70
CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY (Council of Scientific & Industrial Research) DONA PAULA, GOA - 403004 NOTICE INVITING TENDER 1. FOR PROVIDING CATERING & HOUSE KEEPING SERVICES FOR CTAF GUEST HOUSE AT NIO, REGIONAL CENTRE, MUMBAI” 2. FOR PROVIDING CATERING & HOUSEKEEPING SERVICES FOR NIO CANTEEN AND REST ROOM AT NIO, REGIONAL CENTRE, MUMBAI” Sealed tenders are being invited by ‘The Director, NIO’ in prescribed format under two bid system – Techno-Commercial Bid (Part – I unpriced) & Financial Bid (Part – II priced) – from the full time catering & housekeeping service providers possessing valid registration and license under the relevant statutes including the ESI Act 1948 and EPF Act 1952, for following works for a period of 2 years :- Sr. No. Name Of Works Tender Cost EMD(Only Through DD) 1 FOR PROVIDING CATERING & HOUSE KEEPING SERVICES FOR CTAF GUEST HOUSE AT NIO, REGIONAL CENTRE, MUMBAI” Rs.500/- Rs.50,000/- 2 FOR CATERING & HOUSEKEEPING SERVICES FOR NIO CANTEEN AND REST ROOM AT NIO, REGIONAL CENTRE, MUMBAI” Rs.500/- Rs.50,000/- Contractors having a minimum annual turnover of Rs. 10 lakh and experience of rendering catering and housekeeping services to training / Educational / Research institute of large Govt. / Corporate establishments / complexes inclusive of providing all meals viz. morning & evening tea, breakfast, lunch & dinner, to a minimum of 100 persons for a period of 5 years and having more than 20 labourers deployed by them at various locations only need to apply. Interested agencies, as mentioned above, can obtain the detailed tender document containing the terms & conditions, against a written request on their own letter head from the office of the Scientist In-Charge , NIO Regional Centre, Lokhandwala Road, Four Bungalows, Andheri (West), Mumbai - 400053 against Cash/submission of Non-Refundable Demand Draft of Rs. 500/- (Rs. Five Hundred only) drawn on any nationalized/scheduled bank in favour of “Director NIO” payable at SBI Branch at Dona Paula, Goa on all working days (Monday to Friday) between 10.00 to 15.00 hours (excluding 13:00 to 14:00 hrs.) The time schedule of tendering is specified below: i) Tender document Fee : Rs. 500/- (Rs. Five Hundred only ) ii) Issue of tender document : 23/12/2013 to 15.01.2014 up to 11 30 hrs iii) Last date & time for submission of tender : 16.01.2014 up to 15 30 hrs. iv) Date & time of opening of Techno-Commercial Bids : 17.01.2014 at 15 30 hrs. v) Date & time of opening of Financial Bids : Will be intimated to the Techno- Commercially qualified bidders at a later date vi) Earnest Money Deposit (EMD only through Demand Draft) : Rs. 50,000.00 (Rs. Fifty Thousand only for each tender) The Tender document can also be downloaded from the NIO website www.nio.org and the same will be accepted along with applicable tender fee above separately for each work, through a separate Demand Draft drawn on any nationalized/scheduled bank favouring “The Directorpayable at Dona Paula. Offers by Fax/e-mail/Telegram will be summarily rejected. For receiving the tender document through post, the cost of tender documents will be Rs. 550/-. NIO does not take any responsibility for delay or non-receipt of tender through post. Any contractor can apply for both the works but contract will be awarded for single work as preferred by the contractor in price bid format even if the contractor is declared L-I party for both the works. The Director, NIO Reserves the right to reject any or all of the tenders in part or full without assigning any reason(s). Controller of Administration NIO, Goa

CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY (Council of Scientific & Industrial Research)

DONA PAULA, GOA - 403004

NOTICE INVITING TENDER 1. FOR PROVIDING CATERING & HOUSE KEEPING SERVICES FOR CTAF

GUEST HOUSE AT NIO, REGIONAL CENTRE, MUMBAI” 2. FOR PROVIDING CATERING & HOUSEKEEPING SERVICES FOR NIO

CANTEEN AND REST ROOM AT NIO, REGIONAL CENTRE, MUMBAI”

Sealed tenders are being invited by ‘The Director, NIO’ in prescribed format under two bid system – Techno-Commercial Bid (Part – I unpriced) & Financial Bid (Part – II priced) – from the full time catering & housekeeping service providers possessing valid registration and license under the relevant statutes including the ESI Act 1948 and EPF Act 1952, for following works for a period of 2 years :- Sr. No.

Name Of Works Tender Cost

EMD(Only Through DD)

1

FOR PROVIDING CATERING & HOUSE KEEPING SERVICES FOR CTAF GUEST HOUSE AT NIO, REGIONAL CENTRE, MUMBAI”

Rs.500/- Rs.50,000/-

2

FOR CATERING & HOUSEKEEPING SERVICES FOR NIO CANTEEN AND REST ROOM AT NIO, REGIONAL CENTRE, MUMBAI”

Rs.500/- Rs.50,000/-

Contractors having a minimum annual turnover of Rs. 10 lakh and experience of rendering catering and housekeeping services to training / Educational / Research institute of large Govt. / Corporate establishments / complexes inclusive of providing all meals viz. morning & evening tea, breakfast, lunch & dinner, to a minimum of 100 persons for a period of 5 years and having more than 20 labourers deployed by them at various locations only need to apply. Interested agencies, as mentioned above, can obtain the detailed tender document containing the terms & conditions, against a written request on their own letter head from the office of the Scientist In-Charge , NIO Regional Centre, Lokhandwala Road, Four Bungalows, Andheri (West), Mumbai - 400053 against Cash/submission of Non-Refundable Demand Draft of Rs. 500/- (Rs. Five Hundred only) drawn on any nationalized/scheduled bank in favour of “Director NIO” payable at SBI Branch at Dona Paula, Goa on all working days (Monday to Friday) between 10.00 to 15.00 hours (excluding 13:00 to 14:00 hrs.) The time schedule of tendering is specified below:

i) Tender document Fee : Rs. 500/- (Rs. Five Hundred only ) ii) Issue of tender document : 23/12/2013 to 15.01.2014 up to 11 30 hrs iii) Last date & time for submission of tender : 16.01.2014 up to 15 30 hrs. iv) Date & time of opening of Techno-Commercial Bids : 17.01.2014 at 15 30 hrs. v) Date & time of opening of Financial Bids : Will be intimated to the Techno-

Commercially qualified bidders at a later date vi) Earnest Money Deposit (EMD only through Demand Draft) : Rs. 50,000.00 (Rs. Fifty

Thousand only for each tender) The Tender document can also be downloaded from the NIO website www.nio.org and the same will be accepted along with applicable tender fee above separately for each work, through a separate Demand Draft drawn on any nationalized/scheduled bank favouring “The Director” payable at Dona Paula. Offers by Fax/e-mail/Telegram will be summarily rejected. For receiving the tender document through post, the cost of tender documents will be Rs. 550/-. NIO does not take any responsibility for delay or non-receipt of tender through post. Any contractor can apply for both the works but contract will be awarded for single work as preferred by the contractor in price bid format even if the contractor is declared L-I party for both the works. The Director, NIO Reserves the right to reject any or all of the tenders in part or full without assigning any reason(s).

Controller of Administration NIO, Goa

 

Page 2: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

 

Page 3: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

1  

NATIONAL INSTITUTE OF OCEANOGRAPHY (Council of Scientific & Industrial Research)

Tender Document for Providing

“CATERING & HOUSE KEEPING SERVICES FOR

CTAF GUEST HOUSE

AT

NIO, REGIONAL CENTRE, MUMBAI

NOVEMBER, 2013

Page 4: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

2  

NATIONAL INSTITUTE OF OCEANOGRAPHY

(Council of Scientific & Industrial Research

Tender Document for Providing “CTAF GUEST HOUSE”

AT NIO, REGIONAL CENTRE, MUMBAI”

Contents

S. No. Item Page No.

1. Section – 1: Notice Inviting Tender 3

2. Section – 2: Instructions to Tenderers 4 – 8

3. Section – 3: General Terms & Conditions of Contract 9 - 11

4. Section – 4: Scope of Work, Schedule, Specifications, Terms & Conditions of contract

12 - 21

5. Annexures:

I. Tendering agency’s profile II. Compliance Report III. Non- relationship Certificate with NIO/CSIR Employees IV. Check List of essential documents V. Financial Bid Format VI. Performance Security Bond Format VII. Approved menu and rates VIII. Suggested Brands of Products for Catering IX. List of proposed Housekeeping cleaning aids & agents

22 23 24 25 26

27 - 28 29 - 30

31 32

Page 5: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

3  

CSIR- NATIONAL INSTITUTE OF OCEANOGRAPHY (Council of Scientific & Industrial Research)

Regional Centre, Lokhandwala Road, Four Bungalows, Andheri (West), Mumbai - 400053

NOTICE INVITING TENDER FOR PROVIDING CATERING & HOUSE KEEPING SERVICES CTAF GUEST HOUSE

AT NIO, REGIONAL CENTRE, MUMBAI”

Sealed tenders are being invited by ‘The Director, NIO’ in prescribed format under two bid system – Techno- Commercial Bid ( part-I unpriced ) & Financial Bid ( Part-II priced )- from the full time catering & housekeeping service providers possessing valid registration and license under the relevant statutes including the ESI Act 1948 and EPF Act 1952, for providing following works for a period of 2 years :- Sr. No.

Name Of Works Tender Cost

EMD(Only Through DD)

1

FOR PROVIDING CATERING & HOUSE KEEPING SERVICES CTAF GUEST HOUSE AT NIO, REGIONAL CENTRE, MUMBAI”

Rs.500/- Rs.50,000/-

Contractors having a minimum annual turnover of Rs. 10 lakh and experience of rendering catering and housekeeping services to training / Educational / Research institute of large Govt. / Corporate establishments / complexes inclusive of providing all meals viz. morning & evening tea, breakfast, lunch & dinner, to a minimum of 100 persons for a period of 5 years and having more than 20 labourers deployed by them at various locations only need to apply. Interested agencies, as mentioned above, can obtain the detailed tender document containing the terms & conditions, against a written request on their own letter head from the office of the Scientist In-Charge , NIO Regional Centre, Lokhandwala Road, Four Bungalows, Andheri (West), Mumbai - 400053 against Cash/submission of Non-Refundable Demand Draft of Rs. 500/- (Rs. Five Hundred only) drawn on any nationalized/scheduled bank in favour of “Director NIO” payable at SBI Branch at Dona Paula, Goa on all working days (Monday to Friday) between 10.00 to 15.00 hours (excluding 13:00 to 14:00 hrs.) The time schedule of tendering is specified below:

i) Tender document Fee : Rs. 500/- (Rs. Five Hundred only ) ii) Issue of tender document : iii) Last date & time for submission of tender : iv) Date & time of opening of Techno-Commercial Bids : v) Date & time of opening of Financial Bids : Will be intimated to the Techno-

Commercially qualified bidders at a later date vi) Earnest Money Deposit (EMD only through Demand Draft) : Rs. 50,000.00 (Rs. Fifty

Thousand only) Offers by Fax/e-mail/Telegram will be summarily rejected. For receiving the tender document through post, the cost of tender documents will be Rs. 550/-. NIO does not take any responsibility for delay or non-receipt of tender through post. The Director, NIO Reserves the right to reject any or all of the tenders in part or full without assigning any reason(s).

Scientist In-Charge NIO, Regional Centre, Mumbai

Page 6: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

4  

Instruction to Tenderers 1. General:

1.1. Council of Scientific & Research (CSIR) is a premier public funded research & development organization in the country (refer website: www.csir.res.in). National Institute of Oceanography, (hereafter called NIO) is a constituent laboratory of CSIR. (refer website: www.nio.org)

1.2. Sealed tenders with propped personal identification mark are invited from eligible Tenderers, by The Director, NIO, Goa on behalf of CSIR for “Providing Catering and Housekeeping Services in the CTAF Guest House at Prabha Devi, Mumbai” for a period of Two years from the date of commencement of contract as per agreement.

1.3. The duration of the Contract is for a period of 2 years from the date of commencement of work after award of work. Initially, contract may be awarded for one year, which may be extended on the basis of satisfactory services to the satisfaction of the Competent Authority of NIO for another one year on increased rates based on indices / consumer price index on mutual negotiation but maximum up to 10% of original rates. The contract will be monitored quarterly by the authorized representative of the Competent Authority. In case, services are not found satisfactory, the contract may be terminated after giving one month prior notice. Renewal of contract for 3rd year may be considered by the Competent Authority on mutual negotiation on every aspect of the contract.

2. Issue of Tender Document

2.1. The tender document can be obtained from the office of the Scientist In-Charge , NIO Regional Centre, Mumbai by submitting a written request on the letter head against cash / submission of Non-Refundable Demand Draft of Rs. 500/- (Rs. Five hundred only) drawn on any nationalized/scheduled bank in favour of “The Director, NIO” payable at Dona Paula on all working days (Monday to Friday) between 10.00 to 15.00 hours (excluding 13.00-14.00 hrs).

2.2. For receiving the tender through post, Non-Refundable Demand Draft of Rs. 550/- (Rupees Five hundred fifty only) drawn on any nationalized/scheduled bank in favour of “The Director, NIO” payable at Dona Paula should be sent along with the written request mentioning address of correspondence clearly. NIO does not take any responsibility for delay or non-receipt of tender through post.

2.3. Tenders, for which Tender Fee is not paid, shall be summarily rejected

3. Submission of Tender

3.1. The Tender ( containing separate sealed envelopes for Techno-Commercial Bid part-I unpriced and Financial Bid part-II priced ) should be submitted in a sealed outer envelope marked on top “Providing Catering and Housekeeping Services in the CTAF Guest House at Prabha Devi, Mumbai” and the name and address of the Tenderer at the bottom of the cover on the left. The complete sealed tender addressed to Scientist In-Charge , NIO Regional Centre, Mumbai should be deposited till 16.01.2014 up to 16.00 hrs. NIO shall not be responsible if the Tenders are delivered elsewhere or are not delivered on time due to postal of any other delays.

Page 7: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

5  

3.2. The Director, NIO may, at its discretion, extend the deadline for submission of Tenders.

3.3. Instruction for filling up the Tenders:

a) Before tendering, the tenderer may visit the site where intended services are to be

provided and satisfy him / themselves as to the conditions prevalent at the site. No claim for travelling allowances etc on this account shall be entertained by NIO under any circumstances subsequently.

b) The tenderer must submit all the essential documents as mentioned below, failing which the tender will be deemed as disqualified :-

i. License to run catering & housekeeping services from concerned Govt. authorities

ii. Authority for signing of the Tender on behalf of firm iii. Earnest money deposit of Rs. 50,000.00 (Rs. Fifty Thousand only) in the form

of DD issued by any scheduled/nationalized bank in favour of Director NIO. iv. Proof of experience along with satisfactory performance certificates from the

concerned employers where tenderer has provided catering and housekeeping services during the last five years including the number of persons/organization to whom the services have been rendered

v. Proof of PF and ESI registration certificates, if applicable as per the relevant Act.

vi. Solvency certificate of Rs. 5.00 lacs. from a nationalized / scheduled bank vii. Proof of Service Tax Registration from Service Tax Office as per GOI Rules viii. Proof of turnover and LATEST COPY OF INCOME TAX RETURN along

with PAN ix. A certificate regarding Non-relationship with NIO employees as per given draft

as per Annexure III in the tender form. x. Annexure IV- Checklist of essential documents may be referred to for

verification

c) Rates should be quoted on their letter head as per the format given in Annexure V the Appendix appended to the tender documents showing the rates and the total amount for the Tender for catering & housekeeping services for CTAF Guest House without any conditions.

d) The rates should be quoted both in words & figures. The rates should be quoted in the prescribed format only and should be inclusive of all applicable charges but exclusive of applicable statutory taxes and levies, which are to be shown separately, if any. Availability of present rooms and facility are given in Section 4 below. Rates are to be quoted accordingly.

e) Tenderer signing the tender should clearly specify whether he is signing as sole proprietor, partner, under power of attorney or as Director/ Manager/ Secretary etc. as the case may be. Copies of the document authorizing the signatory to sign the tender on behalf of the tenderer should be attached with the tender.

f) Tender should be typewritten or handwritten only in ink and all overwriting/corrections should be duly signed by the tenderer.

g) One bid per bidder – each bidder shall submit only one tender either by himself or as a partner in joint venture or as a member of consortium. If a bidder or if any of

Page 8: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

6  

the partners is a joint venture or any one of the members of the consortium participate in more than one bid, the bids are liable to be rejected.

h) Canvassing or offer of an advantage or any other inducement by any person with a view to influencing acceptance of a bid will be and offence under Laws of Land. Such action will result in the rejection of bid, in addition to other punitive measures.

3.4. Late & delayed Tenders: a) Bids must be received in NIO Regional Centre at the address specified above but

not later than the date and time stipulated in the NIT. The NIO may, at its discretion, extend deadline for submission of bids in which case all rights and obligation of the CSIR and the Bidder will be the same.

b) Any bid received by NIO after the deadline for submission of bids, as stipulated above, shall not be considered and will be returned unopened to the bidder.

