MAINTENANCE OF FOOD COURT ON RENTAL BASIS at ...

37
Page 1 of 37 Ref. No.: RGUKT/NZD/E-Proc/ Food Court /ET17/2019, date: 30.09.2019 BID DOCUMENT Open Competitive Bid (OCB) (E-Procurement) MAINTENANCE OF FOOD COURT ON RENTAL BASIS at RGUKT - NUZVID Proprietary & Confidential RAJIV GANDHI UNIVERSITY OF KNOWLEDGE TECHNOLOGIES RGUKT- Nuzvid, Nuzvid (M.D.), Krishna District Andhra Pradesh- 521202

Transcript of MAINTENANCE OF FOOD COURT ON RENTAL BASIS at ...

Page 1 of 37

Ref. No.: RGUKT/NZD/E-Proc/ Food Court /ET17/2019, date: 30.09.2019

BID DOCUMENT

Open Competitive Bid (OCB)

(E-Procurement)

MAINTENANCE OF FOOD COURT ON

RENTAL BASIS

at

RGUKT - NUZVID

Proprietary & Confidential

RAJIV GANDHI UNIVERSITY OF KNOWLEDGE TECHNOLOGIES

RGUKT- Nuzvid, Nuzvid (M.D.), Krishna District

Andhra Pradesh- 521202

Page 2 of 37

LEASING OUT OF SPACE FOR RUNNING FOOD COURT

Bid Document fee (Non refundable) Rs. 15,000/- (By way of DD from any Scheduled Bank in favor of Director, RGUIIIT, Nuzvid, payable at Nuzvid) (Non refundable)

Bid Documents Downloading Start date 30.09.2019

Bid Document Downloading End Date 21.10.2019 till 05.00 PM

Last date for uploading of online documents 21.10.2019 at 05:30 PM.

Last date for submission of the Hardcopies

22.10.2019 at 4:00 PM, The Administrative Officer,

RGUKT- Nuzvid, RGUKT, Nuzvid, Krishna Dist –

521202

Pre-qualification & Technical Bid opening

date/time 23.10.2019 at 10:00 AM

Price Bid opening date/time 23.10.2019 at 3:30 P M

Contact person Administrative Officer (i/c), RGUKT - Nuzvid

Note: The dates stipulated above are firm and under no circumstances they will be

relaxed unless extended by an official notification or happen to be Public Holidays.

For the assistance in the online submission issues, the bidder may contact the help

desk of M/s. VUPADHI (https://tender.apeprocurement.gov.in ) at their e-mail

address: [email protected] , Phone: 08645-246370/71/72/73/74.

CLARIFICATIONS:

i. Queries if any can be made through e-mail only on [email protected],

[email protected] on or before 10.10.2019. Queries received via

any mode other than e-mail id mentioned above will not be entertained. The

queries should only be sent in following format on the official letter head of

the company.

S.

No.

Page No.

(Tender

Ref.)

Clause

(Tender

Ref.)

Descriptio

n (Tender

Ref.)

Query

ii. The addendum/corrigendum if any shall be published on RGUKT – Nuzvid

website i.e. www.rguktn.ac.in as well as on e-procurement platform

https://tender.apeprocurement.gov.in.

iii. The Bidders are requested to submit the bids after issue of clarifications duly

considering the changes made if any. Bidders are totally responsible for

incorporating/complying the changes/ amendments made by RGUKT-Nuzvid

Institute.

Page 3 of 37

SECTION - I

INVITATION FOR BIDS

Ref. No.: RGUKT/NZD/E-Proc/ Food Court /ET17/2019, date: 11.09.2019

Subject: MAINTENANCE OF FOOD COURT ON RENTAL BASIS AT RGUKT

NUZVID INSTITUTE

Sir/Madam, 1) Bids are invited on the e-procurement platform from branded, reputed,

experienced and financially sound Food Agencies/Canteen Services, preferably

from the vendors those who are having current similar type of operations in

metro cities/cities and for running Food Outlets at RGUKT Nuzvid Institute

(Krishna Dist). The details of bidding conditions and other terms can be

downloaded from the electronic procurement platform and the bidders have to

register on the e procurement market place of Government of Andhra

Pradesh i.e. http://tender.apeprocurement.gov.in .

2) The Tenderers shall be required to submit the Earnest Money Deposit

(EMD) for an amount of Rs.2,00,000/- (Rupees Two Lakhs only) which

is refundable and a non-refundable tender fee for an amount of

Rs.15,000/- (Rupees Fifteen Thousand only) by way of demand drafts

only. The demand drafts shall be drawn in favour of “Director, RGUIIIT”

payable at Nuzvid. The demand drafts for earnest money deposit &

tender fee must be enclosed in the envelope containing the technical

bid.

3) At any time prior to the deadline of submission of bid, Institute for any reason,

whether at its own initiative or in response of a clarification requested by a

prospective tenderer, modify the tender by amendment and it will be published

on the website and as well as E-Procurement platform.

4) The tenderers are requested to read the tender document carefully to ensure to

compliance with all the instructions herein. Non-compliance of the instructions

contained in this document may disqualify the tenderer from the tendering

exercise.

5) In the event of the due date of receipt and opening of the tender being declared

as a holiday for the Institute, then due date of receipt / opening of the tender

will be the next working day at the same time.

6) The Institute reserves the right to select certain items in a single or multiple

units and reject the others or all as mentioned in the schedule and to revise or

alter the specifications before acceptance of any tender and accept or reject any

or all tenders, wholly or partly or close the tender without assigning any reason

whatsoever.

7) RGUKT- Nuzvid Institute will not accept the tenders from blacklisted companies

or undependable Suppliers whose past performance with RGUKT Nuzvid was

Page 4 of 37

found poor and also against whom there have been adverse reports of Poor

Service, as defined in the other parts of the Bidding document.

8) The bidders need to scan and upload the required documents as per the Check

list given. Such uploaded documents pertaining to technical bid need to be

attached to the tender while submitting the bids online. The Self attested

copies of all these uploaded documents of technical bid, signed

undertaking of tenderer should be submitted offline to The

Administrative Officer, RGUKT Nuzvid by 22.10.2019 by 04:00 PM.

RGUKT Nuzvid will consider only the bids submitted through online

NOTE:

After uploading the documents, the copies of the uploaded technical bid

documents along with original Demand Drafts in respect of EMD and Tender

document fee have to be submitted. Physical submission of price bids will

not be entertained.

For any clarification and further details on the above tender please contact

Telephone No: 9490159933,

Sd/-

Administrative Officer (i/c)

Page 5 of 37

SECTION-II

STATEMENT OF IMPORTANT LIMITS/VALUES RELATED TO BID

S. No Item Description

1. Name of the work

RGUKT Nuzvid (hereinafter referred to as the

“Institute”), an Educational Institute, invites sealed tender(s) for Maintenance of Food court on rental basis at RGUKT - Nuzvid for the Fraternity of RGUKT Nuzvid as per the tender document. The bidder shall

provide the required items to the Institute Fraternity, and the items should be available as per Institute norms at a reasonable or fixed price, best quality and right quantity.

2.

EMD

Rs.2,00,000/- (Rupees Two Lakhs only) (by way of

Demand Draft from any Nationalized Bank in favor of “The Director, RGUIIIT”, payable at SBI, Nuzvid or by way of Demand Draft from any Nationalized/Scheduled Bank (No interest will be payable).

3. Bid Validity Period 180 days from the date of opening of commercial bid

4. EMD Validity Period 90days from the date of opening of commercial bid

5. Contract Agreement Period

The contract period will be initially for period of One

Year, extendable on satisfactory performance and

mutual consent on the same terms and conditions on

Quarterly/half yearly basis subjected to a period of

another One year. The decision of RGUKT Nuzvid is

final in this regard.

6. Participation in Tenders

Those whoever secured Mess tenders, they are

not eligible/entitled to participating in

Canteen/Food Court/Shop Tenders in RGUKT

Nuzvid. Those whoever secured Food Canteen

tender, they are not eligible/entitled to

participating in Mess Tenders in RGUKT Nuzvid.

7. Period for furnishing

performance Security

Within 10 days from date of receipt of Letter of

Intent.

