) In the event of any incident of food poisoning due to consumption of food item
supplied by the Catering Contractor, the Catering Contractor shall be solely responsible
for the same. The CGPDTM/ Head, RGNIIPM/PIS, Nagpur shall not pay any claim or
charges incurred there upon. On account of hospitalization of such person (s) who has
consumed the food, so offered, the payment of claim or charges incurred on
account of hospitalization of such person (s) shall be borne by the Catering Contractor.
42) The quotation should be inclusive of cost of materials and ingredients for Tea/Coffee,
Biscuits, Lunch and the service charges, any taxes etc.
43) The contractor will be fully responsible for the repair/ maintenance, cleanliness, breakage and
damage done to the building and sanitary, electrical and any other fittings and fixtures
installed in the space provided to the contractor.
44) In case of any accident or untoward incident occurs while providing catering services for eg.
Page 13 of 18
Damage/ breakage/casualty to any person, the caterer shall be wholly responsible and all the
costs shall be bore by the caterer
45) Number of trainees and occurrences may vary as per RGNIIPM requirement.
46) Any complaint from the trainees & if the quality of the working lunch is found not up to the
standard, the services of the caterer may be terminated after being reviewed by the RGNIIPM
committee.
47) No multiple bids are allowed by single proprietor or different firms owned or run by single
entity.
48) CGPDTM /Head of Office, RGNIIPM, Nagpur reserves the rights to accept or reject the
tender(s) without assigning any reasons what so ever.
49) Working lunch menu may vary as per RGNIIPM requirement.
50) Payment will be made by the PIS/RGNIIPM after submission of original bills in triplicate
6. INDEMNITY
1. The contractor shall keep RGNIIPM/PIS/ CGPDTM and all officials of
these offices indemnified from and against all suits, losses, claims,
demands, proceedings, and liability of any nature or kind including
costs and expenses, injuries to any person, damages to any property
whatsoever, levy of fees or consequences which they may be put to or
suffer on account of the services undertaken by the contractor.
2. The Contractor shall keep the RGNIIPM/PIS/ CGPDTM and all officials of
these offices indemnified from and against all suits, losses, claims,
demands, proceedings, and liability of any nature brought or instituted
against them by any of contractors’ employees or any other third party
in connection with, relating to or arising out of the performance of the
services or non-compliance, deficiency, non- implementation of
various provisions of statutory requirements.
3. The contractor shall also execute an indemnity bond in favour of
CGPDTM, in the standard format, in this regard.
4. Decision of the Controller General of Patents, Designs and Trademarks
regarding performance of contract shall be final and binding on the
contractor. However, any dispute arising out of this contract can be
referred to an Arbitrator appointed by the CGPDTM.
5. All disputes are subject to jurisdiction of Nagpur Courts.
Page 14 of 18
7. Force Majeure
1. Neither party shall be in breach of any obligation under this contract if it
is unable to perform that obligation in whole or part by reason of Force
Majeure. If either party seeks to rely on this clause, it shall immediately
give notice to the other with full particulars of the matter claimed as a
Force Majeure event. The parties so affected shall take all reasonable
steps to remedy the failure to perform and to keep the other party
informed of the steps being taken to mitigate the effects of Force
Majeure.
2. In the event of Force Majeure lasting for more than three months, either
party may, following consultation with the other, give a notice of
termination.
SIGNATURE OF THE TENDERER ____________________________________________
NAME IN BLOCK LETTERS _________________________________________________
FULL ADDRESS WITH TELEPHONE NUMBERS __________________
OFFICIAL STAMP
Page 15 of 18
Details of space provided for the Catering of RGNIIPM Building first Floor
1. Wash Room - At the back of RGNIIPM Building (ground floor)
2. Catering Hall- First Floor
3. Kitchen / Pantry / Washing Room, adjacent to Catering Hall
4. Kitchen Store: space provided to keep store material below working platforms available
in Catering hall and kitchen.
