Operation of Canteen Services

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 18

1

NATIONAL INSTITUTE OF TB AND RESPIRATORY DISEASES


SRI AUROBINDO MARG, NEW DELHI – 30

TENDER NOTICE
Ref. No. NITRD/Ten./2023-24/1

Sealed Techno-Commercial Tenders / bid in one envelope are invited from reputed
Manufacturers/ authorized dealers/ firms/ Agency etc. for the following items/ services*.
The Tender document would be available from cashier on payment of Rs.500/- (non-
refundable) in cash for each item from 21.11.2023 to 11.12.2023 between 10.00 am to
3.00 pm on all working days and upto 12.00 noon on Saturdays. Downloaded tender
documents are accepted subject to payment of cost of tender document i.e. Rs.500.00 (non-
refundable). The bidder may pay the cost of downloaded tender document by way of
Crossed Demand Draft or by cash at the counter in the Accounts Section and proof of
payment (receipt) to be enclosed with the tender document at the time of submission of the
bids. The tender should be deposited in the Procurement Cell by 10.30 am on 12.12.2023
along with requisite EMD as mentioned in tender document. The tenders will be opened at
11.00 a.m. on 12.12.2023 in Room No. 215 of OPD Building. One representative of the
bidder in possession of admit card as in tender can attend the tender opening.

Sr. No. Name of Item/ Services*


1. Trans-Cutaneous Monitor for Carbon Dioxide Monitoring.
2. ABG Services for ICU*
3. Appointment of Custom House and Freight Forwarding Agent*
4. Operation of Canteen Services*
5. Operation of Tuck shop*
6. Supply of Butter*

The Information regarding this Tender Notice is also available on Institute’s


Web-site http://www.nitrd.nic.in.

(Director)

Note: - This tender document has contained 18 pages including tender notice.
2

E-mail: pc.nitrd@outlook.com
Web Site: www.nitrd.nic.in
National Institute of Tuberculosis and Respiratory Diseases
(Autonomous Institute under the Ministry of Health and Family Welfare, Govt. of India)
Sri Aurobindo Marg, (Near QutubMinar) New Delhi – 110 030

INSTRUCTIONS TO TENDERERS REGARDING MODE OF BID AND EMD


1. Bidders submitting tenders would be considered to have considered and accepted all the
terms and conditions in the tender document. Any conditions given by the bidder would be
taken as null and void.

2. The tender will be on a single packet bid system comprising of :-

i. Techno-Commercial bid containing all the technical specifications and other tender requirement as
per tender document including rate list of quoted items.

ii. EMD amount Rs.20000.00 should be enclosed for the tender to be considered for evaluation EMD
should be in the form of Account Payee Demand Draft, Fixed Deposit Receipt, Banker’s Cheque or
Bank Guarantee from any of the Commercial Banks or payment online in an acceptable form. Tender
without EMD would be rejected. EMD already lying with the National Institute of any previous
tender/quotation etc. will not be considered for this tender. EMD to be drawn in favor of DIRECTOR,
NATIONAL INSTITUTE OF TB AND RESPIRATORY DISEASES.

iii. EMD will be forfeited: -


 In case of withdrawal from the tendering process without any valid reason.
 In case of willful suppression/ submission of wrong information.
 In case bidder fail to sign the agreement as per work order.
 In case bidder fail to deposit the performance security.

iv. EMD, if submitted with validity of three (3) months would have to be revalidated as required
for the bidder to be considered for the tender.

3. Please ensure that the E.M.D., Technical Bid, in two different envelops and these should be put in an
outer envelope super scribed with tender no., Date of opening and item name. If exemption of E.M.D
is claimed as per Govt. rules proof may be given clearly.

4. Bidder must write the name of item quoted for and the tender number / date on the bid envelope
without which the tender will be rejected. All clarifications will be asked by e-mail and bidder should
respond on pc.nitrd@outlook.com and phone number for contact.

5. Bidder to provide E-mail address. In case of any clarification is required, the normal response
time would be maximum of Five Days.

