Upload
others
View
12
Download
0
Embed Size (px)
Citation preview
Shri Vitthal Rukmini Temples Committee,
Pandharpur
LAW & JUDICIARY DEPARTMENT
(Maharashtra)
Expression of Interest (EOI)
For
Running the Hotel / Canteen in the of Shri Vitthal Rukmini Bhakta Nivas,
EExxpprreessssiioonn ooff IInntteerreesstt ((EEOOII)) iiss iinnvviitteedd ffrroomm tthhee rreeppuutteedd aanndd eexxppeerriieenncceedd
CCaatteerreerrss hhaavviinngg eexxppeerriieennccee iinn tthhee ffiieelldd ooff ccaatteerriinngg iinn GGoovvtt.. oorrggaanniizzaattiioonnss// EEdduuccaattiioonnaall
IInnssttiittuuttiioonnss // PPrriivvaattee CCoorrppoorraattee CCoommppaanniieess// HHootteelliieerrss// HHootteell MMaannaaggeemmeenntt pprrooffeessssiioonnaallss//
IInnddiivviidduuaallss hhaavviinngg ssuuppppoorrtt ooff pprrooffeessssiioonnaall ssttaaffff ffoorr OOppeerraattiioonn MMaannaaggeemmeenntt aanndd pprroovviiddee
eexxcceelllleenntt sseerrvviicceess ttoo DDeevvootteeeess,, GGuueessttss,, TToouurriissttss aanndd PPuubblliicc ffoorr
SShhrrii VViitttthhaall RRuukkmmiinnii BBhhaakkttaa NNiivvaass ccoommpplleexx AAtt PPaannddhhaarrppuurr DDiisstt SSoollaappuurr
Tender Document Fee :- 5,900/- (Including GST) (Not Refundable)
EMD :- 50,000/- (Refundable)
Security Deposit Amount :- 5,00,000/-
-: Instructions:- 1. Unconditional proposals are invited on behalf of the President / Executive officer,
Shri Vitthal Rukmini Temples Committee, Pandharpur for Leasing Contract of
Hotel / Canteen of Shri Vitthal Rukmini Bhakta.
2. Place for Purchase of EOI : P.R.O. Off ice, Tukaram Bhavan, Shri
Vitthal Rukmini Temples Committee Office, Pandharpur, 413304 Forms will
be available from 19.09.2019 on office time (i.e. 06 AM to 10 PM) or download
from temple website www.vitthalrukminimandir.org
3. Due D a te : The proposal should be submitted up to 05.00 PM of 0 4 .10.2019
at Shri Vitthal Rukmini Mandire office, Pandharpur.
4. Proposal Opening Date: Proposal will be opened on12:00 PM of
05.10.2019 at Executive Officer’s office, Tukaram Bhavan, Pandharpur.
5. Cost of the EOI document and EMD: The cost of EOI which is non
refundable is Rs.5,900/- (Rs. Five Thousand Nine Hundred) and EMD is
Rs.50,000/- (Rs Fifty Thousand payable by RTGS or DD. NEFT. in favor of
Executive Officer, Shri Vitthal Rukmini Mandire Samiti, Pandharpur, EMD will
return after completion of the work.
6. Scope of Work: Expression of Interest (EOI) is invited from the reputed and
experienced Hoteliers/ Hotel Management professionals/ Individuals having support
of professional staff for Operation and Management cum leasing contract to provide
excellent services to Devotees, Guests, Tourists and public for Shri Vitthal Rukmini
Bhakta Nivas complex At Pandharpur Dist Solapur
7. Period of Contract: Initially project will be assign for 3 (Three) year may
extend further for 2 year on performance review basis by S.V.R.M.S.P.
xxx Executive Officer
Shri Vitthal Rukmini Mandire Samiti Pandharpur
DISCLAIMER All information contained in this Expression of Interest (EOI) provided / clarified is in the
good interest and faith. This is not an agreement and this is not an offer or invitation to enter
into an agreement of any kind with any party. Though adequate care has been taken in the
presentation of this EOI document, the interested proposers shall satisfy themselves that the
document is complete in all respects.