8. Performance security value

4 months advance rent as Security Deposit (No

interest will be payable). In the form of Demand Draft only.

9. Period for signing the order of acceptance

Within 7 days from date of receipt of notification of

award

10. Monthly Rent Monthly rent shall be quoted by the Tenderer subject to a minimum of Rs.50,000/- per month.

11. GST GST @ 18% or at applicable rate payable on the

monthly rent fees to be borne by the occupant

12. Periodicity of payment

Rent Fee together with allied charges (Electricity and

water charges) shall be payable on or before 5th of

Every subsequent month. Incase delay of the

payment of the rent, penalty charges will be levied

i.e. Rs.100 per day.

Page 6 of 37

13. Water Charges

Raw and drinking water supplied to the Food Court

will be charged as per Institute norms. Water

charges for actual consumption should be paid in

addition to the license/rent fee.

14. Electricity Charges

Electricity charges will be levied on the contractor as

per APSPDCL rates. Any increase in rates proposed

by APSPDCL will have to be borne by the occupant.

15. Procedure for Bid Submission

• Bids shall be submitted online on

http://tender.apeprocurement.gov.in platform.

• The participating bidders in the tender should register themselves free of cost one-procurement platform in the website http://tender.apeprocurement.gov.in

• Bidders can log-in to e-procurement platform in secure mode only by signing with the Digital certificates.

• The bidders who are desirous o f p a r t i c i p a t i ng in e- procurement shall submit their technical bids, price bids as per the standard formats available at thee-marketplace.

• The bidders should scan and upload the respective documents in Pre-

Qualification/Technical bid documentation including EMD. The bidders shall sign on all the statements, documents, certificates, uploaded by them, owning responsibility for their correctness/authenticity.

• The hardcopies of all the uploaded Technical documents should be self attested.

16.

Other conditions

1. The Documents that are uploaded online on

e- market place will only be considered for Bid

Evaluation.

2. After uploading the documents, the

copies of the uploaded technical bid documents

along with original Demand Drafts/BG in respect

of EMD, Bid Security and Tender processing

fees (DD) have to be submitted to the “The

Administrative Officer, RGUKT Nuzvid,

Krishna (Dist), A.P.-521201”, by 04:00 P.M

on 22-10-2018

3. RGUKT Nuzvid will not hold any risk and

responsibility regarding non-visibility of the

scanned and uploaded documents.

4. The RGUKT Nuzvid shall not hold any responsibility on account of postal delay.

Page 7 of 37

5. Failure to furnish any of the uploaded

documents, certificates will be entitled in

rejection of the bid. Similarly, if any of the

certificates, documents, etc., furnished by the

Bidders are found to be false/fabricated/bogus,

the bidder will be disqualified, blacklisted and

action will be initiated as deemed fit and the Bid

Security will be forfeited.

6. The rates should be quote do online only.

7. The financial bids of the Service Providers, who

qualified the technical bid, shall only be

opened.

17.

Termination of contract

In the event of any breach and / or failure on the

part of the Agency/Contractor to comply with the

said terms & conditions of the contract, the contract

will be terminated forthwith. RGUKT Nuzvid also

reserves the right to cancel/suspend the contractual

period for any reason whatsoever without assigning

any reason and no liability shall be incurred by

RGUKT Nuzvid in the event of the aforesaid

cancellation/suspension. However, under the

normal circumstances the RGUKT Nuzvid will give

15 days’ notice before the said

cancellation/suspension. In addition if the contract

is cancelled, the security deposit will be en-cashed

and forfeited.

18.

Placing work order

1. The Institute will place work order on identified

successful bidder. The decision of RGUKT Nuzvid

is final in this regard.

2. Institute is also reserves the right to reject only

or all the tenders or accepts them in part or

rejects the highest tender without assigning any

reason thereof. Institute authorities reserve the

right to relax or tighten the conditions/norms

given in the tender documents.

Page 8 of 37

SECTION III

TENDER SCHEDULE

1. PREAMBLE:

The Rajiv Gandhi University of Knowledge Technologies (RGUKT), Nuzvid invites

E-tenders from the eligible bidders to establishing & operating food court at

RGUKT Nuzvid premises. Rajiv Gandhi University of Knowledge Technologies

(RGUKT-AP), RGUKT - Nuzvid, is a fully residential Institute having around 7000

students on rolls.

2. Facilities:

RGUKT Nuzvid Food Court has earmarked 8550 sq.ft. (Carpet Area) of space, as

is where condition for carrying out fit-out works by the Food Court Operator and

Operating Food Court with required fit-outs, Furniture, Kitchen Equipments,

Utilities, Services, Dining Table, Chairs, etc. as per the requirements, at the cost

of the Food Court Operator.

3. Operations:

The new food court operator has to establish the complete facilities. Therefore, it

is the responsibility and scope of new food court operator for revising the lay out

in order to suit his/her new business plan for Food Items, Food Outlets etc. as

per their requirements with prior approval of concerned RGUKT Nuzvid

authorities, if necessary and accordingly new food court operator has to establish

all infrastructure facilities at his cost for serving foods including Vegetarian, Non-

vegetarian foods, Coffee Shop, etc. The successful bidder will be responsible to

operate the Food Court at his cost and free to add equipments / facilities as

deemed necessary with prior approval of concerned RGUKT Nuzvid authorities.

4. Qualifying Requirements/Eligibility Criteria:

4.1. This bid is open to all firms registered in Andhra Pradesh who are eligible to

do business under relevant State government laws as in force at the time of

bidding, subject to meeting the prequalification criterion.

4.2. The firm must have valid FSSAI/ food license certificate.

4.3. The annual average turnover of services provided by the bidder for similar

services/subject material should not be less than Rs.1 crore each year during

the last three years as per their audit books of accounts/Tax Returns.

Certified by the Chartered Accountant. (Turnover should be reflected in

26AS)

4.4. GST returns forms for period (2018-19, 2019 - August, 2019).

4.5. Income Tax returns forms for the period of 2016-17, 2017-18, and 2018-19

Page 9 of 37

4.6. The Agency shall have at least Two Year experience of providing cafeteria

services/Food Venture/ restaurant/ etc., in Govt. / Semi Govt. Organization /

Organizations / autonomous bodies / Educational Institutions /shopping mall

corporate/corporate Institutes/ Autonomous bodies.

4.7. List of the present running contract with reputed organization/public and

private educational Institution corporate /leading shopping malls should be

provided with the bid.

4.8. Copy of Registration of the Shop/Agency / Firm / Company issued by

concerned authority of the State Shops and Commercial Establishment Act is

must wherever applicable;

4.9. Copy of certificate registration with PAN, GST, PF, ESI, FSSAI and Labor

License registration certificate with valid date.

4.10. A firm having any suit/criminal case pending against its proprietor or any

of its employees or having been earlier convicted for violation of

PF/ESI/Minimum Wages Act or any other laws in force shall also not be

eligible.

4.11. The bidder must have labor license for 25 persons.

4.12. Bidder should not be black listed/debarred by the Institute or any other

agency for a period of one year from the last date of submission of this

tender. Declaration regarding blacklisting/debarring.

4.13. The bidder should submit the copy of work orders/Agreements along with

the relevant satisfactory performance and no dues certificates for the

work/service rendered from the same organization.

The Administrative Officer, RGUKT-Nuzvid reserves the right to issue instructions

/ modifications at any point of time before award of contract.

5. PERIOD OF CONTRACT:

The contract period will be initially for a period of One Year, extendable on

satisfactory performance and mutual consent on the same terms and conditions

on Quarterly/ half yearly basis subjected to a period of another One year. The

RGUKT-Nuzvid’s decision is final and binding in this regard.

6. PLACE OF WORK AND VISIT TO SITE:

The interested parties may inspect the premises before submission of bids for

having first hand information on the available infrastructure and facilities and for

the improvement works to be carried out by the successful bidder. Bidder shall

acquaint with local site conditions, nature and requirement of work, present

conditions of Premises/fittings/fixtures etc., and make assessment of labour and

material, etc. required before quoting for the Tender.