6. If any of the information is found to be incorrect at any stage, the contract/ tender may be
cancelled with forfeiture of EMD and Penalty as decided by the Competent Authority.
3

PROPOSAL FOR CANTEEN SERVICES

 National Institute of Tuberculosis and Respiratory Diseases, Delhi, invites proposals for operation of
CANTEEN on the premises of the Institute from reputed and experienced vendors. A reputed contractor
having an experience of at least 2 years of running similar services in a hospital / organization of repute
and who can cater to the needs of employees, students visitors and patients is eligible to apply to
operate canteen services and services in premises of NITRD, Aurobindo Marg, Delhi.
 The firm is required to go through the entire document before preparing bid and proposal. It is
responsibility of authorized representative of the firm to familiarize themselves with all details and
scope of services which are required by NITRD

This document consists of the following sections:

A. General terms and conditions


B. Minimum eligibility and prequalification criteria
C. Rejection of tender
D. Scope of services
E. Evaluation of proposals and award of contract
F. Submission of proposal
G. Terms and Conditions: Facilities provided by NITRD, Delhi
H. Terms and Conditions: Obligations of Firm
I. List of annexures
4

(A) GENERAL TERMS AND CONDITIONS


1. Earnest money of Rs. 20,000/‐ should be enclosed for the tender to be considered for evaluation EMD
should be in the form of Account Payee Demand Draft, Fixed Deposit Receipt, Banker’s Cheque or Bank
Guarantee from any of the Commercial Banks or payment online in an acceptable form in favour of
Director, NATIONAL INSTITUTE OF TB & RESPIRATORY DISEASES, NEW DELHI‐110030. Any proposal
received without this WILL BE SUMMARILY REJECTED. Any EMD previously deposited with the institute
cannot be considered for this tender.
2. The validity of proposal will be one year from date of opening and the rates will be valid for
1 year from the date of opening of proposal subject to the terms and conditions mentioned below.
3. If any of the information is found to be incorrect, the proposal may be cancelled with forfeiture of EMD
and Penalty as decided by the Competent Authority.
4. The duration of the contract shall be for one year, subject to successful completion of first two months
of probationary period. The contract can be extended if services are satisfactory, for a maximum of 3
years.
5. The contract can be cancelled at any time by NITRD by giving one month notice and by the firm by
giving three month notice.
6. The firm awarded the contract shall be required to submit an amount of Rs.25,000/‐ towards security
deposit in the form of Account Payee Demand Draft, Fixed Deposit Receipt, Banker’s Cheque or Bank
Guarantee from any of the Commercial Banks in favour of Director National Institute of TB &
Respiratory Diseases, New Delhi and the same will be refundable after the expiry of the contract period.
The security deposit is liable to be forfeited wholly or partially if (a) the standard, quality and quantity
of food deteriorates during the tenure of contract (b) any damage is caused to the equipment/furniture
belonging to the NITRD (c) the Caterers declines to render services at the item wise rates agreed upon
(d) caterer fails to fulfill any terms and conditions of agreement.
7. Firm must provide email id for communication. Queries, if any, will only be asked for via email.
8. The services are divided into two separate sections: A (Canteen Regular Menu) and B (Canteen‐Special
Menu). The proposals submitted by firms must include services for BOTH categories. Partial coverage
of services or splitting of services among vendors will not be entertained. ALL SERVICES ARE TO BE
PROVIDED BY SINGLE CONTRACTOR WITHOUT ANY SUBLETTING OF THE WORK.
5

(B) MINIMUM PREQUALIFICATION CRITERIA AND CHECKLIST


Submission of these documents is mandatory. In case, any document is not submitted, it will not be
asked for and the bid of the firm will be summarily rejected.

Please submit in the following format, duly filled in

CRITERIA YES/NO PAGE


NUMBER
1. EMD of Rs.20,000/ To be submitted along with proposal.

