Confederation of Indian Industry - MyCII - Home€¦ · [email protected] 2. Shri Durgesh Sharma,...

46
TOUR K R I S H I V A S A N T RFP: KRISHI VASANT-2014 Page 1 RFP FOR SELECTION OF AGENCY FOR CATERING SERVICES IN KRISHI VASANT 9 – 13 February 2014 at Nagpur Confederation of Indian Industry on behalf of Ministry of Agriculture, Govt. of India and Deptt. of Agriculture, Maharashtra Government

Transcript of Confederation of Indian Industry - MyCII - Home€¦ · [email protected] 2. Shri Durgesh Sharma,...

Page 1: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 1

RFP FOR SELECTION OF AGENCY FOR

CATERING SERVICES

IN

KRISHI VASANT

9 – 13 February 2014 at Nagpur

Confederation of Indian Industry

on behalf of

Ministry of Agriculture, Govt. of India and

Deptt. of Agriculture, Maharashtra Government

Page 2: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 2

Disclaimer

This Request for Proposal (RFP) is issued by CII in the capacity of Strategic Partner

of the Event on behalf of the Department of Agriculture & Cooperation (DAC)

Ministry of Agriculture.

This RFP is neither an agreement, nor an offer or invitation to perform work of any

kind to any party. The purpose of this RFP is to provide interested parties with

information to assist the preparation of their Proposal and Bid.

Whilst the information in this RFP has been prepared in good faith, it is not and

does not purport to be comprehensive or to have been independently verified.

Neither CII or Government of India or Government of Maharashtra; nor any of its

officers or employees, nor any of their advisers nor consultants accept any liability

or responsibility for the accuracy, reasonableness or completeness of, or for any

errors, omissions or misstatements, negligent or otherwise, relating to the proposed

Project, or makes any representation or warranty, express or implied, with respect

to the information contained in this RFP or on which this RFP is based or with

respect to any written or oral information made or to be made available to any of

the recipients or their professional advisers and, so far as permitted by law and

except in the case of fraudulent misrepresentation by the party concerned, and

liability therefore is hereby expressly disclaimed.

The information contained in this RFP is selective and can be updated, expanded,

revised and amended at the sole discretion of DAC and CII. It does not, and does

not purport to, contain all the information that a recipient may require for the

purposes for making a decision for participation in this process. Neither CII nor any

of its officers, employees nor any of its advisors nor consultants undertakes to

provide any Party with access to any additional information or to update the

information in this RFP or to correct any inaccuracies therein which may become

apparent. Each Party must conduct its own analysis of the information contained

in this RFP, to correct any inaccuracies therein and is advised to carry out its own

investigation into the proposed Project, the regulatory regime which applies thereto

and by and all matters pertinent to the Project and to seek its own professional

Page 3: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 3

advice on the legal, financial, regulatory and taxation consequences of entering into

any agreement or arrangement relating to the Project.

This RFP includes certain statements, estimates, projections, targets and forecasts

with respect to the Project. Such statements estimates, projections, targets and

forecasts reflect various assumptions made by the management, officers and

employees of DAC and CII, which assumptions (and the base information on which

they are made) may or may not prove to be correct. No representation or warranty

is given as to the reasonableness of forecasts or the assumptions on which they

may be based & nothing in this RFP is, or should be relief on as, a promise,

representation or warranty.

Page 4: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 4

Definitions

Applicant Refers to a single Corporate Applicant or a Consortium

Corporate Applicant as the case may be.

Application Application for qualification prepared in response to the

RFP document as per section II.

Client

CII; Ministry of Agriculture, Government of India and

Government of Maharashtra jointly and severally as per

their internal division of roles and responsibilities.

Consortium A group of Organizations (as defined below) formed by a

MoU or an Agreement to undertake the project

Financial Year

The 12-month period, in case of:

Commencing from the 1st day of April of any year and

ending on the 31st day of March of the following calendar

year.

Consortium

Members

Such member of the Consortium which has been designated

so by the other members of the Consortium and also

authorized by them to represent each one of them and enter

into contracts for and on their behalf.

CII Confederation of Indian Industry

DAC Ministry of Agriculture Department of Agriculture & Cooperation (DAC), Govt of India

Project

Preparation and serving of food including management of

Food Court in Krishi Vasant – 2014, which will include

procuring the raw material / equipments required for

preparation/ storage and serving of food on turnkey basis.

It will include the preparation and service of food

maintaining the required level of hygiene and sanitation

conditions and other standards as per provisions of Food

Safety And Standard Act 2006.

Page 5: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 5

Project Agreement Agreement that shall be signed between CII and the Project

Developer for running of Food Court in Krishi Vasant

Working Day Any weekdays (Mon-Fri) except national holidays.

Food Court Manager The successful applicant selected by DAC and CII for

carrying out jobs in this RFP.

Page 6: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 6

Timelines for the RFP

Item Date Time

Date of Announcement 7 January 2014 1000 hrs

Date of Closing of Queries 14 January 2014 1100 hrs

Date of Pre-Bid meeting for any clarifications/ explanation of queries 15 January 2014 1200 hrs

Last Date for Modification in RFP (if any) 16 January 2014 1500 hrs

Date of Submission of Bids – All bids should have name details and contact information (address, email, telephone, mob, fax) of Agency on the outer envelop 18 January 2014 1100 hrs

Date of opening of Technical Bids 18 January 2014 1200 hrs

Date of Presentations by Bidders 18 January 2 014 1430 hrs

Date of submission of Modified Financial Bid (if any) 20 January 2014 1030 hrs

Declaration of Results of Technical Bids 20 January 2014 1330 hrs

Date of Opening of Financial Bids 20 January 2014 1500 hrs

Date of Announcement for the selection of Agency 21 January 2014 1500 hrs

CONTACT PERSONS:

CII

Page 7: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 7

1. Ms Meetu Kapur, Executive Director

09717004445 [email protected]

2. Shri Durgesh Sharma, Director

09717100197 [email protected]

3. Sh. Bharat Jain

4. Shri Raju Khatate Deputy Director

5. Shri Suman Saha Deputy director

09871204517 [email protected] 9967549002 [email protected]

6. Shri Pankaj Tibak, Deputy Director

09825036696 [email protected]

State Government of Maharashtra

1. Shri K.V. Deshmukh, Director(ATMA)

09404963700 [email protected]

2. Shri Ghawate Joint Director (Agri.),Nagpur

0712-2555946; 09404683432 [email protected]

Department of Agriculture & Cooperation

1. Sh. K.M.Brahme,

Director (Extension),

(011)23386681, 09868430793 [email protected]