Page 10 of 37

7. Tender Fee:

Non-refundable amount of Rs. 15,000/- (Rupees Fifteen thousand only) inclusive

of all taxes to be submitted along with the tender, The DD should be drawn in

favor of “ The Director, RGUIIIT Nuzvid” payable at Nuzvid.

8. Earnest Money Deposit (EMD):

The bidder shall be required to submit the Earnest Money Deposit (EMD) for

an amount of Rs. 2,00,000/- (Rupees Two Lakhs only) which is refundable by

way of demand draft.

The demand drafts shall be drawn in favor of “The Director, RGUIIIT Nuzvid”

payable at Nuzvid.

The EMD amount will not carry any interest.

EMD is not exempted to any Organizations/ Institutions/ Communities etc.,

Society/ Voluntary entities.

The Earnest Money Deposit of the tenderer, whose tender has been

accepted, will be returned on the submission of the performance security,

and for unsuccessful bidder(s) it would be returned after award of the

contract.

Earnest money deposit of the successful tenderer shall be forfeited, if it

refuses or neglects to execute the order or fails to furnish the required

performance security within the time frame as specified by the Institute.

After the award of the contract to the successful tenderer, the earnest money

deposit of the unsuccessful tenderer(s) will be refunded within 30 days.

Institute reserves the right to reject any one or all the Tenders received

without assigning any reason. No correspondence in respect of the decisions

arrived by the tender committee will be entertained.

9. Performance Security:

The successful bidder will have to deposit 4 months advance rent in the form

of DD in favor of The Director, RGUIIIT Nuzvid payable at Nuzvid.

The successful bidder will have to deposit the Performance Security and

commence the work within 15 days of acceptance of LoI otherwise the

contract may be cancelled and EMD will be forfeited.

No interest will be paid on the Performance Security deposited / remitted.

10. METHOD OF SUBMISSION & EVALUATION PROCEDURE:

10.1. Bids shall be submitted online on http://tender.apeprocurement.gov.in

Platform.

Page 11 of 37

10.2. The participating bidders in the tender should register themselves free of

cost on e-procurement platform in the website

http://tender.apeprocurement.gov.in

10.3. Bidders can log-in to e-procurement platform in secure mode only by signing

with the Digital certificates.

10.4. The bidders who are desirous of participating in e- procurement shall submit

their technical bids, price bids as per the standard formats available at the

e-market place.

10.5. The bidders shall sign on all the statements, documents certificates

uploaded by them, owning responsibility for their correctness/authenticity.

10.6. The bidders should scan and upload the respective documents in Technical

Documentation as per the check list.

10.7. After uploading the documents, the copies of the uploaded technical

bid documents along with original Demand Drafts in respect of Bid Security

and Bid document fee are to be submitted by the bidder to the “The

Administrative Officer, RGUKT-Nuzvid ”, by 04:00PM on 22.10.2019.

10.8. Failure to furnish any of the uploaded documents, certificates, will entitled

in rejection of the bid. The RGUKT-Nuzvid shall not hold any risk on account

of postal delay. Similarly, if any of the certificates, documents, etc.,

furnished by the Bidder are found to be false /fabricated /bogus, the bidder

will be disqualified, blacklisted, action will be initiated as deemed fit and the

EMD will be forfeited.

10.9. RGUKT-Nuzvid will not hold any risk and responsibility regulating non-

visibility of the scanned and uploaded documents.

10.10. The Documents that are uploaded online on e-market place will only be

considered for Bid Evaluation.

10.11. The hard copies of all the uploaded Technical documents should be self –

attested with seal.

10.12. The rates should be quoted online only.

10.13. The Institute will open financial bids only from the technically

qualified bidders and who submits the highest rate rent per month

shall be declared as Successful bidder (H1) and communication to

that effect shall be made subject to approval and as decided by the

Competent Authority.

10.14. In case of a tie between eligible bidders where the Highest rent fee

is quoted by two or more of the bidders, RGUKT Nuzvid will break

the tie by inviting fresh commercial bids from the bidders. In such

an event of a tie, where new commercial bids are received, the

Page 12 of 37

earlier commercial bids shall stand cancelled and the upset rent fee

for the new commercial bids shall be the Highest rent Fee quoted by

the bidders in the earlier commercial bid. The Bidder quoting the

highest rent fee will be selected for award of the License.

10.15. The Administrative Officer, RGUKT-Nuzvid reserves the right to accept or

reject any / or all the tenders without assigning any reasons whatsoever.

The Administrative Officer, RGUKT-Nuzvid also reserves the right to cancel

the selection process for award of the contract at any time. The decision of

the Director, RGUKT-Nuzvid is final and binding.

11. INSTRUCTIONS TO BIDDERS:-

12.1 Tenders with over writings, alterations etc., will not be admitted unless

they are attested by the bidder. Where there is a discrepancy between the

amount (Rupees) in figures and words, the price, which is least of the two,

will prevail.

12.2 Those whoever secured Mess tenders, they are not eligible/entitled

to participating in Canteen/Food Court/Shop Tenders in RGUKT

Nuzvid.

12.3 Those whoever secured Food Canteen tender, they are not

eligible/entitled to participating in Mess Tenders in RGUKT Nuzvid.

12.4 Bid should be strictly in conformity with the Terms and Conditions

mentioned in the tender schedule.

12.5 At any time prior to date of submission of tender, Tender Inviting Authority

may, for any reason, or decision, modify the terms & conditions of the

tender document by a corrigendum displayed on the website of RGUKT-

Nuzvid as well as E-procurement Website (www.rguktn.ac.in and

http://tender.apeprocurement.gov.in ). In order to provide reasonable time

to take the amendment into account in preparing their bid, Tender Inviting

Authority may or may not, at his discretion, extend the date and time for

submission of tenders.

12.6 Tenders received without Tender processing Fee and EMD will not be

considered at all.

12.7 Bidders are expected to examine all the terms and instructions mentioned

in the tender schedule and prepare their proposals accordingly. Failure to

provide all requisite information will be at the bidders’ own risk and may

result in the rejection of the tender.

12.8 All assertions made in connection with the tender are to be supported /

substantiated by relevant documents. The Administrative Officer, RGUKT-

Page 13 of 37

Nuzvid reserves the right to verify the credentials of the bidder as per the

eligibility criteria.

12.9 The Administrative Officer, RGUKT-Nuzvid will notify the bidder whose

tender has been accepted.

12.10 The successful bidder shall execute an agreement with RGUKT-Nuzvid on

Non-judicial stamp paper worth Rs.100.00 agreeing to all the conditions of

the contract within one week upon intimation of acceptance of Tender. The

successful bidder has to submit performance security deposit after taking

Letter of Intent but before having contract agreement. Failure on enter

into an agreement within the stipulated time will result in forfeiture of the

EMD.

12.11 RGUKT Nuzvid reserves the right to change any or all of the provisions of

this Tender Document. Such change would be intimated to all the parties

procuring this Tender Document.

12.12 RGUKT Nuzvid reserves the right to reject any or all of the Bids submitted

in response to this Tender at any stage without assigning any reasons

whatsoever.

12.13 RGUKT Nuzvid reserves the right to change any or all of the provisions of

this Tender Document. Such change would be intimated to all the parties

procuring this Tender Document.

12.14 RGUKT Nuzvid reserves the right to change, modify, add to or alter the

Bidding process including inclusion of additional evaluation criteria for

further short listing of Bidders at later stages. Any change in the Bidding

process shall be intimated to all the parties concerned.

12.15 Mere submission of information does not entitle the Bidders to meet the

eligibility criteria. RGUKT Nuzvid reserves the right to vet and verify any or

all the information submitted by the Bidder.

12.16 If any claim made or information provided by the Bidder in the Bid or any

information provided by the Bidder in response to any subsequent query or

clarification by RGUKT Nuzvid, is found to be incorrect or is a material

miss-representation of the facts, the Bid will be liable for rejection. Mere

clerical error or bonafide mistake may be treated as an exception at the

sole discretion of RGUKT Nuzvid, provided RGUKT Nuzvid is adequately

satisfied about the nature of the error or mistake.

12.17 Bidder shall be responsible for all costs associated with the preparation of

the Bid. RGUKT Nuzvid shall not be responsible in any way for such costs

regardless of the conduct or outcome of this Bidding process.