4. Amendment of the Tender Document:

4.1. At any time prior to the date for submission of Tenders, NIO may for any reason, whether at its own initiative or as a consequence of Pre-Bid conference, if any, in response to a clarification requested by a prospective Tenderer, modify the Tender documents by amendment.

4.2. The amendments shall be intimated in writing or by Post or by FAX or by e-mail to all prospective Tenderers on the address intimated at the time of purchase of Tender document from the office of Scientist In-Charge, NIO Regional Centre, Mumbai or at the time of attending pre-bid conference and those amendments will be binding upon them.

4.3. The Director, NIO may, at his discretion, extend the deadline for the submission of tenders suitably.

4.4. NIO, before opening of bids, at its discretion may increase or decrease the scope of services required under the tender. In such a case NIO shall seek fresh financial bids keeping in view the changed scope of services required.

5. Opening of Tenders:

The Techno- commercial bids ( part-1 unpriced ) shall be opened on 17.01.2013 at 15 30 hrs. in the office of Scientist In-Charge, NIO Regional Centre, Mumbai in the presence of Tenderers or their authorized representative(s) who wish to be present. The Financial bids ( part-II priced ) of only those tenderers whose techno-commercial bid is found responsive will be opened at a later date and time to be informed by NIO with notice of minimum 2 days The tender opening committee (TOC) of NIO Regional Centre shall open the properly sealed tenders only. Unsealed or improperly sealed tenders shall be rejected. Conditional bids will also be summarily rejected. All the Financial bids opened, will be sealed in one envelop acknowledged by TOC and will be kept in the custody of Scientist- in- Charge,CSIR-NIO,Mumbai till the date of opening of the same. The financial bids of the non responsive tenderers as decided by TEC will be returned to the respective parties at a later date.

6. Earnest Money Deposit:

6.1. Each Tender must be accompanied with an Earnest Money (EMD) only in the form of a demand draft for Rs. 50,000 (Rs. Fifty thousand only) drawn on any

Page 9: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

7  

nationalized/scheduled Bank in favour of “The Director, NIO”, Goa, payable at Dona Paula only. No other form will be accepted for submission of EMD.

At the back of the demand draft, the name of the Tenderer should be clearly written with the caption “Providing Catering & Housekeeping Services for CTAF Guest House, Prabha Devi, Mumbai”. Tenders submitted without E.M.D shall not be evaluated or considered.

6.2. The earnest money will be forfeited:

If the Tenderer withdraws his Tender during the period of Tender validity. If in the case of the successful Tenderer, the Tenderer fails to:

a) Start the contract within 10 days of awarding the work b) Sign the contract or to furnish performance security in accordance with

General terms and conditions of contract within 1 month c) Comply with all the terms and conditions of the agreement d) Comply with the rules and regulations of Govt. such as PF, ESI etc.

6.3. Return/refund of EMD to the unsuccessful/non-responsive Tenderer(s) will be made

normally within 30 days after the successful award of Tender. No interest shall be payable on it under any circumstances for delay in refund due to any reason.

7. Declaration and Details by tenderer:

7.1. The Tenderer should submit the agency profile and details as in the Annexure – “I”.

7.2. A declaration on all the terms and conditions of the contract must be submitted by the Tenderer as per the Annexure – “II”.

8. Validity and Evaluation:

8.1. The Tenders should be valid for a period of at least four months from the date of opening of the Tender.

8.2. Incomplete, conditional tenders and fax/e-mail/telegraphic tenders are liable to be rejected.

8.3. Tenders are not transferable under any circumstances.

8.4. The rates should be quoted in figures as well as in words. In the event of any contradiction between the two, the rates quoted in words shall be considered for evaluation and same shall be binding upon the tenderer.

8.5. NIO will award the contract to the successful evaluated bidder whose bid has been found to be responsive and who is eligible and qualified to perform the contract satisfactorily as per terms and conditions incorporated in the bidding document.

8.6. NIO will communicate the successful bidder by the letter sent through “Registered Post” that his bid has been accepted. This letter (hereafter and in the condition of contract called “Award Letter”) shall prescribe the amount or rates which NIO will pay to the contractor in consideration of the execution of work/services by the contractor as prescribed in the contract.

8.7. Failure of the successful bidder to comply with the requirements of above clauses shall constitute sufficient grounds or the annulment of the award and forfeiture of EMD.

Page 10: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

8  

9. Acceptance of Tender:

9.1. Normally, work will be awarded by following the laid down procedure applicable to CSIR, but NIO is not bound to accept the lowest tender. NIO also reserves the right to award the work to more than one contractor ensuring the reasonability of rates depending upon urgency, requirement and for smooth functioning of Institute’s day to day work.

9.2. NIO reserves the rights to accept one or more Tenders in part or in full or reject any or all Tenders in part or full without assigning any reason thereof.

9.3. NIO reserves the right to disqualify such Tenderers who have a record of not meeting the contractual obligations against earlier contracts entered into with CSIR, or with any central or state government agencies.

9.4. The tenderer shall, within 15 days of receipt of the award letter or letter of intent, give his acceptance in performance security format for conformity on Annexure – “VI” provided with the tender document.

10. Performance Guarantee

The successful Tenderer shall be required to furnish a performance security of Rs. 1,00,000.00 (Rs. One Lakh only) within 15 days after receipt of Award Letter in form of a Bank Guarantee from a nationalized/scheduled bank in favour of The Director, NIO, Goa and valid for a period of 30 months from the date of execution of agreement of contract in the form provided in the Tender document at Annexure – “VI”.

11. Signing of Contract:

The successful Tenderer shall present himself for signing the contract within three Weeks after receipt of Award Letter from NIO. Commencement of catering and housekeeping services shall be made by the Contractor in accordance with the time schedule specified in the Work Order issued by NIO.

12. Relationship with Employees

NIO will debar parties from tendering having relatives working in NIO and/or any other unit of CSIR. A non-relationship Certificate (at Annexure – “III”) is required to be submitted. NB: A person shall be deemed to be a relative of another if, (a) they are members of a Hindu undivided family; or (b) they are husband and wife, or (c) the one is related to the other in the following manner; father, mother (including step mother), son (including step son), son’s son’s son, son’s son’s wife, son’s daughter, son’s daughter’s son, wife, daughter’s daughter, daughter’s daughter’s husband, brother (including step brother), brother’s wife, sister (including step sister), sister’s husband.

Page 11: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

9  

SECTION – 3 General Terms and Conditions of Contract

1.0 License:

The Contractor should have a valid license (Food and Drug license) and registration under relevant shops and establishment act to run catering & housekeeping services. Any site license, if required from local authorities/bodies will have to be obtained by the Contractor at his own cost.

2.0 Performance Guarantee:

2.1 The performance guarantee in the form of a bank guarantee shall be discharged / returned after expiry and successful completion of the contract, within a period of 18 months. In case of non-execution of the contract, in part or in full, the performance security shall be forfeited, after giving due notice to the Contractor in respect of the defective/improper performance/execution or breach of any of the terms of the contract etc.

2.2 Any sum of money due or payable to the Contractor, including the performance security refundable to him under the contract, may be apportioned by NIO, against any amount of loss caused/penalty imposed on the Contractor, which the Contractor may own to NIO/CSIR under this contract or any other contract or transaction.

3.0 Delays in performance and liquidation of damages:

3.1 Start of services shall be made by the Contractor in accordance with the time schedule specified in the work order. Extension will not be given except in exceptional circumstances.

3.2 In case the service are not started on the stipulated date as indicated in the work order, NIO reserves the right to cancel the work order and / or recover liquidated damage charges to the extent of the charges incurred by NIO in making alternative arrangements along with penalty of Rs. 1000.00 per days for the delay period.

3.3 The cancellation of the work order shall be at the risk and responsibility of the Contractor and NIO reserves the right to award the work at the risk and cost of defaulting Contractor.

4.0 Penalty:

In case of breach of any conditions of the contract and for all types of losses caused by the Contractor, NIO shall make deductions as deemed suitable or as specified in the contract, from the bills preferred by the Contractor.

5.0 Labour Regulations and payment of wages:

Page 12: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

10  

The Contractor shall obtain a valid license under the Contract Labour (R&A) Act 1970 and the Contract Labour (R&A) Central Rules, 1971. Before commencement of the work a copy of which he shall submit to NIO. He shall continue to have a valid license until the completion of work. The Contractor shall also comply with the provisions of the Child Labour (Prohibition and Regulation) Act 1986, Payment of Wages Act 1936, Minimum Wages Act 1948, Employees Liability Act 1938, Workmen’s Compensation Act 1923, Industrial Dispute Act 1947, Maternity Benefits Act 1961 and Apprentices Act 1961 or the modification thereof or any other laws relating thereto and the rules made there under from time to time. The Contractor is fully responsible to observe the above laws as amended from time to time in regard to his employees and compensation and other benefits / risks in relation to employees engaged by him. The Contractor shall maintain all these statutory registers required under labour laws. The Contractor shall also produce these records on demand by NIO authority. If he fails to do so, his failure will be a breach of Contract and NIO may at its discretion cancel the contract without prejudice to any other action under the law and contract. The Contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provision of the Acts.

5.1 The regulation aforesaid shall be deemed to be part of this contract and any breach thereof shall be deemed to be a breach of this contract.

5.2 NIO shall have the right to deduct from the money due to the Contractor, any sum required or estimated to be required, for making good the loss suffered by a worker or workers, by reason of non-fulfillment of the conditions of the contract of the benefit of workers, non-payment of wages or of deduction made from their wages which are not justified by their terms of the contract or non-observance of the Regulations.

6.0 Safety Regulations:

The Contractor shall be responsible to take all precautions to ensure the safety of all the equipment, persons, public & private property while working at NIO.

7.0 Status of the Contractor and its Staff Members:

7.1 The Contractor shall have the legal status of an Independent Contractor. Neither the Contractor nor its staff members, nor any person deployed by the Contractor or its agents for, or within the framework of, the performance of the services under the present contract shall be considered in any way as being employee of NIO/CSIR.

7.2 NIO shall accept no liability explicit or implicit for, nor any financial or other consequences arising from, sickness, injury, damages or death of the personnel of the Contractor, of the staff members or of any sub-Contractor or agent or of any person performing on their behalf any work under the present contract, including the time spent in travel, nor for any damages which may arise by reason of the neglect or default of any of them.

7.3 The Contractor shall accept no liability for sickness, injury, damages or death of persons provided by the NIO/CSIR other than that caused due to its negligence or that of its staff members, agents or persons employed by it or its agents.

7.4 The Contractor shall indemnify and hold harmless the NIO/CSIR in respect of any claim arising out of the Contractor’s or its staff member’s negligent of unlawful performance under the present contract and brought against NIO/CSIR by any person for a liability.

7.5 The Contractor shall, at his expense, take appropriate insurance to cover all risks, damages or injuries, including related claims, which might occur to any person,

Page 13: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

11  

including third party, or to any property, including equipment, papers and documents, and arising out of, or connected with the Contractor or its staff member’s performance under the present contract.

7.6 For the purposes of this contract, the term third party shall be “inter-alia” officials of NIO/CSIR and its agents and officials, as well as any person or entity employed by the Contractor or engaged for the Contractor in connection with the implementation of the present contract.

7.7 Notwithstanding anything to the contrary contained in this contract, the Contractor shall only be liable, and shall only be required to indemnify the NIO/CSIR, in respect of claims or liabilities that arise out of the negligence, breach of contract or unlawful conduct of the Contractor or its staff members or agents in the performance of this contract.

8.0 Extension and Termination of Contract:

8.1 The duration of the Contract is for a period of 2 years from the date of commencement of work after award of work.

8.2 Initially, contract may be awarded for one year in which initial three month will be trial period. The contract may be extended on the basis of satisfactory services to the satisfaction of the Competent Authority of NIO for another one year on increased rates based on indices/consumer price index on mutual negotiation but maximum up to 10% of original rates. The contract will be monitored quarterly by the authorized representative of the Competent Authority. In case, services are not found satisfactory at any point of time, the contract may be terminated after giving one month prior notice. Renewal of contract for 3rd year may be considered by the Competent Authority on mutual negotiation on every aspect of the contract.

8.3 Notwithstanding any other provisions made in the contract, NIO reserves the absolute right to terminate the contract forthwith if it is found that continuation of the contract is not in Public Interest. The Contractor is not eligible for any compensation or claim in the event of such cancellation.

8.4 If at any later date, it is found that the documents and certificates submitted by the Contractor are forged or have been manipulated, the work order issued to the Contractor shall be cancelled and Security Deposit issued to NIO shall be forfeited without any claim whatsoever on NIO and the contractor is liable for action as appropriate under the extant laws.

8.5 NIO reserves the right to terminate the contract in part or in full at any time with one week’s notice without assigning any reason thereof.

9.0 In case of Death of the Contractor:

Without prejudice to any of the rights or remedies under this contract, if the Contractor dies, NIO shall have the option of terminating the contract without compensation to the legal or other heirs of the Contractor.

10.0 Arbitration:

10.1 In the event of any question, dispute or difference arising under this agreement or in connection there with except as to matter the decision of which is specifically provided under this agreement, the same shall be referred to sole arbitration by the Director General, Council of Scientific & Industrial Research, or an Arbitrator appointed by him specifically for resolution of dispute / difference

Page 14: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

12  

under this contract. The arbitration shall be conducted under the Indian Arbitration and Conciliation Act 1996 and any amendments thereof.

10.2 The venue of the arbitration proceedings shall be the office of The Director, NIO at Dona Paula, Goa or any such other place as the arbitrator may decide.

11.0 Force Majeure:

Neither Contractor nor NIO shall be liable for any delay, default or failure under this agreement is such delays, defaults or failures arose as a direct consequence of recognized force majeure.

SECTION – 4

Scope of Work, Schedule, Specifications and Terms & Conditions of Contract

1. The scope of the contract:

Management of the CTAF Guest House at Prabhadevi, Mumbai including Lodging and Boarding to the guests.

The CTAF Guest House is used mainly to provide accommodation to reputed scientists, experts and scholars etc. of national and international levels visiting NIO for official and personal purpose and top class services are to be provided to them. The occupancy of the guest house varies from time to time depending on the need and necessity of the institute.

The guest house has following facilities at present:

1. No. of Rooms with 2 beds each

2. No. of VIP Rooms.

3. Restaurant with kitchen.

4. T.V. Cum Reading Room.

Availability of present rooms and facility are given above. Rates are to be quoted accordingly.

Contractor is expected to take the care of the guest once he arrives, provide him the designated room and catering needs as per requirement. Detail of the services to be provided is given below in SECTION B below.

2. Details of Catering and Housekeeping :-

{A} Catering Services:

The contractor shall provide catering services at CTAF Guest House at Prabhadevi, Mumbai as specified in the tender as per the approved and pre-decided menu and rates as mentioned in Annexure VII.

2.1 Serving of Breakfasts, Lunches and Dinners

i. Daily Breakfasts, Lunches and Dinners shall be served as per the approved and pre-decided menu as mentioned in Annexure VII.

ii. The Contractor shall ensure requisite quantity and efficient service in dining hall. Cleaning of crockery, cutlery & glassware will be taken care during the service & afterwards. Proper serviettes will be provided by the Contractor.

Page 15: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

13  

iii. Buffet lunch(s) and /or Special Lunches will be served as and when asked for otherwise specified for a special menu by NIO.

iv. The Contractor shall ensure efficient & requisite quantity, quality of food and service as per approved rates and menu.

v. Service of aerated drinks, hot beverages, snacks, etc. will be served to Guests and NIO Staff at approved rates on individual payment basis/office billing basis as the case may be.

vi. Contractor shall maintain sufficient stock of the required items and provide services.

vii. In CTAF Guest House at Prabhadevi, Mumbai daily dinner(s) shall be served as per the approved and pre-decided menu. Buffet dinner will be served whenever specified by NIO.

viii. The Contractor shall ensure requisite quantity and efficient service in dining hall.

ix. Cleaning crockery, cutlery & glassware will be taken care during the service & afterwards by the contractor. Proper serviettes will be provided by the Contractor.

The Contractor shall follow the different menus every day from the items approved by NIO. Specific menus for every week may be presented to the designated authority every Thursday and got approved for the next week. In-charge Guest House & Concerned person/Authority may modify the items of the menu to be served on different days to suit the needs of the Guests and NIO. The detailed menu so prepared shall normally be valid for the week. No change can be made in the menu by the Contractor without written approval. Violation of these instructions shall automatically result in 5% deduction from the bill for that event, subject to a minimum of Rs. 1000/- per occasion.

3 Suggestion cum Complaint Register

A suggestion cum Complaint register will be kept in the Guest House Reception for registering suggestions of the Guests with regard to all/any aspect of the food including services provided by the Contractor and the Contractor shall take appropriate remedial steps in this regard under intimation to NIO.

4 Facility provide by NIO and responsibilities of Contractor

4.1 Procurement of provision as well as maintenance of crockery, cutlery etc. will be the sole responsibility of the Contractor. Contractor will be provided free electricity and water in Guest House and Kitchen. Gas connection with empty cylinders will be provided by NIO. Cost of refilling of cylinders will be borne by the Contractor. Contractor will be provided with furniture and kitchen equipment as available in proper working order by NIO. Thereafter, proper usage and day to day maintenance is to be ensured by the Contractor. If at any time, it is felt that these equipments are not kept in proper order, NIO will be authorized to get them repaired / maintained and cost debited to the Contractors account for necessary deduction. However, the major maintenance of the equipment will be borne by NIO which shall be decided by the concerned committee. The Contractor shall be liable for any willful loss or damage caused to NIO property.