2. At least 2 years’ experience for providing similar services


(documentary proof: work order, client list, testimonials)
3. Compliance of all conditions mentioned in the Tender
Document on letter head of firm

4. Submission of PROPOSAL for categories A, B and C


5. PAN Number of the Company / Individual in case of sole
proprietor.
6. The tenderer must have the Financial Capacity to run a
canteen‐ proof to be provided
7. Affidavit that the Tenderer has never been black listed by a
State/Central Government and Semi Govt. or autonomous
Bodies.
8. Undertaking on letter head that firm will follow all prevailing
rules and laws pertaining to child labour, employee wages
and benefits, fire and food safety, waste management and
permitted packaging materials.
9. Undertaking on letter head of firm that premises will not be
used for any other purpose than intended; and the staff will
not engage in any unlawful activities
10. Declaration that the firm does not have any close relatives
employed in NITRD
6

(C) REJECTION OF PROPOSALS


Following may render the proposal to be rejected summarily, at any stage of the process. No
representation in this regard will be considered:
1. Incomplete proposals
2. Tenders not fulfilling the above Minimum Pre‐ qualification criteria fully/partially
3. Tenders with false claims/documents or deviating materially from the conditions mentioned in the
Tender Document,
4. Conditional tenders, tenders offering splitting or subletting of services
5. Tenders received after the scheduled time and date for submission
6. Canvassing in any form
7. Any other unethical means or improper conduct
8. The decision of the Director, NITRD is final in regard to rejection of ANY proposal at ANY stage of
evaluation. He may do so summarily without assigning any reason. Same will be binding.

(D) EVALUATION OF PROPOSAL AND AWARD OF CONTRACT


1. The proposals will be evaluated by the Director, NITRD or authorized representative(s) of the Director.
2. Award of contract shall be based on comprehensive evaluation of the entire proposal and its
applicability, relevance and need for the users of NITRD, as assessed by the Director/ appointed
nominees of the director during the entire process.
3. Shortlisted firms may be called to make a presentation about their proposal at any time during the
evaluation process to the designated representatives of the Director, NITRD. They are expected to make
themselves available for the same at the designated date and time or hospital representative may visit
their running site to examine the quality of the services.
4. By submitting proposal, the firms understand and agree that the Director, NITRD can summarily reject
any or all proposals without assigning any reason at any stage of the process.
5. Firm understands that award of contract does not make it binding on NITRD to use the services for
Conferences, meetings or events. Furthermore, firm understands and accepts that NITRD does not offer
any minimum guarantee of orders or footfall. It is the responsibility of the firm to provide best possible
services at competitive rates so that it may be awarded maximum possible of orders.
6. The firm understands and accepts that these proposals will be evaluated by the Director/Nominee of
the director. This proposal will be evaluated regarding hygiene and quality measures, ambience and
cleanliness assured by the vendor, etc. Various factors, namely availability of items; quality of service;
reliability of services, apart from the quote shall be considered during the finalization process. The firm
also understands that it is not binding on NITRD to select a firm on basis of Least cost system (L‐1) or
any single criteria. Firm to ensure that services must be rendered according to the guideline and food
safety norms.
7. The Tenderer whose tender is not accepted shall not be entitled to claim any costs, charges and
expenses incidental to or incurred by tenderer through or in connection with his submission of tender.
8. NITRD, Delhi reserves the right to negotiate the price(s) quoted by the bidder(s); services can be
awarded in part or whole to a selected bidder by the Committee on the basis of evaluation.
9. Submission of proposal is deemed to be a compliance and agreement to all the terms and conditions in
this document.
7

SUMMARY OF PROCESS

1. Submission of proposals by interested parties before last date

2. Preliminary scrutiny by NITRD officials for Minimum eligibility criteria

3. Evaluation of proposals by NITRD officials.

Shortlisting of firms for presentation and interaction with deputed


representatives of NITRD if required

4. Award of contract to selected firm


8

(E) SCOPE OF SERVICES

1. OPERATING DAYS AND TIMINGS


SERVICES TIMINGS DAYS OF OPERATION

CANTEEN 8 AM TO 9 PM 7 DAYS A WEEK, INCLUDING HOLIDAYS

2. MENU

 The canteen caters to a wide spectrum of people‐staff, students, visitors, patients. Patient welfare,
affordability, convenience and hygiene are of utmost importance. Variety of items and acceptability to
all users is also important. Wholesome and hygienic food is required at all times.
Proposals are to be submitted, keeping in mind the above for servicing the canteen as per the following
requirements:

CATEGORY DESCRIPTION MINIMUM SERVICE REQUIREMENTS FROM FIRM


REQUIREMENTS SUBMITTING PROPOSAL
(also mention page number where
enclosed)
A CANTEEN This consists of fixed items i. COMPLIANCE STATEMENT
REGULAR MENU with maximum rates as FOR ALL ITEMS OF CATEGORY A
mentioned in Annexure No. 3 AND CATEGORY B . (ANNEXURES 2
(rates are inclusive of GST) AND 3)

Raw materials permissible are ii. COMPLIANCE STATEMENT


as per Annexure No 4 FOR RAW MATERIAL
CERTIFICATION AND ACCEPTABLE
BRANDS (ANNEXURES 4)
Availability of these is
mandatory at all times. Firm
has to ensure highest level of
hygiene and quality. ( Wear iii. Compliance regarding
Apron , gloves , cap and clean providing items of category A and
clothes . Monthly stool sample display of rates at all times in the
and Typhoid vaccine canteen
immunisation of staff is
essential.) Rates of these
items with menu must be
displayed prominently at all
times in the premises.

Monthly stool sample testing


of the staff & Typhoid Vaccine
immunization .

Any deficiency in these items


9

will be viewed extremely


seriously by the Institute and
penalty/ action as deemed fit
many be taken against the
firm. No representation
regarding this decision will be
considered.

B CANTEEN For this group of items in the


SPECIAL menu, firm may quote the
MENU rates at which they will freshly
prepare and serve their
chosen items. Proposal will be
evaluated on basis of variety,
value for money and items
offered. Thus firm is advised
to offer carefully considered
and best possible options

Firm is required to submit


proposals for items for the
following clearly in the
prescribed format (ANNEXURE
3)
Raw material specifications
are enclosed at Annexure 4

1. Freshly cooked Food


items (other than those
mentioned in Category
A: At least 3 items
2. Freshly prepared
Beverages (other than Proposal for items with
those mentioned in size/quantity/ weight/details with
Category A): At least 2 prices (inclusive of all taxes).
items Sample format is enclosed at
3. Boxes with savoury and Annexure 4
sweet items
4. Office lunches
Veg Thali ( 1 Paneer
item , 1 mix veg ,
1dal/chole, 2
Rotis/naan/Parantha,
rice , raita , salad , Papad
& 1 sweet. )
10

(F) SUBMISSION OF PROPOSAL

1. The proposal must contain an index page detailing the page numbers where all the required documents
are enclosed.
2. The bidder should enclose the following documents / information its proposal

a. Compliance for Category A services.


b. Compliance for Annexures 2,3,4

c. Proposal offered for Category B Menu items with their costs that will be offered by the vendor.
d. Detailed company profile, including but not limited to the experience, background in hospitality
and similar services. The information must be accompanied by substantiating documents and
certificates and testimonials as and where applicable. Company brochures, work orders,
experience certificates must be attached. The proposal must capture the vision and experience
of the firm submitting the proposal.
e. Value addition, if any, offered by firm including ambience, hygiene, services and any other
service offered by the firm towards operating canteen.
11

(G) TERMS AND CONDITIONS: FACILITIES PROVIDED BY NITRD: SPACE, ELECTRICITY AND WATER

1. Canteen premises are on ground Floor near General Store and has kitchen facilities, space for cooking,
store room and dining. There are two dining areas one for staff and students and other for general
public,
2. Space is offered on as is where is basis. The tenderer may make a physical inspection of the canteen,
with prior appointment (from Administrative officer) if desired, before quoting to make themselves
familiar with the actual location, kitchen, equipment, facilities available. The caterer shall not make any
additions or alteration in the canteen premises without approval from Director NITRD
3. The space will be leased to the firm awarded the contract for Rs 2000/ month. This amount will be
payable on half yearly basis in advance.
4. Electricity bill will be paid by the contractor as per consumption in meter provided by the Institute on
approved commercial rates. Water will be charged at flat rate of Rs.200/ per month. The payment will
be done by 10th of every month by contractor. In case of late payment surcharge @ 2% per month
would be applicable.
12

(H) TERMS AND CONDITIONS: FACILITIES TO BE PROVIDED BY AND OBLIGATIONS OF THE FIRM
SUBMITTING PROPOSAL.