The information published in this document is not intended to be exhaustive. Interested
proposers are required to make their own enquiries and assumptions wherever required.
Intimation of discrepancy, if any, should be given to the specified office immediately. If
no intimation is received by this office by the date mentioned in the document, it shall be
deemed that the EOI document is complete in all respects and firms submitting their
EOII re satisfied that the EOI document is complete in all respects.
S.V.R.M.S.P reserves the right to reject any or all of the applications submitted in
response to this EOI document at any stage without assigning any reasons whatsoever.
S.V.R.M.S.P also reserves right to withhold or withdraw the process at any stage with
intimation to all who have submitted their proposal in response to this EOI. S.V.R.M.S.P
reserves the right to change/modify/amend any or all of the provisions of this EOI
document without assigning any reason. Any such change would be communicated to the
proposed by posting it on the websites www.vitthalrukminimandir.org
Neither S.V.R.M.S.P nor their employees and associates will have any liability
to any prospective respondent interested to apply or any other person under the law of
contract to the principles or resolution or unjust enrichment or otherwise for any loss,
expense or damage which may raise from or be incurred or suffered in connection with
anything contained in this E O I document, any matter deemed to form part of this EO I
document, the award of the assignment, the information and any other information
supplied by or on behalf of S.V.R.M.S.P or their employees and Proposer or
otherwise arising in any way from the selection process for the Assignment.
Information provided in this document or imparted to any respondent as part of EOI
process is confidential to S.V.R.M.S.P and shall not be used by the respondent for any other
purpose, distributed to, or shared with any other person or organization.
Fact Sheet / Time Table
1 EOI No. 01
2
Name of the Work Expression of Interest (EOI) is invited from the reputed and experienced Hoteliers/ Hotel Management professionals/ Individuals having support of professional staff for Operation and Management cum leasing contract to provide excellent services to Devotees, Guests, Tourists and public for Shri Vitthal Rukmini Bhakta Nivas complex At Pandharpur.
3 Name of the Issuer of this EOI Shri Vitthal Rukmini Temples Committee, Pandharpur. 4 Date of Issue of this RFP 20 .09.2019
5 Last Date for Submission of this EOI
04 .10.2019 upto 5:00 PM
7 Date of Financial Bid opening 05.10.2019 upto 12:00 PM
8 Address of Communication Office of Executive Officer,Tukaram Bhavan, Pandharpur
9 Cost of EOI Document Cash or DD of Rs. 5,900/- (Rs. Five Thousand)
(Including GST) in favor of Executive Officer, Pandharpur to be submitted till the opening of EOI
10 Earnest Money Deposit (EMD) Demand Draft or Bank Guarantee of Rs.5,00,000/-
(Rs. Five Lakhs) in favor of Executive Officer, Pandharpur submitted along with the RFP documents 11 EMD Validity Period Contact period (i.e. Three year)
12 Validity of Proposal 120 days from the date of submission 13 Method of Selection Cost-Based Selection (CBS)
Note
1. S.V.R.M.S.P reserve the right to change any schedule of any process. Please
Visit S.V.R.M.S.P website http://www.vitthalrukminimandir.org regularly for the
same.
2. Proposals must be received not later than time, date and venue as mentioned in
the Fact Sheet. Proposals that are received after the deadline WILL NOT be
considered in this process.
3. Any future Corrigenda/Information shall be posted only
on our website http://www.vitthalrukminimandir.org
4. Rejected / disqualified Proposers would only be intimated post final selection of
successful Proposer/ completion of the process. Along with such intimation, EMD
retuning process would be initiated for disqualified Proposers and the same
would be affected within 30 days of issuing letter of intent to successful
Proposer.
TTEERRMMSS && CCOONNDDIITTIIOONNSS OOFF EEXXPPRREESSSSIIOONN OOFF IINNTTEERREESSTT ((EEOOII)) FFOORR RRUUNNNNIINNGG
CCAANNTTEEEENN // HHOOTTEELL AATT SSHHRRII VVIITTTTHHAALL RRUUKKMMIINNII BBHHAAKKTTAA
NNIIVVAASS,,PPAANNDDHHAARRPPUURR DDIISSTT..SSOOLLAAPPUURR..