2. Mrs. N. Suneja, Director (Admn.)

(011)25841924, 09999595417 [email protected]

ICAR

1. Dr.K.R.Kranthi, Director , CICR, Nagpur

07103-275536, 09423075781 [email protected]

2. Shri.Anil Sharma, PRO, ICAR, New Delhi

09582898996 [email protected]

Department of Animal Husbandry, Dairying and Fisheries

1. Shri.Kal Singh, Director (Extn.), AHD&F

011-25873775, 09953021881

[email protected]

1. INTRODUCTION

The Government of India in collaboration with the Government of Maharashtra is

Page 8: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 8

organising a Grand Pan India Krishi Mela “National Agriculture Fair cum

Exhibition- Krishi Vasant” at the Central Institute of Cotton Research (CICR),

Nagpur, Maharashtra during 9 – 13 February 2014. Exhibition will have theme

pavilions under different segments along with seminars, workshops, Kisan

Goshthies etc. In addition to this, cultural events will also be organised. More than

3 lakh farmers and 1 lakh other visitors from various States are expected to visit

the exhibition. Apart from this, national/ international delegations, business

representatives will also be visiting the exhibition. Innovative technologies will also

be exhibited through ‘Live Demonstrations’ in the fields by various organisations

such as ICAR institutions, SAUs, KVKs, Central/ State level organisations/

institutions in public and private sector from across the country, on all crops/

commodities in Agriculture and allied sector. Mega event which will also host Kisan

Goshthies, Technical Seminars, Quiz Competitions, Award Distribution, Cultural

Programmes, etc. Various Departments/Organizations from different Ministries

(viz. Food & Consumer Affairs, Food Processing Industries, Rural Development,

Water Resources, Chemicals and Fertilizers etc.) and State Governments have also

been requested to participate. The event also coincides with centenary celebrations

of Vasant Rao Naik, who steered agricultural development in Maharashtra during

Green Revolution era and also to highlight contribution of the vibrant State of

Maharashtra in the growth of National Agro economy.

The area and contents of this mega exposition are so huge that every visitor

is likely to spend one full day here. Naturally, most of them will need snacks,

beverages, meals etc. during the day. The Food Court will be an ensemble of

primarily four categories of food outlets viz. Main Meal Providers, Snack

Counters + Tea & Beverages, Reverse Osmosis Treated Mineral Water and

Branded Outlets. This RFP is being invited to get competitive offers of food-

stuffs of various kinds from 4 categories of bidders. Bids in all 4 categories

will be considered separately. At least two parties each will be selected in case

of Main Meal Providers and Snack Counters + Tea & Beverages. There may be

multiple branded outlets with competition being generated (for discount on

MRP) among various outlets dealing with similar products and having market

standing of same footing. Such companies as reckon themselves to be a

reputed brand of food items may establish their credentials by giving

Page 9: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 9

supporting documents so that appropriate categories may be created for

inviting competitive offers. Drinking water will be supplied by two parties, if

necessary, depending on their installed capacity. Criteria for eligibility and

technical & financial evaluation for Drinking water are being uploaded

separately as a separate RFP.

Tenders based on “Two Envelope System” as stated hereunder, each envelope,

sealed independently, along with the relevant schedules and appendices duly

filled in, will be received up to the time indicated in the timeline for RFP. The

Bidders or their authorized representatives may be present at the time of the

opening of the tenders.

The Proposal shall consist of two parts.

Technical Proposal (T-I,T-II ) and Bid Security

Financial Bid as per Annexure 3

1.1 Technical Proposal

The Technical Proposal of the Bidder/s shall be submitted in two parts

namely T-I, T-II and Bid Security

The following documents from a Bidder shall constitute T-I:

Letter of Expression of Interest along with the following documents as

applicable:

1. Certificate of Incorporation

2. Certificate of Commencement of Business

3. Shareholders’ Agreement

4. Duly signed board resolution (s) authorizing the person signing

the proposal to sign on behalf of the Individual Bidder or all the

Consortium Members as the case may

In case of Consortiums, following conditions will be adhered to:

• Prime bidder must be specified. The Prime Bidder (the leading

bidder in case of consortium i.e. one of the member of the

Page 10: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 10

consortium that is nominated as the prime bidder by all the

other members of the consortium) of this consortium and shall

be liable for adherence to all provisions of this Agreement and no

disputes among Consortium partners will be accepted. The

Prime Bidder must undertake at least 60% of the task.

• The consortium will draw upon human, technical and other

resources of all the members during implementation of Krishi

Vasant Project. The Technical Bid shall include exact details in

this regard, so that a consortium is not artificially created only to

improve the score in Technical Bid

• The prime bidder can’t be a partner in more than one consortium

• In case of a consortium, applicant consortia should have a valid

Memorandum of Understanding (MoU)/ Agreement (duly

registered) among all the members signed by the Chief

Executives/ Authorized Signatories of the companies dated prior

to the submission of the bid. The MoU/ Agreement should

clearly specify the stake of each member and outline the roles

and responsibilities of each member. The MoU/Agreement shall

be exclusively for this project and shall be responsible in case of

failure by any member.

• The bidder should be registered under Companies Registration

Act 1956/Service Tax/Labour laws and Contract Act.

• The Bidder must have company / firm registration certificate,

registration under labour laws & contract act, valid Sales Tax

registration certificate, valid Service Tax registration certificate

and Permanent Account Number (PAN) issued by the Income Tax

department. (Copy of each registration should be provided)

• Attested copy of the company/firm’s annual report has to be

attached along with the Bid. Bidder should submit an

undertaking that Bidder (or any member of the consortium) as a

company/consortium has not been black listed by any Govt.

Dept. / Agency in India and that the products being quoted have

not been rejected similarly

Page 11: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 11

All Bidders must submit duly signed and stamped copy of Annexure

2 and 2 (A) as acceptance to reflect that the Terms and Conditions

and Rights and Obligations of the Selected Agency indicated in the

RFP are acceptable to them.

All documents as mentioned in the eligibility criteria as given at para

3.1 infra.

• Broad Catering Plan and details of all Menus proposed to be served in

categories of Food

• Number of persons required for the said activity looking at the layout

Technical specifications and type and variety of Foods to be served

along with no. of persons planned to be used for execution of the work

a) For on the spot cooking

b) For Serving maintaining the service area

c) For cleaning/ washing etc.