1. All tools, gas burners, cylinders, cookers, hot boxes, steam boxes, trolleys, equipment, utensils, plates,
jugs, containers for storage and refrigeration etc., in sufficient quantity as needed to maintain the
canteen services. The recurring cost of these, if any, will also be borne by the firm.
2. Furniture in both dining areas and for use by the employees of the canteen and shall be provided by the
firm submitting the proposal.
3. The contractor shall procure food articles and vegetables as prevailing FSSAI norms and other
regulations from time to time
4. The Contractor shall follow and abide by all the legal formalities including the employment, age and
working conditions of the personnel engaged by them. The Contractor shall ensure compliance of all
Acts, Rules and statutory orders in force with regard to supply of food items (Cooked as well as
packaged items) for the purpose of this contract and shall keep the Institute indemnified against any
liabilities arising out of non‐ compliance of any of the Acts, Rules or Orders on their part.
Storing/supply/sale or consumption of drugs, alcoholic drinks, cigarettes or any other items of
intoxication are strictly prohibited. The firm shall not stock any dangerous material, goods, narcotics or
drugs in any part of the allotted space which are fire and health hazard.
5. The food shall be cooked, stored and served hygienically. The contractor shall ensure that only freshly
cooked food is served and stale food is not recycled. Any complaint from customers regarding this will
be viewed very seriously.
6. The contractor shall pay special attention to maintain the Canteen in neat and tidy condition at all
times. Swachh Bharat Posters like waste segregation, hand hygiene etc. to be installed.
7. Assets and infrastructure provided by the Institute to the Contractor should be maintained properly and
any damage/breakage/loss should be compensated by the Contractor. No additional facilities/materials
other than what are presently available in the Canteen will be provided to the Contractor.
8. Contractor shall implement all instructions as provided by the Canteen Committee or any authorized
official of NITRD
9. Contractor shall ensure that sufficient healthy manpower is deployed for Preparation and services of
each meal including cleaning, washing and overall upkeep and maintenance of premises allotted to him
10. The firm must provide facility for online payment (UPI) as well as cash by the customers
11. The premises will not be used for any purpose other than providing canteen services
12. The Canteen Managing Committee of the Institute as notified by the Director, National Institute of TB
and Respiratory Diseases and or/its nominee may at any time enter upon the premises allotted to the
Caterer for the purpose of this license and take away samples of cooked food or raw material thereof
free of any payment for purpose of inspection, trail of analysis. The decision of Canteen Managing
Committee about the desirability or quality of the article offered for consumption shall be final
13. The Institute shall have no responsibility for providing living accommodation to the Contractor or to the
Canteen personnel deployed by the Contractor. All the staff should normally leave the campus by 9.30
PM, unless permitted to stay inside campus by the competent authority.
14. The caterer shall employ in his service only such persons whose antecedents have been verified by the
police and have also been medically examined at his own cost and to the satisfaction of the Institute.
He/ She shall not employ any child labor.
15. The employees of the caterer shall not be employee of the Institute. It is the sole responsibility of the
caterer to make payment of wages and the discharge any liability of such employee by way of ESI,
Provident Fund, Compensation / damages etc. In the event of injury or loss of life of any employees of
caterer, the institute shall not be liable for compensation or for any claim arising for financial or legal
dispute between the caterer and his employees
13