Page 14 of 37

12.18 The final acceptance of the tender would be entirely vested with RGUKT

Nuzvid who reserves the right to accept or reject any tender, without

assigning any reason whatsoever. There is no obligation on the part of

RGUKT Nuzvid to communicate in any way with rejected Bidders. After

acceptance of the tender by RGUKT Nuzvid, the Bidder shall have no right

to withdraw his tender or claim Lower price. For each category of pre-

qualification criteria, the documentary evidence is to be produced duly

attested by the bidder, serially numbered and enclosed with the technical

bids. If documentary proof is not enclosed for any / all criteria the Tender

is liable for rejection.

12.19 RGUKT Nuzvid accorded permission of selling food items (such as puffs,

cool drinks etc) in different outlets of the Institute (Hostels, Academic

premises, etc). It is the onus of the Food court vendor to face this fair

competition.

12. GENERAL TERMS & CONDITIONS

12.1. No tenderer will be allowed to withdraw after submission of the tenders

within the bid validity period. In such cases, the EMD submitted by the

Agency would stand forfeited.

12.2. Those whoever secured Mess tenders, they are not

eligible/entitled to participating in Canteen/Food Court/Shop

Tenders in RGUKT Nuzvid.

12.3. Those whoever secured Food Canteen tender, they are not

eligible/entitled to participating in Mess Tenders in RGUKT

Nuzvid.

12.4. All the Technical Bid and Financial will be scrutinized, by the evaluation

committee constituted by the Director, RGUKT Nuzvid to check all

relevant documents for their authenticity and technical evaluation.

12.5. Each page of the tender documents and papers submitted along with,

should be numbered, signed and stamped by the authorized signatory in

acceptance of the terms and conditions laid down by the RGUKT Nuzvid.

12.6. Intending tenderer’s are advised to inspect and examine the site and its

surroundings and satisfy themselves before submitting their tenders.

The nature of the site, the means of access to the site, and in general

shall themselves obtain all necessary information as to risks,

contingencies and other circumstance which may influence or effect their

tender. A bidder shall be deemed to have full knowledge of the site

whether he inspects it or not and no extra charges consequent on any

misunderstanding or otherwise shall be allowed. Submission of tender

Page 15 of 37

by a tenderer implies that he has read this notice and all other contract

documents has made himself aware of the scope and specifications of

the work to be done.

12.7. The Director, RGUKT Nuzvid reserves the right to reject all or any tender

in whole, or in part, without assigning any reasons thereof.

12.8. The contractor shall take at his own cost, if required, necessary

insurance cover in respect of staff and other personnel to be employed

or engaged by him in connection with the afore mentioned services to

RGUKT Nuzvid and shall indemnify RGUKT Nuzvid against all acts of

omissions, fault, breaches and or any claim or demand, loss injury and

expenses to which RGUKT Nuzvid may be party or involved as a result of

the contractor failure to comply and of the obligation under the relevant

act law which the contractor is to follow.

12.9. The timings and working days of the canteen will be regulated by the

Institute.

12.10. The contractor shall display the list of items & rates in the premises.

12.11. The food court and surrounding area should be kept neat & clean and

free of unhygienic conditions.

12.12. The responsibility of maintaining the cleanliness and hygienic condition

of the food court will be of the contractor, at his own cost. In case of

violation of this condition, the Institute may have the right to impose a

fine and the contract may be cancelled by giving a week’s notice to

vacate the premises.

12.13. The bearer / staff (not below the age of 18 years) employed by the

contractor shall have to be medically fit, neat and clean. The contractor

shall not employ children as prohibited under the law / rules /

regulations.

12.14. The contractor will make his own arrangement for cooking gas, crockery,

cutlery, glasses and other kitchen equipment. Disposable good quality

paper made items for tea etc. shall be allowed but not of plastic

material.

12.15. The contractor shall be responsible for ensuring safety and maintenance

of all the equipment/fixtures installed/provided by the Institute, during

the entire period of the contract. If any damage/loss of

equipment/fixtures found then the same will be recovered from the

contractor. The contractor shall take adequate fire pre-cautions.

12.16. The contractor shall maintain the Institute premises in good condition

and shall not cause any damage thereto. If any damage is caused to the

Page 16 of 37

premises by the contractor or his workers, employees or agents the

same shall be rectified by the contractor at his own cost either by

rectifying the damage or by paying the compensation as may be

determined by the Institute.

12.17. The successful tenderer shall not sub-let the premises either in whole or

in part. The premises shall not be used for residential purposes even for

the staff employed by the contractor. No additions or alterations of the

premises will be made without permission of the Institute. No bathing

and washing of clothes etc. will be allowed in the canteen.

12.18. The contractor and his employees would be governed by the discipline

rules as may be laid down by the Institute while they are in the RGUKT

Nuzvid Campus.

12.19. The Institute will provide basic infrastructure, electricity, and water for

cooking & washing purposes. The utility charges for these services such

as electricity, water, etc. will be charged separately.

12.20. Quality of food/services provided will be inspected /checked from time to

time and if found unsatisfactory the contract may be cancelled at any

time by the Institute with/ without furnishing any notice. The Institute

reserves the right to impose a fine, if deemed necessary.

12.21. Institute will open financial bids only from the technically

qualified bidders and who submits the highest rate rent per

month shall be declared as Successful bidder (H1) and

communication to that effect shall be made subject to approval

and as decided by the Competent Authority.

12.22. The conduct/characters/antecedents and proper bonafide of the workers

in the Food Court shall be the sole responsibility of the contractor.

However, the contractor should provide the necessary details of all its

employees (permanent, temporary, casual) to the Institute. All the

employees should be police verified and copy of PVC to be submitted to

the Institute.

12.23. The contractor will use only the commercial cylinder and ISI marked gas

stove for the purpose of cooking.

12.24. Police verification and worker’s identity cards will be compulsory before

starting the food court. Employees will be in proper uniform provided by

the contractor, medically found fit, hygienically suitable, nails trimmed,

haircut and shave taken.

12.25. Electronic billing machine for token /billing system is necessary.

Page 17 of 37

12.26. The bidder shall be required to display the price list of all the food

articles, soft drinks, tea, coffee and juice sold in the food court. The

prices of the items sold in food court shall not be more than the local

market rate and shall be reviewed by the committee of RGUKT Nuzvid

officials on regular basis. The approved rate list shall be displayed at

proper location within the food court surroundings areas by the bidders.

12.27. Bidders shall not sell any cigarette, bidi, pan, alcohol, in such banned

item (in educational institution) etc. in the food court and in the RGUKT

Nuzvid premises, if anyone is found indulged in these business the

person shall be asked to leave the campus immediately and the bidders

shall be liable to lose the contract for breach of this condition.

12.28. As regards quality of materials and preparation, the bidders shall ensure

that: (a) Food ingredients, additives and materials must be of best

quality available in the market, (b) Vegetables, bread, fruits and other

such perishable items should be purchased fresh from the market on

daily basis, (c) the Tenderer shall take meticulous care to provide clean

and quality food in all preparations. The authorized officials of RGUKT

Nuzvid shall have free access to inspect the kitchen, service counters

and dining hall at any time on any working day, and (d) waste and

garbage disposal must be done twice a day on regular basis.

12.29. The bidder shall ensure that the staff engaged by him observes safety

precautions and security regulations at the campus.

12.30. The bidder shall not utilize the premises and facilities of the Institute to

any other client, other than RGUKT Nuzvid community.

12.31. The bidder shall not keep the food court closed without prior permission

from the RGUKT Nuzvid authority. Any such incident shall be treated as

breach of contract and suitable action including penalty shall be taken

for the same by RGUKT Nuzvid, as it may deem fit.

12.32. The bidder shall bring their own tools, cookers, hot boxes, steam boxes,

trolleys, equipment, utensils, plates, jugs, etc., in sufficient quantity as

needed to maintain the food court.

12.33. Any attempt at negotiation direct or indirect on the part of the bidder

with the authority to whom he has submitted the tender or the authority

who is competent finally to accept it after he has submitted his tender or

any endeavor to secure any interest for an actual or prospective

tenderer or to influence by any means the acceptance of a particular

tender will render the tender liable to exclusion from consideration.