4.2 The Contractor shall arrange for proper cleaning and upkeep of floor area, furniture under his charge /custody in the CTAF Guest House.

Page 16: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

14  

Paper / Cloth Napkins

The Contractor shall provide good quality paper napkins during service of meals. For special events, Contractor shall provide cloth napkins (serviettes) as per directions of NIO without any extra charges.

5 Food Quality and Control Checks

5.1 NIO reserves the right to test / have tested from certified agency any time at its costs raw materials used for lunches, dinner, tea/coffee etc. The foodstuff prepared for serving shall be subject to the approval of NIO authorities and their decision in this regard shall be final and binding on the Contractor. Financial losses and other damages caused to NIO on account of the bad quality of food served are liable to be penalized and suitable recoveries as decided by NIO shall be made on this account. The designated officials of NIO are entitled to inspect the premises at any time to ensure bona-fide use, to check hygiene and cleanliness and to check quality of the ingredients used and the food quality.

5.2 Surprise control checks can be carried out by any designated NIO official(s) during any time of the services for which no extra charge will be levied/billed for exercising quality control. Observations of such checks will be duly intimated to the Contractor, which shall be binding upon him/her for compliance. Repeated complaints / non-compliance on part of the contractor may lead to cancellation of the contract by the competent authority at anytime during the contract period

6. Quality of Non-Veg Items

Contractor must submit on demand, a certificate and proof of freshness and for service quality of non-veg. items from the concerned authority.

7. Timings

Contractor shall arrange for preparing and serving of breakfast, teas – forenoon, afternoon, and evening, lunch and dinner as per menu provided in respective Annexures. This should be prepared and served in accordance with the timing given below unless and otherwise specified or re-scheduled by NIO. The normal timings of catering services will be as under which may be changed at the discretion of NIO authorities:-

# - Advance intimation is required

8 Quality /Brand of Items

8.1 Contractor shall buy good quality raw materials e.g., meat, fish, poultry and eggs, grocery, vegetables & fruits etc for preparation of all meals at his own cost. He shall use branded items of the brands or makes given in Annexure – “VIII”. (use of beef and pork is prohibited)

Item CTAF Guest House Bed Tea 06:00 Hrs to 07:00 Hrs Breakfast 08:00 Hrs to 09:00 Hrs Forenoon Tea 10:30 Hrs to 11:00 Hrs Lunch# 13:00 Hrs to 14:00 Hrs Afternoon Tea 15:30 Hrs to 16:15 Hrs Evening Tea 17:30 Hrs to 18:30 Hrs Dinner# 20:30 Hrs to 21:30 Hrs

Page 17: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

15  

8.2 These items are subject to verification at any time without notice by NIO or by its authorized committees, whose recommendations will be final and binding on the Contractor for suitable remedial action, if any, as decided by NIO or the committee.

1. Hygiene:

1.1 The hygienic conditions need to be maintained in the kitchen and other dining areas. The food production, pantry, steward dishwashing and pot-washing areas are to be kept free from insects / rodents. For this, proper pest control is to be done and to be carried-out periodically by the contractor at his own cost. In case anything adverse comes to the notice of the Competent Authority (CA), the same need to be remedied to the satisfaction of the CA. The failure to do so will result in termination of the contract.

1.2 The staff deployed by the contractor in the kitchen and housekeeping etc., should be medically fit and the contractor should obtain certificates from Govt. Hospitals / AMA as notified by the NIO. They need to be medically examined at the intervals of six months and fitness certificate must be submitted to NIO.

1.3 The Contractor should immediately withdraw staff with contagious disease from deployment.

1.4 The raw material, semi-cooked and cooked food shall be held/kept under total hygienic conditions by the Contractor as per food laws. LPG will be used as cooking fuel and shall not be substituted with any other fuel viz. wood/coal, except for tandoor.

2. Cleanliness:

2.1 Floors, walls, doors, windows, ceilings, ceiling fans, electrical fixtures and furniture in the dining halls, kitchens, hand-wash area etc. in the CTAF Guest House shall be maintained spotlessly clean by the Contractor, Failure to keep these in spotless condition shall be dealt with by imposition of penalty of Rs. 1,000/- per occasion.

2.2 The wash basin areas tend to get dirty frequently during meal times. The Contractor should ensure special care at these times including cleaning and drying at intervals of every fifteen minutes or less to ensure clean and clear washbasins and surrounding areas.

2.3 Due cleaning of all table linen will be the responsibility of the Contractor and fresh table linen will be used each day.

2.4 Cleaning material of good quality shall be used by the Contractor at his own cost.

2.5 Utensils shall be cleaned using hot water and proper liquid detergents and finally washed in quality antiseptic liquid.

2.6 Contractor shall not use cracked, chipped and stained crockery. The Contractor shall replace all chipped, cracked, stained and broken crockery items immediately at his own cost. If chipped, cracked, stained crockery is found in use, it will attract a fine of Rs. 1,000/- per occasion.

3. Fine:

Apart from penalties mentioned in the foregoing pages, a flat fine of Rs. 1,000/- per occasion will be imposed by NIO authority / authorized committee for breach of contract with respect to not maintaining the quality/quantity/service/non conforming to rules as per agreement which may be in addition to disallowing payment for items of inferior

Page 18: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

16  

quality served or for items not served at all. NIO will be free to feed the Guests in case of non-supply/short supply, at the cost of the Contractor and the expenditure thereof will be borne by the Contractor besides a penalty of Rs. 1,000/- per occasion.

4. Staff Deployment

The Contractor shall deploy trained staff like cooks – having knowledge of preparation of various dishes of North & South India as well as Continental & Chinese dishes, Waiters, cleaning staff, dish washers and head waiters and supervisors as mentioned below for both the premises to ensure complaint free service. Safaiwalas/cleaning staff shall be engaged for the CTAF Guest House exclusively for cleaning. The cleaning timings shall be fixed in such a way that it does not hamper food service.

1. Manager- cum- Receptionist (Skilled)

2. Cooks (Skilled)

3. Room Boys (Unskilled)

4. Sweepers (Unskilled)

5. Restaurant Waiters (Unskilled)

Waiters shall be provided for smooth and efficient service. Moving personnel from one place to another for Organizing special lunches and/or dinners at one location should be intimated to authorized person of NIO.

{B} Housekeeping Services

1. The CTAF Guest House has developed excellent residential facility for the visiting guests, faculty & trainees/students. The Guest House is situated near Prabhadevi.

2. Each room is air-conditioned and fully furnished with high quality linen & furniture and is having other accessories like – colored TV set with Cable connection, Intercom/telephone connection, Geysers etc.

3. The Kitchens are well equipped with state-of-the-art equipment matched by high quality furniture in the dining halls.

4. The Guest House will cater to visitors comprising of faculty members & guests from different labs. and Institutes of CSIR and also from Non-CSIR sector (both public & private). The Services shall comprise both lodging & boarding facilities, housekeeping, front office-reception and reservation (completing all formalities of arrival & departure) of all Guests/Participants, etc.

5. The floors of the building areas including bathrooms and toilets shall be washed, cleaned and mopped daily with appropriate eco-friendly cleaning aids supported with right kind of equipment and cleaning aids suitable for Wooden, PVC, and Vitrified Tiled Floors. Use of disinfectants is must for bathrooms and toilets. Branded Liquid Soap in bathrooms and common toilets will be provided by the Contractor. All the utility areas and area within the compound on all sides of the building shall be swept and kept clean all the time on twice daily basis. The exercise of cleaning must be carried out depending on the season requirement.

6. Effective cleaning of rooms and bathrooms has to be ensured during morning shift taking into account the convenience of the occupant. Unoccupied rooms should be aired & dusted every day.

Page 19: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

17  

7. Besides daily cleaning schedules of weekly, fortnightly, monthly and spring cleaning will also be worked out and taken up under intimation to NIO. However, schedule will not be delayed or overlooked in absence of NIO confirmation. The Contractor will prepare a list of protocol and daily check’s for scheduled housekeeping works. A weekly/fortnightly report should be submitted to the Canteen Committee.

8. The Housekeeping staff will be present in the premises and carry out duties as assigned by competent authorities.

9. The Contractor shall be responsible and bear the cost of housekeeping cleaning aids and agents, equipment and other consumables required for housekeeping services. A proposed list of cleaning agents and aids is annexed at Annexure – “IX”.

10. All toilet fittings and fixtures (including CP fittings) should be cleaned and kept shining. No dirt / black water marks / scales should be around the fittings.

11. Vacuum cleaning, shampooing of the upholstery will be the responsibility of the Contractor. Proper branded furniture polish will be used for up-keeping of polished furniture.

12. The laundry and ironing services to the Guests are to be provided as per requests on cash payment basis rates for which will be duly approved by NIO in advance. Proper upkeep, cleaning and maintenance of all linen items of the guest house i.e. woolen blackest, bed sheets, towels, pillow covers, napkins, curtains etc. shall be ensured at contractor’s cost. Regularly used items like bed sheets, towels, pillow covers should be changed as and when required.

13. The wash area, water & electricity will be provided by NIO in its premises.

Front Office Services

1. The services of educated and technically qualified with communication proficiency both in English and Hindi, computer literate and well groomed Manager-cum-Receptionist (MCR) is required round the clock.

2. The MCR shall look after all assignments related to room allocation, telephone operator, STD Facility, collection of all the charges from guests etc. as per the rates approved by NIO.

3. Proper maintenance of guest arrival and departure register, cash receipt books issued by NIO for depositing daily room rent collection or any other charges to NIO, shall be maintained by the MCR deployed by the Contractor. These records can be inspected by authorized representative of NIO any time. He/She will collect all the charges from the guests as per approved rates of NIO. Room charges and other collections will be deposited with the cashier NIO on daily basis during working hours by authorized person of the Contractor. Proper record of the receipts and deposits so made to the NIO Cashier shall be maintained by the Agency/Contractor. The MCR is also responsible for maintenance and upkeep of suggestion/complaint register in the reception area.

4. The Manager/Catering Supervisor in each shift shall be responsible for allocation of duties to workers, maintenance of accounts of linen items, and for interaction with In-charge Guest House for the upkeep of the Guest House. He should maintain account of materials taken outside the premises and brought back. These materials can be taken outside only with the approval of the In-charge Guest House or higher authorities supported with requisite gate pass. The cost involved due to any loss or damage to the material while taking our and brining in shall be borne by the contractor.

Page 20: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

18  

5. RESERVATIONS FOR THE GUESTS WILL BE MADE ONLY BY NIO. The Contractor shall ensure proper accommodation to the guest after due verifications. The contractor shall not allow any unauthorized person(s), in the guest house. Violation of this will lead to termination of Contract.

{C} Terms of Service:

1.0 Contractor’s Staff:

a) The job function is to maintain the aesthetic looks of the CTAF Guest House including building and surroundings. These must be maintained neat, clean, and tidy with pleasant odor. A high standard of hygiene and sanitary conditions must be maintained by the contractor.

b) The Contractor shall deploy a designated Manager for the overall control / supervision of the services and co-ordination with NIO. The Catering and Housekeeping Supervisors deployed by the Contractor must possess requisite qualification and should be well versed with the catering and housekeeping professions.

c) The successful tenderer shall provide to the NIO the list having Names, Date of Birth, Qualification and Experience details of the deployed staff before signing of the contract. Non-Compliance of this clause will result in forfeiture of the EMD. It should also be ensured by the Contractor that the staff should undergo training to upgrade their skills/knowledge in the respective areas at least once in a year.

d) The deployed staff should be medically fit and possess qualities of a well groomed and hygienic staff. The contract personnel shall be free from any communicable diseases.

e) The deployed Staff, including Manager, Supervisors – Catering, Housekeeping, Front Office/Receptionist; Room Boys; Cooks; Waiters; Sweepers, etc. by the Contractor should be courteous, civic and polite in behavior towards all the trainees, officers and the NIO establishment. They should also be reliable, trust worthy, alert and efficient.

f) The Contractor and his employees shall abide by the hostel/guest house/institute rules and shall be subjected to discipline as prescribed by NIO. In case of any dispute between the trainees/faculty/members of the staff of NIO and the Contractor or his employees, the matter shall be referred by the Contractor to NIO and in such matters the decision of the NIO shall be final.

g) Internal Organizational problems of the Contractor and the deployed staff will be resolved by the Contractor at his own end without disturbing the peace & tranquility & involvement of the Institute. Occurrence of such incident(s) will automatically lead to forfeiting of Contract along with EMD.

h) All staff deployed by the Contractor shall have Plastic/Laminated photo identity cards issued by the Contractor & duly verified by NIO so that entry is restricted to only legitimate persons to NIO premises. A notice board will be provided by the Contractor in all service areas (behind the scene) indicating the duty rosters of workers deployed in housekeeping, front office, kitchen & dining areas. The Police verification for such staff shall be done before deployment in the Centre. Any worker found without identity cards will not be permitted to enter the premises.

i) The service of the workers deployed is required on all days during the calendar year irrespective of holidays & they should be prepared to work in shifts as indicated earlier. Sufficient number of room boys and cleaners shall be deployed by the

Page 21: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

19  

Contractor to attend to the work as per requirement and as and when required in the exigencies of work.

j) Contractor will ensure that the staff hired by the contractor is always in the uniform approved by NIO when on Duty. Sufficient sets of Uniforms to the deployed workers while on duty, as approved by NIO Authority would be provided by the Contractor so that the workers are always in neat and tidy uniform. Any deficiency will attract imposition of a penalty which will be deducted from the bill.

k) The Contract or his Representative/Manager shall daily report to Officer-in-charge, NIO to supervise the work under the contract and take instructions from him for the assignments. He should, all the time, be available at the worksite during course of work.

l) The Contractor /Manager may be requested to attend meetings as and when called by the NIO authorities for concerning catering and housekeeping of the above facilities.

m) The Contractor shall not lease or sub-contract the whole or any part of the Contract to anybody. Such act will lead to forfeiting of Contract along with EMD.

n) Upkeep & Maintenance of the inventories provided by NIO will be the sole responsibility of the Contractor. Returns of such inventories on termination of Contract in the condition as at the initial taken over time will be ensured by the Contractor.

o) The Contractor shall be deemed for all legal and contractual purposes, as the employer of the said persons and such persons will not have any claim for employment or any kind of compensation from CSIR/NIO during the period of Contractor or at any-time in future.

2.0 Accommodation to Staff of contractor:

NIO has no obligation to provide accommodation of the staff of the contractor.

3.0 General Guidelines:

3.1 Electricity for non-cooking purposes and water will be provided by NIO at the premises. However, contractor/agency shall be responsible to ensure that there is no undue wastage of power & water by his staff or even by others such as NIO staff etc. and shall bring any such misuse or wastage to notice of NIO authorities.

3.2 An internal telephone connection each without zero dialing facility would be provided by NIO at reception of the Guest House.

3.3 The furniture, fixtures and kitchen equipments will be provided by NIO (LIST of equipments will also be provided to the successful tenderer after award of the contract at the time of execution of agreement. Any additional equipments / utensils / kitchenware other than that which mentioned in the list will be arranged by the Contractor without any extra charges to NIO. The agency shall be responsible for proper maintenance and upkeep of the NIO property entrusted to it. This has to be returned on termination of contract in good condition.

3.4 The contractor or his workers shall not misuse the premises allotted to them for any purpose other than for which contract is awarded.

3.5 Contractor shall devote his full attention in purchase, preparation and services to ensure highest quality in all aspects and discharge his obligations under the contract with trust, diligence and honesty.

Page 22: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

20  

3.6 The contractor/agency shall at all times during the existence of the contract abide by all directions and instructions which may be given by NIO concerning all aspects of catering and housekeeping services.

3.7 The contractor/agency shall always be prepared to meet any eventuality/emergency situation for implementation of the contract.

3.8 The contractor shall supply manpower for rearranging of the guest house material of furniture for which no extra payment shall be made.

4.0 Payment Terms:

4.1 The Contractor will submit the monthly pre-receipted bills in triplicate after satisfactory completion of the work to the concerned officer of the Institute for certification for pro-rata payment in respect of Housekeeping Services. For Catering services for Seminar/Conferences/Meetings, bill will be submitted as per consumptions/certificates issued by the concerned authorities. The officer on the receipt of the bill will check the work record and there after process the bill for payment.

4.2 Contractor shall take payment from guests staying on cash/payments basis in the guest house. However, payment of bills for services provided to non-resident trainees/guests in the hostel/Guest House dining hall will be the sole responsibility of the Contractor and NIO will have no role and responsibility for payment. Contractor shall collect payment of all food and a beverage service provided to individuals who are not part of the training programme/workshops/seminars or is/are participant but ordering beyond prescribed services, offered under programme, like tea coffee/ snacks, etc. Approved rates will be charged for such orders against cash receipts. NIO shall not be responsible for these payments collected by the Contractor or non-payment by any ordering individuals/guests.

4.3 INCOME TAX AND OTHER STATUTORY LEVIES AS APPLICABLE FROM TIME TO TIME WILL BE DEDUCTED FROM THE BILLS OF THE CONTRACTOR.