(1) The forms of EOI will be available in the office of the S.V.R.M.S.P from 25/08/2019
to 05/09/2019 during the office hrs. on payment of RS. 5,900/- to be paid in cash/Demand Draft.
(2) The EOI should reach the Office of Executive Officer, Shri Vitthal Rukmini Temples
Committee, Pandharpur before 04 .09.2019 upto to 5.00 p.m. (3) The interested person may inspect the canteen premises on any working day from
20/09/2019 to 03/10/2019, during office hour. (4) The envelope containing the EOI should contain the following documents:- (a) Annexure A - signed by the Tenderer with documents mentioned therein.
(b) Annexure B - Rate list of items to be served in the canteen signed by the Tenderer.
(c) The tenderer has to submit Notarized declaration on Rs. 500/- non-judicial Stamp
paper stating that the premises will be vacated within seven days from the date of
issue of the directives from the Board. EOI without such Declaration will be
rejected.
(d) The envelope of EOI should contain the Annexure B- Amount of monthly license
fee which the tenderer is ready to pay for operating the canteen and utilizing the
space provided.
(5) The EOI shall be accompanied by an Earnest Money Deposit (E.M.D.) of
Rs.50,000/- (Rupees Fifty Thousand Only) in the form of a Demand Draft from
any Nationalized Bank payable at Pandharpur, drawn in favor of the Executive
Officer, Shri Vitthal Rukmini Temples Committee, Pandharpur or a cash receipt
having been paid the amount with Accounts Section of Temple Committee Office.
unsuccessful Tenderer will be returned after finalization of the tendering process.
EOI without EMD shall be rejected. The E.M.D. is liable to be forfeited if the EOI
is prematurely withdrawn by the Tenderer.
(6) The Earnest Money Deposit received at the time of opening of Tender shall be treated
as a part of the Security Deposit and the same shall be adjusted in the total amount of
Security Deposit payable. The Security Deposit shall be furnished in the form of
Demand Draft from any Nationalized Bank payable at Pandharpur, drawn in favor of
the Executive Officer, Shri Vitthal Rukmini Temples Committee, Pandharpur or by
cash to be paid in Accounts Section Shri Vitthal Rukmini Temples Committee Office
and shall be forfeited in case of breach of any of the terms and conditions stipulated
herein.
(7) Only such offers which are shortlisted and found to have met all the eligibility and
qualification criteria set out in this Expression of Interest and the instructions
stipulated herein will be considered.
(8) The rates of basic eatables to be served in the canteen shall be as indicated in
Annexure-B. The rates of items other than specified in Annexure-B may be indicated
separately. However, the same shall be subject to approval by the Executive Officer.
The Tenderer shall sign the Annexure-B as accepted and enclose with the EOI.
(9) Any other item can be provided by the successful tenderer at his discretion if he
desires after obtaining prior approval for the same from the Executive Officer.
(10) The successful tenderer shall supply soft drinks at the MRP printed on the
bottle/packets.
(11) Experience, reputation and quality shall be the added advantage for the Tenderer.
(12) The Tenderer shall quote the amount of monthly leasing fee which he/she is willing to
pay towards running of canteen and other details in Annexure-C.
(13) The charges in respect of Water and Electricity consumed by the successful tenderer
for running the Canteen Charges of Water Supply and Electricity shall be borne by the
successful Tenderer/Vendor.
(14) The successful tenderer shall possess and submit valid License issued by the
Directorate of Foods and Drugs Administration, before commencing his operations in
the Canteen.
(15) The successful tenderer shall maintain clean and hygienic condition in the kitchen and
in and around the canteen premises/space.
(16) The EOI should be firm and unconditional. Conditional offer shall not be considered.
(17) The successful tenderer shall himself run the Canteen by employing the required staff.