• Job Execution Plan including Work Breakdown / Backup Plan

• Project Team, including manpower required with escalation matrix of

onsite manpower

• Blank Financial Bid (to ascertain which items have been quoted for)

1.2 Bid Security

A Bank draft / Pay Order as Bid Security in favour of “Confederation of Indian

Industry” is to be deposited as per following details. The bid security will be valid

for a period of 60 days beyond the bid validity period.

(i) Main Mail Providers: Rs. 1,50,000

(ii) Snack Counters and Tea & Beverages: Rs. 40,000

1.3 The Financial Proposal

The financial proposal should be in the format given in Annexure 3

Page 12: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 12

2. Outline of Bid Process

A Newspaper ad with eligibility criteria and broad outline of the RFP will be

published in four National Dailies (Times of India, Hindustan Times,

Navbharat Times and Dainik Jagaran) and one local daily of Maharashtra

(Hitavada), Bangalore, Hyderabad, Chennai, Kolkata etc. in English.

Applicants to download the detailed RFP from any of the following website

link

1. Ministry of Agriculture (www.agricoop.nic.in)

2. Maharashtra Government (www.mahaagri.gov.in)

3. CII (www.cii.in)

4. CICR ( www.cicr.org.in )

Eligible applicants to submit detailed Applications in accordance with the

process defined in this RFP document.

Agencies which meet the qualification criteria would need to showcase a

presentation of detailed variety of Food including those which can be served

as Snacks and in Main Food viz. Lunch with technical detailing in hard

copy. CII shall, at its discretion, evaluate the Catering and Back-up Plan.

Sealed Bids will need to be dropped in hard copy at CII office where there

will be closed bid box by 18.01.2014. No bid will be accepted after 11.00 hrs

of this date.

Technical Bids will be opened as per the time line for the RFP and a panel of

senior CII official with DAC officials will evaluate and award the technical

scores to the same. The Applicants who qualify based on the technical

evaluation will be intimated the date of financial bid opening.

The shortlisted bidders may opt to remain present for the financial bid

opening.

The Applicants are expected to examine the RFP document in detail to

Page 13: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 13

submit their Applications.

CII reserves the right not to follow-up this RFP and terminate the entire

selection process without any obligation to any of the Agencies at any stage.

2.1 TERMS & CONDITIONS FOR SUBMITTING THE BIDS:

1. The rates shall be valid for a period of one year at least from the date of

award. The job shall be completed under the direct supervision and

direction of the officer/officers deputed by the CII and Ministry of

Agriculture.

2. The contractor/bidder will not be allowed to alter or modify their bids after

expiry of the deadline for receipt of bids except as provided in para 4.2

3. The Financial Bid will be submitted mentioning the rates of different work

and items. The contractor/bidder is required to quote all inclusive rates

including Tax (pl Specify) for all items/services/works for Nagpur. The

rates quoted otherwise will not be accepted and the tender will be liable to

be rejected.

4. Bids/quotations received without Bid Security money will be rejected and

their Technical and Financial Bids will be returned un-opened.

5. Every bid shall be accompanied by a Bank Draft/Pay Order duly endorsed

in favour of “Confederation of Indian Industry” and payable at New Delhi as

Earnest Money for various amounts as follows:

(iii) Main Mail Providers: Rs. 1,50,000

(iv) Snack Counters and Tea & Beverages: Rs. 40,000

The security shall be valid for a period of 60 days beyond the final bid

validity period.

Page 14: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 14

6. The selected agencies/ successful bidders will have to deposit Performance

Security as follows by way of Bank Guarantee from a scheduled

Commercial Bank in India (in a format to prescribed by CII and Ministry of

Agriculture) before the issuance of work order.

(i) Main Mail Providers: Rs. 10,00,000

(ii) Snack Counters and Tea & Beverages: Rs. 3,50,000

7. The Performance Security shall remain valid up to 120 days beyond the

completion of the event or completion of all contractual obligations

whichever is later. The Performance security of any additional amount

required for any particular work will have to remain valid for a period of 90

days from the date of completion of work.

8. No excuse will be entertained for non-compliance of the job in the

stipulated time frame. If at any stage it is found that the work done by the

contractor/bidder in any area is substandard or not up to the mark, the CII

will have full power/right to get the job completed from any other agency at

the risk and responsibility of the contractor/bidder and deduct the

expenditure so incurred from the bill and also forfeit the Performance

Security money.

9. The rates quoted for the tender shall include transportation charges,

packing and unpacking, loading and delivery of the material at the

exhibition site. Dismantling and removal of all material from the site and

restoration of the soil which shall be done within 15 days of completion of

the Event.

10. The rates to be quoted are to be inclusive of all taxes, duties and levies

which must be clearly duly itemised both in terms of percentage rates as

well as values.

Taxes charged will be as per rates prevalent at the time of award/execution

of work in keeping with the relevant notification(s). Any change in

Government levies, duties and taxes will be to the Client’s account.

However, if a Bidder mentions lower levies / duties / taxes than the

applicable ones, no extra amount will be paid but the Bidder will have to

Page 15: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 15

deposit applicable levies / duties / taxes, as the case may be. If higher

percentages of levies / duties / taxes are quoted, only the applicable ones

will be paid.

11. The Agency shall ensure that the preparation and service of food should

meet the requirement of hygiene and sanitation conditions and other

standards as per Rules and Regulations specified in Food Safety and

Standard Act 2006.

12. The responsibility of safety and security of the kitchen set/ material for

cooking etc. at the exhibition site will rest entirely on them. The CII will not

be responsible for any loss or damage to the items.

13. The Financial scores (Tn) will be calculated on the basis of lowest financial

quote (Fm) by awarding maximum financial score (i.e. 100) to the lowest bid

i.e. Fm. The scores awarded to other bidders with a bid value of Fb will be

Tn = Fm/Fb x 100.

14. Final selection of the agency will be done on the basis of final score of the

bid i.e. (0.4xTb) + (0.6xTn). The bid with the highest final score calculated

in this fashion shall be considered as the best value bid. In case of a tie, the

bid that scored a higher Technical score (Tb) will be considered the best

value bid.

15. If the selected agency fails to maintain the quality and quantity firmed up

in a given menu included in the cafeteria of menus, a penalty of 50% of the

value of such item based on the likely consumption of that item in a day

may be levied.

2.2 Non-Conforming Bid

Any bid may be construed as a non-conforming bid and ineligible for consideration

if it does not comply with the requirements of this RFP. In addition, bids that

appear to be “canned” presentations of promotional materials that do not follow the

Page 16: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 16

format requested in this RFP or do not appear to address the particular

requirements of the task may also be disqualified.