4.4 Contractor cannot claim any damages due to loss whatsoever incurred due to unforeseen reasons, which are beyond the control of NIO.

4.5 In case of any delay in processing of the bills, the contractor would be required to ensure the payment of its workers as per statutory labour laws and there should be no linkage between this payment and settlement of the contractor’s bill from NIO.

5.0 Deductions:

In case of the Contractor fails to execute/ perform the assigned works or a part thereof, NIO shall be authorized to make suitable deductions as deemed fit by NIO from the bills of the Contractor and damages shall be charged to the extent of loss incurred by NIO. The decision of NIO shall be final & binding on the Contractor.

6. Rates

6.1 The rates are to be quoted for providing Catering and Housekeeping Services to CTAF Guest House.

6.2 Tenderer shall quote rates for providing catering services to NIO in the prescribed Performa provided in appendix (Annexure-V) to the tender document. Financial part of

Page 23: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

21  

Bid (priced) must contain rates for all items and services. Incomplete or partial financial bids will be rejected at that stage and no claims or request for subsequent submission will be entertained.

6.3 The Tenderer shall quote rates on “Lump sum” basis in rate list of Financial part of Bid format provided in Annexure – “V”. THE RATE QUOTED SHOULD BE WITHOUT ANY CONDITIONS AND SHOULD INCLUDE COST OF ALL RAW MATERIAL AND INPUTS INCLUDING FUEL, LAUNDRY, COST OF CLEANING ITEMS ETC AND ALSO CONSIDERING THE INCOME TAX TO BE DEDUCTED FROM THE TOTAL AMOUNT OF BILL.

ANNEXURE – I TENDERERING AGENCY’S PROFILE

Affix duly Attested P.P.

Size recent photograph of the authorized

representative of the prospective bidder.

Due date for tender Opening time and date of tender Name, address of firm/Agency and Telephone numbers.

Registration No. of the Firm/Agency Name, Designation, Address & Tel. No. of Authorized person of firm / Agency to deal with

Please specify as to whether tenderer is sole proprietor / Partnership firm / company or any other establishment.

Name, Address Telephone No. E-mail ID of Heads/ partners etc. be specified

Copy of PAN card issued by Income Tax Dept. & Copy of previous Financial Year’s Income Tax Return

Provident Fund Account No. ESIC Number License number under Contract Labour (R&A) Act.

Page 24: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

22  

Details of Bid Security deposited: a) Amount: DD No. b) Date of issue: c) Name of issuing Bank

Authorization / Power of Attorney Any other information

Declaration by the bidder

This is to certify that I/We before signing this tender have read and fully understood all the terms and conditions contained herein and undertake myself/ ourselves to abide by them.

Page 25: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

23  

ANNEXURE – II COMPLIANCE REPORT

To

Scientist In-Charge , NIO Regional Centre, Lokhandwala Road, Four Bungalows, Andheri (West), Mumbai - 400053

Sub: Regarding tender No.___ dt…….. for “Providing Catering & housekeeping Services at CTAF Guest House” Dear Sir, I have gone through the complete terms and conditions of the Tender for providing Catering and housekeeping Services at CTAF Guest House and accept the same. I am herewith enclosing: Bank Draft No.....................Dated……………….Drawn on Bank ……………………for Rs. …………………………………………………………….. along with the tender as earnest money. I further declare that – undersigned is authorized on behalf of M/s ……………………… to sign the Tender Document. Place: …………………. Date: ………………….

Signature of Tenderer Name: …………………………………

Position / Designation: …………………………………

Address: …………………………………

Tel. No.: …..……………………………

Page 26: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

24  

ANNEXURE –III

Participation of near relatives of employees in the tender / execution of works in units.

I, ……………………………………………. S/o ………………………………….R/o …………………………………………………………………………...............................hereby certify that none of my relative (s) as mentioned in Clause No. 13 of Section-2 of the tender document is/are employed in NIO / CSIR as per details given in tender document. In case at any stage, if it is found that the information given by me is false/ incorrect, NIO / CSIR shall have the absolute right to take any action as deemed fit without any prior intimation to me.

TENDERERS SIGNATURE

OFFICIAL SEAL OR STAMP

Page 27: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

25  

ANNEXURE – IV

CHECK-LIST OF ESSENTIAL DOCUMENTS

Sr. No.

Documents to be attached Yes No If Yes Page No.

1 Valid license (Food and Drug license) and registration under relevant shops and establishment act to run catering & housekeeping services

2 Authority for signing of the Tender on behalf of firm

3 Earnest money deposit of Rs. 50,000.00 (Rs. Fifty Thousand only) in the form of DD issued by any scheduled/nationalized bank in favour of Director NIO,

4 Proof of experience along with satisfactory performance certificates from the concerned employers where tenderer has provided catering and housekeeping services during the last five years including the number of persons/organization to whom the services have been rendered as needed above

5 PF and ESI registration certificates, if applicable as per the relevant Act

6 Solvency certificate of Rs. 5.00 lacs. from a nationalized / scheduled bank

7 Service Tax Registration from Service Tax Office as per GOI Rules

8 Proof of turnover and LATEST COPY OF INCOME TAX RETURN with PAN

9 A certificate regarding Non-relationship with NIO employees as per given draft as per Annexure III in the tender form

Page 28: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

26  

ANNEXURE – V  

  

FINANCIAL BID (PART A)  

To Scientist In­Charge ,  NIO Regional Centre,  Lokhandwala Road, Four Bungalows,  Andheri (West), Mumbai ­ 400053 Date  Sir, Sub:­    Contract     for     providing   catering and houskeeping services for   CTAF guest   house , Prabhadevi, Mumbai  With reference to your tender No.                                             dated                   of operating CTAF Guest House.  I / we would like to submit our quotes for the same herewith. We clarify that we  have  understood  the  scope  of  the  tender  and  we  have  the  capacity  to  fulfill  the requirement of the NIO; further we agree to abide by the terms and conditions as specified in this tender document.  In matters not dealt with there in, I /we shall abide by the decision of the Director, NIO.  I/we quote charges for the same as below. 

  

The  TOTAL  LUMPSUM  MONTHLY  amount  for management  and maintenance  (Housekeeping)  of the CTAF GUEST HOUSE, PRABHADEVI, MUMBAI 

Rs.

 Note:‐   Catering charges will be paid separately on Bill basis by the individual Guest or by   the Institute, as the case may be. Hence, that may not be included in monthly   contract amount • I have applied for providing catering and housekeeping services(i) CTAF Guest House, Prabhadevi, Mumbai (ii) NIO Canteen and Rest Rooms at RC, Mumbai, and in case I qualify for both the works, my preference will be for …………………………………………. • (*Strike out if not applicable)  KINDLY  FILL  UP  THE  PART  “B”  (BREAK­UP  FOR  LUMPSUM  AMOUNT)  OF  THE FINANCIAL BID INVARIABLY OTHERWISE TENDER WILL NOT BE CONSIDERED.    

Yours faithfully,   

Name           Seal 

Place / telephone No. 

Date.  

Page 29: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

27  

FINANCIAL BID (PART B)    

Sl. Particulars Rate

Skilled (2 NOs.) Unskilled (3 NOs.)

1 MONTHLY MINIMUM WAGES  (BASIC + VDA or Special Allowance, as the case may be) {As per the recent notification notified by the Central Govt. or State Govt., WHICHEVER IS HIGHER}

2 EPF (13.61%)

3 ESIC (4.75%)

4 BONUS (8.33%)  As per the Payment of Bonus Act 1965 and The payment of Bonus (Amendment) Ordinance 2007

5 SERVICE CHARGE (To be quoted only in Percentage i.e ‐‐‐‐‐‐‐‐‐‐‐ % ON SR. NO. 1 i.e. ON MINIMUM WAGES

6 SUB TOTAL

7 SERVICE TAX (at present 12.36%)

8 GRAND TOTAL

9 MONTHLY COST OF CONSUMABLES/MATERIALS etc. 

10. FINAL LANDING COST i.e. TOTAL LUMPSUM AMOUNT 

NOTE : 2. While quoting Service charge, please note that  income tax @ of 2% will be deducted   on the 

amount at Sr. No. 8 i.e. (GRAND TOTAL). If difference of amount between income tax deduction and service charge quoted comes negative, contract may not be awarded to the tenderer even if it is L­1. 

3. Minimum  wages  to  be  quoted  as  per  latest  Central  Government  Notification  OR  State Government Notification, WHICHEVER IS HIGHER. COPY OF BOTH THE NOTIFICATION MAY BE ENCLOSED AS SUPPORT DOCUMENT ALONGWITH THE FINANCIAL BID. 

4. Final landing cost i.e. Total lumpsum amount mentioned at Sr. No. 10 above should tally with the amount quoted in PART “A.”  

Page 30: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

28  

ANNEXURE – VI

PERFORMANCE GUARANTEE BOND FORM 1. In consideration of Council of Scientific & Industrial Research (hereinafter) called CSIR through its

National Institute of Oceanography (hereinafter called “NIO”) having awarded to M/s ……………………………………………………… (hereinafter called THE CONTRACTOR) under the terms and conditions of an agreement (hereinafter called THE CONTRACT), CSIR/NIO have agreed to accept a deed of guarantee as herein provided for Rs…….......... (Rs. ___________________________ _only) from a scheduled bank towards due performance of the contract by the contractor as per the terms & conditions of the contract.

2. We (Name of the Bank) do hereby undertake to pay the amount due and payable under this guarantee without any demur, merely on a demand from the CSIR/NIO stating that the amount claimed is due by way of loss or damage caused to or suffered by the CSIR/NIO by reason of breach by the said Contractor(s) of the terms and conditions contained in the said Agreement or by reason of the Contractor(s) failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as the decision of the CSIR/NIO on these counts shall be final and binding on the Bank. However, Bank’s Liability under this guarantee shall be restricted to an amount not exceeding --------------------------

3. We undertake to pay to the CSIR/NIO any money so demanded not withstanding any dispute, or dispute raised by the Contractor(s) in any suit or proceeding pending before any court or tribunal relating there to Bank’s liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the Contractor(s) shall have no claim against us for making such payment.

4. We (Name of the Bank) ___________________________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the CSIR/NIO under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till CSIR/NIO certifies that the terms and conditions of the said Agreement has been fully and properly carried out by the said Contractor(s) and accordingly discharge this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the expiry of 24 months from the date of agreement, we shall be discharged from all liability under this guarantee thereafter.

5. We ……………………………………………………….(Name of the Bank) further agree with the CSIR/NIO that the CSIR/NIO shall have the fullest liberty without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the CSIR/NIO against said Contractor(s) and forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part of the CSIR/NIO or any indulgence by the CSIR/NIO to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s) 1 supplier(s).

7. We (Name of the Bank) ……………………………………………………………… lastly undertake not to revoke this guarantee during its currency except with the previous consent of the CSIR/NIO in writing.

Dated the______________ day of ______ For ______________________ (Indicate the name of the Bank)

Page 31: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

29  

ANNEXURE-VII National Institute of Oceanography

Approved Menu and rates for CSIR Science Centre Type of service

Timings

Items Quantity Recommended Rates

Breakfast 8.30 A.M.. to 9.00 A.M.

iii) Tea iii) Filter Coffee iv) Nescafe 1 cup v) Milk glass with sugar vi) Lemon Soda / Kokum sharbat vi)) Lassi Vi) Service charge for serving

Tea/coffee outside canteen

1120 ml

112

150 ml 150 ml

Rs. 5.00 Rs. 8.00 Rs. 10.00 Rs. 15.00 Rs. 15.00/MRP Rs. 20.00 Rs. 2.00

Cornflakes with milk and sugar 1 bowl

Rs. 15.00

i) Idli sambar/Chatny - ii) Vada sambar/Chatny

2 pieces Rs. 15.00

iv) Upma/ /Uthapa/Poha 1 Plate 1Rs. 15.00

Veg. Cutlets/ Dahi wada / Urd wada / Dosa

1 No Rs. 15.00..

Bhaji and Pao or Chapatti 1 Plate Rs. 15.00

Egg omlet with 2 bread slices 1Plate Rs. 15.00 Veg sandwitch with chutney /

butter / vegs 2 Slices Rs. 15.00

Lunch Dinner

1.15 P.M. to 1.45 P.M.

08:30pmTo

09:30pm

Veg. Thali (Limited) Two wattis (height 4.5 cms. & diameter, 7.5 cms. Fine rice weighing 250 gms. with two vegetables (one dry and one gravy) each 60 gms, Dal/Sambar measuring 200 ml. Solkadi/cocum syrup of 100 ml. 2 chapathis Or 3 puries, one watti curd of 40 gms., salad Papad and pickle

Rs. 30.00

Non Vegetarian(Limited) FISH CURRY & RICE Two wattis(height 4.5 cms. & diameter, 7.5 cms. Fine rice weighing 250 gms. with one vegetable (dry) of 50 gms. fried fish approx. 100 gms. (two small or one sizeable fish), fish curry (two Small pieces or one sizeable fish) of 150 ml., 2 chapathis/3 puries solkadi/cocum syrup, salad an pickle

Rs. 40.00

Non-Vegetarian Thali(Limited) Chicken Curry Rice Two wattis (height 4.5 cms. and diameter,7.5 cms. Fine rice weighing 250 gms. with one vegetable (dry) of 50 gms.) chicken curry/ masala (two small pieces or one sizeable

Rs. 50.00

Page 32: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

30  

piece of chicken) of 150 ml. solkadi/cocum syrup, 2 slices of bread or one big Pav, salad and pickle.

Veg. Fried Rice with Raita/Papad 250 gms.

Rs. 35.00

Non-Veg. Fried Rice with Raita/Papad 250 gms Rs. 45.00 Evening Tea

15.30 P.M to 16.15 P.M

Kanda Bhaji/ Pakoda/ Mirchi /Batata Vada/Samosa/Sweet buns

5 nos 1 no

Rs. 10.00 Rs. 7.00

Rates for Conferences/Workshops/Meetings

Recommeded Rate

1. Working Lunch (Veg.) VIP Style (Buffet type) (Menu same as Veg. Thali)

Rs. 50.00

2. Working Lunch (Non-Veg.) VIP Style (Buffet type) (Menu same as Non-Veg. Thali) Fish or chicken

- Rs. 60.00

3. Special Lunch (Veg.) Buffet Type Veg. Pulav (Basmati rice), Veg. cutlets, Green Vegetable dry, dall, Chawli masala/Rajma Puries, pickle, papad, salad, curds, Ice cream

- Rs. 100.00

4. Special Lunch (Non-Veg.) Buffet Type Chicken curry/fish curry, chicken fry/fish fry Veg. Pulav (Basmati rice), Green Vegetable dry, Dall, Chawli masala/Rajma Puries, pickle, papad, curds, Ice cream

- Rs. 160.00

• Where items are with MRP they should sold at MRP rate only. • The contractor is free to quote for any other item, rate to be approved by the committee. • Rates for additional item / quality for special Lunch / Dinner may be negotiated with

indentor and approved by Project Leader • The gravy of veg / non-veg and daal should be medium to thick not watery.

Page 33: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

31  

ANNEXURE – VIII

Suggested brands of products for catering

S.No Item Suggested Brand(s) * (a) Sauce (tomato/chilly) Maggie/ Kissan/ (b) Jam/Marmalade Kissan/Tops/Smith & Johns/ (c) Canned Juice Tropicana/Real (d) Bread Britannia/Bakeman’s /Spensers’ (e) Refined Oil Safola/ Sundrop/ Vital/ Nature Fresh (f) Mustard Oil P Mark / Nature Fresh (g) Butter or butter chiplets Amul/ Goverdhan/ Brittania (h) Milk Parag/Mother Dairy/ Amul (Single Toned) (i) Cornflakes / Wheat Puffs Kelogg / Mohan’s / Champion (j) Pickle Nafed/ Bedakar/ Safal/ Priya / Druk (k) Basmati Rice Dawat / Lal quila/ India Gate/ Kohinoor (l) Potato Pahari/ Desi (m) Atta/ Maida/ Besan Pillsburry / Aashirwad (n) Biscuits Parle/ Sunfeast / Britannia (o) Salt (Iodized) Tata/ Annapurna/ captain cook. (p) Tea (Bags/sachet) Taj Mahal/ Tata Tetley/ Nestle (q) Dairy Whitener Everyday/Nestle (r) Sugar Dharmpur (sachet), Daurala / Hindustan (s) Pulses Good quality (t) Spices MDH / Ashok / Everest (u) Fruits & Vegetables Seasonal fresh quality (v) Ice-cream Mother Dairy / Kwality/ Amul / Vadilal (w) Meat Products Fresh good quality

* or of equally known quality

Page 34: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Tender‐2013:  NIO‐ RC, MUMBAI Guest House  

32  

ANNEXURE –IX

Proposed list of Housekeeping Material to be arranged by the contractor on requirement basis

1. CLEANING AIDS (MANUAL): a. Soft Brooms b. Hard Brooms c. Brushes (Hard & Soft) d. Floor Scrubbers e. Handle Brush (soft) f. Window ledge Brush g. Long Brush (Handle) h. W.C. Brush i. Curtain Brush j. Venetian Blind Brush (Soft) k. Cob Web Brushes l. Ladders (4 ft, 6 ft & 8 ft)

2. CLEANING AIDS (MECHANICAL) a. Floor Scrubber and shampooing machine b. Vacuum Cleaner

3. MOP, SCRUBBERS & DUSTERS a. Squeezers with Long Handles b. Window Cleaners c. Mops (Different sizes) d. Day Mops with Long Handles e. Check Dusters f. Glass Cloths g. Yellow Dusters h. Old Wiping Sheets i. Rags

4. CLEANERS / SANITIZERS / DISINFECTANTS / REPLANTS a. Harpic/Domex/Sanifresh b. Liquid Organic Cleaners (LOC) c. Vim Liquids d. Collin Glass Cleaners e. Dettol/Savalon f. Odonil g. Urinal Cubes (Eco Cubes) h. Hit Sprays (Both Mosquito & Cockroach)

Note: 1. Eco- friendly and water conserving cleaning materials will be permitted for use with prior

inspection and confirmation by NIO / Incharge Guest house. 2. The contractor will do projections for stock requirements and arrange & provide the material

which is required for actual usage during the month. 3. Non- functional / non-serviceable cleaning aids, equipments must be replaced as and when

needed. 4. Regular pest control should be arranged and carried out by the contractor. 5. Disposal bags for garbage will be used. However, segregation of biodegradable, recycle garbage

will be taken care of by the Contactor. Disposal of these garbage in the municipal bins will be the responsibility of the Contractor.

