0% found this document useful (0 votes)
385 views31 pages

New Canteen Re-Tender Documents

This document is a tender notification from Sir. C.V. Raman General Hospital in Bangalore for establishing and running a canteen for the hospital for 2019-2021. It provides details about the scope of work, eligibility criteria, evaluation criteria and instructions to tenderers. The scope of work involves building a temporary shed and providing catering services to patients, attenders, staff and employees. Eligible bidders must have 3 years of experience in catering and an annual turnover of 10 lakhs. The last date to submit tenders online is November 20, 2019.

Uploaded by

Koleen
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
385 views31 pages

New Canteen Re-Tender Documents

This document is a tender notification from Sir. C.V. Raman General Hospital in Bangalore for establishing and running a canteen for the hospital for 2019-2021. It provides details about the scope of work, eligibility criteria, evaluation criteria and instructions to tenderers. The scope of work involves building a temporary shed and providing catering services to patients, attenders, staff and employees. Eligible bidders must have 3 years of experience in catering and an annual turnover of 10 lakhs. The last date to submit tenders online is November 20, 2019.

Uploaded by

Koleen
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 31

GOVERNMENT OF KARANATAKA

Sir.C.V.Raman General Hospital,


Indiranagar, Bangalore-560038
TELEPHONE No: 080-25281245,
E-Mail: [email protected]

E-PROCUREMENT TENDER FOR ESTABLISHING


AND RUNNING OF CANTEEN FOR THE YEAR 2019-
21
(Through e-procurement portal only)
https://eproc.karnataka.gov.in
BID DOCUMENT-SINGLE COVER
SHORT TERM RE TENDER NOTIFICATION
NO.GHI/DEV/CANTEEN TENDER /46/2019-20,
Dated-04-11-2019

LAST DATE FOR SUBMISSION OF TENDER: 20-11-2019 @ 3.30


PM
PÀ£ÁðlPÀ

Sir.C.V.Raman General Hospital


80 Ft. Road, Indiranagar, Bangalore – 560038.
Phone: 080-25281245 e-mail: [email protected]
No. GHI/DEV/Canteen Re Tender /46/2019-20 Date:
04.11.2019

SHORT TERM RE -E-Tender for Running of Canteen for Hospital and


Visitors

Open E-tenders are invited by the Medical Superintendent, Sir.C.V.Raman General Hospital,
Indiranagar, Bangalore from the registered, reputed, and licensed Agencies/Contractors, who are having
experience of minimum three years in running of Canteen in reputed organizations (viz. PSUs, Govt units,
Semi Govt. units, Corporate offices, Corporate hospitals etc.). Suitable documentary evidence to be
submitted along with the Tender application. The tender document can be downloaded from the https://
eproc.karnataka.gov.in The interested bidders are advised to register themselves with e-procurement
portal at https://eproc.karnataka.gov.in to participate in e-tender. Tender schedule is given below:

Period for submission of e-Tender From 06.11.2019 to 20.11.2019 upto 3.30 PM


Pre – Bid meeting 13.11.2019at 02.30 PM
Last Date & Time of submission of e-Tender 20.11.2019 up to 03.30 PM
Date & Time of Opening of e-Tender 21.11.2019 at 02.30 PM
Bid Security/Earnest Money Rs 12,600/-
Performance security/Security Deposit Rs 25,200/-
Minimum Reserve
price Two Year lumpsum Rs. 5,04,000.00 ( Payable in two installment)

The Sir.C.V.Raman General Hospital reserves the right to accept or reject any/all tenders
without assigning any reason whatsoever.

Any corrigendum to this tender will be notified through our website www. eproc.karnataka.gov.in only.

Sd/-
Medical Superintendent
Sir.C.V.Raman General Hospital,
Indiranagar, Bangalore

Page 1 of 23
Section I – Definition, Scope and eligibility criteria
In this Contract, the following terms shall be interpreted as indicated:
1. "The Contract" means the agreement entered into between the Purchaser (Sir.C.V.Raman
General Hospital) and the Service Provider, including all the attachments and appendices
thereto, tender document and minutes of the pre-bid and other meetings.
2. “Service Provider” means the successful tenderer with whom the contract is entered in to
provide catering services.
3. “Services” means Preparing food itemscatering for hospital visitors and staff & other
obligations of the tenderer covered under the Contract.
4. “GCC” means the General Conditions of Contract contained in this document
5. “SCC” means the Special Conditions of Contract contained in this document
6. “The Purchaser” means Sir.C.V.Raman General Hospital receiving the services/goods
7. “The tenderer” means the individual or firm who intends to participate in the tender for
providing cooked food items, catering &other services as mentioned in the tender
document
8. “Day” means calendar day.
Scope Of Work:
The service provider is required to provide the services to visitors of hospitals that include
patient attenders, staff and employee working.
The service provider shall build a temporary shed of 10X20 feet in the space provided by the
hospital and provide services of canteen to patient attenders, staff and employee working.
The service provider shall charge market price for the services.
The caterer may also note that the requirement for catering services may increase/decrease based
up on the activity level and requirements of the Hospital. Thus, the requirement for man power
and other services may go up or come down accordingly. Services should be provided by the
caterers so that visitors, staff and doctors are accessible to food in case of emergency.
The Caterer shall be competent to arrange executive meals at short notice for visiting VIPs/
dignitaries. Certain dishes as required by VIPs if not available with him shall be arranged from
outside sources with prior approval of competent authority of the Purchaser. The caterer may
make payments and claim the same subsequently through a regular bill.
Eligibility criteria:
i. The bidder/Service Provider should have a working experience of at least
three years in providing Catering Services satisfactorily to reputed organizations
namely Central Govt. Units / State Government Units / PSU’s / Autonomous
Bodies/ Corporate Offices/Banks/ Medical Institutions. The firm offering tender
should furnish Suitable documentary evidence to be supported along with the
Annexure-V (Part –I ) of Tender application (scanned and uploaded).
ii. The Service Provider should have minimum annual turnover of Rs. 10 lakhs in
Catering in FY 2015-2016, 2016-2017 and 2017-2018 respectively. As a proof,
Audited balance sheets pertaining to catering for the last three financial years i.e
2015-2016, 2016-2017 and 2017-2018 be attached (scanned and uploaded) with
technical bid Annexure-V (Part –I ).
Page 2 of 23
a. Profile of the company / Agency: The company / agency should give their details as per
the proforma given in Part I.
b. The Service Provider has to procure the Utensils, fuel, gas and all other ingredients for
cooking purposes on his own.
c. Service provider shall pay the electricity and water bill of his canteen premises.
d. The capability of the Service Provider in running the canteen shall be verified by the
Committee nominated by the Medical Superintendent/ Sir.C.V.Raman General Hospital
/ Competent Authority and only such successful bidder’s financial bid will be opened.
Sir.C.V.Raman General Hospital reserves the right to obtain Feedback from previous /
present clients of the tenderer and also depute its nominated committee to inspect the
site/s at present contract/s for on the spot first-hand information regarding the quality
of food and services provided by the tenderer. The decision of Sir.C.V.Raman General
Hospital in this regard will be final and binding on all the bidders.
e. Failure to enclose EMD amount shall make tenderer in- eligible.