2.3 Amendment of Bidding Documents

At any time till 3 days before the deadline for submission of bids, for any

reason, whether at its own initiative or in response to a clarification requested by a

prospective Bidder, the Client may modify the bidding document by amendment.

All prospective Bidders who have received the Bidding Document shall be notified

of the amendment by uploading on the websites referred to above or will be notified

in writing by e-mail and / or post, and all such amendments shall be binding on

them. The bidders are requested to visit the said website on regular basis for

checking necessary updates, if required. CII reserves the right to extend the

deadline for the submission of bids.

2.4 Disqualification

The bid is liable to be disqualified in the following cases:

a) Bid not submitted in accordance with this document

b) The bidder qualifies the bid with his own conditions

c) Bid is received in incomplete form

d) Bid is received after due date and time

e) Bid is not accompanied by all requisite documents

f) Information submitted in technical bid is found to be misrepresented,

incorrect or false, accidentally, unwittingly or otherwise, at any time

during the processing of the contract (no matter at what stage) or during

the tenure of the contract including the extension period, if any

g) Financial bid is enclosed with the same envelope as technical bid.

In case the terms and conditions of the contract applicable to this

invitation to tender are not acceptable to any bidder, he should clearly

specify any deviation

Page 17: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 17

2.5 Forfeiture of Bid Security

The Bid Security can be forfeited if a Bidder

i. Withdraws its bid during the period of bid validity specified by the Bidder

on the Bid Form or

ii. During the bid process, if a Bidder indulges in any such deliberate act as

would jeopardize or unnecessarily delay the process of bid evaluation

and finalization. The decision of the client regarding forfeiture of the Bid

Security shall be final & shall not be called upon question under any

circumstances.

iii. Violates any such important conditions of this RFP document or indulges

in any such activity as would jeopardize the interest of the client. The

decision of the client regarding forfeiture of the Bid Security shall be final

& shall not be called upon question under any circumstances.

iv. In case of the successful Bidder, if the Bidder fails

a. To sign the Contract in accordance with RFP or

b. To furnish Performance Guarantee

2.6 Evaluation of Bids

Evaluation of the bids will be done in two stages and at the end of every stage,

short listed bidders will be informed of the result to have a fair and healthy

competition. The following is the procedure for evaluation.

The Bid evaluation Committee may relax a very minor deviation both in

prequalification bid or technical bid as far as point to point adherence is

concerned, so long as the deviation is suitably compensated or exceeded by any

other higher specification or essential parameter to such an extent that the overall

system performance or installation/ operation related capability do not get

compromised. While considering any such minor relaxation, it will be ensured that

such a relaxation does not change substance of the bid or does not prejudice the

bid process from the point of view of equity and fair play. The decision of DAC in

this regard shall be final and shall not be called upon to question under any

circumstances.

Page 18: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 18

3.1 The eligibility criteria

1. The Bidder should have achieved a minimum financial turnover as

follows from catering services or restaurant or any other similar

business:

(i) Main Meal Providers: Rs. 1.5 crores in last financial year &

aggregate turnover of Rs. 4 crores of last three years.

(ii) Snack Counter + Tea/ Coffee & Beverages: Rs. 0.75 crore during

last year & aggregate turnover of Rs. 2 cores of last three years.

2. Sub contracted or sublet job on their name will not be considered

towards eligibility. The agency which has the work order shall only be

considered for this purpose.

3. The Bidder should have organised at least 3 events of catering services

for 5000 persons at a time.

4. The Bidder should have experience of at least 3 years in preparation and

service of food items including setting up and management of Food Court

of large national level exhibition/summit/conference.

5. The Bidder should have sufficient inventory of the required material and

personnel for efficient execution of the job. Please furnish the proof.

6. The Bidder must have adequate staff & Team for the execution of the

work of such a scale

Note: In case of a Consortium, turnover, net worth and invoice value

figures can be added for the Consortium members. However, number of

years of experience cannot be added. Either of the active partners must

have an experience of 3 years at least subject to the condition that the

Prime Bidder should have an experience of 2 years at least in the area.

7. The Bidder should be registered under Service Tax/Sales Tax/

Comprehensive Tax.

8. The Bidder should have Trade License for Catering Services.

9. The bidders should submit the Technical and Financial Bids in separate

sealed envelopes indicating the same on each of the envelopes. (Earnest

Page 19: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 19

Money Deposit should be placed in the technical bid envelope.)

The following documents should be submitted along with the Technical Bids

as T-II

i. Copy of work order from Government/Semi-government

Departments/ Chambers of Industry Associations or any other major

clients for last 3 years along with completion /satisfaction certificate

with Invoices duly certified by chartered accountant and a notary.

Balance sheets and profit and loss accounts of his/her

firm/company, for the three financial years 2010-2011, 2011-12 &

2012-13 duly verified by a Chartered Accountant (indicating

membership no. of Chartered Accountant with seal.)

ii. Balance Sheet and Profit and Loss accounts of his/her firm/

company, for the last 3 years i.e. 2010-11, 2011-12 and 2012-13.

iii. A certificate indicating the amount of Turnover from Food

Preparation and Catering for each year from the Chartered

Accountant. Copy of the Work orders for each assignment in support

of the turn over figure indicated.

iv. Pictures of sample works done in the past

v. Copy of registration certificate

vi. Copy of Service tax/VAT/ Comprehensive Tax registration certificate

vii. Copies of Income-tax returns of last 3 years, 2010-11, 2011-12,

2012-13 with PAN number.

viii. Company Profile

ix. Copy of MoU/Agreement in case of consortium

All documents from i, ii, iii, v, vi, vii and ix should be submitted

only after due attestation by notary public

3.2 Technical Bid Evaluation criteria (total 100 marks)

The technical bids of only those bidders who are fulfilling all eligibility

Page 20: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 20

criteria will be evaluated

1. Presentation by the Agency on cafeteria of Menus and Backup Plans (Maximum Marks 80)

(iii) Size of Base Kitchen: 15 marks

(iv) Number of events handled for meals to be provided to 10000

persons or more: 10 marks

(v) Catering Plan: 20 marks

(vi) Awards: 5 marks

(vii) Feedback from earlier clients: 5 marks

(viii) Permanent chefs : 5 marks

(ix) Other workers on rolls: 5 marks

(x) Uniform of the Servers, Chefs: 5 marks

(xi) Any additional item in the menu over and above minimum

specification: 10 Marks

Total : 80 marks

Note: Documentary evidence in support of every item listed above will

need to be provided for obtaining marks.

2. Profile of the Agency (Maximum Marks 20)

1.