He shall not sublet any of the properties/space of Canteen facility to any other
person/party or assign the contract to any other person, failing which the licenses shall
stand revoked.
(18) The successful tenderer shall not dispose the garbage of the Canteen anywhere in the
Bhakta Nivas Complex. The successful tenderer shall make his own arrangement for
the disposal of day-to-day garbage and waste material at his own cost as per the rules
in force.
(19) The successful tenderer shall vacate the premises in good condition after expiry of the
Lease license period failing which the damages will be recovered from the Security
Deposit.
(20) The successful tenderer and/or any of his staff shall not cause any public nuisance in
and around the Canteen/Office premises. The successful tenderer and/or his staff shall
not cause any damage, knowingly or unknowingly, to any movable/immovable
property belonging to Shri Vitthal Rukmini Bhakta Nivas.
(21) The successful tenderer shall pay a monthly Lease License fee as quoted in the tender
to the Committee. The license fee shall be deposited by 10th of each calendar month in
the Accounts Section of the Committee and obtained receipt thereto regularly. In case
of default in payment of Monthly Rent Amount by the successful tenderer within the
due date, tenderer shall be liable to pay a penalty of Rs.100/- (Rupees one hundred
only) or 0.5% of the license fee, whichever is higher, for each day of delay.
(22) In case of non-payment of license fee for consecutive three months with penalty by the
successful tenderer, the contract shall be liable for termination and the
license/permission for operation of the Canteen shall be revoked and the possession of
the premises shall be taken without any notice period. In such circumstances the
security deposit will be forfeited.
(23) The Canteen should be kept open(24*7*365) on all working days for service
continuously as per Annexure-A and the successful tenderer shall also adjust the
timings to coincide with any functions/programs/committee meetings, etc. to be
organized in the office of the Temple Committee, Pandharpur.
(24) The successful tenderer shall observe all the provisions under the Minimum Wages
Act and any other relevant laws of Maharashtra state for the time being in force.
(25) The Temple Committee will be provide All Kitchen & Dining Equipments, Furniture
and others Equipments as per (Annexure - C) The successful tenderer shall be
responsible for its proper handling and maintenance. Other than this, arrangement will
have to be made by the successful tenderer for utensils, etc. All these items should be
in good condition and maintained in clean and neat condition.
(26) The Executive Officer, Shri Vitthal Rukmini Temples Committee, Pandharpur may
introduce any other terms and conditions in the Agreement to be entered into/executed
with the successful tenderer or alter/modify any of the terms and conditions stipulated
herein.
(27) The food items served by the successful tenderer in the Canteen shall be of good
quality. Pure and unadulterated material/ingredients shall be used in the preparation or
serving any or all items. Items served shall be wholesome, nutritious and fit for human
consumption.
(28) All directives of the Directorate of Health Services of the Government of Maharashtra
and Directorate of Food and Drugs Administration relating to food, cleanliness or any
other matter shall be applicable and binding on the successful tenderer.
(29) In case of any complaint received from the Devotees/ Tourist/ staff/public regarding
the quality and quantity of the item(s) served, the successful tenderer shall promptly
rectify and maintain the quality of the items.
(30) The successful tenderer may sell items on credit to the public at his own risk and the
Temple Committee shall in no way be held responsible or liable in part or full to pay
for such sums of credit.
(31) A Supervision and Inspection Committee comprising of Executive Officer, Temple
Committee Members, and Manager, Head of Department which may jointly or
individually visit the premises at least once in a month so as to inspect the premises in
respect of the quality, quantity of the food items served and ingredients of the food and
also the hygienic conditions of the canteen, personal hygiene of the staff, maintenance
of kitchen hygiene and the cleanliness of surrounding environment. In case these are
found unsatisfactory, the contract/license granted shall be terminated on the
recommendation of the Supervision and Inspection Committee.
(32) The successful tenderer shall execute the Agreement with the Executive Officer, Shri
Vitthal Rukmini Temples Committee, Pandharpur on Non-Judicial stamp paper of
appropriate denomination. The Agreement shall be executed within a period of 7 days
from the issue of the order to that effect.