Evaluation criteria:

i. The Service Provider should be registered with statutory authorities in Karnataka (as
indicated below) Documentary proof to be scanned and uploaded along with the tender
document.
ii. Registrar of Companies under the Companies Act 1956, if it is a company or valid
registration certificates in case of other constitutions.
iii. License issued by Food & Safety Standards Authority of India under FSS Act 2006.
iv. Trade License valid for current period.
v. Employees State Insurance Corporation registration certificate.
vi. Regional Provident Fund Commissioner registration certificate.
vii. Valid License from Labour Department.
viii. ISO Certification/any other credentials if available.
ix. GST Registration no.
x. Income Tax Department (PAN Card of the Firm/Proprietor/Managing Director) be
attached.
xi. Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent
practices issued by state in India. The bidders shall furnish a letter to this effect along
with the Technical bid.
xii. SC/ST, Handicap/Widow.
Section II
INSTRUCTIONS TO TENDERERS
The Tenderers are expected to examine all instructions, forms, terms, and specifications in the
tender documents. Failure to furnish all information required in the tender documents or
submission of a tender which is not substantially responsive will be at the Tenderer’s risk and
may result in rejection of its tender.
Clarification of Tender Documents:
The intending Tenderers may seek any clarification required on the Tender document through e-mail
id [email protected] or in writing not later than the last date for submission of the bid in e-
procurement portal. The Purchaser will respond to the clarifications. The intending bidders may also
seek clarifications on the Tender document during the pre-bid meeting scheduled on 14.08.2019 at
02:30 PM at Admin Block, 1st Floor, Sir.C.V.Raman General Hospital Indiranagar, Bangalore.
Amendment of Tender Documents:
At any time prior to the deadline for submission of tenders, the Purchaser may, for any reason,
whether at its own initiative or in response to a clarification requested by a prospective tenderer,

Page 3 of 23
modify the tender documents by amendment and the amendments will be published through
the e-portal.
In order to allow prospective tenderers reasonable time in which to take the amendment into
account in preparing their tenders, the Purchaser, at its discretion, may extend the deadline for
the submission of tenders.

Preparation of Tenders:

Language of Tender:
The tender prepared by the Tenderer, as well as all correspondence and documents relating to
the tender exchanged by the Tenderer and the Procurer, shall be written in English language
only.

TENDER SUBMISSION:

This tender is an e-tender. The tender document can be downloaded from


https://eproc.karnataka.gov.in from 06-11-2019 to 20-11-2019. The Bidders are advised to
register themselves with e-procurement Portal at- https://eproc.karnataka.gov.in to
participate in the e-Tender. The e-tender should be filled online on e-procurement portal and
all relevant supporting documents should be attested, scanned and uploaded.
The tender prepared by the Tenderer shall comprise the following components
a. Tender Form consisting of Technical and a Price bid completed in all respects
b. Earnest money deposit furnished as prescribed in the tender document.
c. Documentary evidence establishing as per the relevant clauses of the document that
the Tenderer is eligible to apply for the tender and is qualified to perform the contract
if its tender is accepted.

FILLING OF TENDER FORM–Tenderers are requested to carefully study the terms and
Conditions and may visit the Hospital to understand the job involved before submitting the
tender documents. No clarifications shall be entertained after receiving the tenders.

i. Omission, neglect or failure on the part of the Tenderers to obtain requisite reliable and
full information on any matter affecting his tender, shall not relieve the Tenderers, from
any liability in respect of the contract.
ii. The Tender form should be complete in all respects, written in English language only
and giving correct and relevant data.
iii. The Tender document must be signed by the authorized signatory or by a person
holding a power of attorney authorized to do so. Under this clause “the delegate not re-
delegate” shall be followed.

Page 4 of 23
iv. Each page of the tender should bear the page no., signature, date, name and title of the
person signing the tender and affixing a rubber stamp indicating the name of the firm
and scanned and uploaded
v. Incomplete tenders/tenders not complying with the terms and conditions of the tender
document; tenders received after the closing date; suppression/falsification of
information/influencing or intimidating other tenderers shall entail disqualification of
the tender.
vi. Conditional Tenders will be rejected outright.

Earnest Money Deposit


The Tenderers should deposit Earnest Money Deposit (EMD) of Rs. 12,600/-
This amount will be returned interest – free to the tenderers after three months from the
closing date of the Tender or after one month of the award of the Contract, whichever is later.
No interest will be paid on the EMD under any/repeat circumstances.
In the case of successful bidder’s EMD will be discharged upon the bidder signing the contract
and furnishing the performance security deposit.

The EMD shall be forfeited:


1. If the bidder withdraws his bid after closure time of submission of tender.
(OR)
2. In case of a successful bidder, if the bidder fails to sign the contract and/or to furnish
performance security on or before the due date.

Medical Superintendent/ competent authority reserves the right to accept or reject any or all
tenders at any time without assigning any reason thereof what so ever and his decision shall
be final on this account.