16. That the caterer shall not transfer or assign any part of his interests in this agreement to any other
independent party otherwise the agreement shall be terminated if found doing so. Further that the
period of this agreement shall also be liable to be terminated by death or insolvency of the caterer
before the expiry of the period of this agreement.
17. No escalation of rates is permissible for 1 year/ with the permission of the Director, NITRD.
18. Hygiene:
i. The kitchen, dining area, dish wash area, etc. to be kept clean always and should be washed
with warm water and soap solution and mopped regularly and shall be disinfected as and when
required.
ii. Deep cleaning shall be done every day after the services are over. The cleaning includes
cleaning of utensils, kitchen, canteen and dining area, floor, counter, benches, tables, chairs,
etc.
iii. The canteen surroundings shall be kept clean and hygienic.
iv. Food should not be dumped at prohibited place, for instance in shafts etc.
19. Raw material and Food quality served‐
i. The tenderer shall procure and use all fresh and of standard/good quality raw material,
eatables, fuels etc. Necessary for running the canteen/cafeteria
ii. The quality of food shall be maintained in consultation with the management and the decision
of the management in respect of quantity and quality shall be final.
iii. The oil/ ghee and all other ingredients to be used shall be from amongst the brands as
suggested by the committee. FSSAI/ FPO/ AGMARK/ ISI marking is essential and shall be open
to the inspection of the authorized representatives of the institute at any time.
iv. The contractor will ensure that the cooked and uncooked food is stored properly and no stale
food served. Stale food shall be removed from the Canteen premises as soon as possible.
v. Ensure no reuse of leftover food from the previous day. Leftover food should be disposed of
appropriately, within one hour of the completion of the relevant service hours.
vi. Vegetarian and non‐vegetarian items should not be prepared on the same utensils.
vii. The Institute will take feedback from customers regularly.
20. The contractor may also be called upon to cater for official receptions, seminars and working
lunches etc.
21. That the cooking medium used for food preparation must be standard make sunflower refined
oil of reputed brand
22. The caterer shall always display the approved daily menu prominently in the canteen.
23. The caterer shall comply with the instructions from Chairman of the Canteen Managing Committee/
Administration of NITRD In regard to the kind of menu to be served in the official lunches/ dinners/ tea‐
parties.
24. The caterer shall be required to use gas or induction stoves only for cooking. Operating expenses will be
borne by the caterer. The contractor will not be allowed to use hard coal, wood etc. for cooking
purposes. Use of kerosene/ cooking heaters/ chulas in the canteen premises is strictly prohibited.
25. The institute reserves the right to terminate or withdraw the work entrusted to the caterer if the
performance of the caterer is not found to be satisfactory. In case of any dispute arising thereof the
decision of the Director will be final. The contract can be terminated by giving one month notice by
either side without assigning any reasons.
14

26. The contractor will at all the times ensure discipline decent and courteous behaviour by his employees
while they remain in premises. In case any of his employee indulges in any act of indiscipline, 14is
behavior or slogan shouting or indulges in violent act (s) or abets others in doing so, the contractor shall
remove the employee concerned from the premises immediately.
27. In case of any dispute arising out of the interpretation of the terms and conditions of the contract the
decision of the Director, NITRD will be final and binding.
28. The contractor will not further subcontract the contract to any other party. In case the contractor is
found having sub‐contracted this contract, the contract will be terminated without any notice and
security deposit will be forfeited.
29. In case firm is found not to fulfil any part of the contract at any time, NITRD may levy penalty as per its
own discretion.

(I) LIST OF ANNEXURES


List is just for reference and not exhaustive. All documents as given in tender conditions are to be
submitted. In case documents are not submitted at the time of tender opening as a part of the technical
bid, it may not be asked for separately and tender will be rejected summarily.

Serial no DETAILS

1 AFFIDAVIT OF NOT BEEN BLACKLISTED BY GOVT/ SEMI GOVT/


AUTONOMOUS BODIES

2 CATEGORY A: CANTEEN REGULAR MENU SPECIFICATIONS WITH


FIXED RATES
3 CATEGORY B: CANTEEN SPECIAL MENU‐ FORMAT FOR PROPOSAL
FOR ITEMS (MENU AND RATES)
4 ACCEPTABLE BRANDS OF RAW MATERIALS/ COOKED PRODUCTS
15

ANNEXURE – 1

I/we (Name) _________________ partner /sole proprietor (strike out word which is not applicable) of
(Firm)___________________do hereby declare and solemnly affirm to the fact that the individual
firm/companies are not black-listed by the Union or State Government or any partner or shareholder
thereof are not directly or indirectly connected with or has any subsisting inters in business of my/our
firm.

DEPONENT

Address ___________
I/we do hereby solemnly declare and affirm that the above declarations is true and correct to the best
of my knowledge and beliefs. No part of it is false and nothing has been concealed.