(33) In case the canteen is under repair/renovation and the successful tenderer is unable to
operate the Canteen, then the successful tenderer shall not be liable to pay the licenses
fee for that period.
(34) If the successful tenderer contravenes any of the above Terms and Conditions or is
found not paying monthly Lease license fee and any dues regularly, the Agreement
executed shall be terminated.
(35) The staff of the successful tenderer shall wear proper Uniform supplied by the
successful tenderer which shall be clean and hygienic.
(36) Health Card shall be obtained by the successful tenderer for his employees from the
Health Department.
(37) The EOI of a person who is found to be a defaulter in running the Canteen in the past
shall not be considered. In case such defaulter submits a tender in the fake name, then,
the matter will be brought to the notice of the Police for taking necessary action.
(38) The Tenderer shall also submit an attested/certified true copy of election card/driving
licenses/PAN Card/Aadhar Card as a proof of his identity.
(39) The menu specifying the food items and their respective rates shall be displayed on the
notice board and on the canteen wall at a conspicuous place by the successful Tenderer
for notice of the staff of the Board and public visiting the canteen.
(40) The Tenderer shall furnish the details of the staff proposed to be employed by him in
the canteen to the Managing Director. Such details shall include their names, addresses
and photographs and an attested copy of election card/driving licenses/PAN
Card/Aadhar Card for the purpose of identification.
(41) The tenderer shall have adequate staff to serve in the Bhakta Nivas Canteen.
(42) The successful tenderer shall make use of clean crockery and utensils while serving to
V.I.Ps/Officers and the staff members of the Committee and other visitors.
(43) The successful tenderer shall serve breakfast/refreshments/lunch, etc 24 Hours
Available for Customers
(44) The tenderer shall sign each and every page, forming part of the EOI as a token of his
acceptance of the terms and conditions mentioned therein.
(45) The dealing of the successful tenderer and his staff with customers, employees, staff of
Committee, visitors and guests shall be polite.
(46) The canteen shall not be used by the successful tenderer for residential purpose of his
family, staff, friends or relatives, etc.
(47) The successful tenderer shall provide filtered/purified water to its customers in the
canteen by fitting Aqua guard water filter at his own cost.
(48) The successful tenderer shall appoint a Food Auditor at his own expenses.
(49) The Successful tendered shall serve and cook only Vegetarian Food only
(50) The Executive Officer Shri Vitthal Rukmini Temples Committee, Pandharpur reserves
the right to amend or omit any of the terms and conditions stipulated hereinabove or
add any other terms and conditions as it may deem fit at the time of signing the
Agreement.
* Compulsory Documents *
1
Scan copy Statement showing average Annual Turnover for the last three
years (2016-17, 2017-18, 2018-19) of magnitude of Certificate from the
registered chartered accountant, not less than Rs.25/- Lakhs
(Work Completion Certificate & Performance Certificate )
Compulsory
Document
2
Scan copy of The bidder should provide affidavit duly notarized (On Rs. 500/-
stamp paper), verifying that neither the Tenderer, nor the OEM has been
black listed/ banned / suspended. (Section IV)
Compulsory
Document
3 Scan copy of the affidavit duly notarized (On Rs. 500/-stamp paper), stating
that documents submitted are true.
Compulsory
Document
4 Scan Copy of Partnership Deed in case of Partnership Firm, Memorandum /
Article of Association in case of Company & Power of Attorney. If Applicable
5 Scan copy of Details of work tendered for & in hand.
(work orders, Purchase Order & Completion certificate must be attached) Compulsory
I/We further declare, confirm and undertake:
A. I/We am/are aware that Shri Vitthal Rukmini Temples Committee, Pandharpur is not
bound to accept any or all the Expression of Interest and will not be required to give
any reason for rejecting any Expression of Interest.
B. The EOI form obtained from the office of the Shri Vitthal Rukmini Temples
Committee, Pandharpur has not been changed or altered in any manner. I understand
that only the conditions as appearing in the original will be treated as valid. For
checking, the EOI form used by me will be compared and confirmed with the original
Available with Shri Vitthal Rukmini Temples Committee, Pandharpur. If there are any
changes/alterations, my Expression of Interest is liable to be rejected as per the
discretion of Temples Committee.