Page 35: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  1  Signature of Tenderer  

CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY (Council of Scientific & Industrial Research)

Tender Document for Providing

“CATERING & SERVICES FOR

RCM, CSIR-NIO CANTEEN AND GUEST ROOMS”

at

Lokhandwala, Mumbai

December 2013

Page 36: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  2  Signature of Tenderer  

CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY (Council of Scientific & Industrial Research)

Tender Document for Providing

“CATERING & SERVICES FOR RCM,CSIR -NIO CANTEEN AND GUEST ROOMS”

at

Lokhandwala, Mumbai

Contents

S. No. Item Page No.

1. Section – 1: Notice Inviting Tender 3

2. Section – 2: Instructions to Tenderers 4 – 8

3. Section – 3: General Terms & Conditions of Contract 9 - 11

4. Section – 4: Scope of Work, Schedule of quantities, Specifications and Special Terms & Conditions of Contract A. Catering Services B. Housekeeping Services - Front Office Services related to A & B above C. Terms of Service

12 – 16 17 – 18

18 - 21

5. Annexures:

I. Tendering agency’s profile and details II. Compliance Report III. Non- relationship Certificate with NIO/CSIR Employees IV. Check List of essential documents required for techno-

commercial bid (Part – I Unpriced) V. Financial Bid Format (Part – II Priced) VI. Performance Security Bond Format VII. A: Menu with approved rates for NIO Canteen

B: Menu with approved rates for NIO guest house VIII. Suggested Brands of Products for Catering IX. Details of approved uniform for Contractor’s Staff X.

22 23 25 26

27 28 - 29 30 - 31 32s -34

35 36

Page 37: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  3  Signature of Tenderer  

CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY

(Council of Scientific & Industrial Research) Lokhandwala Road, 4Bungalows, Andheri(W), Mumbai – 400 053

Telephone No. 022-26359605-08 (4 Lines). Fax No. 022-26364627

NOTICE INVITING TENDER FOR PROVIDING CATERING & SERVICES FOR RC M -NIO CANTEEN AND GUEST ROOMS

Sealed tenders are being invited by ‘The Director, NIO’ in prescribed format under two bid system – Techno-Commercial Bid (Part – I unpriced) & Financial Bid (Part – II priced) – from the full time catering & housekeeping service providers possessing valid registration and license under the relevant statutes including the ESI Act 1948 and EPF Act 1952, for providing Catering and Housekeeping Services in the Centre for a period of two years. Contractors having a minimum annual turnover of Rs. 20 lakhs and experience of rendering both catering & housekeeping services to training / Educational / Research institute of large Govt. / Corporate establishments / complexes inclusive of providing all meals viz. morning & evening tea, breakfast, lunch & dinner, to a minimum of 100 persons for a period of last 5 years and having more than 20 labours deployed by them at various locations only need to apply. Interested agencies, as mentioned above, can obtain the detailed tender document containing the terms & conditions, against a written request on their own letter head from the office of the Scientist-in-Charge, CSIR- National Institute of Oceanography, above address against Cash/submission of Non-Refundable Demand Draft of : Rs. 500/- (Rs. Five Hundred only) drawn on any nationalized/scheduled bank in favour of “Director, NIO” payable at SBI Branch at Dona Paula, Goa on all working days (Monday to Friday) between 10 00 to 15 00 hours( excluding 13 00 to 14 hrs). The time schedule of tendering is specified below:

i) Tender document Fee : Rs. 500/- (Rs. Five Hundred only ) ii) Issue of tender document : iii) Last date & time for submission of tender : iv) Date & time of opening of Techno-commercial Bids: v) Date & time of opening of Financial Bids : Will be intimated to the Techno-

Commercially responsive bidders at a later date vi) Earnest Money Deposit (EMD) : Rs. 50,000.00 (Rs. Fifty Thousand

Only) through Demand Draft)

Offers by Fax/e-mail/Telegram will be summarily rejected. For receiving the tender document through post, the cost of tender documents will be Rs. 550/-. NIO does not take any responsibility for delay or non-receipt of tender through post. The Director, NIO Reserves the right to reject any or all of the tenders in part or full without assigning any reason(s).

Controller of Administration NIO, Goa

Page 38: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  4  Signature of Tenderer  

Instruction to Tenderers 1.0 General:

1.1 Council of Scientific & Research (CSIR) is a premier public funded research & development organization in the country (refer website: www.csir.res.in). National Institute of Oceanography, (hereafter called NIO) is a constituent laboratory of CSIR. (refer website: www.nio.org).

1.2 Sealed tenders with propped personal identification mark, in two parts (Part I – Techno-Commercial Bid – unpriced and Part II Financial Bid – priced) are invited from eligible Tenderers, by The Director, NIO, Goa on behalf of CSIR for “Providing Catering services for RC M -NIO Canteen and Guest rooms” for a period of Two years from the date of commencement of contract as per agreement.

1.1 The duration of the Contract is for a period of 2 years from the date of commencement of work after award of work. Initially, contract may be awarded for one year which may be extended on the basis of satisfactory services to the satisfaction of the Competent Authority of NIO for another one year on increased rates based on indices / consumer price index on mutual negotiation but maximum up to 10% of original rates. Renewal of contract for 3rd year may be considered by the Competent Authority on mutual negotiation.

2.0 Issue of Tender Document

2.1 The tender document can be obtained from the office of the Scientist-in-Charge,

CSIR-NIO,Lokhandwala Road, 4Bangalows, Andheri (W), Mumbai-400 053, Tel.No.26359605-08 (4 Lines) by submitting a written request on the letter head against cash / submission of Non-Refundable Demand Draft of Rs. 500- (Rs. Five Hundred only) drawn on any nationalized/scheduled bank in favour of “The Director, NIO” payable at Dona Paula on all working days (Monday to Friday) between 10.00 to 12 30 hours . In case, the tender document is downloaded from the website, the tender fee should be paid through a separate Demand Draft drawn on any nationalized/scheduled bank favouring “The Director, NIO” payable at Dona Paula which should be invariably enclosed with the Techno-Commercial (Part – I unpriced). The tenders for which Tender Fee is not paid shall be summarily rejected.

3.0 Submission of Tender

3.1 The Tender (containing separate sealed envelopes for Technical Bid Part – I unpriced & Financial Bid Part – II priced) should be submitted in a sealed outer envelope marked on top “Tender for Providing Catering services for RCM -NIO Canteen and Guest rooms” and the name and address of the Tenderer at the bottom of the cover on the left. The complete sealed tender addressed to Scientist-in-Charge should be submitted to the office of Scientist-in-Charge, CSIR-NIO, Lokhandwala Road, 4Bangalows, Andheri(W),Mumbai-400 053 till 16.01.2014 up to 16 00 hrs. NIO shall not be responsible if the Tenders are delivered elsewhere or are not delivered on time due to postal of any other delays.

3.2 The Director, NIO may, at its discretion, extend the deadline for submission of

Tenders.

Page 39: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  5  Signature of Tenderer  

3.3 Instruction for filling up the Tenders:

a) The tendering agency must provide its profile and other details as per Annexure I and Compliance report as per Annexure II on their letter head.

b) Before tendering, the tenderer may visit the site where intended services are to be provided and satisfy him / themselves as to the conditions prevalent at the site. No claim for travelling allowances etc on this account shall be entertained by NIO under any circumstances subsequently.

c) The Techno-commercial Bid (Part – I unpriced) envelope must have all the essential documents as mentioned below, failing which the tender will be deemed as non-responsive and disqualified for bidding process.

i. License to run catering & housekeeping services from concerned

Govt. authorities ii. Authority for signing of the Tender on behalf of firm iii. Earnest money deposit of Rs. 50,000.00 (Rs. Fifty Thousand only) iv. Proof of experience and value of work as needed above v. PF and ESI registration certificates vi. Solvency certificate of Rs. 5.00 lacs. from a nationalized / scheduled

bank vii. Service Tax Registration from Service Tax Office viii. Proof of turnover duly certified by a Chartered Accountant ix. Testimonials from Head of Organization at which the tendered has

provided catering services during the last five years including the number of persons/organization to whom the services have been rendered.

x. A certificate regarding Non-relationship with NIO employees as per given draft as per Annexure III in the tender form.

xi. Annexure IV, Checklist of essential documents may be referred to for verification and attached in Part I.

d) Financial Bid envelope (Part II – priced) must contain Financial Bid as per the format given in Annexure V on their letter head and should be sealed with wax/tape and consist of only the Appendix appended to the tender documents showing the rates and the total amount for the Tender for catering & housekeeping services without any conditions.

e) The rates should be quoted both in words & figures. The rates should be inclusive of all applicable charges but exclusive of applicable statutory taxes and levies, which are to be shown separately, if any. NIO holds no liability to increase the rates after their acceptance due to any reason whatsoever.

f) Tenderer signing the tender should clearly specify whether he is signing as sole proprietor, partner, under power of attorney or as Director / Manager / Secretary etc. as the case may be. Copies of the document authorizing the signatory to sign the tender on behalf of the tenderer should be attached with the tender.

g) Tender should be typewritten or handwritten only in ink and all overwriting / corrections should be duly signed by the tenderer.

h) One bid per bidder – each bidder shall submit only one tender either by himself or as a partner in joint venture or as a member of consortium. If a bidder or if any of the partners is a joint venture or any one of the members

Page 40: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  6  Signature of Tenderer  

of the consortium participate in more than one bid, the bids are liable to be rejected.

i) Canvassing or offer of an advantage or any other inducement by any person with a view to influencing acceptance of a bid will be an offence under Laws of Land. Such action will result in the rejection of bid, in addition to other punitive measures.

3.4 Late & delayed Tenders:

a) Bids must be received in NIO at the address specified above but not later than the date and time stipulated in the NIT. The NIO may, at its discretion, extend deadline for submission of bids in which case all rights and obligation of the CSIR and the Bidder will be the same.

b) Any bid received by NIO after the deadline for submission of bids, as stipulated above, shall not be considered and will be returned unopened to the bidder.

4.0 Amendment of the Tender Document:

4.1 At any time prior to the date for submission of Tenders, NIO may for any

reason, whether at its own initiative or as a consequence of Pre-Bid conference, if any, in response to a clarification requested by a prospective Tenderer, modify the Tender documents by amendment.

4.2 The amendments shall be intimated in writing or by Post or by FAX or by e-mail to all prospective Tenderers on the address intimated at the time of purchase of Tender document from the office of Scientist-in-Charge, Lokhandwala Road, 4Bungalows, Andheri (W), Mumbai-400 053 or at the time of attending pre-bid conference and those amendments will be binding upon them.

4.3 The Director, NIO may, at his discretion, extend the deadline for the submission of tenders suitably.

4.4 NIO before opening of financial bids, at its discretion may increase or decrease the scope of services required under the tender. In such a case NIO shall seek fresh financial bids keeping in view the changed scope of services required.

5.0 Opening of Tenders:

The Techno-Commercial Bids (Part – I unpriced) shall be opened on 17.01.2014at 1530 hrs. in the office of Scientist-in-Charge,CSIR- NIO, Mumbai in the presence of Tenderers or their authorized representative(s) who wish to be present. The Financial Bids (Part – II priced of only those Tenderers, whose techno-commercial bid is found responsive will be opened at a later date and time to be informed by NIO with notice of minimum 2 days. The tender opening committee (TOC) of NIO shall open the properly sealed tenders only. Unsealed or improperly sealed tenders shall be rejected. Conditional bids will also be summarily rejected. All the Financial Bids opened, will be sealed in one envelope acknowledged by TOC and will be kept in the custody of Scientist-in-Charge,CSIR-NIO,Mumbai till the date of opening of the same. The Financial Bids of the non responsive Tenderers as decided by TEC will be returned to the respective parties at a later date.

6.0 Earnest Money Deposit:

6.1 Each Tender must be accompanied with an Earnest Money (EMD) only in the

form of a demand draft for Rs. 50,000 (Rs. Fifty thousand only) drawn on any

Page 41: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  7  Signature of Tenderer  

nationalized / scheduled Bank in favour of “The Director, NIO”, Goa, payable at Dona Paula only. No other form will be accepted for submission of EMD. The demand draft of the earnest money must be attached with the Techno-Commercial Bid (Part – I unpriced). At the back of the demand draft, the name of the Tenderer should be clearly written with the caption “Providing Catering services for RC M -NIO Canteen and Guest rooms”. Tenders submitted without E.M.D shall not be evaluated or considered.

6.2 The earnest money will be forfeited:

If the Tenderer withdraws his Tender during the period of Tender validity.

If in the case of the successful Tenderer, the Tenderer fails to: a) Start the contract within 10 days of awarding the work b) Sign the contract or to furnish performance security in

accordance with General terms and conditions of contract within 1 month

c) Comply with all the terms and conditions of the agreement d) Comply with the rules and regulations set forth by Govt. such as PF, ESI etc.

6.3 Return/refund of EMD to the unsuccessful/non-responsive Tenderer(s) will be made normally within 30 days after the successful award of Tender. No interest shall be payable on it under any circumstances for delay in refund due to any reason.

7.0 Declaration and Details by tenderer:

7.1 A declaration on all the terms and conditions of the contract must be submitted by the Tenderer as per the Annexure – “II”.

7.2 The Tenderer should also submit the agency profile and details as in the Annexure – “I”.

8.0 Validity and Evaluation:

8.1 The Tenders should be valid for a period of at least four months from the date of

opening of the Tender. 8.2 Incomplete, conditional tenders and fax/e-mail/telegraphic tenders are liable to

be rejected. 8.3 Tenders are not transferable under any circumstances. 8.4 The Financial Bids (Part – II priced) of only those Tenderers will be opened

whose Techno-Commercial bids (Part – I unpriced) are found responsive by the office.

8.5 Finally, bids of only techno-commercially qualified and responsive Tenderer will be evaluated for Financial Bids (Part – II priced).

8.6 The rates should be quoted in figures as well as in words. In the event of any contradiction between the two, the rates quoted in words shall be considered for evaluation and same shall be binding upon the tenderer.

8.7 NIO will award the contract to the successful evaluated bidder whose bid has been found to be responsive and who is eligible and qualified to perform the contract satisfactorily as per terms and conditions incorporated in the bidding document.

8.8 NIO will communicate the successful bidder by the letter sent through “Registered Post” that his bid has been accepted. This letter (hereafter and in the condition of contract called “Award Letter”) shall prescribe the amount or rates

Page 42: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  8  Signature of Tenderer  

which NIO will pay to the contract in consideration of the execution of work/services by the contractor as prescribed in the contract.

8.9 Failure of the successful bidder to comply with the requirements of above clauses shall constitute sufficient grounds or the annulment of the award and forfeiture of EMD.

9.0 Acceptance of Tender:

9.1 NIO is not bound to accept the lowest tender. NIO also reserves the right to award the work to more than one contractor depending upon urgency and requirement.

9.2 NIO reserves the rights to accept one or more Tenders in part or in full or reject any or all Tenders in part or full without assigning any reason thereof.

9.3 NIO reserves the right to disqualify such Tenderers who have a record of not meeting the contractual obligations against earlier contracts entered into with CSIR, or with any central or state government agencies.

9.4 The tenderer shall, within 15 days of receipt of the award letter or letter of intent, give his acceptance in performance security format for conformity on Annexure – “VI” provided with the tender document.

10.0 Performance Guarantee The successful Tenderer shall be required to furnish a performance security of Rs. 1,00,000.00 (Rs. One Lakh only) within 15 days after receipt of Award Letter in form of a Bank Guarantee from a nationalized/scheduled bank in favour of The Director, NIO, Goa and valid for a period of 30 months from the date of execution of agreement of contract in the form provided in the Tender document at Annexure – “VI”

11.0 Signing of Contract:

The successful Tenderer shall present himself for signing the contract within two Weeks after receipt of Award Letter from NIO. Commencement of catering and housekeeping services shall be made by the Contractor in accordance with the time schedule specified in the Work Order issued by NIO.

