Nothing Special   »   [go: up one dir, main page]

EOI of MESS Final14.03.2024

Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 33

EXPRESSION OF INTEREST (EoI)

FOR
PROVIDING MESS SERVICES FOR STUDENTS
CO-OPERATIVE MESS

Bhaskaracharya Hostel (BH-1), Chandra


Shekhar Hostel (BH-2), APJ Abdul Kalam
Hostel (BH-3), Maharani Laxmi Bai (GH-1),
Rani Ahilya Bai (GH-2)

AT
UIT-RGPV, BHOPAL
CONTENT

S. No. Particular Page No.


1. Schedule of the Expression of Interest 03
2. Expression of Interest (Notice) 05
3. Eligibility Criteria 06
4. Selection Criteria 07
5. Monthly Charges for running mess services at Hostels (Boys Hostel-1,
08
Girls Hostel-1 and Girls Hostel-2/Boys Hostel-2) (Anneuxre-1)
6. General Terms and Conditions, Scope of Work/Obligation to the Contractor
09
(Anneuxre-2)
7. Approved brand of Consumables permissible in dining hall premises
16
(Anneuxre-3)
8. Suggestive Mess Menu for Boys Hostel-1, Girls Hostel-1 and Girls Hostel-
17
2/Boys Hostel-2 (Anneuxre-4)
9. Technical Bid Evaluation Criteria (Anneuxre-5) 18
10. Criteria for Evaluation of Presentation (Anneuxre-6) 20
11. Certificate and Declaration (Anneuxre-7) 21
12. Bid Security Declaration (Anneuxre-8) 22
13. Pre Contract Integrity Pact (Anneuxre-9) 23
14. Essential Information to be submitted by the Firm for Technical Evaluation
(Form-A) (Anneuxre-10) Undertaking (Mandatory of submit undertaking 26
otherwise Form-A will not be considered)
15. Choices of Mess (Anneuxre-11) 30
16. Offered Mess Menu o n t h e basis of suggestive Menu b y the Firm
31
(Anneuxre-12)
17. Client Certificate Regarding Performance of Mess Services
32
(Anneuxre-13)

Page 2 of 32
SCHEDULE OF THE EXPRESSION OF INTEREST

EoI No. & Dt.:

Providing Mess Services for Students Co-operative


1. Name of the work : Mess at UIT-RGPV, Bhopal

The duration of the contract is initially for a period of One


Year and may be extended for further period of one year
2. Duration of Contract: (Maximum upto 02 years) on satisfactory performance and
mutual consent of both the parties.

The EoI document can be downloaded from the Institute’s


Website: uitrgpv.ac.in upto 22.04.2024 till 03:00 pm.
3. Download EoI Document:

Monday, 15th April, 2 0 2 4 a t 03:00 pm at


Conference Room, UIT-RGPV, Bhopal
4. Pre EOI submission Meeting:
(All interested representative of Firm/Agency/ Company/
may participate in the Pre EOI submission Meeting)

Monday, 22nd April, 2 0 2 4 a t 03:00 pm. The EoI


received after the due date/time will not be considered under
5. Last date & time for Receipt of
EoI: any circumstances, they stand summarily rejected, and they
will be discarded.

Monday, 22nd April, 2 0 2 4 , 2024 up to 03:30 pm. at


6. Date and time of Opening
Conference Room, UIT-RGPV, Bhopal (Interested
of received EoI :
Firm/Representative may participate)

7. Date and time of


Presentation by the
Shall be informed separately to the eligible vendors
technically qualified eligible
via email.
firms before the Student
Cooperative Mess
Management Committee
5,000/- (Rupees Five Thousand Only)
(Nonrefundable)

RTGS/NEFT
Account Name:
8. Processing Fee:
Account No.:
(Nonrefundable)
IFSC Code:
Bank Name:
Branch Name:

9. EMD: [The amount (non-interest


bearing shall be refunded after 1,00,000/- (Rupees one lakh only)
finalization of vendor]
[EMD not applicable for Micro and Small RTGS/NEFT
Enterprises (MSEs) as defined in MSE, Account Name:
Procurement Policy issued by Account No.:
Department of Micro, Small and Medium IFSC Code:
Enterprises (MSME) or are registered
with the Central Purchase Organization or Bank Name:
the concerned Ministry or Department. Branch Name:

Page 3 of 32
(Please attached
the relevant proof of documents)

Page 4 of 32
EoI proposals should prescribed from duly complete
and signed be submitted in a sealed cover
superscripting as

"EoI for Providing Mess Services for Students Co-


operative Mess at UIT-RGPV, Bhopal"
10. To whom the EoI documents to
be submitted: Address to: The Director, UIT-RGPV, Bhopal,

PIN-462 030 (M.P.) by speed post OR should be put in


a EoI Box kept in at Director Office UIT-RGPV,
Bhopal

Page 5 of 32
EXPRESSION OF INTEREST FOR PROVIDING MESS SERVICES

Expression of Interest (EoI) is invited from the Mess Vendors/Caterers of repute to run the student Cooperative Mess
for the Bhaskaracharya Hostel (BH-1), Chandra Shekhar Hostel (BH-2), APJ Abdul Kalam Hostel (BH-3), Maharani
Laxmi Bai (GH-1), Rani Ahilya Bai (GH-2) at UIT-RGPV, Bhopal. The mess will be running on cooperative basis
by the students. Institute will provide space and necessary infrastructure facilities. EoI is solicited for selection of Mess
services provider only.

The firm has to provide breakfast, lunch, Tea/Snacks and dinner as per the menu given in the document. (Unlimited)

Note: The mess contractor must be ready to provide catering services even if less number of mess users on the same
rate, terms and condition in case of mess running in summer vacation/any lockdown/ emergency situation due to
Covid-19 or other Pandemic Situation.

About SCMM Committee for Hostels:

Committee is elected by hostel residents of UIT-RGPV, Bhopal that manages and monitors the running of the hostel
mess on day to day basis, on behalf of the hostel residents. It consists of students’ representative and it works under
the Supervision of the faculty coordinators of the mess/mess committee (Faculty & Students). The mess is run on
contributory basis by the user, i.e. the students.

The facility consists of a kitchen and a dining hall. The caterer who is awarded the contract may be asked to run the
cafeteria cum night canteen under the Mess premises.