Page 5 of 23
Annexure-I
GENERAL CONDITIONS OF CONTRACT:

1. PERIOD OF VALIDITY OF BIDS: Bids shall remain valid for acceptance for a period
of 2 years from the date of opening of tender prescribed by the purchaser. Bid valid for
a shorter period shall be rejected by the purchaser as non-responsive.
2. If the services are satisfactory the tender could be extended for another 3 years that is
total 5 years. With a hike of 10% every year on the bid value quoted for tenderer.
3. Tender evaluation: All the tenders received will first be scrutinized to see whether the
tenders meet the basic requirements as incorporated in the tender document. The
tenderers, who do not meet the basic requirements, will be treated as non-responsive
and rejected. The following are some of the important points, for which a tender may
be declared as non-responsive and will be rejected, during the initial scrutiny:
a. The Tender document is unsigned
b. The Tenderer is not eligible
c. Tender document is without EMD of required amount
d. Tenderer has not agreed to give the required performance security
e. The tenderer has not agreed to some essential condition(s) incorporated in the
tender.
f. In case of authorized signatory the tenderer must provide the full particulars of
the person authorized to sign the tender on his behalf.
g. Conditional Tenders will be rejected outright.
4. OPENING OF TENDERS: The tender shall be opened on 21.11.2019 at 03:30 p.m. In
case this date is declared a holiday then tender opening shall take place on the next
working day at the same time. Medical Superintendent Sir.C.V.Raman General
Hospital/ competent authority reserves the right to accept or reject any or all tenders at
any time without assigning any reason thereof whatsoever and his decision shall be
final on this account.
a. Part I the Technical Tender Document : Part I shall be opened first to analyse &
assess the credentials, capabilities and experience of the firm/organization to
provide Catering Services. All the documents shall be scrutinized, first-hand
information regarding the quality of food and services provided by the tenderer
shall be assessed by the nominated committee.
b. Part II of tender schedule i.e Financial Tenders : Financial bid of only those
qualified in Technical Tender Part I, shall be opened and the highest bidder will
be awarded.
3. Financial BID:
a. Duties, taxes including service tax if any, paid or payable, must be mentioned
clearly both on percentage as well as on actual figures.
b. Prices quoted by the tenderer shall be unchangeable during the contract period
except any variation in case of statutory payments. A bid submitted with an
adjustable price quotation will be treated as non-responsive and will be rejected.
c. All prices must be mentioned both in figures and words. The bidder must make
sure that there is no discrepancy between the two. In case of any discrepancy
between the two the interpretation of the Purchaser on this account shall be final
and binding. If the tenderer does not accept the correction of errors as per
purchaser’s interpretation his bid will be rejected.
Page 6 of 23
Note: The Service Provider has to collect only market price of all the items and the contract shall be
awarded to the tenderer who has the sufficient work experience and the capability in running the canteen
and whose bid amount is the highest quoted from the Minimum Reserve price of Two Year lumpsum.
4. DECLARATION OF SUCCESSFUL TENDERER AND AWARD OF CONTRACT :
Tenderer quoting the highest bidder which should be justifiable with market price of the
items with relevant parameters will be considered as the successful Tenderer.
The successful Tenderer has to execute an agreement with the Purchaser within 15 working
days of receipt of the contract form, the successful tenderer shall sign and date the contract on
non-judicial stamp paper of requisite denomination and return it to the hospital.
However, the Purchaser is under no obligation to accept the highest or any tender received in
response to this tender notice and is entitled to reject any or all tenders without assigning any
reason whatsoever.
The Service provider is to be entirely responsible for the execution of the contract in all
respects in accordance with the terms and conditions as specified in the acceptance of tender.
The Contract, if awarded, shall be valid initially for a period of two year from the date of
award of contract subject to continuous satisfactory performance and on failure on this aspect
by the Service provider, the Medical Superintendent/ competent authority will reserve the
right to terminate the contract. The period of contract can be extended for further 3 years such
further period at the discretion of the Medical Superintendent/ competent authority on same
terms and conditions as mentioned in the tender document. The approved rates shall be valid
for the contract period. The service provider is liable to provide services till settlement of next
tender or end of the two years contract period whichever is earlier.

Performance security Deposit: On acceptance of the tender, within the period specified by the
Medical Superintendent/ Competent Authority, the Service provider shall deposit as security
a sum of Rs. 25,200/- (Rupees Twenty Five Thousand Two Hundred only) as security
deposit. The Medical Superintendent/ competent authority shall be entitled to enforce the
service provider forfeit the Security Deposit or any part thereof in case of any lapse in
performance or to recover any loss or damage to the property or to the Purchaser due to the
act of service provider or his staff without prejudice to any other remedies provided in the
contract or available under law. The security shall be in the form of Demand Drafts in favour
of Arogya Raksha Samithi, Sir.C.V.Raman General Hospital, Indiranagar, Bangalore ”.

i. If the contractor fails in fulfilling above mentioned terms and conditions, such failure will
constitute a breach of the contract and the Medical Superintendent/ Competent Authority
shall be entitled to make other arrangements at the risk and expense of the contractor.
ii. On due performance and completion of the contract in all respects, the Security Deposit
will be returned to the contractor without any interest on presentation of an absolute No
Demand Certificate in the prescribed form and upon return in good condition of all the
property and articles belonging to the purchaser, which may have been issued to the
contractor.

Page 7 of 23
5. TERMINATION: The Purchaser, by written notice of 30 days (Thirty days) sent to the
Tenderer, may terminate the contract, in whole or in part at any time if any of the stipulated
conditions are not met or service not satisfactory.
However the Purchaser also reserves the right to terminate the contract at any time, without
giving any notice in case of gross violation of the stipulated terms & conditions. For all
disputes arising out of non-adherence of any terms stipulated above, Sir.C.V.Raman General
Hospital is the final authority and its decision shall be final. However, the legal jurisdiction
for all matters would be Karnataka only.
6. RESOLUTION OF DISPUTES: In case of a dispute or difference between the Purchaser and
the Service provider relating to any matter arising out of or connected with this agreement
such dispute or difference shall be referred to an arbitrator to be nominated by the Medical
superintendent. The award of the arbitrator shall be final and binding on the parties of this
contract.

7. RIGHT TO MODIFY OR RELAX : The Purchaser reserves the right to modify and /or relax
any of the terms and conditions of the tender / contract.