Page 18 of 37

13. Legal Terms & Conditions:

13.1. The Tenderer and his staff shall abide by various rules and regulations of

RGUKT Nuzvid as prevalent from time to time.

13.2. The Tenderer shall comply with all existing labour legislations and Acts,

Provisions, such as Contract Labour Regulation Act, Workmen’s’

Compensation Act, Minimum Wages Act, Payment of Wages Act, Provident

Fund Act, ESI Act, etc. For any lapse or breach on the part of the Tenderer

in respect of non-compliance of any Labour legislation in force during the

validity of the contract, the Tenderer would be fully responsible.

13.3. The Tenderer shall undertake that any act of omission or commission

including theft, by his staff shall be his sole responsibility and further that

he would compensate the Institute immediately, any loss or damage or

theft occurring on account of his staff individually or collectively.

13.4. RGUKT Nuzvid would have the right to terminate the contract without

notice before the expiry of the term, in case the work performance is not

up to the standard, or in case there is any violation of RGUKT Nuzvid rules

& regulations, or if there is any lapse in compliance of any labour

legislation, or if there is any incident of indiscipline on the part of the

Tenderer or his staff. The decision of RGUKT Nuzvid management in this

regard would be final and binding on the Tenderer. In such an event,

RGUKT Nuzvid shall have the right to engage any other tenderer to carry

out the task.

13.5. The Tenderer and his staff shall comply with all instructions and directions

of the RGUKT Nuzvid authorities given from time to time. In the event of

any emergent situation, the staff of the Tenderer shall comply with

instructions given by the RGUKT Nuzvid authorities, without waiting for

confirmation by the Tenderer.

13.6. All the workers engaged by the Tenderer for carrying out tasks under this

contract, shall be deemed to be the employees of the Tenderer only. The

tenderer shall be solely responsible for their wages, fringe benefits,

conduct, duty roster, leave-records, relievers, etc. The tenderer shall also

provide its Workers photo-identity cards which shall be checked by the

RGUKT Nuzvid, as and when necessary.

13.7. The Successful vendor shall maintain a complaint/suggestion book in a

prominent place in the premises and in such a way that it is easily

accessible to any person who wishes to record any complaint and the said

book shall be open for inspection by the concerned officer of RGUKT

Nuzvid.

Page 19 of 37

13.8. The Contractor shall maintain and provide all necessary documentation,

registers and records in connection with the performance of Food court and

other related documents including for complying with any statutory

requirements and provisions of applicable laws.

13.9. Noncompliance of any terms and conditions enumerated in the contract

shall be treated as breach of contract.

13.10. The contractor shall ensure that the person deployed are disciplined and

conduct in office premises, be best suitable and is entailed on enforce in

prohibition of consumption of alcoholic drinks, paan, smoking, loitering

without work and engaging in gambling, or any immoral act.

13.11. No accommodation shall be provided to shopkeeper or their employee in

the campus. Likewise, no person related to shop, will be allowed to stay in

the campus after closing of shop.

13.12. Use of polythene: All the shopkeepers shall submit an undertaking for

not using the polythene covers which are banned by the State / Central

Governments or any other agency.

13.13. Bio waste management should be in a proper way by following the waste

management policy of the Institute. The premises and surroundings of

the space shall be kept clean and tidy condition by keeping dustbins at

appropriate places and are subject to inspection by the officials of the

licensor and the Municipal Authorities. Noncompliance will attract

imposing of penalty up to Rs.1000/- on each occasion. Plastic Bags will

be totally prohibited inside the Campus.

13.14. Dispute Settlement: - All disputes and differences of any kind

whatsoever arising out of or in connection with the contract, whether

during or after completion of contract will be settled amicably in a spirit

of co – operation and the RGUKT-Nuzvid’s decision shall be final on all

such matters and shall be binding on the Bidder.

13.15. Payment Terms: The bidder shall charge for any product from the

buyer at prescribed rates in cash/or through the POS machine. Institute

encourage digital payment system in the campus. Such charges should

be collected by the bidder directly, and the Institute shall not be

responsible for the same.

13.16. Subletting of Work: The firm shall not assign or sublet the work/job or

any part of it to any other person or party. The tender is not

transferable. Only one tender shall be submitted by one tenderer.

13.17. Breach of Terms and Conditions: In case of breach of any terms and

conditions as mentioned above, the Competent Authority, will have the

Page 20 of 37

right to cancel the work order/ job without assigning any reason thereof

and nothing will be payable by RGUKT Nuzvid in that event the security

deposit shall also stands forfeited.

13.18. The RGUKT Nuzvid, reserves the right to review the performance of the

firm every three months or whenever a need arises, and also to

terminate the contract at any point of time during the currency of the

contract in case of performance and the service rendered by the contract

firm is found to be unsatisfactory. The decision of the competent

authority shall be binding on the contract firm. The RGUKT Nuzvid

further reserves the right to renew the contract the such period(s) as it

may deem necessary, taking into account the satisfactory performance

of the firm during the currency of the contract.

13.19. In case of pecuniary and material loss suffered by the Institute on

account of negligence attributable to the Contractor or his employees,

the RGUKT Nuzvid will have the right to forfeit the Security Deposit falls

short or found to be insufficient to the loss thus incurred by the

Institute, the balance, as may be necessary shall be recovered from the

contractual charges due to the contractor's firm. All disputes arising out

of or in connection with the contract shall be settled by the sole

arbitration of the competent authority in this behalf.

13.20. The standard of sanitation will always be up to the satisfaction of the

authorized representative or the officer-in-charge whose decision in this

regard shall be final and binding on the contractor.

13.21. The contractor shall supply to his workers all gadgets/articles required

for safety purposes. He may also maintain a First Aid Box to meet any

emergency situation in respect of staff deputed by him.

13.22. The work shall be carried out satisfactorily as per the directions of the

competent authority of the RGUKT Nuzvid. The Director RGUKT Nuzvid

reserves the right to impose a monetary penalty not exceeding 10% of

the monthly contractual charges of the respective item, if he/she notices

or it is brought to his/her notice any unsatisfactory cleaning, non-

wearing of uniforms etc. by the employees deputed by the contractor

firm.

13.23. The food court and surrounding area should be kept neat & clean and

free of unhygienic conditions.

13.24. The timings and working days of the canteen will be regulated by the

Institute.

13.25. Conditional bid will be treated as unresponsive and it may be rejected.

Page 21 of 37

14. Applicable Law:

14.1. The contract shall be governed by the laws and procedures established by

Govt. of India, within the framework of applicable legislation and

enactment made from time to time concerning such Commercial dealings

/ processing.

14.2. Any disputes are subject to exclusive jurisdiction of Competent Court and

Forum in Vijayawada, Andhra Pradesh, India only.

14.3. All disputes and differences of any kind whatsoever arising out of or in

connection with the contract, whether during or after completion of

contract will be settled amicably and the Director, RGUKT Nuzvid decision

shall be final on all such matters and shall be binding on the Bidder

15. Hygiene & Other Standards for the staff provided by the Contractor:

15.1. The contractor shall be responsible for behavior and conduct of his

workers. No workman with doubtful integrity of having bad record shall

be engaged by the contractor.

15.2. The employees should be in proper uniform at the time of work. The

uniform provided to the workers by the contractor should be different

and distinguish from other categories of the Institute staff with name

plate & badges.

15.3. The employees should be presentable in appearance i.e. well cut and

groomed hair, properly combed, neat shaved etc.

15.4. Contractor/service provider shall get medical examination of the staff

deployed to ensure that they are free from any contagious diseases

and/or are fit for discharge of duties as are assigned to him/her.

Medical certificate every six months shall be provided starting from the

date of start of work.

15.5. The Contractor shall provide its staff, a minimum of two sets of

uniforms. The employees shall also display a photo identity card on

their person clipped to the shirt at all times.

15.6. The RGUKT Nuzvid reserves the right to suitably increase/reduce the

scope of work put to this tender. In case of any ambiguity in the

interpretation of any of the clauses in tender document or the contract

document, interpretation of the Clauses by RGUKT Nuzvid is final.