Institute has number of 05 no. (five) mess for providing mess facility to the students in the hostel:

S.No. Name of the Hostel Approx. No. of Students


1. Bhaskaracharya Hostel (BH-1) 100 to 150
2. Chandra Shekhar Hostel (BH-2) 250 to 300
3. APJ Abdul Kalam Hostel (BH-3) 300 to 350
4. Maharani Laxmi Bai (GH-1) 300 to 350
5. Rani Ahilya Bai (GH-2) 300 to 350

Note: During January to June the student in each hostel may be less by 40 approximately due to training semester
for students.

Firm has to fill the choices of above Hostel to provide services in the proposals. Please refer Anneuxre-11.

Institute has reserved the right to award contract to the firm who scored highest one in selection process in
presentation. Institute may also award for running the mess for only one mess to one vendor as per the choices given
by the highest one scored firm/bidder.

Second/Third highest scored firm may consider for award of contract as per the choice given by the firm/ bidder or
left mess.

Page 6 of 32
ELIGIBILITY CRITERIA

1. Name of the registered firm


2. Registration under Labour Laws.
3. Valid License under Food Safety and Standard Act, 2006.
4. Employee Provident Fund Registration.
5. Employee State Insurance Corporation registration.
6. PAN and GSTIN No.
7. Copy of GST Registration Certificate.
8. The Bidder should not have been blacklisted by any organization at any point of Time.
9. The Caterer must possess at least 3 years of experience serving as a mess contractor in reputed State /
national institute or any other Central / State Government Universities / Institution and private
institution / university etc. for not less than 300 students / user on a normal working day in a single
unit.
10. The application should have successfully completed term of contract in the above said reputed
institutes. The caterers having experience only in the Cafeteria (Snacks & Beverage service) will not be
considered.
11. The Proprietor/Director of Authorized representative of the Mess catering services provider should be
available in mess to interact with students Mess Committee and decide the concerns immediately. The
mess committee and the proprietor should meet in 15 days and circulate the minutes of the all students,
Wardens and RGPV officials.
12. Subletting is not allowed. If found, subletting of the contract will attract penalty and will lead to
termination of the contract.
13. The Director UIT-RGPV reserves the right to withdraw/cancel the EoI process at any stage of the EoI.
14. No Canvassing is allowed in any forms.
15. General Terms and Conditions of operation of mess is given in Annexure-2
16. Minimum Annual turnover should be above 75 lakhs (total 2.25 Crore in the last three year; as on
31.03.2024) (Submit CA Certificate). Total annual turnover in the same line of business meeting the
eligibility criteria should be in the name of the firm participating in the EoI process. Business groups
having more than one service unit under the same registered firm name, appropriate documentation
should be furnished to claim the financial eligibility (if any).
17. The price of monthly meal per day including hostel room deliver packing & delivery charges for sick
students.
18. The agency has to submit the declaration letter as per Annexure-8 in the 100/- stamp Paper.
19. Rate quoted should be valid for one year from the date of signing of the agreement. Rate/price should
remain fixed during the entire period of the contract i.e. one year and shall not be subject to variation
on any account.
20. The rate may be revised on mutual consent between students and the vendor during the extended
period.
21. No claim for compensation or loss due to fluctuations in the market rate of any item or any other
reasons/causes will be entertained.

The above details should be furnished in the format attached to this document see the
Form-'A' Note: The proof of the above (attested copy) requirements is to be enclosed along with the
EoI documents.

Page 7 of 32
SELECTION CRITERIA

The vendors ranking shall be arranged depending on the marks obtained by each of the vendor
in Presentation. The marks scored by the Firm will be the base of award of the contract. In case
of tie, condition in highest one score, Institute has right to award one firm on the basis of past
similar performance, experience and annual turnover. This decision shall be final and binding to
the firms. In case of any rejection/not acceptance of award of order of highest one scored firm
the Director UIT-RGPV Bhopal has reserved right to award contract to next higher vendor.

Page 8 of 32
Annexure-1

MONTHLY CHARGES FOR RUNNING MESS SERVICES AT HOSTELS


(BH-1,BH-2, BH-2, GH-1 and GH-2)

(a) Maintenance Charges: ₹10,000/- per month as applicable for each hostel mess to
be paid to the Institute:-
(Firm shall be liable to pay monthly maintenance regularly by 7th of each successive month. Late
submission of maintenance will be charged of ₹ 100/- per day as late fee in addition to the
maintenance). If the maintenance rate is revised, the revised rate will be applicable.

(b) Electricity Charges: As per actual (MPMKVVCL rates as applicable to the Institute)
(Firm shall be liable to pay monthly Electricity Charges regularly by 7 th day of each
successive month after receiving the bills from Maintenance Section. Late submission of
rent will be charged of ₹ 100/- per day as late fee in addition to the electricity bill)

(c) Water Charges: ₹ 16.45/KL (1000 Liter) as per Bhopal Municipal rate will pay to the Institute.
(Firm shall be liable to pay monthly rent regularly by 7th of each successive month. Late
submission of water charges will be charged of ₹100/- per day as late fee in addition to the
monthly water charges). It the rent rate is revised; the revised rate will be applicable.

Water/ Electricity meter has to be installed by the firm on its own cost, under the supervision of
Maintenance Section.

Page 9 of 32
Annexure-2

GENERAL TERMS AND CONDITIONS, SCOPE OF WORK/OBLIGATION


TO THE CONTRACTOR

Tenure and Termination:

1. Tenure & Termination Clause: Running of mess services at UIT-RGPV, Bhopal will be initially fixed
period of 01(one) year and shall stand automatically terminated upon the expiry of the said term. Tenure
may be extended for further 01 year (maximum upto 02 years) subject to satisfactory performance report
from Chief Warden and wardens of Hostels, UIT-RGPV, Bhopal on year to year basis on mutual consent
of both the parties. An agreement will be signed between Institute and Firm. In case, the services are not
found satisfactory, the agreement will be terminated by UIT-RGPV. The institute reserves the right to
terminate the contract at any time after giving three (03) months’ notice by the either or, in case of
withdraw of contract by the firm on its own decision without giving three (03) months’ notice Security
Deposit will be forfeited. The decision of The Director UIT-RGPV, Bhopal in this regard shall be final and
will be binding on the Firm.

2. After two months of operation the caterers will be evaluated on the basis of the guideline and rules detailed
in this documents and in the leave and license agreement to be drawn. If the caterer fails to meet the
expectation and promises made, then the agreement can be cancelled at that time. In this situation Institute
has reserved right to award contract to next highest scored firm in selection process or any other service
provider, providing mess services at that time on the recommendation of Mess Committee and discretion of
authority.