8. PURCHASER’s RIGHT TO ACCEPT OR REJECT ANY BID: The Purchaser reserves the
right to accept or reject any bid without assigning any reason at any time prior to award of
contract, without thereby incurring any liability to the affected tenderers or any obligations to
inform the affected tenderers of the grounds for purchaser’s action.

9. Corrupt or Fraudulent Practices:

The Purchaser requires that Tenderers/ Service Providers observe the highest standard of
ethics during the tendering period and execution of the contracts. In pursuance of this
policy, Sir.C.V.Raman General Hospital defines, for the purposes of this provision, the
terms set forth as follows:

i. “corrupt practice” means the offering, giving, receiving or soliciting of anything of


value to influence the action of a public official in the procurement process or in
contract execution; and

ii. “fraudulent practice” means a misrepresentation of facts in order to influence a


procurement process or the execution of a contract to the detriment of the hospital, and
includes collusive practice among Tenderers (prior to or after tender submission)
designed to establish tender prices at artificial non-competitive levels and to deprive
the Sir.C.V.Raman General Hospital of the benefits of free and open competition;

iii. This Purchaser will reject a proposal for award if it is noticed that the Tenderer
recommended for award has engaged in corrupt or fraudulent practices in competing
for the contract in question;

iv. This Purchaser will declare a firm ineligible, either indefinitely or for a stated period of
time, to be awarded a financed contract if it at any time finds that the firm has engaged
in corrupt or fraudulent practices in competing for, or in executing, a contract by
hospital.
Page 8 of 23
v. Coercive practice: Means harming or threatening to harm, directly or indirectly,
persons or their property to influence their participation in the procurement process or
affect the execution of a contract.

The Purchaser will reject a proposal for award if it determines that the tenderer
recommended for award has, directly or through an agent, engaged in corrupt, fraudulent,
collusive or coercive practices in competing for the Contract in question

10. The Contractor shall not sublet transfer or assign the contract to any part thereof. On the
event of sub letting the contract shall be cancelled & performance security deposit will be
forfeited.

11. All Entries in the Tender form should be legible and filled clearly. Any overwriting or cutting
which is unavoidable shall be attested by the authorized signatory.

12. Tender incomplete in any form will be rejected outright. Conditional Tenders will be rejected
outright.

Page 9 of 23
Annexure II
Special Conditions of contract ;
1. The hospital shall provide certain equipment and articles for canteen with storing and cooking space.
Tenderer is advised to visit the site and see the equipments available. Rest of the things they have to
procure themselves like platform, Plumbing, Electrical, Storage, Partitions, Wash Basin, Sink and
other Civil works need based. The equipments provided by the hospital may takeover and an
undertaking for having received the items may also be given. All the items should be returned
back to hospital intact & in working condition while vacating the canteen by the Service provider.
Any damages to the properties/equipments shall be levied upon the Service provider only and
deducted from the security deposit.
2. Water will be charged for the usage of (drinking and washing of the utensils). The Service provider is
instructed to use the water economically. In case of water shortage contractor shall procure the water at
his own cost.
3. Electricity will be charged for general illumination, refrigeration and aeration of the canteen / store,
but no electricity will be permitted for cooking. The Service provider is forbidden from using any
additional electrical equipment or appliances without the written permission of the Medical
Superintendent/ competent authority. Maintenance of lights/fuses/chokes/motors/electrical sockets
etc. that are used to supply electricity to canteen shall be the liability of Service provider till the period
of contract. All such maintenance should be done by the Service provider at his own cost and details of
maintenance work performed shall be intimated to the Administration Sir.C.V.Raman General
Hospital.
4. The Service provider should display prices of every item sold in a prominent place of the canteen both
in Kannada and English.
i. It is the responsibility of Service provider to maintain facilities provided to him in proper condition.
ii. In case any damage is caused to the Hospital property, the amount assessed will be recovered from
the Security Deposit of the Service provider. In all such cases, the decision of the Medical
Superintendent/ competent authority will be final and binding on the part of the contractor. The
decision of the Medical Superintendent/ competent authority on these matters will be final.
5. Canteen shall be meant for serving refreshments, snacks, tea, meals etc. and such other items and such
prices, as may be settled between the Service provider and the hospital authority.
6. The services of the staff canteen will be at the disposal of the staff of this hospital including doctors,
other officers, nurses, etc. and bona fide visitors. The users of the canteen shall be paying for the
services directly to the Tenderer.
7. The staff canteen will run on all days including Sundays & Holidays and shall remain open during
such hours as may be decided by the hospital.
8. The Canteen Service provider may be considered for entrusting catering for various conferences,
meetings and functions that may be held in this Hospital, depending upon quality of items supplied.
This is at the option of the Hospital authorities/ Organizers. Further, the canteen premises and hospital
resources are not to be used for cooking / storing of food material meant for use of entities other than
Sir.C.V.Raman General Hospital, Indiranagar, Bangalore.
9. The contractor selected for canteen service, will be required to maintain highest level of cleanliness and
standard of hygiene with regard to the persons under his employment and utensils for serving the
food.
10. The Service provider shall provide liquid hand wash at hand wash area and hand drier for the visitors
of the canteen and shall undertake other hygienic precautions as per instructions of Hospital
Administration.
11. The Service provider shall keep canteen, wash area, utensils, serving vessels and plates clean and
disinfected. It is the responsibility of the Service provider to keep the tables and chairs ready for service
to clear the plates kept by users of canteen on the table/counters. The Service provider also shall make
arrangements for disposal of garbage and left-over food in black / green covers in GHMC bin.
12. Cleaning of plates & utensils shall be done with hot water, soapy water, duly cleaned and dried &
steam sterilization.
Page 10 of 23
13. The Service provider must employ adult and skilled labour only. Employment of child labour will
lead to the termination of the contract. The Contractor shall be fully responsible for the conduct of his
staff.