16. Force Majeure:

16.1. Neither party shall be deemed to be in breach of this agreement if

failure to comply with the requirement of this agreement is due to

Page 22 of 37

circumstances beyond the control of RGUKT Nuzvid or Successful

vendor.

16.2. If because of any strike or lockout either in RGUKT Nuzvid or in the

Local area, the successful vendor is unable to function or his business

is affected, RGUKT Nuzvid shall not be liable for any loss, which the

successful vendor may suffer in such an event.

17. SPECIAL CONDITIONS:-

17.1. The successful bidder is permitted to do the modifications in the above

said area at their cost with consent of RGUKT Nuzvid.

17.2. Modifications / creation of Kitchen Equipments and connected

infrastructure / facilities at kitchen shall be carried out by the food

court Operator besides Chairs & Tables etc., at his cost with prior

approval of concerned authority of RGUKT Nuzvid.

17.3. Fit outs / Interior works including sign boards, creation of Kitchen,

Store Room, Wash areas, all utilities and services and Furniture

including chairs and tables in Dining area etc are to be provided at the

Food Court at Food Court Operator’s cost with prior approval concerned

authority of RGUKT Nuzvid.

17.4. Deployment of adequate manpower, materials, consumables etc. to run

the food court shall be the responsibility of the Operator.

17.5. The food court shall be run from 7 AM to 9 PM everyday on 7 days

basis and also to provide beverages such as tea, coffee.

17.6. Western / Continental food / Vegetarian / Non-vegetarian food,

beverages /hot beverages shall also be provided.

17.7. It shall be the responsibility of the successful bidder to equip himself

with all the permits, Licenses etc. as may be required under the law in

force at any time with regard to the operation of the Food Court.

17.8. The food court Operator shall use the premises only for the approved

activities and purpose and for the services as may be permitted from

time to time by RGUKT Nuzvid and shall not use the same for any

other purpose whatsoever without the prior written consent of RGUKT

Nuzvid.

17.9. Food Court has to be kept open on Saturdays, Sundays and other

holidays as per the requirement of RGUKT Nuzvid and on working days.

The timings and working days of the canteen will be regulated by the

Institute.

Page 23 of 37

17.10. The Vendor shall supply only the items specifically approved by the

management. However, more items can be included in the menu with

prior approval of the Institute Authorities.

17.11. In case of any food poisoning / Contamination the operator will be held

fully responsible and shall bear all the expenses caused due to food

poisoning/ Contamination.

17.12. The operator shall employ adequate number of staff in order to

maintain efficiency/cleanliness.

17.13. The operator will get all his workers medically examined from approved

Registered Medical Practitioner, to be free from communicable diseases

in addition to general fitness and will also ensure that the servers on

duty are in proper uniform wearing name plates. The Operator will also

ensure that neat and clean uniforms are provided to his staff.

17.14. The operator will be responsible for cleanliness of crockery, cooking

utensils, furniture, fixtures and fittings, etc in the kitchen as well as the

Food Court hall. RGUKT Nuzvid will not provide any cleaning materials /

dusters, etc. for the same.

17.15. Very high standards of hygiene and cleanliness shall be observed in

operating the kitchen, the Food Court Hall and connected services by

the Operator and workers engaged by him including those responsible

for collection of used utensils and periodic disposal of waste.

17.16. The Cafeteria shall be for the exclusive use of the Students, employees

of occupants and employees of service providers and their guests and

no outsiders will be allowed.

17.17. The operator shall not take out of the RGUKT Nuzvid premises any

articles or stores without a Gate-Pass to be issued by the Food Court

in-charge and authorized by the RGUKT Nuzvid administration.

17.18. The operator shall at his own cost, effect, as required as per the Act,

necessary insurance in respect of the staff and other personnel or

persons to be employed or engaged by the Operator in connection with

the rendering of the aforesaid services to RGUKT Nuzvid and shall

comply with the provisions of Contract Labour (Regulation and

Abolition) Act, Employees Staff Insurance Act, Workmen's

Compensation Act, Payment of wages Act, the Employees Provident

Fund and Family Pension Fund Act 1952, the other rules, regulations

and/or statutes that may be applicable to them now or that may be

introduced by the Government of India/Andhra Pradesh subsequent to

the date of this agreement. The Operator shall keep RGUKT Nuzvid

indemnified from all acts of omission, default, breaches and / or any

claim, demands, loss, injury and expenses to which RGUKT Nuzvid may

be put to or involved as a result of the Operator's failure to fulfill any of

Page 24 of 37

the obligations here under and / or under statutes and/or any bye-laws

or rules framed hereunder or any of them. RGUKT Nuzvid shall be

entitled to recover any such losses or expenses which it may have to

suffer or incur on account of such claims, demands loss or injury from

the security deposit of the Operator without prejudice to its any other

rights under the law.

17.19. RGUKT Nuzvid reserve the right to take samples of the edibles / raw

material from the Food Court for the purpose of inspection and testing

with a view to maintain the quality. Such samples will however be

drawn by authorized person / persons nominated by RGUKT Nuzvid.

17.20. The operator shall ensure that no hazardous or inflammable or any

intoxicating material is stored in the Food Court premises.

17.21. RGUKT Nuzvid will not be in any way responsible for any loss or

damages accruing to any goods, stores or articles that may be kept by

the Operator in the Food Court premises including kitchen and other

rooms.

17.22. The operator shall keep in a conspicuous place in the Cafeteria the list

of items and a complaint book to record complaints, and this book shall

be open to inspection by persons duly authorized by RGUKT Nuzvid.

The operator shall inform RGUKT Nuzvid administration of the action

taken by him in respect of complaints recorded in the book and shall

carry out such directions as may be given to him from time to time.

17.23. The offers of the any of the bidders who are having outstanding dues

to RGUKT Nuzvid will not be considered if the dues after adjusting

security deposit if any, are not cleared before submission of the tender.

17.24. It is understood that a number of enactments and laws would apply to

the contractor, which are supposed to be complied by the contractor in

letter and spirit and in particular to laws relating to minimum wages to

worker, employees compensation and Goods and Service Tax etc.

17.25. Purified UV and RO treated water should be supplied for drinking

purposes.

17.26. The contractor should ensure that there is no short–circuiting, resulting

in incidents of fire. There shall be no loose electrical connections and

temporary fittings. Emergency fire extinguishers, CCTV cameras,

Security guards etc. needed for the safety should be arranged by the

vendor as instructed by RGUKT Nuzvid at his own cost.

17.27. The contractor shall pay any tax/taxes imposed by Central govt/ state

govt, ULB, Panchayat and other statutory body having the authority to

do so.

Page 25 of 37

17.28. The contractor shall procure food articles and vegetables of good

quality to the satisfaction of the/by RGUKT Nuzvid Administration.

RGUKT Nuzvid shall have the right to change any brand of material

used for cooking, provided the cost of the same does not exceed the

specified brand.

17.29. The food shall be cooked, stored and served under hygienic conditions.

The vendor shall ensure that only freshly cooked food is served and the

stale food is not recycled. Stale food shall be removed from the food

court premises as soon as possible. Un-refrigerated cooked food, not

consumed within six hours in summer months and ten hours in winter

months, shall deemed to be stale and unfit for consumption.

17.30. The oil that remains from deep frying at the end of the day shall have

to be disposed and shall not be allowed to be recycled for the purpose

of cooking again.

17.31. The food shall be cooked and served in clean utensils and no laxity

shall be permitted in this regard. The utensils shall have to be

maintained sparkling clean at all time.

17.32. The vendor shall pay special attention to maintain the Food court in a

neat and tidy condition at all times. For this purpose, the Food court

shall be cleaned thoroughly after each meal regularly.

17.33. The vendor shall ensure that only hot food is served to the

students/employees. Complaint, if any, in this regard shall be dealt

with severely.

17.34. The vendor will ensure that the cooked and uncooked food is stored

properly and no stale food is served. In case of any food poisoning, the

contractor will be held solely responsible and will be penalized beside

legal action.

17.35. The raw material used for cooking can be checked by RGUKT Nuzvid

officials at any time and if substandard/unauthorized materials are

found, the contractor will be penalized at the discretion of by RGUKT

Nuzvid and vendor will have to abide by it. The penalty will include at

least Rs.10,000/- in case if it is found using substandard material.