Points to be remember before submitting bid
1. Bids containing deviations from bidding document terms and other requirements may be rejected.
2. Bids not accompanied by bid security (Earnest Money Deposit) and Tender cost shall be summarily rejected.
3. Bidders should furnish their detail address for further correspondence pertaining to tender process.
4. All the bidders should submit qualification application in the given formats with required documents.
5. Bid should be kept valid for acceptance for a period of 90 days from the day of opening of the bid.
6. PIS/RGNIIPM will not be responsible for Negligence of the bidder in preparing or submitting the bid.
7. The bidding document shall be governed and interpreted according to the laws, as specified by the government rules.
8. Bid should be responsive to the instructions to bidders and the conditions of contract in the bid document.
9. Head of Office, RGNIIPM/PIS, Nagpur reserves the rights to accept or reject any or all bids.
Page 16 of 18
Annexure-I
PROFORMA FOR PRE-QUALIFICTION & TECHNICAL BID
(To be enclosed in a separate in sealed envelope)
Sl.
No.
Particulars Documents
submitted
1 Name of Tendering Company/ Firm/ Agency
(Attach certificates of registration)
Encl No.1
2 Name of Proprietor / Director of Company/ Firm / Agency
(Attach certificates of Shop establishment registration)
Encl No.2
3 Full Address of Registered Office with Telephone No., FAX and E-Mail
/Mobile / Website together with that of branch offices, if applicable
(Attach separate page)
Encl No.3
4 Cash Receipt/DD/Pay order of Tender Fee Encl No.4
5 Demand Draft/Pay Order of EMD Encl No.5
6 Agency should have a financial turnover of more than Rs 10 lakh at least
for any 2 years during the last three years period (year 2012-13, 2013-14
& year 2014-15). for rendering such Catering services. Supporting
certified document from chartered accountant (CA) shall be submitted.
Encl No.6
7 An undertaking to deposit a performance security deposit as prescribed
in this tender document in case selected as successful bidder
Encl No.7
8 PAN/TAN /VAT No. (Attach self-attested copy) Encl No.8
9 Service Tax Registration Certificate (attach self-attested copy) Encl No.9
10 Income Tax Return for the last 2 years (year 2013-14 & year 2014-15)
(self-attested)
Encl No.10
11 Registered/licensed for providing for Catering by food safety
standards.(FASSAI) (Self-attested copy of relevant documents)
Encl No.11
12 Experience certificates
The catering Agency should have experience of at least 3 years (year
2012-13, 2013-14 & year 2014-15) for providing catering services to
Govt. /PSUs / reputed Private organization.
(Supporting Experience certificates/ Documents shall be produced). .
Encl No.12
13 Weather the agency is been black listed by Centre /State Government Yes/No
Page 17 of 18
/PSU/ Society/Trust/ Public Ltd. / Private Company
14 Has your firm, its subsidiaries or its parent companies, ever filed for
bankruptcy within last 5 years?
Yes/No
15 Are there any judgments, claims, arbitration proceedings or suits
pending or outstanding against your firm or its officers within last 5
years?
Yes/No
16 Has your firm filed any lawsuits or requested arbitration with regard to
any contract(s) within the last 5 years? Provide details
Yes/No
17 Has your firm ever failed to complete work awarded to it within last 5
years?
Yes/No
18 A statement to have read, understood and agreed to the terms and
condition of this tender together with a copy of this tender documents
signed and stamped on each page by the bidder/authorized representative
Yes /No
It is certified that the information furnished above is true and correct to the best of my knowledge.
In case, it is found that the information submitted is wrong or there has been a misrepresentation
of facts, I shall have no objection for my proposal to be rejected, or the Contract to be terminated
if the Contract has been signed.
Signature of the Bidder/Authorized representative
With Name & seal
Place:
Date
Page 18 of 18
Annexure-II
PROFORMA FOR FINANCIAL BID
(To be enclosed in a separate in sealed envelope)
Sl.
No.
Particulars Total Rates
per plate,
per day (including tea/cofee)
(number of plates may vary)
1. Working Lunch menu:-
Salad, Papad, Achar,
Rice,
Dal,
Chapati,
Two Veg. Sabji (Paneer Sabji once in a week),
Limited Sweet
Rs ______________
In words _____________
2. Tea/ Coffee with Biscuits (pre-lunch) &
Tea /Coffee (post lunch)
3. Service Tax & any other taxes , charges
Total cost per plate per day
Rs_________
in words ________
Note :-
Number of plates per day may vary from 10 to 200 or more as per the number of
trainees and will be intimated by RGNIIPM in advance. Duration of training may vary.
Bidders should bring all original documents for verification after opening of financial
bid for verification
The rates quoted by the Bidder should be inclusive of all taxes, statutory liabilities at the
time of entering the contract.
Name & Signature of Tenderer.
With Seal, Stamp