14. Staff/personnel :
i. The staff engaged or planned to be deployed for subject work will have to be declared
medically fit from any Government hospital at the Cost of Service provider (The workers
must be screened for HIV, HB SAG, CBP, RUE, STOOL for OVACYST, STOOL C/S) and
documentary proof may be submitted to the hospital authorities initially before
commencement of Canteen contract. Thereafter, health check up of the workers will be done
twice in a year i.e. after every six months at the cost of the Service provider and shall get
them examined for medical and physical fitness by this hospital doctor. Staff afflicted with
communicable disease / infectious diseases have to be kept away from work till he / she has
recovered. Immunization of the workers for different infective diseases and any other tests as
per hospital recommendations shall be done by the Service provider at his own cost.

ii. All manpower required for cooking, serving and cleaning work shall be under own
arrangements of the Service provider. Service provider shall provide identity cards and
uniforms to all personnel at their own cost

iii. There shall be one waiter per every 25 participants/ guests, dedicated waiters must be
appointed for staff of Sir.C.V.Raman General Hospital. The contractor shall employ a
minimum number of persons at all times and bring additional strength when ever required.
In addition, Adequate staff shall be provided for cooking, cleaning of utensils, cleaning of
dining halls and wash areas/ toilets attached with the dining halls. The Service provider
shall employ a minimum number of persons at all times and bring additional strength
whenever required.

iv. Suggested/recommended manpower is as follows which may be increased or decreased


based on the need.
Supervisors 1
Waiters 3 For serving staff whenever required 1
waiter for every 25 persons.
Head cook As consider The cooks must be available during all meal times
Asst cooks necessary such as breakfast, lunch and dinner. They must be able
Helpers to prepare food at short notice for unexpected guests/
participants coming to the Sir.C.V.Raman General
Hospital at odd times. The
cooks must interact with dining members regularly to
get first hand feed-back and bring improvements in
the preparation of food. Quality of rice & chapathis
shall always of high quality.
Cleaning Staff As consider
necessary
v. The Head cook, Asst. cooks should be well qualified and experienced in Hotel Management/
institutional catering capable preparing all kinds of dishes. Similarly the managers and
supervisors should have basic qualification and experience in catering and serving of food.

vi. The catering supervisor appointed by the caterer should be available throughout the production
and service period at the Hospital and see that the staff/guests are served by well-trained servers/
waiters.
Page 11 of 23
vii. The Service provider shall nominate one senior manager for overall supervision & management of
all catering activities along with certain amount of cash for purchases so as to meet urgent
requirements. Hospital will have a right to reject one or all catering staff if not found qualified &
trained.

viii. The Service Provider shall ensure that the engaged staff shall always be neatly turned out with
hair, nails, beards trimmed and in proper uniform & footwear (uniform-dress code, caps, name
badges and gloves while serving). Serving staff should preferably wear black trousers, white full
sleeves shirts, white gloves, white cap & black shoes

ix. Torn, worn out, dirty shabby uniforms are not acceptable. Same to be replaced, failing which the
staff will not be allowed to undertake duty and may attract penalty.

x. The Service provider must employ adult and skilled labour only. Employment of child labour
will lead to the termination of the contract. The Contractor shall be fully responsible for the
conduct of his staff.

xi. The personnel so appointed should have the basic knowledge of personal hygiene, safe & clean
methods of food handling. They should be of good character, good conduct and of cheerful
disposition.

xii. The Agency will be responsible for such conduct of the persons engaged by him in the hospital,
which will be conducive for maintaining the harmonious atmosphere in the Hospital premises and
will be responsible for any act commission & omission of such persons.

xiii. The Service provider shall be responsible for his employees in observing all security and safety
regulations and instructions as may be issued by the Purchaser from time to time. The contractor
shall have the right to appoint and to take appropriate disciplinary actions against his workers to
fulfill his obligations under this agreement, provided that, action should be taken in accordance
with Labour law and Industrial Employment (Standing Order) Act, 1946 and the Canteen
Committee should be informed at every point of time.

xiv. The Service provider will be responsible for maintaining adequate number of personnel as per
norms/requirement engaged in cooking, distribution of food and housekeeping (incl. disposal of
garbage and left over food). No unauthorized person except for declared staff of contractor shall
be present in the Cooking area.

xv. The Service provider shall be responsible for payment of wages and allowances to their staff
members in compliance with prevailing rates as per statutory norms. Sir.C.V.Raman General
Hospital shall in no way be responsible for any default/ dispute with regard to statutory
obligation related to manpower engaged by the agency.

xvi. All payments to the staff employed by the Service provider for undertaking the catering contract
in the Hospital have to be paid in the 1st week of every month and as per the prevailing minimum
wages stipulated from time to time, and covering benefits such as ESI, EPF, etc. The
firm/contractor shall be solely and fully responsible for any delays/lapses/ violations/non-
compliance.

Page 12 of 23
xvii. All applicable acts and the rules related to the labour law as amended from time to time shall be
strictly followed by the service provider. The Purchaser shall not be a party to any dispute. The
Service provider is required to produce documentary proof that the minimum wages, ESI,
contribution to provident fund including paid leaves etc as applicable under the statutory act are
being paid to the staff in the 1st week of the month latest, as required under the contract labour
regulation and minimum wages act as notified by the Government from time to time.

xviii. The Service provider shall be deemed responsible for all legal and contractual purposes, as the
employer of the staff employed for carrying out the contract and such persons will not have any
claim for employment in the Hospital now or at a future date.

xix. The Service provider may obtain adequate insurance policy (workmen’s compensation insurance)
for all his staff to be engaged for the work, in addition to Sir.C.V.Raman General Hospital towards
meeting the liability of compensation arising out of death / injury/disablement at work etc. The
Service provider shall show proof to the authorities by submitting Xerox copies of the same. He
shall also obtain from his underwriter of such insurance a waiver of subrogation in favour of the
Purchaser.

xx. The Contractor should keep the staff canteen complex clean. If, at any point the Canteen & it’s
premises are found to be unclean, the contractor shall be held responsible and action deemed fit
shall be taken by the competent authority. The contractor should maintain a Daily cleaning
schedule which shall be to be presented to the hospital authorities on demand.

15. The Service provider at his cost shall provide CCTV coverage to the Cooking area, Serving area and
entry and exit of the canteen.