Years of Professional Experience in the field of Food Preparation and

Catering (Maximum Marks-5)

Less than 3 years will

disqualify

3 to 5 years 2

5 up to 7 years 3

> 7 years 5

Page 21: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 21

2

Aggregate Turn Over for Catering Services only in last Five years i.e. (2008-

09,2009-10, 2010-11, 2011-12, 2012-2013) (Maximum Marks- 5 ) Bidder

with maximum turnover will get 5 marks and others will get lesser on

percentile basis.

3. No. of the catering assignments handled in the last three years (2010-11, 2011-12,

2012-13) (Max Marks – 10)

Financial years (i) No. of catering

assignments

having budget of

25 lacs to 50

lacs each

(Maximum

Marks-2 )

(marks for each

exhibition

=0.25)

(ii) No. of

catering

assignments

having budget

of >50 lacs to

1.5 Crore each

(Maximum

Marks- 3)

(Marks for

each

Exhibition =

0.5)

(iii) No. of

catering

assignments

having budget

of more than

1.5 crore each

(Maximum

Marks- 5)

(Marks for

Each

exhibition =

1)

2010-2011

2011-2012

2012-2013

Total

Note:

1. If, after evaluation of Technical Bids, it appears that certain quantities

need to be changed substantially or some new line items are to be

included, the Bidders may submit modified Financial Bids before the same

are opened. However, prices of any line item cannot be increased at this

stage except for such items which are way beyond the scope of work originally

envisaged by the Bidder. Such exceptions will be spelt out before receiving

amended Financial Bids.

Page 22: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 22

3. A Bidder having more works in higher value slabs (than the upper limit) in

Table 3 above can get such extra works considered in lower slabs.

4. Financial bids (Rates) of the Technically qualified agencies scoring 60 out of

100 marks and eligible as per Terms and Conditions only will be opened

5. All Applicants to Submit duly signed and stamped copy of Annexure 2 as

acceptance to reflect that the Terms and Conditions indicated therein are

acceptable to them.

3.3 The Financial Proposal

The financial proposal should be in the format given in Annexure 3

Financial bids (Rates) of the Technically qualified agencies scoring 60 out of 100

marks and eligible as per Terms and Conditions only will be opened

3.4 Selection of the bidder

The selection of the contractor/bidders will be done on the basis of

cost-cum-quality formula of marks obtained for Technical and Financial

Bids. The calculation of marks will be done as described above

40% of the technical bid and 60% of the financial bid will be

considered.

Final selection of the agency will be done on the basis of final score of

the bid i.e. (0.4xTb) + (0.6xTn). The bid with the highest final score

calculated in this fashion shall be considered as the best value bid. In

case of a tie, the bid that scored a higher Technical score (Tb) will be

considered the best value bid.

Page 23: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 23

The applicant scoring overall highest score will be selected

Negotiation on prices of highest ranked bidder may take place after

seeing reasonableness of unit rates.

3.5 Scope of Work

The event is likely to be attended by about 60000 – 70000 visitors per day majority

of whom may eat variety of items/menus served by the agency. The selected

agency/ agencies may therefore have to conceptualize plan to manage and run a

Food Court during the event i.e. KRISHI VASANT 2004. The scope of work would

include area details, layout and management plan. (Distribution counters, kitchen

area, washing area required with crowd handling plan during lunch hours).

Catering Agencies shall engage sufficient manpower for preparation and serving of

food in the Food Court; providing pantry services (tea, coffee & snacks) for

Conference/ Seminars and High Tea for inauguration (for about 5000 people).

The date of the event is February 9-13 2014 subject to minor modifications. The

catering agency may be required to deploy manpower prior to the event and after

the event.

Bidder’s Plans/ presentations are always subject to modification keeping in mind

the changing needs of the event.

3.6 Implementation Period

Finalization of all the details for the Event Management shall be 4 February,

2014 unless specified otherwise

3.7 Use of project Documents and Information

Bidder shall not, without prior written consent from CII, disclose the Contract, or

any provision thereof, or any specification, plan or information furnished by or on

behalf of the CII in connection therewith, to any person. No information should be

made public either directly or indirectly nor allowed to be accessed by an

Page 24: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 24

unauthorized person.

In any circumstances, for any conditions breach on Agencies’s behalf, the selected

agency will be fully responsible for the same and if required, CII may levy penalty

for the same and / or any legal or administrative action taken against the agency.

3.8 Maintenance of facility

Applicant who qualifies shall be responsible for storage and safety of all food items

that are procured, stored, prepared and served at the venue during the currency of

the event.

3.9 Completeness of Work:

All the activities under the scope of Work as required, and all other works assigned

which are required in the successful implementation & necessary for proper

organizing of the Event and various works shall be deemed to have been included

in the tender, whether such items are specifically mentioned in the tender

documents or not.

3.10 Equipment required for carrying out various activities

All equipment required for carrying out various activities and materials at site of

work as well as staff required for successful implementation of the activity shall be

the responsibility of the Caterer/ Contractor.

3.11 Site Availability

Site will be provided free of encumbrances by CII to the selected bidders (or

contractors). Contractors must note that the site is a Government research facility

and all works to be carried out do not disturb the day to day work of the facility, CII

will take all necessary consent and permissions for the same. Electricity at the

stalls and water for washing hands and utensils etc. also will be provided by

the client. However, water to be used for cooking should be treated and

Page 25: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 25

purified using Reverse Osmosis mini-plant. If necessary, sufficient area for

accommodating workers will be provided on site free of cost. However, cost of rain-

proof covered iron hangers and beds etc. will need to be borne by the selected

contractor.

3.12 Precautions at Venue

The contractor must ensure at all times that the land provided for Exhibition is an

Agricultural Research land and no deed is to be performed which spoils the soil.

The contractor may also need to undo any damage to the soil due to external

material. Disposal of all wastes and food residues will be responsibility of the short-

listed bidder.

3.13 Maintenance and Security

The Contractors shall be responsible for maintenance and watch and ward of the

Structures and Equipment and other infrastructure, safety of all fittings and

fixtures till the end of the event.

The Contractors would also solely be responsible for all his staff, whether

permanent or temporary, and ensure their safety and security. CII will not be,

under any circumstances, responsible for this.

3.14 Venue Details

The Details of the venue (Hall diagrams and layout of event) are as per Annexure 1

3.15 Change in Management / Bidder composition

No change in the composition of a Bidder will be permitted by CII during the

Proposal Stage.