3. If the Firm/Agency/Company/Shop indulges in carrying out any unapproved activities any violation of
rules of the Institute or non-compliance of any directives issued by the Institute, the UIT-RGPV Bhopal is
at liberty to cancel the agreement with immediate effect.

4. Subletting of the Mess Services after award of work/agreement will not be permitted. The Contractor shall
not assign, sublet or part with the possession of the premises & property of the Institute therein or any part
thereof under any circumstances. If found any such incident, the contract would be immediately terminated
and Security Deposit will be forfeited.

5. The premises of the mess will be used for the purpose for which the allotment will be made and not for
any other purpose without the written permission of the competent authority.

6. After Completion of Term of contract period the caterer will be relived only after the new
contractor has taken over the Mess to ensure uninterrupted Mess food services to the students.

7. Any attempt to canvas for the candidature of any bidder directly or indirectly will lead to
disqualification of such bidder/firm from the whole process.

Statuary Obligation:

1. The Firm/Agency/Company/Shop shall responsible of all statutory compliance with respect to the business
undertaken of Govt. of India and Govt. Madhya Pradesh including labor compliances.

2. After award the Contract, Contractor should register themselves with the Regional Labour Commissioner,
Bhopal, Madhya Pradesh as a contractor under the contract Labour Regulation act and obtain a Labour
License and complete all requirement formalities on their own cost. Vendor should ensure to maintain
validity of labour license and all records according to as per Labour Laws during the contract period and
extension their own, if any.

Page 10 of
32
3. The Contractor should adhere to the provisions of the Provident Fund Act, Minimum Wages Act and other
statutory compliances which are applicable for the staff employed in the mess. No payment will be
collected without submission of PAN number. The Contractor shall maintain all computerized accounting
records properly at own cost and liable be produce all records to the institute authority, if required.

4. Smoking, chewing of Pan or Tobacco, or use of alcohol is strictly prohibited in the kitchen and dining area
and inside the Institute. The Contractor shall keep adequate manpower (No child labour is allowed) for
running the canteen with appropriate training and experience, at his own expense, for the proper discharge
of the responsibilities entrusted to him, such persons shall be properly and neatly dressed in uniforms, ID
Card, apron, gloves and well behaved. They should also be medically fit for employment in the mess.

5. Cleaning of the kitchen will be the sole responsibility of the Contractor. All solid waste is to be taken out
of the campus and disposed by the Contractor at his own cost and disposed suitably. Vendor must not
dump mess waste food in campus dustbins provided by Bhopal Municipal Corporation (BMC). The waste
material and unused/leftover food from mess will be removed from mess premises every day. The bidder
will ensure that all the waste material and unused/leftover food will do not consume within the mess
premises by stray cattle, such as pigs, dogs, cows etc.

6. The parties agree that in case of any dispute arising between the Parties in respect of this agreement, which
cannot be settled mutually, the matter shall be referred to sole arbitration appointed by the SPA, Bhopal
and jurisdiction will be Bhopal court.

Scope of Work:

1. The Contractor have to provide sufficient number of employees (at least 12 or according to requirement
with the prior approval of SCMMC) including Chef, Assistant Chef, Manager, Supervisor, Accountant,
Cooks (at least 03 years’ experience in relevant area), Helpers and cleaning and supporting staff in the
Mess to ensure smooth functioning of the mess. In case of vacation or bulk absence of students from
Hostels (Study tours, academic/ sports activities etc.) number of employee may be reduced as the
instructions of the Mess Committee.

2. Bifurcation of deputed staff in the mess along with his/her duties profile should be separately mentioned
(i.e. Cook, Washing man, Chef, Accountant, Supervisor etc.)

3. Since the Institute has students from different regions of the state, the Chef should have experience in
cooking food of different regions.

4. A female Accountant/Mess Manager is required to be appointed by the Contractor for Girls Hostel at their
own cost for smooth accounting/payment mechanism of the cooperative mess. Contractor should employ at
least four female staffs (including Mess Manager/Accountant) at the serving counters and also for serving
water at the dining tables.

5. The contractor will require submitting of a medical report and police verification of the newly joined
employee within 10 days of their joining.

6. It is mandatory to visit the Hostel by the Firm and inspect existing available Kitchen Equipment, Dining
Hall furniture, service counters, cooking utensils, crockery, cutlery etc. at Hostels. These may be used by
the firm and the proper up keep and maintenance of all provided by Institute will be sole responsibility of
the contractor.

7. The firm may insured to bring its own cooking utensils, furniture, cutlery, crockery, refrigerator, machines
etc. as may be considered necessary for running and maintaining the Mess at its own cost.

Page 10 of
32
8. The Bidder shall not be allowed to use electricity as a cooking fuel. However, Bidder shall be permitted to
use toasters, refrigerators, geysers, water coolers, mixer/grinder, Oven and other Equipment’s for
cutting/grilling vegetables, etc.

9. The mess contractor must be ready to provide catering services even if less number of Mess users on the
same rate, terms and condition in case of any lockdown/emergency situation due to covid- 19 or other
pandemic situation.

10. The Bidder shall procure only good quality fresh vegetable from the market. The firm shall not be allowed
to store the vegetables for 1 (one) day in summer months and 3 (three) days in winter months at a stretch.
However, the bidder shall ensure that a sufficient stock of other raw material is stocked in the store for
consumption for a minimum period of 15 (Fifteen) days. The mess committee shall have the right to check
the quality of food articles and vegetables from time to time.

11. The Contractor shall, at his cost, maintain adequate stocks of food items, grocery, and adhere to the
standards practices. List of brands for food items to be provided is attached.

12. The food shall be cooked, stored and served under hygienic conditions. The Bidder shall ensure that only
freshly cooked food is served, and that stale food is not recycled. Stale food must be removed from the
mess premises as soon as possible.

13. The food shall be cooked and served in clean utensils and no laxity shall be permitted in this regard.

14. The caterer/ his servant(s) his nominee will not be permitted to stay overnight in the hostel premises. The
Contractor has to responsible for accommodation of its staff members outside of Institute on its cost.
However consideration of any request of accommodation at Institute may be description of the authority.

15. The Contractor is expected to follow good business practices and any complaints related to violation of
such good practices by the contractor will be viewed seriously by the Students Cooperative Mess
Management Committee and appropriate action may be taken against the Mess Contractor with approval of
Warden/Chief warden/Director.