16. The quality of the raw materials to be used for preparation of food in the staff canteen should be of
highest standard and fresh. AGMARK spices and condiments, Grade -1 dhal’s and commodities and
fresh Vegetables, Non-Veg & Fruits to be used. Rice should be fine, good quality, free from
contaminates and should be of Agmark variety. The contractor shall ensure that no stock of raw
material /consumables beyond expiry date are stored, used, or sold in the canteen premises.

17. The medium of cooking Oil shall be Sunflower/Rice bran Oil to be used.

18. The food items supplied shall be contamination-free, and fresh. No left-over or balance or refrigerated
food item shall be served. (Veg & Non-Veg/Fruits)

19. The Service provider shall ensure that separate utensils / vessels are used for preparing vegetarian and
non-vegetarian items

20. The fuel to be used for cooking will only be LPG and shall be arranged by the contractor.

21. The Service provider is also responsible to arrange and maintain separate sets of necessary cutlery &
crockery as follows

i. Full size dinner plates


ii. Quarter plates
iii. Cups & saucers for tea & coffee
iv. Drinking water glasses

Page 13 of 23
(e) Spoons & forks
(f) Serving dishes
(g) Sheffen-dishes for use at Sir.C.V.Raman General Hospital canteen.

22. The Pest & Rodent control also stray animals & Hygiene of canteen area is “Zero Tolerance Zone” and
therefore, the Service provider is entirely responsible for proper pest, rodent control and stray animals in
the whole canteen area and shall undertake all the measures necessary (incl. use of good quality
disinfectants, floor and other cleaners, rat traps, pesticides, Pesto-O-Flash).

23. The Service provider shall ensure that all flammables, disinfectants, cleaning agents, pesticides are stored
in a separate demarcated area under lock & key at all the times with restricted access.

24. The Service provider shall bear all the expenses for running the canteen and the hospital shall not in any
manner be liable for any damage caused on incidents like theft, burn, fire, electric shock or bear any
compensation for damage or injury caused to the workmen during discharging of their duties.

25. The Service provider shall not be entitled to use the accommodation allotted by the hospital for any other
purpose or business other than staff canteen.

26. The Service provider shall not use the name of the hospital in business dealing with other persons or
traders.

27. The Service provider must possess the requisite valid Trade and Food License issued by the competent
authority for carrying out the business and shall be responsible for complying all laws pertaining to the
services in question as well as those pertaining to employment of persons under him.

28. There shall be no compromise on the quality of food supplied by the Service provider and if any such
incidence or food adulteration is found, action deemed fit, including black listing the firm, shall be taken by
the Competent Authority and all the rules of Prevention of Food Adulteration Act (PFA Act) will apply.

29. The successful tenderer shall obtain a valid license under the Contract Labour (R&A) Act. 1970 and rules
framed there under and shall continue to hold it till completion of the contract.

30. The Hospital Campus is a "NO SMOKING ZONE", hence sale and use of tobacco is prohibited.

31. The sale and use of Liquor (alcohol) is also strictly prohibited in canteen area.

32. Surprise Inspections will be conducted by Officers/ Inspection Team constituted by Dean or competent
authority.

33. Suggestion box should be made available to customers/staff of Hospital at an accessible and conspicuous
area.

34. No broom should be used for preparing DOSA‟.

35. Dahi vada to be prepared fresh in batches with fresh curd.

36. Fire Extinguisher must be kept in the Cooking Area.

37. Caution board regarding wastage of Drinking Water should be exhibited.


Page 14 of 23
38. The Service Provider shall ensure that all the raw materials in-use to be kept in clean labelled containers in
the cooking area.

39. Penalty Clause:


amount of
Penalty clause penalty Repeat default
No bill provide or excessively charged for Rs.1000/- per
food found occasion
Rs.1000/- per
Non compliance on hygiene occasion
Rs.2000/- per
Rotten or poor quality of vegetables /Fruits occasion
Rs.2000/- per
poor quality of rice occasion
Black listing and
termination of
each day of unauthorized closing of canteen Rs. 1,000/ day contract

over stay on termination of contract Rs. 10,000/ day


Rs.50 per day
staff if found without proper uniform or ID of default per
card person.

Any complaint by visitors or staff if not Rs. 500/- for


attended with in 48 hrs each complaint

complaints of insects and/or foreign object


(hair, rope, cloth, plastic, etc) cooked along Rs. 1,000 per
with food found in any food item complaint

Non-availability of complaint register or


discouraging members from registering
Rs.
complaints 2,500/-
Black listing and
termination of
Food poisoning Rs :10000 contract
Dilute or adulterated milk Rs 2,000/-
Improper Pest control Rs1,000/-
Absence of proprietor or his representative
empowered to take decision during meetings
on due invitation or during inspections Rs 1,000/-

Page 15 of 23
40. The Pest & Rodent control also stray animals & Hygiene of Canteen area is “Zero Tolerance Zone” and
therefore, the Service provider is entirely responsible for proper pest, rodent control and stray animals in
the whole Canteen area area (control in food storage, processing, preparation areas, pantries, Vessel
wash / Utility areas and staff rooms) and the Service Provider will at his own cost arrange for daily pest
control check and an intensive, professional thorough pest control service during the night time at least
once a fortnight. Report regarding such pest control carried should be submitted to Care takers Office.
Non-compliance with respect to undertaking pest control or submission of requisite report will attract
termination of service. Use of Professional Pest control services by the Service provider shall not be
construed as subletting, in such case conduct of the persons engaged for pest and rodent control shall be
the responsibility of service provider for any act commission & omission of performed by such persons.
The Service Provider shall make proper arrangement for spraying with appropriate World Health
Organization (WHO) approved pest control materials in and around all Canteen area on a daily
basis/regularly to avoid fly / mosquito menace. The impute chemicals will be inspected by the
committee/ authorized official of the Hospital at their discretion before use.

41. The Service provider shall ensure that all flammables, disinfectants, cleaning agents, pesticides are stored
in a separate demarcated area under lock & key at all the times with restricted access.
42. The contract either in full or in part shall not be sublet or assigned by the bidder to others under any
circumstances. If anything found by Sir.C.V.Raman General Hospital administrative action as deemed fit
will be initiated against the caterer.