Dated: DEPONENT

(Note: - To be furnished on non judicial stamp paper duly attested by the Oath Commissioner).
16

Annexure 2 CATEGORY A Canteen regular menu with fixed Prices

Item with specifications Maximum rates (including taxes)


Samosa/Kachori Rs 12/‐
(80‐100 gm)
Bread Pakoda (1 bread slice) Rs 15/‐
Butter toast RS 15/‐
(2 slice bread with 10 g butter)
Regular tea with milk and sugar Rs 10/‐
(150 ml)
Regular coffee with milk and Rs 15/‐
sugar (150ml)
Packaged water MRP
(Bisleri/Aquafina/Equivalent)
Veg Thali Rs 150/
17

ANNEXURE 3 ‐ FORMAT FOR SUBMITTING PROPOSAL FOR ITEMS IN CATEGORY B

 Rates valid for 1 year


 All prices inclusive of GST
 All raw material and ingredients as required in Annexures 4
1. Freshly cooked Items (other than those mentioned in CATEGORY A)
Number of Items offered: _________

NAME OF ITEM WITH DETAILS RATE

1. Parantha with subji/ Premium thali

2. Chowmein /fried Rice

Firm may quote any equilvalent item and offer more items for variety. This is indicative menu
2. Beverages (other than those mentioned in CATEGORY A)
Number of Items offered: _________

NAME OF ITEM WITH DETAILS PRICE QUOTED

1. Special Tea

2. Lassi /Chhachh/ Juice (packaged) As per MRP

3. Soft Drink ( 200‐300 ml ) (packages) As per MRP

3. Boxes with savoury and sweet items


Number of options offered: ___________

INCLUSIONS PRICE QUOTED

(Samosa, 20gm chips /Namkeen & 1 sweet)

Any other options, if offered

4. Office lunches
Number of options offered: ___________

OPTION WITH INCLUSIONS PRICE QUOTED

Packaged working lunch


18

ANNEXURE 4: PERMISSIBLE BRANDS AND CERTIFICATIONS


PERMISSIBLE BRANDS OF GROCERY ITEMS
(All products should be FSSAI/ FPO/ AGMARK / ISI marked)
ITEM BRAND
Biscuits Brittania/Parle/sunfeast/ mcvities/ unibic
Bread Harvest/ English oven/ brittania/ bonn
Butter Amul/Britania/Mother Dairy
Cheese Amul/ mother dairy
Coffee Nescafe/ Bru
Cold Drinks Pepsi/coca cola/ sprite/limca/ thumps up/ mountain dew
Curd Mother Dairy/Amul
Full crème Milk Mother Dairy/ Amul
Gram flour (Besan) Rajdhani/ fortune/ Ashirwad
Jam Kissan/ Tops
Juices Real/Tropicana/ paper boat/fresca/ B‐Natural
Ketchup Maggi/Kissan/Heinz/Tops/ cremica/ veeba
Lassi Amul/ Mother Dairy
Mineral Water Kinley/Bisleri/Aqua Fina
Namkeen Mixtures / Chips Haldiram’s /Bikaner/ lays
Noodles Nestle/sunfeast/ ching
Paneer Amul/Mother Dairy
Papad Lizzat
Pickle Mother’s recipe/ tops/ dabur/ nylons
Pulses Rajdhani / tata sampan
Refined wheat flour (Maida) Rajdhani/ Fortune/Ashirwad
Rice Dawat/ india gate/ fortune/ kohinoor
Salt Iodised salt ‐ Tata/catch/aashirwad
Spices MDH/ Catch /Everest/ Tata
Sunflower Oil Sundrop/ Fortune/ nature fresh
Sweet Bikaner/Haldiram
Tea Brook Bond/ Lipton/Tata/Red Label/ Taj mahal
Whole wheat flour (atta) Aashirvad/Nature Fresh/ Shakti Bhog/ fortune/ pillsbury
Use of Margarine and Vanaspati are not allowed.
Alternate/ equivalent brands with proper justification of the same may be considered after approval of
canteen committee.

You might also like