The change in the Consortium members/ management/ shareholding of the Project

developer shall not be allowed without the prior approval in writing of CII

Page 26: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 26

3.16 Additional Items

After award of contract, if CII in the interest of the task or because of any other

need arising subsequently at its own discretion may order in –lieu or any new

item(s), Subject to a condition that the value of such items(s) shall be arrived at

through permissible price discovery modes. However, value of such items will not

exceed 10% of the total contract value and will not give any undue benefit to

shortlisted bidder.

3.17 Right to Accept and Reject any or all Application(s)

a) Notwithstanding anything contained in this RFP, CII reserves the right to

accept or reject any bid and to cancel or withdraw the RFP process and

reject all bids in full or in part, at any time without any liability or any

obligation for such acceptance, rejection or annulment, without assigning

any reasons.

b) CII reserves the right to reject any Application, if at any time a material

misrepresentation is made or uncovered. This would lead to the

disqualification of the Application.

3.18 Dispute Resolution Mechanism

If a dispute of any kind whatsoever arises between CII and the Event Manager in

connection with or arising out of the BID or during the execution of the Event or

after its completion and whether before or after repudiation or termination of the

Event Agreement, including any dispute as to any decision, opinion, consent,

expression of satisfaction, approval, determination of value, action or instruction of

CII, the matter in dispute shall be referred in writing to the Director (Legal), CII.

Not later than 28 days after the day on which it received such reference, he shall

Page 27: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 27

give notice of its decision of the same to the Caterer. If such a decision made under

this Clause is not acceptable to any party, DAC, MOA shall be shall resolve the

dispute except for issues falling under clause 5.9.

3.19 Termination

CII may terminate the Contract of the agency in case of the occurrence of any of the

events specified below:

(i) If the Agency becomes insolvent or goes into compulsory liquidation.

(ii) If the Agency, in the judgment of CII, has engaged in corrupt or fraudulent

practices in competing for or in executing this Contract.

(iii) If the Agency submits to CII a false statement which has a material effect on the

rights, obligations or interests of CII

(iv) If the Agency places itself in position of conflict of interest or fails to disclose

promptly any conflict of interest to CII

(v) If the Agency fails to provide the quality services as envisaged under this

Contract. Reasons for the same would be recorded in writing.

In such an occurrence CII shall give a written advance notice before terminating

the Contract of Agency.

In-case the event is called off for any unforeseen reason actual expenses

incurred by the bid winning contractors till then will be mutually agreed and

reimbursed. No other payment will be made.

3.20 Force Majeure

Neither party will be liable in respect of failure to fulfil its obligations, if the said

failure is entirely due to Acts of God, Governmental restrictions or instructions,

natural calamities or catastrophe, epidemics or disturbances in the country. Force

Majeure shall not include (i) any event which is caused by the negligence or

intentional action of a Party or by or of such Party’s agents or employees, nor (ii)

any event which a diligent Party could reasonably have been expected both to take

Page 28: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 28

into account at the time of being assigned the work, and avoid or overcome with

utmost persistent effort in the carrying out of its obligations hereunder. Force

Majeure shall not include insufficiency of funds or manpower or inability to make

any payment required for execution of services under this Contract.

A Party affected by an event of Force Majeure shall immediately notify the other

Party of such event, providing sufficient and satisfactory evidence of the nature and

cause of such event, and shall similarly give written notice of the restoration of

normal as soon as possible.

3.21 Arbitration

Hon’ble High Court of Delhi will have the jurisdiction venue of arbitration will be

New Delhi and will be governed by provisions of the Indian Arbitration &

Reconciliation Act.

3.22 Jurisdiction

The contract shall be governed by laws of India and all Government rules on

purchase matter issued from time to time and in force for the time being are

applicable to this contract tender.

3.23 Submission of Bids in Response to the RFP

1. The Bid documents will be submitted in a sealed cover and shall be opened

in front of the selected bidders at the prescribed date and time and criteria

How to apply

Application should be submitted in the as prescribed above procedure as

prescribed below.

Sumbission to be made in 1 set of hard copies in original and one

photocopies)

Page 29: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 29

Technical bids in two separate Envelopes,

Envelope 1 to carry bid security and all documents as specified in

Technical bid - I with a caption ‘Bid Security and documents of Technical

Bid – 1”,

Envelope 2 to carry documents related to Technical bid –IIwith a

caption ‘Technical Bid II”

Finacial bid Matrix in a separate sealed Envelope. Envelop containing

Financial Bids should clearly contain whether it pertains to Main Meals

or Snacks + Beverages or both.

Technical bids and Financial Bid in separate sealed envelopes to be put in one big

envelope

FINANCIAL BIDS OF ONLY THOSE BIDDERS WHO MEET THE TECHNICAL CRITERIA WOULD BE OPENED.

The outer envelope containing the sealed Technical and Financial Proposals should

be marked ‘Response to RFP For Running the Food Court for conference and allied

facilities for Krishi Vasant and addressed to:

_____________________________

C/o Confederation of Indian Industry

3rd floor, 23 Institutional Area, Lodi Road

New Delhi – 110 003

The Proposal should be submitted on or before 1100 hrs on or before

18.01.2014

No Proposal will be accepted after the CII deadline for submission and in the event

of any proposal being received after the closing time for submission of proposals,

the same shall be returned un-opened.

Page 30: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 30

Annexure 1 Proposed As on date layout of the venue

Page 31: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 31

Annexure 2

(To be Signed and submitted by contractors on Company Letter Head)

Declaration regarding Acceptance of Terms & Conditions contained in the Tender

Document

To,

The Confederation of Indian Industry

3rd floor, 23 Institutional Area, Lodi Road

New Delhi – 110 003

Sir,

I have carefully gone through the Terms & Conditions contained in the Tender

Document for the Selection of Food Caterers for KRISHI VASANT - 2014. I declare

that all the provisions of this Tender Document contained in the RFP are

acceptable to my Company.

I further certify that I am an authorised signatory of my company and am,

Page 32: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 32

therefore, competent to make this declaration.

Yours Truly,

Name: _______________________

Designation: _______________________

Company: _____________________

Address: ______________________

Mobile: _________________________

Annexure 2 (A)

RIGHTS AND OBLIGATION OF THE SELECTED AGENCIES

1. General

(a) Without prejudice to the aforesaid, it be ensured by the Selected Agency/ ies

that all services will be performed in a professional manner by its personnel

and that the said performance by it shall be in accordance with the given scope

of work.

(b) The Selected Agencies shall at all times be responsible for ensuring that the

service of food to all those served, quality of food served, service standards for

the same, etc. are undertaken with utmost care and diligence and that any

complaint/disruption/delay in the same shall lead to considerable loss and

damage to the organisers (monetarily and otherwise).