12.0 Relationship with Employees

NIO will debar parties from tendering having relatives working in NIO and/or any other unit of CSIR. A non-relationship Certificate (at Annexure – “III”) is required to be submitted. NB: A person shall be deemed to be a relative of another if, (a) they are members of a Hindu undivided family; or (b) they are husband and wife, or (c) the one is related to the other in the following manner; father, mother (including step mother), son (including step son), son’s son’s son, son’s son’s wife, son’s daughter, son’s daughter’s son, wife, daughter’s daughter, daughter’s daughter’s husband, brother (including step brother), brother’s wife, sister (including step sister), sister’s husband.

Page 43: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  9  Signature of Tenderer  

SECTION – 3

General Terms and Conditions of Contract

1.0 License:

The Contractor should have a valid license (food and drug licence) and registration under relevant shops and establishment act to run catering & housekeeping services. Any site license, if required from local authorities/bodies will have to be obtained by the Contractor at his own cost.

2.0 Performance Guarantee:

2.1 The performance guarantee in the form of a bank guarantee shall be discharged / returned on expiry and successful completion of the contract, within a period of 18 months. In case of non-execution of the contract, in part or in full, the performance security shall be forfeited, after giving due notice to the Contractor in respect of the defective/improper performance/execution or breach of any of the terms of the contract etc.

2.2 Any sum of money due or payable to the Contractor, including the performance security refundable to him under the contract, may be apportioned by NIO, against any amount of loss caused/penalty imposed on the Contractor, which the Contractor may own to NIO/CSIR under this contract or any other contract or transaction.

3.0 Delays in performance and liquidation of damages:

3.1 Start of services shall be made by the Contractor in accordance with the time schedule specified in the work order. Extension will not be given except in exceptional circumstances.

3.2 In case the service are not started on the stipulated date as indicated in the work order, NIO reserves the right to cancel the work order and / or recover liquidated damage charges to the extent of the charges incurred by NIO in making alternative arrangements along with penalty of Rs. 1000.00 per days for the delay period.

3.3 The cancellation of the work order shall be at the risk and responsibility of the Contractor and NIO reserves the right to award the work at the risk and cost of defaulting Contractor.

4.0 Penalty:

In case of breach of any conditions of the contract and for all types of losses caused by the Contractor, NIO shall make deductions as deemed suitable or as specified in the contract, from the bills preferred by the Contractor.

5.0 Labour Regulations and payment of wages:

The Contractor shall obtain a valid license under the Contract Labour (R&A) Act 1970 and the Contract Labour (R&A) Central Rules, 1971. Before commencement of the work a copy of which he shall submit to NIO. He shall continue to have a valid license until the completion of work. The Contractor shall also comply with the provisions of the Child Labour (Prohibition and Regulation) Act 1986, Payment of Wages Act 1936, Minimum Wages Act 1948, Employees Liability Act 1938, Workmen’s Compensation Act 1923, Industrial Dispute Act 1947, Maternity Benefits Act 1961 and Apprentices Act 1961 or the modification thereof or any other laws relating thereto and the rules made there under from time to time. The Contractor is

Page 44: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  10  Signature of Tenderer  

fully responsible to observe the above laws as amended from time to time in regard to his employees and compensation and other benefits / risks in relation to employees engaged by him. The Contractor shall maintain all these statutory registers required under labour laws. The Contractor shall also produce these records on demand by NIO authority. If he fails to do so, his failure will be a breach of Contract and NIO may at its discretion cancel the contract without prejudice to any other action under the law and contract. The Contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provision of the Acts.

5.1 The regulation aforesaid shall be deemed to be part of this contract and any breach thereof shall be deemed to be a breach of this contract.

5.2 NIO shall have the right to deduct from the money due to the Contractor, any sum required or estimated to be required, for making good the loss suffered by a worker or workers, by reason of non-fulfillment of the conditions of the contract of the benefit of workers, non-payment of wages or of deduction made from their wages which are not justified by their terms of the contract or non-observance of the Regulations.

6.0 Safety Regulations:

The Contractor shall be responsible to take all precautions to ensure the safety of all the equipment, persons, public & private property while working at NIO.

7.0 Status of the Contractor and its Staff Members:

7.1 The Contractor shall have the legal status of an Independent Contractor. Neither the Contractor nor its staff members, nor any person deployed by the Contractor or its agents for, or within the framework of, the performance of the services under the present contract shall be considered in any way as being employee of NIO/CSIR.

7.2 NIO shall accept no liability explicit or implicit for, nor any financial or other consequences arising from, sickness, injury, damages or death of the personnel of the Contractor, of the staff members or of any sub-Contractor or agent or of any person performing on their behalf any work under the present contract, including the time spent in travel, nor for any damages which may arise by reason of the neglect or default of any of them.

7.3 The Contractor shall accept no liability for sickness, injury, damages or death of persons provided by the NIO/CSIR other than that caused due to its negligence or that of its staff members, agents or persons employed by it or its agents.

7.4 The Contractor shall indemnify and hold harmless the NIO/CSIR in respect of any claim arising out of the Contractor’s or its staff member’s negligent of unlawful performance under the present contract and brought against NIO/CSIR by any person for a liability.

7.5 The Contractor shall, at his expense, take appropriate insurance to cover all risks, damages or injuries, including related claims, which might occur to any person, including third party, or to any property, including equipment, papers and documents, and arising out of, or connected with the Contractor or its staff members performance under the present contract.

7.6 For the purposes of this contract, the term third party shall be “inter-alia” officials of NIO/CSIR and its agents and officials, as well as any person or entity employed by the Contractor or engaged for the Contractor in connection with the implementation of the present contract.

7.7 Notwithstanding anything to the contrary contained in this contract, the Contractor shall only be liable, and shall only be required to indemnify the

Page 45: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  11  Signature of Tenderer  

NIO/CSIR, in respect of claims or liabilities that arise out of the negligence, breach of contract or unlawful conduct of the Contractor or its staff members or agents in the performance of this contract.

8.0 Extension and Termination of Contract:

8.1 The duration of the Contract is for a period of 2 years from the date of commencement of work after award of work. Initially, contract may be awarded for one year which may be extended on the basis of satisfactory services to the satisfaction of the Competent Authority of NIO for another one year on increased rates based on indices/consumer price index on mutual negotiation but maximum up to 10% of original rates. The contract will be monirotred quarterly by the authorized representativeof the competent authority. In case services are not found satisfactory at any point of time, the contract may be terminated after giving one month prior notice. Renewal of contract for 3rd year may be considered by the Competent Authority on mutual negotiation.

8.2 Notwithstanding any other provisions made in the contract, NIO reserves the absolute right to terminate the contract forthwith if it is found that continuation of the contract is not in Public Interest. The Contractor is not eligible for any compensation or claim in the event of such cancellation.

8.3 If at any later date, it is found that the documents and certificates submitted by the Contractor are forged or have been manipulated, the work order issued to the Contractor shall be cancelled and Security Deposit issued to NIO shall be forfeited without any claim whatsoever on NIO and the contractor is liable for action as appropriate under the extant laws.

8.4 NIO reserves the right to terminate the contract in part or in full at any time with one week’s notice without assigning any reason thereof.

9.0 In case of Death of the Contractor:

Without prejudice to any of the rights or remedies under this contract, if the Contractor dies, NIO shall have the option of terminating the contract without compensation to the legal or other heirs of the Contractor.

10.0 Arbitration:

10.1 In the event of any question, dispute or difference arising under this agreement or in connection there with except as to matter the decision of which is specifically provided under this agreement, the same shall be referred to sole arbitration by the Director General, Council of Scientific & Industrial Research, or an Arbitrator appointed by him specifically for resolution of dispute / difference under this contract. The arbitration shall be conducted under the Indian Arbitration and Conciliation Act 1996 and any amendments thereof.

10.2 The venue of the arbitration proceedings shall be the office of The Director, NIO at Dona Paula, Goa or any such other place as the arbitrator may decide.

11.0 Force Majeure:

Neither Contractor nor NIO shall be liable for any delay, default or failure under this agreement is such delays, defaults or failures arose as a direct consequence of recognized force majeure.

Page 46: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  12  Signature of Tenderer  

SECTION – 4

Scope of Work, Schedule, Specification and Special Terms & Conditions of Contract

1.0 The scope of the contract covers two different activities: i. Providing catering services to RC,NIO, Mumbai Canteen which is for NIO

staff. ii. Management of the RC, NIO, Mumbai Guest Rooms including Lodging and

Boarding to the guests and students staying there

I. Canteen: NIO has about 100 regular and temporary staff. The service provider has to provide morning breakfast, mid morning tea – snacks, lunches and evening tea – snack to those interested staff members and guests who come to canteen. Besides, the tea /coffee snacks need to be served for various seminar hall, conference rooms, meeting rooms, scientists’ room as per requests. The contractor may also be asked to provide working lunches / special lunches for official meetings, seminars etc from time to time. The items which can be provided and rates to be charges should be as approved by NIO.

II. Guest House &Hostel in NIO: The Guest Rooms are used mainly to provide accommodation to reputed scientists, experts and scholars etc. of national and international levels visiting NIO for official and personal purpose and top class services are to be provided to them. The occupancy of the guest house varies from time to time depending on the need and necessity of the institute. The student hostel in NIO building and all the lodging and boarding services to be provided to them as per the direction of Scientist-in-Charge, NIO, Mumbai. The guest house has following facilities:

1. No. of Rooms with twin beds 2 Nos. 2. Restaurant with kitchen 1 No. on GF 3. Restaurant 1 No. on FF

Contractor is expected to take the care of the guest once he arrives, provide him the designated room and catering needs as per requirement. Detail of the services to be provided is given below in SECTION B below.

2.0 Details of Catering and Housekeeping :- {A} Catering Services:

The contractor shall provide catering services at RC,NIO, Mumbai Canteen and NIO Guest Rooms which is situated within office campus, as specified in the tender as per the approved and pre-decided menu and rates as mentioned in Annexure I – A and Annexure I – B.

2.1 Serving of Breakfasts, Lunches and Dinners

i. Daily Breakfasts, Lunches and Dinners shall be served as per the approved and pre-decided menu as mentioned in Annexure VII – A and Annexure VII – B.

ii. The Contractor shall ensure requisite quantity and efficient service in dining hall. Cleaning of crockery, cutlery & glassware will be taken care during the service & afterwards. Proper serviettes will be provided by the Contractor.

iii. Buffet lunch(s) and /or Special Lunches will be served as and when asked for otherwise specified for a special menu by NIO.

Page 47: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  13  Signature of Tenderer  

iv. The Contractor shall ensure efficient & requisite quantity, quality of food and service as per approved rates and menu.

v. Service of aerated drinks, hot beverages, snacks, etc. will be served to Guests and NIO Staff at approved rates in the residential areas and Office campus on individual payment basis/office billing basis as the case may be.

vi. Contractor shall maintain sufficient stock of the required items and provide services.

vii. There is no requirement of providing daily dinners in NIO Canteen. In NIO Guest House daily dinner(s) shall be served as per the approved and pre-decided menu. Buffet dinner will be served whenever specified by NIO.

viii. The Contractor shall ensure requisite quantity and efficient service in dining hall.

ix. Cleaning crockery, cutlery & glassware will be taken care during the service & afterwards by the contractor. Proper serviettes will be provided by the Contractor.

The Contractor shall follow the different menus every week from the items approved by NIO. Specific menus for every week may be presented to the designated authority every Thursday and got approved for the next week. In-charge Guest House & Concerned person/Authority may modify the items of the menu to be served on different days to suit the needs of the Guests and NIO. The detailed menu so prepared shall normally be valid for the week. No change can be made in the menu by the Contractor without written approval. Violation of these instructions shall automatically result in 5% deduction from the bill for that event, subject to a minimum of Rs. 1000/- per occasion.

3.0 Suggestion Register

A suggestion register will be kept in the Guest House Reception for registering suggestions of the Guests with regard to all/any aspect of the food including services provided by the Contractor and the Contractor shall take appropriate remedial steps in this regard under intimation to NIO.

4.0 Facility provide by NIO and responsibilities of Contractor

4.1 Arrangement of provision as well as maintenance of crockery, cutlery etc. will be the sole responsibility of the Contractor. Contractor will be provided free electricity and water in Guest House, Kitchen and in the office premises. Direct Gas connection will be provided by NIO. Cost of LPG gas will be borne by the Contractor. Contractor will be provided with furniture and kitchen equipment as available in proper working order by NIO. Thereafter, proper usage and day to day maintenance is to be ensured by the Contractor. If at any time, it is felt that these equipments are not kept in proper order, NIO will be authorized to get them repaired / maintained and cost debited to the Contractors account for necessary deduction. However, the major maintenance of the equipment will be borne by NIO which shall be decided by the concerned committee. The Contractor shall be liable for any willful loss or damage caused to NIO property.

4.2 The Contractor shall arrange for proper cleaning and upkeep of floor area, furniture under his charge /custody in the RC, NIO, Canteen and Guest Rooms.

Page 48: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  14  Signature of Tenderer  

5.0 Paper / Cloth Napkins The Contractor shall provide good quality paper napkins during service of meals. For special events, Contractor shall provide cloth napkins (serviettes) as per directions of NIO without any extra charges.

6.0 Food Quality and Control Checks

6.1 NIO reserves the right to test / have tested from certified agency any time at its costs raw materials used for lunches, dinner, tea/coffee etc. The foodstuff prepared for serving shall be subject to the approval of NIO authorities and their decision in this regard shall be final and binding on the Contractor. Financial losses and other damages caused to NIO on account of the bad quality of food served are liable to be penalized and suitable recoveries as decided by NIO shall be made on this account. The designated officials of NIO are entitled to inspect the premises at any time to ensure bona-fide use, to check hygiene and cleanliness and to check quality of the ingredients used and the food quality.

6.2 Surprise control checks can be carried out by any designated NIO official(s)

during any time of the services for which no extra charge will be levied/billed for exercising quality control. Observations of such checks will be duly intimated to the Contractor, which shall be binding upon him/her for compliance.

7.0 Quality of Non-Veg Items

Contractor must submit on demand, a certificate and proof of freshness and for service quality of non-veg. items from the concerned authority.

8.0 Timings Contractor shall arrange for preparing and serving of breakfast, teas – forenoon, afternoon, and evening, lunch and dinner as per menu provided in respective Annexures. This should be prepared and served in accordance with the timing given below unless and otherwise specified or re-scheduled by NIO.

The normal timings of catering services will be as under:

#Only on booking before 11:00 hrs *Not applicable for NIO Canteen NOTE:

I. Service of the canteen in the Institute should be available from 09:00 hours to 17:30 hours on all working days (Monday to Saturday) for NIO staff.

II. The services to the guest room should be provided round the clock III. Timings are subject to changes at the discretion of NIO authorities.

Item RCM NIO Canteen NIO Guest ROOMS Bed Tea -- 06:00 Hrs to 07:00 Hrs Breakfast 08:30 Hrs to 09:15 Hrs 08:00 Hrs to 09:00 Hrs Forenoon Tea 10:30 Hrs to 11:00 Hrs 10:30 Hrs to 11:00 Hrs Lunch# 13:15 Hrs to 13:45 Hrs 12:30 Hrs to 13:45 Hrs Afternoon Tea 15:30 Hrs to 16:15 Hrs 15:30 Hrs to 16:15 Hrs Evening Tea 17:30 Hrs to 18:30 Hrs Dinner* 20:30 Hrs to 21:30 Hrs

Page 49: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  15  Signature of Tenderer  

9.0 Quality /Brand of Items

9.1 Contractor shall buy good quality raw materials e.g., meat, fish, poultry and

eggs, grocery, vegetables & fruits etc for preparation of all meals at his own cost. He shall use branded items of the brands or makes given in Annexure – “VIII”. Use of beef and pork is prohibited.

9.2 These items are subject to verification at any time without notice by NIO or by its authorized committees, whose recommendations will be final and binding on the Contractor for suitable remedial action, if any, as decided by NIO or the committee.

10.0 Hygiene:

10.1 The hygienic conditions need to be maintained in the kitchen and other dining areas. The food production, pantry, steward dishwashing and pot-washing areas are to be kept free from insects / rodents. For this, proper pest control is to be done and to be carried-out periodically by the contractor at his own cost. In case anything adverse comes to the notice of the Competent Authority (CA), the same need to be remedied to the satisfaction of the CA. The failure to do so will result in termination of the contract.

10.2 The staff deployed by the contractor in the kitchen and housekeeping etc.,

should be medically fit and the contractor should obtain certificates from Govt. Hospitals / AMA as notified by the NIO. They need to be medically examined at the intervals of six months and fitness certificate must be submitted to NIO.

10.3 The Contractor should immediately withdraw staff with contagious disease from

deployment

10.4 The raw material, semi-cooked and cooked food shall be held/kept under total hygienic conditions by the Contractor as per food laws. LPG will be used as cooking fuel and shall not be substituted with any other fuel viz. wood/coal, except for tandoor.

11.0 Cleanliness:

11.1 Floors, walls, doors, windows, ceilings, ceiling fans, electrical fixtures and

furniture in the dining halls, kitchens, hand-wash area and the cafeteria and tea lounges in the Institute building shall be maintained spotlessly clean by the Contractor, Failure to keep these in spotless condition shall be dealt with by imposition of penalty of Rs. 1,000/- per occasion.