16. The bidder should keep in mind that non availability of female toilet at Boys Hostel-1, while engaging
female staff.

17. We may also have zero refund policy and reduce overall rates.

Cleaning:

1. Firm has to install Bio-digester at UIT-RGPV, campus for food waste management in its own cost.
Location would be informed by the Institute Authority. Construction of Bio-digester would be in
consultation with The Estate officer, RGPV, Bhopal.

2. Cleaning/washing materials/tools, cleaning of utensils, cutlery, crockery, kitchen equipment, furniture and
manpower to properly maintain infrastructure of mess shall be arranged by the bidder (caterer at his /their
own cost.)

3. The mess Contractor shall be responsible for ensuring complete hygiene and upkeep of Kitchen and Dining
Hall area. For this purpose, appropriate steps such as pest control, Sanitization etc. must be done by the
contractor. Appropriate safety Measures including firefighting equipment must be installed in the Kitchen
Area by the contractor.
4. The Contractor and his manpower will maintain a high standard of cleanliness in the kitchen area. Cleaning
of utensils, kitchen, serving items, cleaning of cooking, dinning and auxiliary area. The utensils shall have
to be maintained hygienic clean at all time.

5. The Contractor shall be responsible for using, maintaining and up keeping of these items and shall return at
the end of contract in functional condition and should be got No Dues at the time of termination of the
contract.

6. The SCMMC, hostel caretakers, Warden /Faculty Coordinator of Mess reserve the right to visit the mess
premises at any time to inspect the maintenance of hygiene and the quality of food items served in mess,
without prior notice.

7. The bidder shall pay special attention to maintain the mess in a neat and tidy condition at all times. For this
purpose, the mess shall be cleaned thoroughly after each meal.

8. Engagement of required staff, providing uniforms etc. shall be done by the caterer. The workers should
always use hand gloves and caps while working (hair found in food is not acceptable). Caterer should
provide a minimum of two pair of uniform to the worker and ensure that worker report for duty in clean
uniforms.

Maintenance:

1. Minor maintenance jobs such as replacement of light bulbs, tube light etc. are the responsibility of the
catering contractor. If any damages found in mess the cost of damages will be borne by the mess contractor
only.

2. The Contractor shall be responsible for the fitting & fixtures, Lights, bulbs and industrial kitchen items etc
that are in functional condition provided by the institute at the time of possession of the mess area by the
Contractor and acknowledgement of items received by the contactor (second party) should be submitted to
the institute at the time of vacating in functional condition.

3. Security of licensed premises is the responsibility of the Contractor. In case any damage to the property,
Equipments etc. issued by the Institute to the Contractor, the cost of damage etc. will be recovered from the
Contractor.

4. Maintenance of kitchen equipment will be covered to the scope of service contract entered into by School
of Planning and Architecture, Bhopal with equipment suppliers, but catering contractor should inform
service contractor of maintenance requirements. Additional expenses on repairs and maintenance of
equipment, if any, shall be borne by the caterer.

Menu and Food: (Menu is attached as Annexure-4)

1. The Contractor has to provide unlimited quantity of food (unless mentioned) in breakfast, lunch, evening
tea & snacks and dinner in the Mess.

2. The quantity of portions served to each student shall be unlimited for all items (unless mentioned).

3. The Contractor shall be agreed to provide festive food menu/items on special occasion/festivals falling
during the year without any extra charge.
4. The contractor shall be agreed to provide the food/ items on any occasion/event intimated by Faculty
Coordinator of the Mess during the contract period on the basis of payment as per mutual consent.

5. The regular menu shall be substituted with a regional feast on the occasions of religious festivals and the
menu for these afore-mentioned feasts shall be decided by the Student Council/Mess Committee.

6. The food shall be neither too spicy nor too oily. The food preparation shall be wholesome and shall
generally cater to the taste of the Hostel residents.

7. The oil that remains from deep frying at the end of the day shall have to be destroyed and shall not be
allowed to be recycled for the purpose of cooking again.

8. The Bidder shall ensure that only hot food is served to the students. Complaints, if any, in this regard shall
be dealt with severely. Burners can be used to keep the food hot.

9. The Contractor has to use the available Gas Bank and shall not be allowed to use Gas Cylinder within the
cooking area failing penalty will be imposed.

10. There should be a milk testing kit available in the mess. The mess committee has the right to ask for a fat
content test during inspection. The minimum fat content of the milk should be 3.5%.

11. The contractor shall be providing curd, buttermilk, ice creams, chips, biscuits, soft drinks, FSSAI products
etc. so that the students can easily buy on payment basis the things from the mess only if they want.

12. Mess committee can ask for some options of dessert (other than menu) to be added once in a month.
Students will bear its cost which will be paid with the next bill cycle to the contractor.

13. The contractor shall provide alternative meals for the students who have any medical condition or follow
restrictions due to religion. The students will apply for such requests to the competent authority and
contractor will provide alternative meal only after approval of the authorities.

Rate List/Payment:

1. The Contractor may be asked to run a night canteen for the students, and keep POS (point-of- sale)
machine, UPI to discourage cash transactions. The timings of running Night Canteen, menu and price of
extra items would be determined by the Mess Committee. The packaged items should contain the MRP and
Date of packing and Expiry and selling price of such packaged items should not exceed MRP on payment
basis.

2. Payment mechanism to the Contractor shall be part of agreement executed between students Student
Council/Mess Committee on the rate of per day per meal as stated in the EOI document.

3. Procedure of payment against the food of students and rules relevant to refund will be informed by the
Mess Committee. The refund has to be provided for each day in case a student is absent for a continuous
period of three or more days with mutual consent.

4. If the student is taking leave on prior notice in written to the mess vendor, the student is eligible to get the
full refund (after deduction of over head cost) for the days of leave.

5. An agreement shall be executed between the Contractor and Student Cooperative Mess Management
Committee regarding day to day operations, menu selection, payment mechanism etc. The role of Institute
shall be limited upto signing of contract for providing mess services for students co-operative mess.
6. The contractor is advised to once discuss all the payment and refund rules in detail with the mess
committee. The mess committee will issue an official notice regarding the same as per point no. 3 above.