43. In case of any default by the Service Provider, causing additional expenditure to the Purchaser, the
Purchaser may at its discretion, recover from the Service provider an amount equivalent to that incurred
to make alternative arrangements. This right of the Purchaser shall be without prejudice to its other
rights under the law(civil, criminal liability) including the right to cancel the contract, without the
required notice period and forfeit the Security Deposit/recover damages for breach of contract. Decision
of the Purchaser in this regard shall be final.

44. The Service Provider or his authorized representative shall attend meetings organized from time to time,
for discussion, evaluation of performance of the contract, and compliance of statutory regulations etc.

45.The Sir.C.V.Raman General Hospital the competent authority shall have the right to terminate the
agreement with the Contractor by giving one month’s notice without assigning any reason. Refund of
the unutilized portion of Security.

46. The Contractor will vacate the canteen and hand over the possession of the premises on the expiry of the
term of the contract or on termination of the contract. If the Contractor fails to vacate the canteen premises
on stipulated date or on direction then damage charges for the over stay at the rate of Rs. 10000/- (Rupees
ten thousand) per day will be recovered from the Contractor out of the Security Deposit. If Security deposit
is insufficient to recover damage charges then the same will be recovered through the Courts of law.

47. Hospital Administration shall take final decision regarding implementation and amount of all penalties
mentioned in the document.

Page 16 of 23
Annexure -III
Undertaking
(To be submitted on Rs. 100/ non judicial stamp paper)

I/We under signed is /are authorized signatory/signatories of the

firm M/s ____________________________________________

Address ____________________________________________

do here by undertake that

1. I, the undersigned certify that I have gone through the Terms & conditions mentioned in the tender
document and undertake to comply with them. The rates quoted by me/us are valid and binding
on me/us for the entire period of contract and It is certified that rate quoted byme are the highest
quoted for any institution/Hospital in India by me. The earnest money of Rs
(Rupees only) deposited by me has been enclosed herewith vide Demand Draft No
__________________ Dt .......................... Drawn on bank ......................................
.....................................Branch .......................................

2. I/we give the rights to Medical Superintendent to forfeit the Security money deposited by me/us if
any delay occur on my part for failure to supply the food items within the appointed time or the
food items of desired quality.

3. There is neither any vigilance CBI case or court case pending against the firm nor the firm has been
even black listed by any Government or private organization.

4. I / we understand that Medical Superintendent, Sir.C.V.Raman General Hospital , Indiranagar,


Bangalore has the right to accept or reject any or all the tenders without assigning any reasons
(s) thereof.

Date Signature of the tenderer


Place Full Name
Designation

( Office seal of the tenderer)

Page 17 of 23
Annexure IV

TECHNICAL BID CHECKLIST FOR CANTEEN SERVICES ON CONTRACT

Tender form with complete technical bid and


1 Yes/ No.
Financial bid, with all pages serially numbered ,
signed and stamped on each page
2 Earnest money deposit (EMD) Yes/ No.

PAN number (Enclose copy) Yes/ No.


3
4 Audited Balance sheet of last three years with Yes/ No.
details of annual turnover, profit/loss account etc.

Income tax statement of last three years. (Financial Yes/ No.


5
years 2015-2016, 2016-2017 and 2017-2018)
ESI & EPF Registration Certificate (copy) Yes/ No.
6
Experience certificate (Minimum three years) Yes/ No.
7
Proof of filing latest Income Tax Return (copy) Yes/ No.
8
GST Registration Yes/ No.
9
Labour License, if applicable Yes/ No.
10
Valid Trade License (copy) Yes/ No.
11
Valid Food License (copy) Yes/ No.
12
Undertaking on Non – Judicial stamp paper Yes/ No.
13
14 Satisfactory performance certificate from previous Yes/ No.

employer / institution
Non black listing certificate (self-certificate) Yes/ No.
15
(All documents should be self attested by the tenderer with seal of the firm)

It is to certify that the above mentioned particulars are up to the best of my knowledge and no
fact has been concealed and that all the information furnished above is true to the best of my
knowledge. I have no objection to Sir.C.V.Raman General Hospital , Indiranagar, Bangalore to
verify any or all the information furnished in this document with the concerned authorities, if
necessary.
I also certify that I have understood all the terms and conditions indicated in the Tender
document and in agreeing for the same, I am signing this document as an authorized signatory
in the capacity of___________________________.
Date: Signature:
Place: Name:
Designation:
Address:
Seal of company/Agency

Page18 of 23
Annexure-V

TENDER TECHNICAL BID FOR CANTEEN SERVICES ON CONTRACT


PART -I

1. Nameof Tendering Company / Firm

2. Name of the Owner / Partners / Directors

3. Full particulars of Office


(a) Address

(b) Telephone/ Mobile No.

(c) Fax No.


(d) E-Mail id:
4 Total no of Employees:
5 Date of Establishment of Firm
6 If your firm registered under:
a) The Indian Factories Act:
b) Any other Act, if not, who are the
owners;
(please give full address)
7 Are you in the list of approved Contractors of
any other Organization / Institutions, If any
give details (Append extra page if necessary)
8 Give details of any Government contracts
executed during the last3 years (Append extra
page if necessary)
9 Details of experience of running the canteen in
Reputed Organization / Institutions
10. Annual turnover of the firm in the last two years
(Copy of the IT returns for the last two years to be
enclosed)
11 Full particulars of the Bankers of Company / Firm
/ with full Address / Tel. No./Fax No./e-Mail id
a) Account No.
b) IFSC Code.
c) Micro Code
d) Branch
Registration details
12 (I) PAN / GIR No.
. (ii) Service Tax Registration No.
(iii) EPF Registration No.
(iv) ESI Registration No.
Details of Earnest Money Deposit
13 a) Amount (Rs.)
b) DD / PO No. & Date
c) Drawn on Bank
d) Valid upto
Any other information which you consider
14 relevant

Page 19 of 23
Annexure VI

Financial Bid

Rates quoted for CANTEEN SERVICES

Particulars Quote Rate (In Rupees)

1
Rate for Two years towards Canteen Services contract .In figures :
at Sir C.V.Raman General Hospital, Indiranagar, Bangalore

Above Minimum Reserve price of Rs. 8,00,000 for Two years 2


lumpsum .In words :

Signature of the Tenderer,

Authorized Signatory,

Name ……………………….