11.2 The wash basin areas tend to get dirty frequently during meal times. The Contractor should ensure special care at these times including cleaning and drying at intervals of every fifteen minutes or less to ensure clean and clear washbasins and surrounding areas.

11.3 Due cleaning of all table linen will be the responsibility of the Contractor and fresh table linen will be used each day.

11.4 Cleaning material of good quality shall be used by the Contractor at his own

cost. 11.5 Utensils shall be cleaned using hot water and proper liquid detergents and

finally washed in quality antiseptic liquid.

Page 50: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  16  Signature of Tenderer  

11.6 Contractor shall not use cracked, chipped and stained crockery. The Contractor shall replace all chipped, cracked, stained and broken crockery items immediately at his own cost. If chipped, cracked, stained crockery is found in use, it will attract a fine of Rs. 1,000/- per occasion.

11.7 The Contractor should ensure that all the Electric Kettles provided in the guest house rooms and hostel rooms are maintained in clean and working condition at all times.

12.0 Fine:

Apart from penalties mentioned in the foregoing pages, a flat fine of Rs. 1,000/- per occasion will be imposed by NIO authority / authorized committee for breach of contract with respect to not maintaining the quality/quantity/service/non conforming to rules as per agreement which may be in addition to disallowing payment for items of inferior quality served or for items not served at all. NIO will be free to feed the Guests in case of non-supply/short supply, at the cost of the Contractor and the expenditure thereof will be borne by the Contractor besides a penalty of Rs. 1,000/- per occasion.

13.0 Staff Deployment The Contractor shall deploy trained staff like cooks – having knowledge of preparation of various dishes of North & South India as well as Continental & Chinese dishes, Waiters, cleaning staff, dish washers and head waiters and supervisors as mentioned below for both the premises to ensure complaint free service. Safaiwalas/cleaning staff shall be engaged for the Guest House/hostel and canteen in the Residential and office campus exclusively for cleaning. The cleaning timings shall be fixed in such a way that it does not hamper food service.

A. Minimum Staff to be deployed for RCM NIO Canteen and Guest rooms: 1. Manager cum Receptionist cum Cashier 1 No. 2. Cook / Helper 1 No. 3. Waiters / Dish washers/ 1 No 4 Table cleaners / Sweepers 1 No

They will provid for smooth and efficient service.

{B} Housekeeping Services

1. The Centre has developed bare minimum residential facility for the visiting guests, faculty & trainees/students. The NIO Guest house is situated in the campus.

2. It has 2 Air-conditioned rooms with double occupancy. 3. Each room is air-conditioned and fully furnished with high quality linen &

furniture and is having other accessories like – colored TV set with Cable connection, Intercom/telephone connection, Geysers etc.

4. The Kitchens are well equipped matched by high quality furniture in the dining halls.

5. The Guest Rooms will cater to visitors comprising of scientists from NIO and other experts. The Services shall comprise both lodging & boarding facilities, housekeeping, front office-reception and reservation (completing all formalities of arrival & departure) of all Guests/Participants, etc.

Page 51: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  17  Signature of Tenderer  

6. The floors of the building areas including bathrooms and toilets shall be washed, cleaned and mopped daily with appropriate eco-friendly cleaning aids supported with right kind of equipment and cleaning aids suitable for Wooden, PVC, and Vitrified Tiled Floors. Use of disinfectants is must for bathrooms and toilets. Branded Liquid Soap in bathrooms and common toilets will be provided by the Contractor. All the utility areas and area within the compound on all sides of the building shall be swept and kept clean all the time on twice daily basis. The exercise of cleaning must be carried out depending on the season requirement.

7. Effective cleaning of rooms and bathrooms has to be ensured during morning shift taking into account the convenience of the occupant. Unoccupied rooms should be aired & dusted every day.

8. Besides daily cleaning schedules of weekly, fortnightly, monthly and spring cleaning will also be worked out and taken up under intimation to NIO. However, schedule will not be delayed or overlooked in absence of NIO confirmation. The Contractor will prepare a list of protocol and daily check’s for scheduled housekeeping works. A weekly/fortnightly report should be submitted to the Canteen Committee.

9. The Housekeeping staff will be present in the premises and carry out duties as assigned by competent authorities.

10. The Contractor shall be responsible and bear the cost of housekeeping cleaning aids and agents, equipment and other consumables required for housekeeping services. A proposed list of cleaning agents and aids is annexed at Annexure – “V”.

11. All toilet fittings and fixtures (including CP fittings) should be cleaned and kept shining. No dirt / black water marks / scales should be around the fittings.

12. Vacuum cleaning, shampooing of the upholstery will be the responsibility of the Contractor. Proper branded furniture polish will be used for up-keeping of polished furniture.

13. The laundry and ironing services to the Guests are to be provided as per requests on cash payment basis rates for which will be duly approved by NIO in advance. Proper upkeep and maintenance of all linen items of the guest house i.e. woolen blackest, bed sheets, towels, pillow covers, napkins, curtains etc. shall be ensured. Regularly used items like bed sheets, towels, pillow covers should be changed as and when required.

14. The wash area, water & electricity will be provided by NIO in its premises.

Front Office Services

1. The services of educated and technically qualified with communication proficiency both in English and Hindi, computer literate and well groomed Front Office and Housekeeping assistant / agent (FOA) are required round the clock.

2. The FOA shall look after all assignments related to room allocation, telephone operator, STD Facility, collection of all the charges from guests etc. as per the rates approved rates of NIO.

3. Proper maintenance of guest arrival and departure register, cash receipt books issued by NIO for depositing daily room rent collection or any other charges to NIO, shall be maintained by the FOA deployed by the Contractor. These records can be inspected by authorized representative of NIO any time. S/he will collect all the charges from the guests as per approved rates fixed by NIO. Room charges and other collections will be deposited with the cashier NIO on daily basis during working hours by authorized person of the Contractor. Proper record of the

Page 52: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  18  Signature of Tenderer  

receipts and deposits so made to the NIO Cashier shall be maintained by the Agency/Contractor. The FOA is also responsible for maintenance and upkeep of suggestion/complaint register in the reception area.

4. The Manager/Catering Supervisor in each shift shall be responsible for allocation of duties to workers, maintenance of accounts of linen items, and for interaction with In-charge Guest House for the upkeep of the Guest House and Trainees’ Hostel complex. He/She should maintain account of materials taken outside the premises and brought back. These materials can be taken outside only with the approval of the In-charge Guest House or higher authorities supported with requisite gate pass. The cost involved due to any loss or damage to the material while taking our and brining in shall be borne by the contractor.

5. Guest housekeeping/reservations for the guests will be made only by NIO. The Contractor shall ensure proper accommodation to the guest after due verifications. The contractor shall not allow staying any unauthorized person(s), in the guest house. Violation of this will lead to termination of Contract.

{C} Terms of Service:

1.0 Contractor’s Staff:

a) The job function is to maintain the aesthetic looks of the Canteen and Guest House including building and surroundings. These must be maintained neat, clean, and tidy with pleasant odor. A high standard of hygiene and sanitary conditions must be maintained by the contractor.

b) The Contractor shall deploy a designated Manager for the overall control / supervision of the services and co-ordination with NIO. The Catering and Housekeeping Supervisors deployed by the Contractor must possess requisite qualification and should be well versed with the catering and housekeeping professions.

c) The successful tenderer shall provide to the NIO the list having Names, Date of Birth, Qualification and Experience details of the deployed staff before signing of the contract. Non-Compliance of this clause will result in forfeiture of the EMD. It should also be ensured by the Contractor that the staff should undergo training to upgrade their skills/knowledge in the respective areas at least once in a year.

d) The deployed staff should be medically fit and possess qualities of a well groomed and hygienic staff. The contract personnel shall be free from any communicable diseases.

e) The deployed Staff, including Manager, Supervisors – Catering, Housekeeping, Front Office/Receptionist; Room Boys; Cooks; Waiters; Sweepers, etc. by the Contractor should be courteous, civic and polite in behavior towards all the trainees, officers and the NIO establishment. They should also be reliable, trust worthy, alert and efficient.

f) The Contractor and his employees shall abide by the hostel/guest house/institute rules and shall be subjected to discipline as prescribed by NIO. In case of any dispute between the trainees/faculty/members of the staff of NIO and the Contractor or his employees, the matter shall be referred by the Contractor to NIO and in such matters the decision of the NIO shall be final.

g) Internal Organizational problems of the Contractor and the deployed staff will be resolved by the Contractor at his own end without disturbing the

Page 53: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  19  Signature of Tenderer  

peace & tranquility & involvement of the Institute. Occurrence of such incident(s) will automatically lead to forfeiting of Contract along with EMD.

h) All staff deployed by the Contractor shall have Plastic/Laminated photo identity cards issued by the Contractor & duly verified by NIO so that entry is restricted to only legitimate persons to NIO premises. A notice board will be provided by the Contractor in all service areas (behind the scene) indicating the duty rosters of workers deployed in housekeeping, front office, kitchen & dining areas. The Police verification for such staff shall be done before deployment in the Centre. Any worker found without identity cards will not be permitted to enter the premises.

i) The service of the workers deployed is required on all days during the calendar year irrespective of holidays & they should be prepared to work in shifts as indicated earlier. Sufficient number of room boys and cleaners shall be deployed by the Contractor to attend to the work as per requirement and as and when required in the exigencies of work.

j) Sufficient sets of Uniforms to the deployed workers while on duty, as approved by NIO Authority (Annexure – ‘IX’), would be provided by the Contractor so that the workers are always in neat and tidy uniform. Any deficiency will attract imposition of a penalty which will be deducted from the bill.

k) The Contract or his Representative/Manager shall daily report to Officer-in-charge, NIO to supervise the work under the contract and take instructions from him for the assignments. He should, all the time, be available at the worksite during course of work.

l) The Contract/Manager shall attend the weekly catering meetings, called by the NIO authorities and implementation of decisions thereof.

m) The Contractor shall not lease or sub-contract the whole or any part of the Contract to anybody. Such act will lead to forfeiting of Contract along with EMD.

n) Upkeep & Maintenance of the inventories provided by NIO will be the sole responsibility of the Contractor. Returns of such inventories on termination of Contract in the condition as at the initial taken over time will be ensured by the Contractor.

o) The Contractor shall be deemed for all legal and contractual purposes, as the employer of the said persons and such persons will not have any claim for employment or any kind of compensation from CSIR/NIO during the period of Contractor or at any-time in future.

2.0 Accommodation to Staff of contractor: NIO has no obligation to provide accommodation of the staff of the contractor in institute campus including.

3.0 General Guidelines:

3.1 Electricity and power for non-cooking purposes and water will be provided by NIO at the premises. However, contractor/agency shall be responsible to ensure that there is no undue wastage of power & water by his staff or even by others such as NIO staff etc. and shall bring any such misuse or wastage to notice of NIO authorities.

3.2 An internal telephone connection each without zero dialing facility would be provided by NIO in each hostel kitchen, in canteen and tea lounges.

Page 54: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  20  Signature of Tenderer  

3.3 The furniture, fixtures and kitchen equipments will be provided by NIO (LIST of equipments will also be provided to the successful tenderer after award of the contract at the time of execution of agreement. Any additional equipments / utensils / kitchenware other than that which mentioned in the list will be arranged by the Contractor without any extra charges to NIO. The agency shall be responsible for proper maintenance and upkeep of the NIO property entrusted to it. This has to be returned on termination of contract in good condition.

3.4 The contractor or his workers shall not misuse the premises allotted to them for any purpose other than for which contract is awarded.

3.5 Contractor shall devote his full attention in purchase, preparation and services to ensure highest quality in all aspects and discharge his obligations under the contract with trust, diligence and honesty.

3.6 The contractor/agency shall at all times during the existence of the contract abide by all directions and instructions which may be given by NIO concerning all aspects of catering and housekeeping services.

3.7 The contractor/agency shall always be prepared to meet any eventuality/emergency situation for implementation of the contract.

3.8 The agency shall arrange food and services at any place in NIO premises apart from Institute’s office premises, Guest House and Dining Halls, as and when required for any programme. For such special functions and programmes the negotiated and mutually agreed rates will be charged by the Contractor.

3.9 The contractor shall supply manpower for rearranging of the hostel/guest house material of furniture for which no extra payment shall be made.

4.0 Payment Terms:

4.1 The Contractor will submit the monthly pre-receipted bills in triplicate after satisfactory completion of the work to the concerned officer of the Institute for certification for pro-rata payment in respect of Housekeeping Services. For Catering services for Seminar / Conferences/Meetings, bill will be submitted as per consumptions / certificates issued by the concerned authorities. The officer on the receipt of the bill will check the work record and there after process the bill for payment.

4.2 Contractor shall take payment from guests staying on payments basis in the guest house/trainees’ Hostel. However, payment of bills for services provided to non-resident trainees/guests in the hostel/Guest House dining hall will be the sole responsibility of the Contractor and NIO will have no role and responsibility for payment. Contractor shall collect payment of all food and a beverage services provided to individuals who are not part of the training programme/workshops/seminars or is/are participant but ordering beyond prescribed services, offered under programme, like tea coffee/ snacks, etc. Approved rates will be charged for such orders against cash receipts. NIO shall not be responsible for these payments collected by the Contractor or non-payment by any ordering individuals/guests.

4.3 Income Tax and other statutory levies as applicable from time to time will be deducted from the bills of the Contractor.

4.4 Contractor cannot claim any damages due to loss whatsoever incurred due to unforeseen reasons, which are beyond the control of NIO.

4.5 In case of any delay in processing of the bills, the contractor would be required to ensure the payment of its workers as per statutory labour laws and there

Page 55: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  21  Signature of Tenderer  

should be no linkage between this payment and settlement of the contractor’s bill from NIO.

5.0 Deductions: In case of the Contractor fails to execute/ perform the assigned works or a part thereof, NIO shall be authorized to make suitable deductions as deemed fit by NIO from the bills of the Contractor and damages shall be charged to the extent of loss incurred by NIO. The decision of NIO shall be final & binding on the Contractor.

6. Rates 6.1 The rates are to be quoted for different activities in this contract: i) Management

of the NIO (in campus) Guest House including Lodging and Boarding to the guests and ii) Providing catering services to NIO Canteen which is used for NIO staff.

6.2 Tenderer shall quote rates for providing catering services to NIO in the prescribed Financial Bid (Part - II priced) Performa provided in appendix to the tender document. Financial Bid (priced) must contain rates for all items and services explained / detailed under “Catering Services”. Incomplete or partial financial bids will be rejected at that stage and no claims or request for subsequent submission will be entertained.

6.3 The Tenderer shall quote rates on “Lump sum” basis in rate list of Financial Bid (Part – II priced) separately for both aspects in Annexure – “XI”. The rate quoted should be without any conditions and should include cost of all raw material and inputs including fuel.

Page 56: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  22  Signature of Tenderer  

ANNEXURE – I TENDERERING AGENCY’S PROFILE

Affix duly Attested P.P.

Size recent photograph of the authorized

representative of the prospective bidder.

Due date for tender Opening time and date of tender Name, address of firm/Agency and Telephone numbers.

Registration No. of the Firm/Agency Name, Designation, Address & Tel. No. of Authorized person of firm / Agency to deal with

Please specify as to whether tenderer is sole proprietor / Partnership firm / company or any other establishment.

Name, Address Telephone No. Email Id of Heads/ partners etc.

Copy of PAN card issued by Income Tax Dept. & Copy of previous Financial Year’s Income Tax Return

Provident Fund Account No. ESIC Number License number under Contract Labour (R&A) Act. Details of Bid Security deposited:

a) Amount: DD No. b) Date of issue: c) Name of issuing Bank

Authorization / Power of Attorney Any other information

Declaration by the bidder

This is to certify that I/We before signing this tender have read and fully understood all the terms and conditions contained herein and undertake myself/ ourselves to abide by them.

Page 57: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  23  Signature of Tenderer  

ANNEXURE – II COMPLIANCE REPORT

To

The Controller of Administration, National Institute of Oceanography Doan Paula, Goa – 403 004

Sub: Regarding tender No.___ dt…….. for “Providing Catering & housekeeping Services at at RC,NIO,Mumbai Dear Sir, I have gone through the complete terms and conditions of the Tender for providing Catering and housekeeping Services at RC,NIO, Mumbai and accept the same. I am herewith enclosing: Bank Draft No.....................Dated……………….Drawn on Bank…………………………………………… for Rs. …………………………………………………………….. along with the tender as earnest money. I further declare that – undersigned is authorized on behalf of M/s………………………………… to sign the Tender Document. Place: …………………. Date: ………………….

Signature of Tenderer

Name: …………………………………

Position / Designation: …………………………………

Address: …………………………………

Tel. No.: …..……………………………

Page 58: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  24  Signature of Tenderer  

Page 59: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  25  Signature of Tenderer  

ANNEXURE –III

Participation of near relatives of employees in the tender / execution of works in units.

I, ………………………………………………………………………………. S/o …………………………………………………….R/o …………………………………………………………………………... ………………………………………………………………… hereby certify that none of my relative (s) as mentioned in Clause No. 13 of Section-2 of the tender document is/are employed in NIO / CSIR as per details given in tender document. In case at any stage, if it is found that the information given by me is false/ incorrect, NIO / CSIR shall have the absolute right to take any action as deemed fit without any prior intimation to me.