Performance Security Deposit:

1. A sum of 4,00,000/- (Rupees four lakh only) should be deposited with SPA, Bhopal by the contactor, as
Security deposit in the form of FDR in favour of Director, SPA, Bhopal from any Nationalized Bank. The
amount shall be refunded after deducting the dues, on completion/termination of the contract. (Against
infrastructure and facility)

2. A sum of 4,50,000/- (Rupees four lakh fifty thousand only) should be deposited with SPA, Bhopal by
the contactor, as Performance Guarantee in the form of FDR in favour of Director, SPA, Bhopal from any
Nationalized Bank. The amount shall be refunded after two months on completion/termination of the
contract. (Performance Security)

Penalty:

Following conditions are to be followed by the Contractor failing which penalty charges will be imposed as
given in the list: -

S.No. Nature of Violation Fine in Rs.


1. Non-availability of complaint registers on the counter. 2,500/-
2. Not wearing uniform, hand gloves and head cap while serving 3,000/-
food.
3. Two (2) or more complaints of insects/ stones/pebbles/other foreign 3,000/-
objects in a day.
4. Uncleaned utensils found/unhygienic conditions in the kitchen area 2,000/-
as well as dining hall.
5. If any mess worker is found chewing Pan in the mess premises at any 2,500/-
time.
6. If animals are seen in the kitchen & dining area (cats, rats, dogs, 2,500/-
etc.)
5. Any deviation in the approved Menu without prior permission of the 7,500/-
Mess Committee (at least one day in advance).
6. Meals found uncooked/not cooked properly 4,000/-
(For every seven complaints in a day).
7. Vegetables found of poor quality/rotten/spoilt/infected. 5,000/-
8. If food for any meal gets over or exhausted within timings of mess and 4,000/-
waiting time is more than 15 minutes for lunch and dinner, and 10
minutes for breakfast.
9. Usage of unbranded / bad / duplicate quality of any mess commodities. 3,000/-

10. Used oil reused or use of Hydrogenated (Vanaspati) oil. 5,000/-


11. Using brands not mentioned in the contract without prior 7,000/-
permission and adulteration.
12. Absence of the proprietor or the representative from the Mess 10,000/-
Vendor in the Mess Committee Meeting (which will be held once
every month).
13. If any mess worker is caught/found using alcoholic/any tobacco item 10,000/-
(any type) in the campus premises at any time.
14. If the number of Mess staff found less than that required. 2,000/-
15. Inappropriate personal hygiene of workers including their 3,000/-
dress and / or misbehavior by workers etc. will lead to fine on
caterer for every instance.
16. Food poisoning shall invoke a hefty fine beyond the limit of To be decided by the
any fine mentioned above, along with cancellation of contract and Mess Committee and
possible blacklisting of the caterer. Hostel Warden
17. Night canteen not found running for 03 consecutive days. 2500/-

18. If the quality of milk is not found up to be appropriate, or it is diluted, a 5,000/-


fine would be imposed. Milk should be full-cream. It should have 3.5%
fat content or as recommended by Mess
Committee.
19. Non-segregation of waste in the mess premises. 5,000/-
20. Use of/not removal of leftovers. Rs. 2000/-
Annexure-3

APPROVED BRAND OF CONSUMABLES PERMISSIBLE IN


DINING HALL PREMISES

S. No. Name of the Items Approved Brand


1. Salt Tata, Annapurna, Nature fresh
2. Spices Catch, Real, MDH, Badshah, Everest
3. Ketchup Maggi, Kissan, Heinz
4. Oil Sundrop, Saffola, Fortune,Ruchi, Dhara
5. Pickle Mother’s Pravin, Priya, Bedekar or Nilon’s
6. Atta Aashirvad, Annapurna, Silvercoin
7. Rice Daawat, Dubraj, India Gate & HMT
8. Flavored Fruit drink Rasna, Tang
9. Papad Lijjat, Haldiram's
10. Butter Amul, Mother Dairy & Sanchi
11. Bread Modern, Kwality, Kissan, Top- n-Town, Harvest, Britania
12. Cornflakes Mohuns, Kelloggs
13. Jam Kisan, Tops, Cremica etc.
14. Ghee Amul, Mother Dairy, Britannia, Gits, Nestle Everyday Shahi
Ghee, Sanchi
15. Milk Sanchi, Amul, Mother Diary

16. Paneer/Cheese Fresh Paneer under allowed brand Sanchi, Amul, Mother dairy
17. Tea Brook bond, Lipton, Tata

18. Coffee Nestle (Nescafe), Broke Bond (Bru), Tata Grande & Sunrise
19. Soya Nutrella, Fortune, Patanjali highnutri

The contractor may use any other brands only if permitted by the Mess Committee, in writing.
Annexure-4

SUGGESTED MESS MENU MESS BOYS HOSTEL-1, GIRLS HOSTEL-1 & GIRLS
HOSTEL-2/BOYS HOSTEL
(This is the suggestive menu; firm will offer its own menu based on the suggestive menu with rate proposal in
separate)

Breakfast Lunch Snacks Dinner


Day (08:00 a.m. to (12:30 p.m. (05:00 pm (08:00 PM to 10:00 P.M.)
10:00 to to
.am.) 02:15p.m.) 06:00 pm)
Cornflakes, Milk/Tea, Rice Sandwiches/ Bread Rice
Sprouts, Bread Slices (Plain/Jeera/Lemon/Veg Butter, tea, milk & (Plain/Jeera/Lemon/Veg/
Compulsory & fruits /Tomato), Pickle, Roti Coffee Sachet Tomato), Pickle, Roti
per day (Butter & Plain), Lemon, (Butter & Plain), Lemon,
Salad (Seasonal items) Salad (Seasonal items)
Papad/ Fryums Papad/ Fryums
Aloo Puri, Bhindi/Dry Veg, Dal, samosa, Green vegetables, daal
Monday masala Channa chana masala, curd sandwich, makhani, sweets

Idli & Vada, Manchurian, Dry Pasta/Chowmin, lauki, Mutter curry/ +, Dal,
Tuesday Sambhar, Daliya, Season Veg, Dal, Sweets
chhaaj
Aloo Paratha, curd, Seasonal Veg, rajma Pav bhaji, Curry, Paneer Veg.
Wednesday Daliya, masala, aloo palak, curd Bhelpuri tandoori roti, Dal,
sweet
Namkeen sevai, Chole bhature, aloo, Dhokla, Aloo Mutter / Gobi
masala Channa, veg riata, salad Kachori/Sabudan a Drumsticks, veg biriyani,
Thursday
Wada Sweets
Uthappam, Kofta (Veg/malai), Veg Pakora Dosa/Masala dosa,
Friday sambhar, Chila & seasonal vegetables, sambhar, Veg pulao,
Chana Dal, chhaaj Nariyal Chutney, sweet
Poha, jalebi, daliya, Chana Masala/Kadhi, Vada pav, Papdi seasonal vegetables, Dal,
Saturday
mix veg, Chaat
Stuffed Paratha, Mutter Paneer/Dry Aloo Tikki, curry, Paneer Veg. Dal,
curd, Daliya, chole, seasonal Panipuri sweets
Sunday
vegetables, Dal,
Chhaaj
Note on the Menu:
1) The caterer will be required to provide Khichdi, milk, bread, or any other suitable item for sick residents in lieu
of the regular meals.
2) Uses of millets grains (like Bajra, Kodo, Ragi etc.) may be used in offered menu.
3) Dal (Tuar/Moong/Chana/Urad/Masoor/Mix) and varieties of seasonal vegetables shall be used as per
direction of SCMMC.