17.36. The Contractor shall submit two or three brands for each item and the

Committee for Monitoring by RGUKT Nuzvid authorities will select the

brands that shall be used to prepare the dishes.

17.37. The Institute will not be taken responsibility for credit sales to students

and others, losses or pilferage.

Page 26 of 37

17.38. In case of power failure situation it will be the responsibility of the

Licensee to arrange generator connection on his own cost. RGUKT

Nuzvid is in no way responsible for provision of generator connection.

17.39. The vendor shall be required to keep his staff fully insured against any

mishap or accident.

17.40. NON EXCLUSIVE BASIS: The institute has right to allocate any

particular business to one or any number of vendors at any point of

time depending on the discretion of the Institute.

17.41. Neither RGUKT Nuzvid nor its employees make any representation or

warranty as to the accuracy, reliability or completeness of the

information in this Tender Schedule and it is not possible for RGUKT

Nuzvid to consider the investment objective, financial situation and

particular needs of each party who reads or uses the Tenders

Schedule. Certain prospective Bidders may have a better knowledge of

the scope of work than others. Each prospective Bidder should conduct

his own investigations and analysis and check the accuracy, reliability

and completeness of the information in the Tender Schedule and obtain

independence advice from appropriate sources.

17.42. The Administrative officer, RGUKT Nuzvid reserves the right to cancel

the tender process and reject all tenders at any time prior to the award

of contract without thereby incurring any liability to the affected bidder

or any obligations to inform the affected bidder of the grounds of

acceptance or rejection.

17.43. Rent Exemption:

17.43.1. If the vacation period is 30-31 days for students The

Institute may consider 80% rent exemption.

17.43.2. If the vacation period is more than equal to 15 days for

students The Institute may consider 45% rent exemption.

17.43.3. If the vacation period is more than equal to 7 days for

students The Institute may consider 30% rent exemption.

18. Penalties for Violation of Rules, Terms & Conditions:

18.1. Insects cooked along with food: Rs. 5,000/- to 25,000/-

18.2. Soft objects like hair, rope, plastic, cloth, etc., in food: Rs. 5,000/- to

25,000/-.

18.3. Any complaints of stones/pebbles of diameter more than 2 mm: Rs.

5,000/- to 25,000/-.

18.4. Hard and or/ sharp objects like glass pieces, nails, hard plastic etc.,:

Rs. 5,000/- to 25,000/-.

Page 27 of 37

18.5. Timings mentioned in the tender or decided with the respective council

should be followed strictly.: Rs. 10,000/-

18.6. If the quality and quantity is not found up to be appropriate or it is

diluted.: Rs. 10,000/-

18.7. Using brands not mentioned in the contract without prior permission

and adulteration: Rs. 5,000/- to 25,000/-.

18.8. Any sudden increase in price of any item.: Rs. 10,000/-

18.9. If found without wearing the proper uniform in any working hours: Rs.

10,000/-.

18.10. Food poisoning: at least Rs. 5,000/- or more

18.11. Area inside and outside the canteen should be maintained hygienic,

clean and healthy, violation in this case: Rs. 10,000/-.

If any of the above mentioned terms & conditions and any tender documental

points are violated regularly the imposition of fine will increase Rs. 1000/- per

day and so on.

Page 28 of 37

ANNEXURE I

Illustrative Menu

The vendor should ensure that all food items as per the illustrative list given below

shall be available at the Food Court all the time.

Type Items Quantity Rate

Beverages

Tea 120 ml 10

80 ml 7

Coffee 120 ml 12

80 ml 9

Milk 120 ml 10

Lemon Tea 120 ml 10

Ginger Tea 120 ml 10

Masala Tea 120 ml 12

Boost 100 ml 10

Horlicks 100 ml 10

Breakfast

Upma With Chutney & Sambar 200 Grams 15

Plain Dosa With Chutney & Sambar

200 Grams 15

Dosa (onion / pesara / Masala) With Chutney & Sambar

180 Grams 25

Idly With Chutney & Sambar 2 Nos, 60 Grams

each 15

Uthappam With Chutney & Sambar

1 Nos, 150 Grams each

15

MeeduVada With Chutney & Sambar

3 Nos, 50 Grams each

20

Mysoor bajji With Chutney 4 Nos, 50 Grams

each 20

Puri With potato curry 3 Nos, 70 Grams

each 25

Chapathi / Parota With Mixed veg Curry

2 Nos, 60 Grams each

20

Pulka With Potato/Mixed Veg curry

3 Nos, 50 Grams each

25

Perugu vada 1 Nos, 150 Grams

each 15

Sprouts 150 Grams 20

Chinese

Veg Noodles 350 gms 35

Egg Noodles 350 gms 55

Chicken Noodles 350 gms 50

Veg fried rice 400 gms 35

Egg Fried Rice 400 gms 45

Chicken fried rice 400 gms 55

Page 29 of 37

Gobi Manchuriya 400 gms 35

Aalu Manchuriya 400 gms 35

Veg Manchuriya 400 gms 35

Chicken Manchuriya 400 gms 60

Chicken 65 400 gms 60

Chicken lollipop 400 gms 60

Chilli chicken 400 gms 60

Paneer Chilly 400 gms 60

Paneer/ Chicken Roll - 50

Paneer / Chicken Roll with Cheese

- 60

EGG

Egg Bhurji 2 eggs 30

Half Fry 2 eggs 40

Omelette (without bread) 2 eggs 20

Bread Omlette 2 eggs 30

Boiled Egg 2 eggs 20

RICE & ROTI Veg Biryani With raita & gravy 650 gms 70

Egg Birayani With raita & gravy

650 gms 80

Chicken Birayani 650 gms 105

Pulihora/Tomato Rice/Pudina

Rice /Curd Rice with Pickle /jeera Rice (Sona masura Rice one year old)