TENDERERS SIGNATURE

OFFICIAL SEAL OR STAMP

Page 60: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  26  Signature of Tenderer  

ANNEXURE – IV

CHECK-LIST For PRE-QUALIFICATION BID

Sr. No.

Documents to be attached Yes No If Yes Page No.

Bid Security (EMD) of Rs.50,000/- (Rs. Fifty Thousand) in the form of DD issued by any scheduled commercial bank in favour of Director NIO, valid for 90 days beyond the Tender validity period.

2One self-attested recent passport size photograph of the Authorized person of the firm/agency, with name, designation, address and office telephone numbers. If the bidder is a partnership firm, name, designation, address and office telephone numbers of Heads/ Partners also. Annexure I

3Tenderer’s self-attested copy of the PAN card issued by the Income tax Department

4Copy of Income-Tax Return of the last financial year. 5Self attested copy of Service Tax Registration No. 6Self attested copy of valid Employee Provident Fund

Registration number

7Self attested copy of valid ESIC Registration No. 8Self attested copy of valid Licence No. under Contract Labour

(R&A) Act, 1970

9Proof of experiences of last five financial years along with satisfactory performance certificates from the concerned employers.

Copy of Licence to run Catering & Housekeeping services Proof of annual turnover as per NIT duly certified by a CA Solvency Certificate for Rs. 5.00 Lakh (Rs. Five Lakh only) from a nationalized/scheduled bank

Compliance Report as per attached Annexure Main envelop with Part-A and Part-B as above sealed and the following written on it: Name and Address of Tenderer and Super scribed with words “Tender of Catering & housekeeping services at NIO, Goa”

Any other documents, if attached

Page 61: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  27  Signature of Tenderer  

ANNEXURE – V

FINANCIAL BID (To be filled on letter Head and submitted in separate envelope)

To

The Director, National Institute Of Oceanography, Dona Paula Goa – 403 004.

Date Sir, Sub:- CONTRACT FOR MANAGEMENT AND MAINTENANCE OF THE REST ROOMS AND NIO CANTEEN AT RC MUMBAI.

With reference to your tender No. dated of operating Rest Rooms as well as NIO Canteen at RC,Mumbai I / we would like to submit our quotes for the same herewith. We clarify that we have understood the scope of the tender and we have the capacity to fulfill the requirement of the NIO; further we agree with the terms and conditions as specified in this tender document. I/we hereby undertake that I /we will abide by the terms and conditions of the contract explicitly indicated in the documents supplied along with the tender form. In matters not dealt with there in, I /we shall abide by the decision of the Director, NIO. I/we quote charges for the same as below. The monthly contract amount which we expect NIO to Pay to us for management and maintenance of the Rest Rooms at RC Mumbai is

Rs.

The monthly rent for operating NIO Canteen at RC Mumbai to be paid by contractor to NIO is

Rs.

Net payable to NIO / Receivable from NIO* Rs. *Strike out which is not applicable *I have applied for providing catering and housekeeping services(i) CTAF Guest House, Prabhadevi, Mumbai (ii) NIO Cateen at Rest Rooms at RC, Mumbai, and in case I qualify for both the works, my preference will be for …………………………………………………..

Yours faithfully,

Name Seal

Place / telephone No.

Date.

Page 62: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  28  Signature of Tenderer  

ANNEXURE – VI

PERFORMANCE GUARANTEE BOND FORM

1. In consideration of Council of Scientific & Industrial Research (hereinafter) called CSIR through its National Institute of Oceanography (hereinafter called “NIO”) having awarded to M/s …………………………………………………………………………………….. (hereinafter called the Contractor) under the terms and conditions of an agreement (hereinafter called the contract), CSIR/NIO have agreed to accept a deed of guarantee as herein provided for Rs…….......... (Rs. ___________________________ _only) from a scheduled bank towards due performance of the contract by the contractor as per the terms & conditions of the contract. 2. We (Name of the Bank) do hereby undertake to pay the amount due and payable under this guarantee without any demur, merely on a demand from the CSIR/NIO stating that the amount claimed is due by way of loss or damage caused to or suffered by the CSIR/NIO by reason of breach by the said Contractor(s) of the terms and conditions contained in the said Agreement or by reason of the Contractor(s) failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as the decision of the CSIR/NIO on these counts shall be final and binding on the Bank. However, Bank’s Liability under this guarantee shall be restricted to an amount not exceeding __________________ 3. We undertake to pay to the CSIR/NIO any money so demanded not withstanding any dispute, or dispute raised by the Contractor(s) in any suit or proceeding pending before any court or tribunal relating there to Bank’s liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the Contractor(s) shall have no claim against us for making such payment. 4. We (Name of the Bank) ___________________________________ further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the CSIR/NIO under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till CSIR/NIO certifies that the terms and conditions of the said Agreement has been fully and properly carried out by the said Contractor(s) and accordingly discharge this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the expiry of 24 months from the date of agreement, we shall be discharged from all liability under this guarantee thereafter. 5. We ……………………………………………………….(Name of the Bank) further agree with the CSIR/NIO that the CSIR/NIO shall have the fullest liberty without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the CSIR/NIO against said Contractor(s) and forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part of the CSIR/NIO or any

Page 63: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  29  Signature of Tenderer  

indulgence by the CSIR/NIO to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. 6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s) 1 supplier(s). 7. We (Name of the Bank) ……………………………………………………………… lastly undertake not to revoke this guarantee during its currency except with the previous consent of the CSIR/NIO in writing.

Dated the______________ day of ______ For ______________________

(Indicate the name of the Bank)

Page 64: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  30  Signature of Tenderer  

ANNEXURE-VII -A

Menu and approved rated for NIO Canteen National Institute of Oceanography

Proposed rates for NIO Canteen in new contact

Type of service

Timings

Items Quantity Recommended Rates

Breakfast 8.30 A.M.. to 9.00 A.M.

iii) Tea iii) Filter Coffee iv) Nescafe 1 cup v) Milk glass with sugar vi) Lemon Soda / Kokum sharbat vi)) Lassi Vi) Service charge for serving

Tea/coffee outside canteen

1120 ml

112

150 ml 150 ml

Rs. 6.00 Rs. 10.00 Rs. 11.00 Rs. 15.00 Rs. 15.00Actuals Rs. 20.00 Rs. 5.00

Cornflakes with milk and sugar 1 bowl

Rs. 15.00

i) Idli sambar/Chatny - ii) Vada sambar/Chatny

2 pieces Rs. 15.00

iv) Upma/ /Uthapa/Poha 1 Plate 1Rs. 15.00

Veg. Cutlets/ Dahi wada / Urd wada / Dosa

1 No Rs. 15.00

Bhaji and Pao or Chapatti 1 Plate Rs. 20.00

Egg omlet with 2 bread slices 1Plate Rs. 15.00 Veg sandwitch with chutney /

butter / vegs 2 Slices Rs. 15.00

Lunch 1.15 P.M. to 1.45 P.M.

Veg. Thali (Limited) Two wattis (height 4.5 cms. & diameter, 7.5 cms. Fine rice weighing 250 gms. with two vegetables (one dry and one gravy) each 60 gms, Dal/Sambar measuring 200 ml. Solkadi/cocum syrup of 100 ml. 2 chapathis Or 3 puries, one watti curd of 40 gms., salad Papad and pickle

Rs. 30.00

Non Vegetarian(Limited) FISH CURRY & RICE Two wattis(height 4.5 cms. & diameter, 7.5 cms. Fine rice weighing 250 gms. with one vegetable (dry) of 50 gms. fried fish approx. 100 gms. (two small or one sizeable fish), fish curry (two Small pieces or one sizeable fish) of 150 ml., 2 chapathis/3 puries solkadi/cocum syrup, salad an pickle

Rs. 45.00

Non-Vegetarian Thali(Limited) Chicken Curry Rice Two wattis (height 4.5 cms. and diameter,7.5 cms. Fine rice weighing 250 gms. with one

Rs. 50.00

Page 65: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  31  Signature of Tenderer  

vegetable (dry) of 50 gms.) chicken curry/ masala (two small pieces or one sizeable piece of chicken) of 150 ml. solkadi/cocum syrup, 2 slices of bread or one big Pav, salad and pickle.

Veg. Fried Rice with Raita/Papad 250 gms.

Rs. 40.00

Non-Veg. Fried Rice with Raita/Papad 250 gms Rs. 50.00 Evening Tea

15.30 P.M to 16.15 P.M

Kanda Bhaji/ Pakoda/ Mirchi /Batata Vada/Samosa/Sweet buns

5 nos 1 no

Rs. 12.00 Rs. 8.00

Rates for Conferences/Workshops/Meetings

Recommeded Rate

1. Working Lunch (Veg.) VIP Style (Buffet type) (Menu same as Veg. Thali)

Rs. 50.00

2. Working Lunch (Non-Veg.) VIP Style (Buffet type) (Menu same as Non-Veg. Thali) Fish or chicken

- Rs. 60.00

3. Special Lunch (Veg.) Buffet Type Veg. Pulav (Basmati rice), Veg. cutlets, Green Vegetable dry, dall, Chawli masala/Rajma Puries, pickle, papad, salad, curds, Ice cream

- Rs. 120.00

4. Special Lunch (Non-Veg.) Buffet Type Chicken curry/fish curry, chicken fry/fish fry Veg. Pulav (Basmati rice), Green Vegetable dry, Dall, Chawli masala/Rajma Puries, pickle, papad, curds, Ice cream

- Rs. 175.00

• Where items are with MRP they should sold at MRP rate only. • The contractor is free to quote for any other item, rate to be approved by the

committee. • Rates for additional item / quality for special Lunch / Dinner may be negotiated

with indentor and approved by Project Leader • The gravy of veg / non-veg and daal should be medium to thick not watery.

Page 66: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  32  Signature of Tenderer  

Annexure - VII - B

Approved rates and Menu for NIO Guest House

Breakfast Menu for NIO Guest House Rate Rs.45/-

Veg Non-Veg

a) Corn flakes with one cup of milk and sugar (100 ml) (Pure milk-Undiluted)

a) Corn flakes with one cup of milk and sugar (100 ml) (Pure milk-Undiluted)

b) One item from following dishes: b) Double egg(Omlet/ Fried/ Bolied)

1)Idli Sambar/Chutney -2 pieces c) Bread Toast( 4 Big Slices)

2)Vada Sambar/Chutney -2 pieces d) Butter 20gms

3) Puri Bhaji/Bhaji Pao/ Upma/ Dosa/ Veg cutlets (2 Nos.)/Uttapa/ Poha/ Dahiwada

e) Sauce/ Jam 15gms

c) Seasonal Fruit f) Seasonal Fruit

d) Fruit Juice g) Fruit Juice

Tea Rs.6/-

Nescafe Rs.10/-

Milk with Sugar (200 gm)

Rs.20/-

Cold Drinks as per MRP

Fruit Juice as per MRP

Veg Thali Lunch/Dinner Rs. 50/-

a) Chapatis(3 Nos.) or Puries (5 Nos.) b) Rice (100 gms) c) Dal (100 gms) d) 2 Nos vegetables (1 dry & 1 Gravy type) e) Curd (150 gms) f) Pickle, Papad, Salad, Kokum Curry g) Sweet Dish or Fruit

Page 67: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  33  Signature of Tenderer  

Non-Veg Thali Lunch/Dinner

Fish Curry Rice Thali Rs. 60/- a) Rice 150 gms b) Fish Curry with one sizable fish piece or 2 Nos. small fish c) Fish Fry- one sizable piece or 2 small pieces d) One vegetable e) Pickle, Salad, Kokum Curry f) Sweet Dish or Fruit

Chicken Rice Thali Rs. 80/-

a) Rice (100 gms) b) Chapatis (3 Nos)/ Puries (5 Nos) c) Chicken Masala (200 gms) d) One Dry Sabji e) Pickle, Salad f) Sweet Dish or Fruit

Extra Items

1. Rice (150gm) Rs. 15/-

2. Chapati/ Paratha (1 Nos.) Rs. 4/-

3. Puries (1 Nos.) Rs. 3/-

4. Vegetable Dry (60 gms) Rs. 10/-

5. Vegetable Gravy (80 gms) Rs. 10/-

6. Dal (80 gms) Rs. 10/-

7. Salad Rs. 10/-

8. Curd (100 gms) Rs. 20/-

9. Egg Curry with 2 eggs (200 gms) Rs. 25/-

10. Chicken/ Mutton Masala (200 gms) Rs. 40/-

11. Fish Fry (1 big piece or 2 small piece - Total 100 gms) Rs. 40/-

12. Egg Omlet of 2 eggs Rs. 20/-

13. Butter Chicken (200 gms) Rs. 60/-

14. Chicken Biryani (200 gms) Rs. 60/-

15. Chilli Chicken (200 gms) Rs. 75/-

16. Prawns Masala (Medium Prawns) Rs. 60/-

17. Prawns Curry (Medium Prawns) Rs. 50/-

Page 68: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  34  Signature of Tenderer  

18. Aloo Mutter (200 gms) Rs. 30/-

19. Mutter Paneer (200 gms) Rs. 40/-

20. Vegetable Kurma (200 gms) Rs. 30/-

21. Mixed Vegetable Sabji (200 gms) Rs. 30/-

22. Paneer Sabji (200 gms) Rs. 40/-

Buffet Rs. 125/- each

Party Menu – Lunch / Dinner (Both Veg & Non-Veg) 1) Soup (Tomato/ Sweet Corn/ Mixed Vegetables) 2) One Special Rice (Veg Pulav/ Biryani/ Jeera Rice) 3) Plain Rice 4) One Fried Dal (Dal Tadka/ Dal Hariyali/ Plain Dal) 5) One Non-Veg Curry (Chicken Curry/ Fish Curry/ Mutton Curry) 6) One Non-Veg Fry (Chicken Fry/ Fish Fry/ Prawns Fry/ Mutton Fry) 7) One Sabji (Dry) (Aloo Gobi/ Cabbage/ Bhindi Fry/ Leafy Veg) 8) One Special Veg Dish (Mutter Paneer/ Malai Kofta/ Gobi Manchurian/ Palak

Paneer) 9) Puries/ Chapatis/ Parathas/ Bread 10) Pickle, Papad, Salad, Curds 11) Dessert (Ice- cream, Fruit Salad, Ras Malai, Custard with Fruits)

Party Menu – Lunch/Dinner (Only Veg) Rs. 100/-

1) Soup (Tomato/ Sweet Corn/ Mixed Vegetables) 2) One Special Rice (Veg Pulav/ Veg Biryani) 3) Plain Rice 4) Fried Rice 5) One Sabji Dry 6) One Fried Veg Dish (Capsicum Pakodas/ Cauliflower Pakodas/ Onion Pakodas/

Chilli Pakodas) 7) Puries/ Chapatis/ Parathas 8) Pickle, Papad, Salad 9) Curds 10) Dessert (Ice- cream, Fruit Salad, Ras Malai, Jalebis, Gulab Jamun)

Page 69: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  35  Signature of Tenderer  

ANNEXURE – VIII

Suggested brands & quality of the products

S.No Item Suggested Brand(s) * (a) Sauce (tomato/chilly) Maggie/ Kissan/ (b) Jam/Marmalade Kissan/Tops/Smith & Johns/ (c) Canned Juice Tropicana/Real (d) Bread Britannia/Bakeman’s /Spensers’ (e) Refined Oil Safola/ Sundrop/ Vital/ Nature Fresh (f) Mustard Oil P Mark / Nature Fresh (g) Butter or butter chiplets Amul/ Goverdhan/ Brittania (h) Milk Parag/Mother Dairy/ Amul (Single Toned) (i) Cornflakes / Wheat Puffs Kelogg / Mohan’s / Champion (j) Pickle Nafed/ Bedakar/ Safal/ Priya / Druk (k) Basmati Rice Dawat / Lal quila/ India Gate/ Kohinoor (l) Potato Pahari/ Desi (m) Atta/ Maida/ Besan Pillsburry / Aashirwad (n) Biscuits Parle/ Sunfeast / Britannia (o) Salt (Iodized) Tata/ Annapurna/ captain cook.(p) Tea (Bags/sachet) Taj Mahal/ Tata Tetley/ Nestle (q) Dairy Whitener Everyday/Nestle (r) Sugar Dharmpur (sachet), Daurala / Hindustan (s) Pulses Good quality (t) Spices MDH / Ashok / Everest (u) Fruits & Vegetables Seasonal fresh quality(v) Ice-cream Mother Dairy / Kwality/ Amul / Vadilal (w) Meat Products Fresh good quality

* or of equally known quality

Page 70: CSIR-NATIONAL INSTITUTE OF OCEANOGRAPHY DONA PAULA, …itg.nio.org/tenders.nsf/0/34BB792ABC4EDD2265257C4300382795/$f… · under the relevant statutes including the ESI Act 1948 and

Techno‐commercial Tender:  NIO RCM Canteen and Guest Rooms – 2013   

  36  Signature of Tenderer  

ANNEXURE - IX

Proposed set of Uniforms for deployed Staff (to be arranged and provided by the Contractor)

Contractor will ensure that the staff hired by the contractor is always in the uniform approved by NIO when on Duty.