Mess menu has to be revised/change every month and Mess menu has to be followed strictly.

In breakfast, it is recommended to give some fruits for the vegetarians if there are eggs for the others.

Note: The mess contractor must be ready to provide catering services even if less number of
mess users on the same rate, terms and condition in case of mess running in summer
vacation/any lockdown/ emergency situation due to Covid-19 or other Pandemic Situation.
Annexure-5

BID EVALUATION CRITERIA

The UIT-RGPV, Bhopal shall follow both the technical qualification and overall evaluation of the proposal
submitted by the firm in the appropriate format given herewith; as Form - 'A' The technical bid evaluation shall be
done based on the following criteria: -

Only those who are technically qualified are allowed to fill the form for technical evaluation. During the technical
evaluation stage, each bidder shall be assigned different marks out of a total of 50 marks.

Criteria for Evaluation of Technical Bid :

Maxi-
Particulars Document
S.No. Evaluation Criteria mum
Required
Marks
1. Number of years Experience of providing Mess Services above The
in Operations 300 Students in 03 Financial Year will be information
(Experience considered for marking: should be
providing Mess filled in
Services in In IITs, IIMs, NITs/Central Funded Technical Annexure -
Central Institutions/Central, State Institution/Private Form 'A'
Government/State Institution/University of Higher Education:- With all
Government/IITs, details asked
IIMs, NITs/Central 1) Between 300-400 = 05 Marks for.
Funded Technical 2) Between 400-500 = 07 Marks
Institutions/ 3) Between 500 = 10 Marks Supporting
Central, State documents &
Institution of In each Financial Year (2021-22 2022-23 and compilation
Higher Education, 25
2023-24) experience of providing services above certificate
during 03 300 students should be mandatory. should be
Financial Years; enclosed
2021-22, 2022-23, Experience prior to Financial Year 2021-22 verification.
2023-24 will be as follows:-
. Years of Experience:
Ending as Between 01 to 3 years - 05 Marks
on Between 03 to 06 years- 07 Marks
31.03.2024 Between 06 to 09 years- 10 Marks
Above 09 years - 15 Marks

2. Average Turnover \ Maximum 10 Marks:

(Last 03 Financial 1) Between 75 -100 Lakh = 3 Marks 10


Years; 2021-22, 2) Between 100-125 Lakh = 4 Marks
2022-23, 2023-24 3) Between 125-150 Lakh = 5 Marks
. 4) Between 150-175 Lakh = 6 Marks
Ending as on 5) Between 175-200 Lakh = 7 Marks
31.03.2024 6) Between 200-225 Lakh = 8 Marks
7) Between 225-250 Lakh = 9 Marks
8) Above 250 Lakh = 10 Marks
3. Performance in Performance in Past work for 3 years (In attached Supporting
Past Works Proforma) copy of testimonials from the previous documents &
(Testimonials) clients indicting Quality of Food, Quality of compilation
Services, Hygiene, Cleanliness, etc. should be certificate
enclosed. should be
(Copy of Testimonials in letter head for the enclosed for
work order value of at least 75 lakhs each with verification. 15
verifiable contact details.
Marking as follows:
In IITs, IIMs, NITs/Central Funded Technical
Institutions/Central, State Institution/Private
Institution of Higher Education: -
Maximum 05 Marks for each Testimonials
Total Maximum Marks 50

Note: Supporting documents for all above 01 to 03 should be enclosed for verification; otherwise marks will be
awarded zero.

A Firm should secure mandatorily a minimum of 60% marks (i.e. 30 marks out of total 50 marks).
Only those firms will eligible for presentation that has scored minimum 60% marks in Technical
Evaluation.

The marks scored in technical Evaluation are qualifying only for presentation and no marks
shall be taken into account for final selection.
Annexure-6

CRITERIA FOR EVALUATION OF PRESENTATION


[should be Power Point Presentation (ppt) format and hardcopy of three (03) sets ]

The presentation will be evaluated on the following parameters:


(each parameters ….marks; Total marks: 50)

S.No. Parameter Maximum Marks


1. Bidder's understanding of UIT-RGPV requirements; 5
2. Quality of raw materials used at present clients' Mess. 3
3. Quality of food served to the students, cleanliness of kitchen and dining 3
area and layout of the stores maintained at present clients
(Photos to be shown)
4. Record maintenance (Attendance/ Leaves/ Bills/ Refunds) 5
5. Feedback from Students/Clients regarding courteousness and 3
responsiveness.
6. Photos of arrangements made by the bidder(s) on the above points 3
wherever applicable related to previous and present clients are
required to be shown as part of the presentation.
7. Mess Menu and Rate (per day, per student) to be provided 10
(Offered by Firm based on the suggestive menu with Rate)
8. Reason for selecting your proposal (other than price). 8
9. Mess Staff-Student Ratio 5
10. Expertise in Regional food 5
Total 50

Page 20 of
32
Annexure-7

CERTIFICATE & DECLARATION

Is has been certified that all information provided in EOI document is true and correct to the best of my
knowledge and belief. No forged/tampered document(s) are produced with EOI form for gaining unlawful
advantage. We understand that UIT-RGPV, Bhopal is authorized to make enquiry to establish the facts claimed
ad obtained confidential report from clients.

In case it is established that any information provided by us is false / misleading or in the circumstance where
it is found that we have made any wrong claims, we are liable for forfeiture of SD and or any penal action and
other damages including withdrawal of all work. Further School of Planning and architecture, Bhopal is also
authorized to blacklist our firm/company/agency and debar us in participation in any EOI process/bid in future.

I/We ensure the Institute that neither I/We nor any of my/ Our workers will do any act/which are
improper/illegal during the execution in case the tender is awarded to us.