200 Grams 20

Fruit Juice Mosambi 200 ml 25

Pineapple 200 ml 25

Grapes 200 ml 25

Apple Juice 200 ml 30

Anar (Pommegranate) 200 ml 30

Gua 200 ml 25

Water melon 200 ml 20

Carrot 200 ml 30

Beetroot 200 ml 30

Orange (Seasonal) 200 ml 25

Milk shakes Chiku (sapota) 200 ml 35

Mango (Seasonal) 200 ml 30

Apple shake 200 ml 40

Page 30 of 37

Seethphal (Seasonal) 200 ml 40

Banana 200 ml 30

Papayya 200 ml 30

Badam 200 ml 35

Pista Badam 200 ml 35

Rose shake 200 ml 35

Bakery Veg Puff 150 grams 10

Paneer Roll 150 grams 18

Egg puff 150 grams 12

Aloo Capsicum Savories 150 grams 25

Dilskush 150 grams 20

Cream Bred 100 grams 12

Vennela, Choclate Muffins ----- 45

Chicken Puff 150 grams 20

Chicken Roll 150 grams 20

Chicken tikka roll 150 grams 30

Butter chicken roll 150 grams 30

Veg Burger 150 gms 40

Chicken burger 150 grams 50

Veg Pizza 300 gms 70

Chicken Pizza 300 gms 80

Cool Drinks --- As per MRP

Juices & Shakes (All brands) ---- As per MRP

Veg Sandwitch 150 grams 30

Chicken Sandwitch 150 grams 40

Ice Creams (Cone, Bricks and cups all flavors) Brands only

--- As per MRP

Soup (all flavors) 200 ml 20

Chocolates (Branded only) -- As per MRP

Chips (Branded only) --- As per MRP

Biscuits (Branded only) --- As per MRP

Cookies (Branded only) --- As per MRP

Samosa (Vegetable/alu) 2 Nos, 150 Grams

each 15

Page 31 of 37

Mirchi Bajji 2 Nos, 150 Grams

each 10

Banana Bajji 2 Nos, 150 Grams

each 10

Onion Pakoda 100 grams 15

Palak Pakoda 200 grams 20

Chicken Kabab 100 grams 50

Punugu (small) with Chutney 15 pcs 20

Masala Vada 50 grams 10

Bread Bajji 70 grams 20

Pani Puri 7 pc 15

Chat 100 grams 20

Pav bajji 2 pcs grams 20

Page 32 of 37

ANNEXURE-II

PERISHABLE AND NON-PERISHABLE ITEMS

S.No. Item Brand

1 Rice One year old sona masuri

2 Oil (Refined Sun Flower, Ground-Nut)

Crystal, Gold Drop, Vijaya brand, Freedom, Fortune

3 Dal Arhar Grade – I

4 Dal Chana Grade – I

5 Dal Moong (Pesarpappu) Grade – I

6 Dal Urad (Gundu) Grade – I

7 Rajma Grade – I

8 Kabuli Chana Grade – I

9 Idly Ravva Grade – I

10 Suji Grade – I

11 Wheat Ravva Grade – I

12 Salt (Crystal) Annapurna/Tata

13 Salt (Table) Annapurna/Tata

14 Mirchi Powder Grade – I

15 Haldi (Turmeric Powder) Grade – I

16 Dhaniya Powder Grade – I

17 Mustard Grade – I

18 Zeera Grade – I

19 Red Chilly Grade – I

20 Hing Grade – I

21 Lavanga Grade – I

22 Elachi Grade – I

23 Patta Grade – I

24 Sugar Grade – I

25 Jagri Grade – I

26 Tea Powder Red Label/Taj Mahal

27 Coffee Powder Brook Bond Green Label

28 Cooking Gas HP Gas/19 Kg. Commercial.

29 Soya Chunks Grade – I

30 Maida Grade – I

31 Basin Grade – I

32 Corn Flour Grade – I

33 Tamarind Grade – I

34 Ground Nut Grade – I

35 Putana Dal Grade – I

36 Dry Coconut Grade – I

38 Rasam Powder Grade – I

39 Sambar Powder Grade – I

40 Cashew Grade – I

41 Vermicelli Grade – I

42 Saboodana Grade – I

43 Pure Ghee (Durga) Grade – I

44 Pickles Grade – I

45 Chole Masala Grade – I

46 Chat Masala Grade – I

47 Namkin Haldiram’s/Everest

48 Biscuits Pkt. BRITTANIA, PARLE

49 Noodles Grade – I

50 Chekki Atta Grade – I

Page 33 of 37

51 Kasuri Menthi/pkt Grade – I

52 Fresh Mutter Grade – I

53 Chilly Sauce Grade – I

54 Tomato Sauce MAGGI/ANNA PURNA

55 Soya Sauce Grade – I

56 Black Pepper Grade – I

57 Eating Soda Grade – I

58 Rice Flakes Grade – I

S.No. Item Brand

1 Bread Modern

2 Butter Amul

3 Jam Kissan/Frutop

4 Eggs Each Grade A

5 Chicken –Skinless Standard

6 Vegetables

7 Onion

8 Garlic

9 Ginger

10 Milk (Toned) 3 % Fat

11 Paneer

12 Curry Leaves

13 Coriander

14 Green Leafy Vegetables

15 Potatoes

16 Pepper

17 Coconut Full

18 Green Chillies

19 Butter Chiplet

20 Curd

21 Carrot

Note:

1. Branded Sun flower & Ground nut oil should be used on monthly rotation basis and avoid using Vanaspathi in foods. 2. The above commodities should be used before the expiry date.

Page 34 of 37

Annexure -3

UNDERTAKING BY THE BIDDER

(Affidavit on Non- Judicial Stamp Paper of Rs.l0/ -duly attested by Notary /

Magistrate)

1. I/We have read and understood the contents of the bidder and agree to abide by

the terms and conditions of this tender.

2. I have read all the Terms and Conditions supplied along with the Tender Form thoroughly and understood the full content. Further, I hereby agree to abide by

the Terms and Conditions stipulated by the RGUKT Nuzvid from time to time during the operation of my business on awarding the License/work for the same.

3. I/We also confirm that in the event of my/our tender being accepted, I/we hereby undertake to furnish within 15 days, Bank Guarantee/ Performance

Security after the issue of Purchase Order, as applicable, in the format to be provided by RGUKT Nuzvid in addition to execution of a Contract as pre-condition for obtaining the supply orders.

4. I/We further undertake that none of the Proprietor/Partners/Directors of the firm was or is Proprietor or Partner or Director of any firm with whom the Government have banned /suspended business dealings. I/We further undertake to report to the RGUKT Nuzvid immediately after we are informed but in any case not later 15 days, if any firm in which Proprietor/Partners/Directors are Proprietor or Partner or Director of such a firm which is banned/suspended in future during the currency of the Contract with you.

5. I/We undertake that the information given in this tender are true and correct in all respect and I/We hold the responsibility for the same.

6. We are making this offer after carefully reading the conditions and understanding the same without any kind of pressure or influence from any source whatsoever. We have acquainted ourselves with the tasks required to be carried out, before

making this offer. We hereby sign this undertaking in token of our acceptance of various conditions listed above.

7. The information/document furnished with the above application are true and authentic to the best of my knowledge and belief. I/we am/are well aware of the fact that furnishing of any false information/document would lead to rejection of my tender at any stage besides liabilities towards prosecution under appropriate law.

8. I/We hereby undertake to provide all the assigned services as per General Terms and Condition of this Tender Enquiry during the validity of tender as per directions given in the Notification of Award/Work Order/Contract Agreement

within validity/any extension of time of this Contract period positively.

9. If I/We fail to provide the desired assigned services in stipulated period the RGUKT Nuzvid has full power to compound or forfeit the Bid Security/security deposit.

Signature of Bidder

(Name of Bidder) Place ……………… Date…………………

Page 35 of 37

Annexure -4

Bidder Information

1 Name of the organization

2 Year of establishment

3 Complete postal address

4 Name &Designation of Authorized

person

5 Phone No.’s

6 Fax No.

7 Email

8 Nature of the firm

(Proprietary/partnership/etc…)

9

Bank Details of the Agency:

Bank Name

Bank Address

Bank Account Number

IFSC Code

10 PAN No. and TAN No.

11 GST No:

12 Total No. of branch offices in Andhra

Pradesh

13 Tender Processing Fee

(Nonrefundable)

Amount Rs.

DD No.

DD Date Issuing Bank & Branch:

14 EMD

Amount Rs.:

DD No./BG No.:

DD/BG Date:

Issuing Bank & Branch:

15 Details of certificates

enclosed.

Page 36 of 37

ANNEXURE -5

NON BLACKLISTING CERTIFICATE

It is certified that I/ my Firm/ Agency/ Company has never been black listed by any

of the Departments/ Autonomous Institutions/ Reputed Educational Institution/

Public Sector Undertakings of the Government of India or Government of NCT of

Delhi or any State Government and no criminal case is pending against the said

firm/ agency as on ___________.

I/We also certify that the information given in bid is true and correct in all aspects

and in any case at a later date it is found that any details provided are false and

incorrect, contract given to the concern firm or participation may be summarily

terminated at any stage, the firm will be blacklisted and RGUKT Nuzvid may imposed

any action as per the rules.

Signature of the Tenderer:

___________________

Name of the Signatory:

______________________

Name of the Firm/Agency:

____________________

Seal of the Firm/Agency:

_____________________

Place:

Date:

Page 37 of 37

PRICE BID FORM

Canteen Management price is to be quoted taking in to consideration following parameters.

1. Manpower wages to the appointed manpower as per Minimum wages act and

other statutory norms.

2. l/We agree to pay all Electricity, Water Charges etc. as per consumption in

running of the Wet Canteen Shop at RGUKT Nuzvid Campus.

3. Cost of cleaning / Housekeeping materials.

4. Cost of disposal of wet and dry garbage as per norms.

5. Cost for repair and maintenance of kitchen appliance

6. Providing food items as per the rate list.

7. We agree to all the terms and conditions of the Tender. I agree that all the

information given above are true to my knowledge any false information given

therein shall render me disqualified and my contract may be terminated on

account of that.

Particulars Rent Price quoted per month

Food Court Services price Rs._____________________

Rupees:

Note: The highest rent per month shall be declared as Successful bidder (H1)

Date:

Signature of Canteen Catering

Services Contractor

With Name, Address with rubber stamp