(c) Furthermore, the Selected agency represents and warrants that all technical

and commercial requirements set forth in the Bid are met by the Selected

agency and that it shall be bound by all its representations and submissions in

response to the Bid including those relating to facilities, service levels of food

served, binding /inclusive nature of costs, etc.

Page 33: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 33

(d) The Selected agency also hereby assures organisers of the quality, suitability

and the warranties of all the food and related services under the Agreement,

over and above the ‘Desired Performance Levels’ assured to it. In the event that

the Selected agency is providing services of selling a-la-carte items, then it

represents and warrants that the principle liability for the same shall remain

that of the Selected agency itself towards organisers and that such products

will be in conformity with the requirements as set forth. The Selected agency

hereby covenants that no exception to the liability, guarantee & assurance of

the Selected agency shall apply with regard to food and the services thereof.

2. Certificates/Permissions

The Selected agencies shall obtain necessary certificates/permissions required by

law such as food license, test reports for various food items, Fire Training

Certificates etc. or as required as per the local regulations from the competent

authorities. In case of any offense or failure to obtain the necessary

certificates/permissions, the selected agency/ies will be solely responsible for its

penalty and consequences.

3. Display of menu and tariff, etc.

The Selected agency/ies shall exhibit menu, tariff and list of food items to be sold

in the event.

4. Sale of items

The Selected agency/ies shall not sell the items other than those approved by the

organisers. Sale of unauthorized items if detected in contravention to approved

items, organisers or its authorized representative/official may seize such items and

the unauthorized seized items shall be disposed off in addition to any penalty as

deemed fit to be imposed for such contravention.

5. Compliance of Food Adulteration Act and other statutory laws

(a) The Selected agency/ies shall be responsible for compliance with applicable laws

Page 34: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 34

such as Prevention of Food Adulteration Act. 1954 or FSSA Act or any other

amendments thereto.

(b) The Selected agency/ies shall be responsible for compliance with applicable

laws such as sales tax, provident fund, labour laws or any other applicable laws.

6. Inspection of Base Kitchen(s) etc. by Food/Health Inspectors

The Selected agency/ies shall make available the details of their base kitchen(s) etc.

from which food items are picked up for the inspection by the Organisers or any

person so authorized by it or the local health authority at any time.

A copy of the list of name, address & cell numbers of Base kitchens from where

food is to be picked up is to be essentially made available to the organisers for

inspection.

7. Maintenance of proper hygiene, cleanliness, etc.

The Selected agency/ies shall be responsible for ensuring the quality and quantity,

maintaining proper hygiene and cleanliness while handling raw materials,

preparation, packaging, supply, service, etc. of food/meals in accordance with the

specified parameters as per rules.

8. Use of FPO/AGMARK products

The Selected agency/ies shall ensure that all raw materials/food items used by it

for the preparation of food/meals and the service thereof to the visitors shall be

FPO/AGMARK approved. The selected agency/ies have to provide signed list of

brands of the items being used in the event for selling and vending purposes. The

names of more than one brand can be given to adjust adequate supply in the event.

9. No unlawful/illegal activity

The Selected agency/ies and/or its staff shall not carry on any unlawful, immoral

or illegal activity in the event. It is clarified that if the Selected agency/ies suffers

any loss or damage on account of it being restrained by the organisers or any other

competent authority for indulging in illegal activities or any contravention of any

law, the Selected agency/ies shall not be entitled to any compensation whatsoever.

Page 35: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 35

10. Provision of suggestion/complaint book

The Selected agency/ies shall keep a suggestion/complaint book at a conspicuous

place where the visitors can register their complaints about the quality

/measurement etc. without any difficulty. This suggestion book shall be serially

numbered and pre-authenticated by the organisers. The deduction in payment can

be made if there are complaints about the quality/ quantity served.

11. No use of plastic material

The Selected agency/ies shall, in rendering catering services, not use plastic

material but eco-friendly/ biodegradable packaging material for supply of food

items, good quality glasses for serving tea/coffee, etc.

12. Collection of garbage

System of garbage collection/ clearance and its disposal is to be indicated with

arrows in the Food Court. The same can be inspected by the authorities at any

time. The Selected agency/ies shall provide garbage bins properly lined with

garbage bags in the Food Court. The Selected agency/ies shall be responsible for

collection and proper disposal of garbage after each service.

13. Issue of proper bills, etc.

The Selected agency/ies shall issue proper bill(s)/receipts(s) against the sale of food

items/beverages to the visitors of the event availing this service. Separate Daily

registers for sale of standard, Al-a-carte items and PACEdD items should be

recorded separately item wise and kept ready for inspection at any time.

Weighing scale for weighment of prepared items must be available.

] Availability of Food License and Medical fitness certificates for each staff must be

available.

14. Ban on sale of products

The Selected agency/ies shall not sell/distribute tobacco products, wine, beer or

any other alcoholic drink or any other item prohibited by law in the event. Further,

the selected agency/ies shall not use beef/pork in any form in any food items that

Page 36: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 36

may be served to the visitors

15. Food articles not to be kept on floor, etc.

(a) The Selected agency shall ensure that the catering staff shall not keep any food

article on the floor and the catering staff shall not carry any food item in their

hands/ pockets/card boxes/mineral water cartons, etc. and only container should

be used for these purposes.

16. Deployment of staff

The catering staff must be courteous and polite to every visitor at all times

including peak rush hours of lunch etc..

17. Presence of Selected agency/authorized Manager

The Selected agency/ies or a duly authorised and competent Manager appointed

and paid by them shall remain present in person to manage or supervise the

business to be carried on under the provisions of this agreement and to ensure that

the obligations of selected agency/ies under the Agreement are duly performed and

observed. In addition, the name(s) of the Manager will be shared by the Selected

agency to the organisers from time to time.

18. Staff Uniform, Identity Cards, etc.

The selected agency/ies shall ensure (02) two sets of new, cleaned and ironed

uniforms to their staff and ensure wearing of name badges, head gears and hand

gloves by the catering staff while on duty.

19. Provision of equipment

The Selected agency/ies will arrange their own equipment for satisfactory provision

of services.

20. Use of crockery, cutlery, etc.

(a) The Selected agency/ies shall ensure that crockery, cutlery, napery and other

service wares to be used in the event are of good quality and approved by the

organisers.

Page 37: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 37

(b) The Selected agency/ies shall ensure that all utensils to be used in the event

kitchen(s) should be of stainless steel.