Neither I/We nor anybody on my/our behalf will indulge in any corrupt activities/practices in my/our dealing
with the Students Cooperative Mess Management Committee (SCMMC).

Our firm/company/agency is not being blacklisted or banned by any Govt. Department, PSU, University,
Autonomous Institute or any other Govt. Organization.

Page 21 of 32
Annexure-8

BID SECURITY DECLARATION

I/we are accepting that if we withdraw or modify our bids during period of validity etc. we, will be suspended
for the period of six months to participate in any EOI issued by Students Cooperative Mess Management
Committee, UIT-RGPV, Bhopal.

Date Signature of the EOI

Place Stamp

Note: This certificate should be executed on duty notarized 100/- NJ stamp Paper.

Page 22 of 32
Annexure-9

PRE CONTRACT INTEGRITY PACT


(applicable if Contract awarded)

This pre contract Agreement (hereinafter called the integrity pact is made on…………………………….day of
the month of……………………2024, between, on one hand, UIT-RGPV, Bhopal acting through SCMMC
(hereinafter called the “BUYER” which expression shall mean and include, unless the context otherwise
requires, his successors in office and assigns) of the first part and M/s……………………………represented
by Shri………………………, Chief Executive Officer (hereinafter called the “BIDDER/SELLER” which
expression shall mean and include, unless the context otherwise requires, his successors and permitted assigns
)of the second part.

WHEREAS the BUYER proposes to obtain manpower services through outsourcing & the BIDDER
/SELLER is willing to offer /has offered to provide the same.

WHEREAS the BIDDER is a private company/public company/Government/undertaking constituted in


accordance with the relevant law in the matter and the BUYER is an autonomous organization performing its
functions under Education Ministry, Govt. of India

Now, THEREFORE,

To avoid all forms of corruption by following a system that is fair, transparent and free from any influence
/prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a
view to:-

Enabling the BUYER to obtain the desired manpower services at a competitive price in conformity with the
defined specifications by avoiding the high cost and the discretionary impact of corruption on public
procurement, and

Enabling the BIDDERS to abstain from bribing or indulging in any corrupt practice in order to secure the
contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt
practices and the BUYER will commit to prevent corruption, in any form, by its officials by following
transparent procedures.

The parties hereby agree to enter into this integrity pact and agree as follows:-

Commitments of the Buyer:

The BUYER undertakes that no official of the BUYER, connected directly or indirectly with the contract, will
demand, take a promise for or accept directly or accept, directly or through intermediaries, any bribe,
consideration, gift, reward favor or any material or immaterial benefit or any other advantage from the
BIDDER, either for themselves or for any person, organization or third party related to the contract in
exchange for an advantage in the bidding process, bid evaluation contracting or implementation process related
to the contract.

The BUYER will, during the pre- contract stage treat all BIDDERs alike, and will provide to all BIDDERs the
same information and will not provide any such information to any particular BIDDER which could afford an
advantage to that particular BIDDER in comparison to other BIDDERs.

All the officials of the BUYER will report to the appropriate Government office any attempted or completed
breaches of the above commitment as well as any substantial suspicion of such a breach.

2. In case any such preceding misconduct on the part of such official (s) is reported by the
BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to be correct by

Page 23 of 32
the BUYER, necessary disciplinary proceedings, or any other action as deemed fit including criminal
proceedings may be initiated by the BUYER and such a person shall be debarred from further dealings related
to the contract process. In such a case while an enquiry is being conducted by the BUYER the proceedings
under the contract would not be stalled.

3. Commitment of Bidders

The BIDDERs commit itself to all take all measures necessary to prevent corrupt practices, unfair means and
illegal activates during any stage of its bid or during any pre- contract or post- contract stage in order to secure
the contract or in furtherance to secure it and in particular commit itself to the following: -

3.1. The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward,
favor, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any
official of the BUYER, connected directly or indirectly with the bidding process, or to any person, organization
or third party related to the contract in exchange for any advantage in the bidding, evaluation contracting and
implementation of the contract

3.2 The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly
any bribe, gift, consideration, reward, favor, any material benefit or other advantage commission fees,
brokerage or inducement to any official of the BUYER or otherwise in procuring the contract forbearing to do
or having done any act in relation to the obtaining or execution of the contract or any other contract with the
Government for showing or for bearing to show favor or disfavor to any person in relation to the contract or
any other contract with the Government.

3.3 The BIDDER, either while presenting the bid or during pre- contract negotiations or before signing the
contract shall disclose any payment he has made, is committed to or intends to make to officials of the BUYER
or their family members agents, brokers or any other intermediaries in connection with the contract details
or/and the services agreed upon for such payments.

3.4 The bidder will not collude with other parties interested in the contract to impair the transparency,
fairness and progress of the bidding process, bid evaluation contracting and implementation of the contract.

3.5 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and
illegal activities.

The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to other, any
information provided by the BUYER as part of the business deal, relationship regarding plans, technical
proposals and business details, including information contained in any electronic data carrier. The BIDDER
also undertakes to exercise due and adequate care lest any such information is divulged.

The BIDDER commits to refrain from giving any complaint directly or through any other manner without
supporting it with full and verifiable facts.

The BIDDER shall not instigate or cause to instigate any third person to commit any of the action mentioned
above.

If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER, either directly
or indirectly, is a relative of any of the officer of the BUYER, or alternatively, if any relative of an officer of
the BUYER has financial interest/stake in the BIDDER’s firm, the same shall be disclosed by the BIDDER at
the time of filling of tender.

Page 24 of 32
4. Previous Transgression:

The BIDDER declares that no previous transgression occurred in the last three year immediately before signing
of this integrity pact, with any other company in any country in respect of any corrupt practices envisaged
hereunder or with any public sector enterprise in India or any government Department in India that justify
BIDDER’S exclusion from the tender process.

The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified from the
tender propose or the contract, if already awarded. Can be terminated for such reason.

5. Facilitation of Investigation

In case of any allegation of violation of any provision of this pact or payment of commission, the BUYER or
its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER
and the BIDDER shall provide necessary information and documents in English and shall extend all possible
help for the purpose of such examination.

6. Law and Place of Jurisdiction:

This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the BUYER.

7. Other Legal Actions:

The actions stipulated in this Integrity pact are without prejudice to any other legal action that may follow in
accordance with provisions of the extent law in force relating to any civil or criminal proceedings.