Designation …………………

Seal…………………
Page 20 of 23
Annexure-VII
Rates : Offer of rates to be submitted in the following sub-heads and shall be inclusive of all charges,
statuary obligations and any other expenses.

MENU
Item Menu/Name of items Composition/Description/Quantity Unit Rates
code quoted
(Rs.)
1 Tea Standard cup (100 ml) Per cup
2 Coffee Standard cup (100 ml) Per cup
3 Milk Standard cup (200 ml) Per cup
4 Horlicks /Boost/Bournvita Standard cup (200 ml) Per cup
5 Samosa Vegetable ( 100 gms) Per Piece
6 Pakoda Onion/Palak 75 gms Per Plate
7 MirchiBajji 4 Noswith Chutney Per plate
8 Bread with Egg Boiled Egg & Four Breads Per portion
9 Puri & Sabji Two Puri (50 gms each) with Chole/ Per portion
Sabji
10 Plain Paratha &Sabji Two Paratha(50 gms each) & Chole/ Per portion
Dal/Sabji
11 Idli 4Pieces(200gms )+ sambar + chatni + Per portion
Allamchatni
12 Plain Dosa 100gms Dosa+Sambar+Chatni Per portion
13 Masala Dosa 125gms Dosa+Sambar+Chatni Per portion
14 Onion Dosa 125gms Dosa +Sambar+Chatni Per portion
15 RavaDosa 125gms Dosa +Sambar+Chatni Per portion
16 Vada 2 Vada(75 gms each)+Sambar+Chatni Per portion
17 DahiVada 2 Nos.( 75 gms each) Per portion
18 Mysore Bajji 4 Pieces(200gms)+sambar+chatni Per portion
19 Upma 250 gms +sambar+chutney Per portion
20 Plain Roti One Roti ( 40 gms ) Per piece
21 Meals (Thali) Vegetarian Thali consisting of Per Meal
Plain Rice (300 gm)
Chapathi (2 Nos) (50gm Each)
Fry curry (1 Cup-100gm)
Gravy Curry (2 Cups-200gm)
Dal (150ml)
Sambar (150ml)
Curd (100ml)
Chutney (1 TBSP)
Papad (1)
22 Veg Biryani 450gms + Kuruma + curd onion Per Plate
23 Egg fried rice 250gms+Pappad Per Plate
24 Lemon Rice 250gms+Pappad+Pickle Per plate
25 Curd Rice 250gms+Pickle Per plate
26 Curry One Pc. Egg Per Plate
27 Omelette One Pc. Egg Per plate
28 Bhujiya One Pc. Egg Per plate
29 Boiled Egg One Pc. Egg Per portion
30 Curd 200 gms Per cup

Page 21 of 23
31 Half Boiled (omelette) One egg Per plate
32 Set Dosa 3 nos (150 gms)+ Sambar+Chatni Per portion
33 Ragi Ball 250 gms+ sambar+chutney Per portion
34 Vegetable Salad 150 gms Per cup
35 Lemon Tea Standard cup (100 ml) Per cup
36 Veg Puff 100gms Per piece
37 Egg Puff 100gms Per piece
38 Phulka 2 nos(30 gms each)+sabji+dal Per portion
39 Butter Milk 250ml Per cup
40 Lassi 250ml Per cup
41 Fruit Juices 200ml Per cup
42 Badam Milk 200ml Per bottle / cup
43 Mineral Water 1 Ltre Per Bottle
44 Mineral Water 500 ml Per Bottle
45 Extra rice 300gms Per cup
46 Extra sambar/ curry/dhal 150 ml/150gms Per cup
47 Ice Cream 1 cup Per cup
48 High Tea High tea shall be served on special
occasions comprising of following
items
1. Tea/Coffee Standard cup (100 ml)
2. 1 Piece pastry/Brown cake/Christmas
Per set
cake/ Plum cake
3. Samosa/Veg curry puff/ Veg Cutlet/
Kachori/ Dhokla
4. Ajmer kalakand/ Mil burfi/ Kajuburfi
5. Bakery Biscuits salt & sweet
49 Executive Meals Soup, Salad, roti/poori, plain rice,
special rice preparation - non-veg
biryani (for non-vegetarians) and
vegetable biryani (for vegetarians),
non-vegetarian dish, panneer or Per meal
mushroom dish for vegetarians,
vegetable curry (wet), vegetable curry
(dry), sambar, dal, curd, picle, papad,
dessert/ice cream and fruit salad
50 Bread Toast With Butter 6 pieces bread + Butter 20 gms Per portion
51 Aloo Bonda 2 nos 50 gms each Per Plate
52 Raagi Malt 200 ml Per cup
53 Sprouts Chat 50 gms Per Plate
54 Veg Sandwich 4 nos + tomato sauce + mint chutney(2 Per portion
tablespoons)
55 Veg Noodles 200gms Per Plate
56 Oats Porridge 200 ml Per cup
57 Pongal 300g-plate+ Ground nut chutney(2 Per Plate
tablespoon)
58 Pav Bhaji (2 pieces) with butter (20g) & veg curry Per Plate
(150g)
59 Tomato Soup 200 ml Per cup
60 Aloo Paratha 2nos Each 100g with mixed veg curry/ Per Plate
curd (100 ml)

Page 22 of 23
61 Veg Manchuria 150g Per Plate
62 Sago Porridge 200 ml Per cup
63 Bread Omlette 4 Slices (2 Eggs) Per Plate
64 Veg Cutlet (100g)- 1 plate Per Plate
65 Veg Soup 200 ml Per cup
66 Methi Paratha 3 nos each 50g+ Butter (10g) & Curd Per Plate
(100 ml) Tomato Sauce
67 Veg Bullets 4nos- each 100g Per Plate
68 Sweet Corn Soup 200 ml Per cup
69 Poha / Dahlia Upma (250gm) + onion tomato raitha 150 ml Per Plate
70 Bhel Puri 1 Plate(75g) Per Plate
71 Milk shake 200 ml Per cup
Grand Total (Item No 1 to 71)

Page 23 of 23

You might also like