(c) The Selected agency shall ensure that the utensils, crockery, etc. are washed

and cleaned with clean water and standard quality detergent soaps. The Selected

agency shall not use recycling dirty water for cleaning and washing of utensils, etc.

21. Provision of gas burners/cylinders, etc.

(a) The Selected agency/ies shall ensure that gas burners/cooking ranges

should be ISI approved and covered by a suitable maintenance contract. The

safe working of equipment and adherence to the regulations should be

certified by an authorized/approved agency.

(b) The Selected agency/ies shall ensure that no LPG cylinder shall be placed at

any other locations other than the area specified by the organisers.

22. Maintenance of proper records, etc.

The Selected agency/ies shall maintain proper and full records viz., accounts,

vouchers, bills, tax, etc. pertaining to the food/snacks etc. served in the event and

make it available for inspection by the organisers to ascertain the Gross Sales

Turnover.

23. Compliance of Instructions

The Selected agency shall comply with any other instructions issued by the

organisers from time to time as may be necessary to ensure better services.

Page 38: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 38

Annexure-3

FINANCIAL BID FORMAT

S.

No.

Item Mass (in

gms)/ nos

Price per

Plate

including

all

applicable

taxes

Remarks

A. Main Meal Category 1 (Unlimited quantity per person unless otherwise .

mentioned)

Option 1:

Green Vegetable

Seasonal Vegetable/ Subz Handi

Raita / Kadhi (one standard Katori)

Dal (Fry/Makhni) (of thick consistency)

Parantha / Puri / Tawa Chpati/Tandoori

Roti (any two options)

Rice Pulao/ Jeera Rice/Plain Rice

Pickle (in sachet)

Papad

Sweet (limited)

Page 39: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 39

Option 2:

Dal Bhaji

Masala Bhat

One Green Vegetable

One Seasonal Vegetable

Curd Preparation

Phulka / Chapati

Papad

Sweet (limited)

Option 3:

Vegetable Poriyal

Sambar + coconut chutney

Rasam

Curd Rice

Dosa(Masala/Rava/Plain

Butter Milk (1 glass)

Page 40: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 40

Option 4 (with Regional Variations but

largely carrying same quantities of

Cereals, Pulses, Green Leafy Vegetables,

Other Vegetables/ Roots and Tubers/

Milk Products etc.). It is clarified that

the regional variations will be required

as per the arrival programme of the

farmers of the State. Thus, only a

couple of regional variations will need

to be prepared as per a pre-announced

schedule.

Bengali Menu :

AlooJhol

Khati Dal

Bengali Rice

Chapti

Papad, Pickle

Maharashtrian Menu :

Aloo Baingan

Dal Bhaji

Phulka/Chapati

Masala bhaat

Papad, Pickle

Gujarati Menu :

Gatte Nu Shaak

Gujarati Dal

Gujarati Rice

Phulka

Papad, Pickle

Main Meal Category II

Main Meal Category I + one Paneer

Preparation (one medium size katori with

atleast 40 gms of Paneer) + 1 Vegetarian

Soup + Salad

Page 41: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 41

B. Snacks & Beverages

Snacks

Veg Samosa (2 no.)

Kachori (2 no.)

VadaPav (1 no.)

AaluVada ( 2 no.)

Bread Pakoda (1 no.)

Kanda Bhajiya

Moong Pakoda

Poha

Upma

Idli (3) + Sambar (1 katori) +

coconut chutney

Sooji Upma - with chutney

Vemiccili upma with chutney

Vada+ sambar + coconut chutney

Medu Vada (2 no. with chutney)

Medium size

Medium size

Medium size

vada + Pao 1

big size

Potatoes stuffed

in 1 big size

bread slice

one quarter

plate full

2 medium size

Pakodas

1 half plate

1 half plate

50 gms + 100 +

25

150 gms+ 25

gms

150 gms+ 25

gms

50 gm flour +

100 gm+ 15 gm

+15 gm

40 gm+ 15 gm

Page 42: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 42

Veg Sandwich (2 no.)

Veg. Cutlet (2 no.)

Chhole Bhature(2) (one

piece of 6 inch diameter) +

Channa (one Katori)+

Chutney + Onion

Chaats

PaniPuri (5 Golgappe+

chutney + masala pani

DahiPapdiChaat-

BhelPuri-

Dahi Kachori Chaat

Aloo Tikki with two

kinds of chutneys and

curd

1 Plate

1 Plate

25 gm each+ 50

gm + 15 gm +

15 gm

10gms each+ 10

gm + unlimited

1 Plate

1 Plate

1 Plate

Beverages

Page 43: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 43

Cold Beverages

Mineral Water (Branded)

Mineral Water)

Mineral Water Pouch

Aerated Drinks or other branded

similar soft drinks

Butter Milk (sweet/salted)

Hot Beverages

Tea

Coffee

Hot Milk

1 Ltr.

500 ml

300 ml

200ml

200ml

150ml

150ml

100ml

C. On Location Breakfast Menu –

(Limited)

(1 Item every day +Tea/Coffee)

Poha

Upma

Idli Chutney

MeduVada Chutney

Khaman Dhokla Tea/Coffee.

Tea/Coffee.

D. High Tea for Inauguration (Veg

Sandwich, Paneer Pakora, Pastry /

Sweet, Cashew Nuts, Cookies) with Tea

and / or Soft Drink

NOTE:

1. Comparison of bids will be don based to arrive at lowest financial bids

Page 44: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

K

R

I

S

H

I

V

A

S

A

N

T

R F P : K R I S H I V A S A N T - 2 0 1 4 Page 44

for each category viz. Main Meals and Snacks + Beverages. Thus,

bidders are free to quote for either or both of these categories.

2. Arithmetical sum of all prices will be taken for each category except

for giving weights as per point no. 3 below.

3. For the purpose of calculation, sale of Main Meals of Category 1 and 2

will be given weight of 80% and 20% respectively. In case of Snacks +

Beverages category, beverages will be given two times the weight.

4. High Tea will be considered as part of Snacks + Beverages Category and

given 50% weight compared to other items.

Page 45: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

R F P : K I S H I V A S A N T H - 2 0 1 4 Page 45

Page 46: Confederation of Indian Industry - MyCII - Home€¦ · meetu.kapur@cii.in 2. Shri Durgesh Sharma, Director 09717100197 durgesh.sharma@cii.in 3. Sh. Bharat Jain 4. Shri Raju Khatate

TOUR

R F P : K I S H I V A S A N T H - 2 0 1 4 Page 46