8. Validity:

The validity of this Integrity Pact shall be from date of signing of the agreement and during the period of
completion of the contract. Should one or several provisions of this Pact turn out to be invalid, the reminder of
this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original
intentions.

The parties hereby sign this Integrity Pact at on

Buyer Vendor

Name of the Officer Name of the Officer


Designation Designation

1. Witness……………………….. 1. Witness…………………………

2. Witness……………………….. 2.Witness…………………………

Page 25 of 32
Annexure-10

FORM-A
Essential Information to be submitted by the Firm for Technical Evaluation

(Please fill the information in text typed)

S.No. Particulars Details


1. Name of the Firm

2. Complete Address:

3. Contract Person/Representative
of the Firm

4. Office Phone:
5. Mobile Number:
6. E-mail No.:
7. PAN Number:
8. Shop License/Registration No.
9. License No. (Under Food Safety
and Standard Act 2006)

10. Labour License No.

11. ESI/PF No.


12. Details of EMD
Amt.
Bank Name/UTR No./Date
If EMD exempted please
specify :
MSME Details
(such as Small/Medium/Micro)

Page 26 of 32
13. Average Turnover (Last 03
Financial Years)
Ending as on 31.03.2023
1) 2021-

2) 2022-23

3) 2023-24

Total Turnover
Average Turnover
14. Experiences:
Year Duration No. of Name of the Institute Type Documents Completion
(For last three (03) years; as on (To and Students Institute (Central/State/ IITs, attached Certificate/Experience
31.03.2023) From) (Mess IIMs, NITs/Central (Yes/No.) Certificate
From To Run for) Funded Technical Work Order Number & Dt.
Institutions/Central, No. & Date attached
State Yes/No.
Institution/Private
Institution/University
of Higher
Education)
2021-2022
(01.04.2021-31.03.2022)

2022-2023
(01.04.2022-31.03.2023)

Page 27 of 32
2023-2024
(01.04.2023-31.03.2024)

15. Performance in Past work for 3


years; as on 31.03.2024 (copy of
testimonials from the previous
clients indicting Quality of
Food, Quality of Services,
Hygiene, Cleanliness, etc.
should be enclosed.)

16. No. of employee:


Regular/Temporary
(Details to be enclosed)

17. Litigations, if any, connected


with Mess/Food work Yes/No.
(if yes, details to be furnished)

18. Has the firm been black listed


by any Organization, If so attach
the details of the same

19. Have you been ever


removed/terminated in mid of
the contract period without
completing term of contract
Yes/No, (if yes, details to be
furnished)

Page 28 of 32
20. Other Information if any

Note: 1) The above details will be verified from the attached documents.
2) It is mandatory to fulfil the above information for evaluation of Technical Bid and all entries must be filled in text typed.
3) Partially filled/incomplete information in Form-'A' will not be considered.

Signature …………………………..…………….……..Seal of the Firm……………………..……………………………..…Date……………

UNDERTAKING

(mandatory to submit undertaking otherwise Form-A will not be considered)

Subject: Undertaking for declaration that firm is not declared as ineligible/ black listed/rejected.

I/my firm ……………………………………………………hereby declared that Government of India or State Govt. or any other Government Autonomous
Body, Bank or any other government agency has not declared us ineligible or black listed us on charges of engaging in corrupt, fraudulent, collusive, or
coercive practices or any failure/lapses of services or terminated the or rejected contract before completion of tenure or commencement on the above issues.

I hereby also declare that the above information is true & correct to the best of my knowledge and belief. If I have made any false, fraud or untrue
statement, suppression or concealment of the true facts, I understand that our services shall be terminated in the event that the above facts are found to be
incorrect or false and shall be liable appropriate legal action. I understand that in the event of my information being found false or incorrect at any stage,
my credential/bid shall be liable to rejected without notice.

Signature of authorized person

Date: Name: …………………………..

Place: Seal:……………………………..

Page 29 of 32
Annexure-11

MESS CHOICES

Please fill the choices of preference to operate the Mess in following Hostels:

S.No. Mess Name Please write


Choice-1; Choice-2 & Choice-3
1. Boys Hostel (BH-1) -1 Mess

2. Girls Hostel (GH-1) -1 Mess

3. Girls Hostel(GH-2) / Boys Hostel-2 (BH-2) - 2


Mess

Signature of authorized person

Date: Name: …………………………..

Place: Seal:……………………………..

Page 30 of 32
Annexure-12 OFFERED MESS

MENU ON THE BASIS OF SUGGESTIVE MENU


Breakfast Lunch Snacks Dinner
Day (08:00 am (12:30 pm (05:00 pm (08:00 pm to 10:00 mp)
to to to
10:00 am) 02:15 pm) 06:00 pm)
Common/
Compulsory

Monday

Tuesday

Wednesday

Thursday

Friday

Saturday

Sunday

Menu for Festival/Regional Food:

Name of the Festival Offered Food

Uses of millets grains (like Bajra, Kodo, Ragi etc.) may be used in offered menu.

Page 31 of 32
ANNEUXRE- 13

CLIENT CERTIFICATE REGARDING PERFORMANCE OF MESS SERVICES

1. Name and address o the client: ……………………………………………………………….

2. Order/Award of Contract No. and date:………………………………………………………………………

3. Number of Students for which Mess Services Provided (year wise)……………………………………..

4. Date of Commencement of work …………………………………………………………………………

6. Date of completion of contract …………………………………………………………………………

7. Gross amount of the Services paid to Firm (year wise)


…………………………………………………………………………………………………………………….

8. Details of penalty/Fine impose to the firm with amount (if any) ……………………………………………

9. Comments on the Services of the firm (Kindly tick)

(a) Quality of the Food Outstanding/Very Good/Good/Poor

(b) Qualify of Services Outstanding/Very Good/Good/Poor

(C) Hygiene and Cleanliness Outstanding/Very Good/Good/Poor

(d) Performance Infrastructure (equipments etc.) (if Outstanding/Very Good/Good/Poor


provided by the Institute) /Not applicable

(e) Deployment of Manpower during services Outstanding/Very Good/Good/Poor

(f) General Behavior Outstanding/Very Good/Good/Poor

Note: All Columns should be filled in properly.

Countersigned Signature of the Reporting Officer with Official Seal*

Name of the Officer:…………………………

Name of the Institute:………………………..

Contact No. Phone/Mobile:…………………

E-mail Address:………………………………

* Reporting should be above Group-A Officer or above rank.

****
*

Page 32 of 32

You might also like