C. I/We hereby confirm that, all the terms and conditions specified in this Expression of
Interest form are acceptable to me/us. If this Expression of Interest Form is incomplete
in any respect on my/our part, then the same is liable to be rejected at the discretion of
Temples Committee.
D. I/We, the undersigned is/are submitting this EOI in a sealed envelope duly super
scribed “Running the Hotel / Canteen in the of Shri Vitthal Rukmini Bhakta Nivas,
Pandharpur”
E. I/We understand that this Expression of Interest Form for “Running the Hotel /
Canteen in the of Shri Vitthal Rukmini Bhakta Nivas, Pandharpur” is to be dropped in
the office address before 5.00 p.m. on 04.10.2019 or it has to be sent by post so as to
reach on the stipulated date by the stipulated time.
F. I/We are aware that, the tender will be opened at 12.00 p.m. on 05.10.2019 in the
office of Executive Office, Shri Vitthal Rukmini Temple Committee, Pandharpur and I
am invited to be present at the time of the opening.
G. All the writings have been duly authenticated by signing beside such over writings.
H. There are 10 pages in the EOI and I have signed on each page.
Section-I
GENERAL INFORMATION OF THE BIDDER
1. Name of BIDDER
2. Address
3. Telephone Number
4. Fax Number
5. Email
6. Web Site
7. Legal status
8. Date of Establishment
9. Relevant Quality
10. Certifications attained by Firm, if
any.
11. GST Registration
12. PAN Card
13. Other
SIGNATURE OF THE BIDDER
SEAL OF THE BIDDER
Section-II
TURNOVER DETAILS OF THE BIDDER
Particulars of the Turnover in the LAST THREE financial years
(Turnover shall be certified by the Chartered Accountants)
Sr.
No Year Turnover in Lacks
Profit Ratio
1 2016-2017
2 2017-2018
3 2018-2019
SIGNATURE OF THE BIDDER
SEAL OF THE BIDDER
Section-III
PARTICULARS OF MAJOR RESTAURANT / CANTEEN
SERVICES.
Particulars of Restaurant / Canteen run by the bidder.
Sr. No. Name of
Organization
Contact person,
address, contact,
Telephone, email
of that
organization
Yearly turnover
of the canteen
business for that
Organization.
certificate of
that
organization
1
2
3
4
SIGNATURE OF THE BIDDER
SEAL OF THE BIDDER
Section - IV
(To be submitted on Rs.500/- Stamp Paper & duly notarized)
This is to notify you that our Company/Firm ------------------------------ is not blacklisted by
Govt. of India, Government of Maharashtra or any other State Government or its offices or non-
government sector & its undertaking as on date. The Company/Firm will immediately inform to Client
(Shri. Vitthal Rukmini Temples Committee, Pandharpur) in case of any change in the situation any time
here in after.
In the event of any such information pertaining to the aforesaid matter found at any given point
of time either during the course of the contract or at the bidding stage, my bid/contract shall be liable
for truncation / cancellation / termination without any notice at the sole discretion of the purchaser.
Place: __________
Date :- / / 2019
Signature of Authorized Signatory
Date: __ /___/____
Name:_______________________
Designation__________________
Seal:
Section – V
(To be submitted on Rs.500/- Stamp Paper & duly notarized)
[kkyhy lgh dj.kkj eh @vkEgh dGforks dh] ojhy fo"k;kckcr vki.k çfl) dsysyh fufonk
okpyh- vkiY;k fufonsr ueqn vlysY;k loZ vVh o 'krhZ eh @vkEgh okpY;k vlwu eyk @ vkEgkyk
ekU; vkgsr- vkiys vVh @'krhaZps ikyu dj.ks ek>soj @vkepsoj ca/kudkjd jkghy-
eh &&&&&&&&&&&&&&&&&& ;k daiuhpk@QkeZpk çksçk;Vj@Hkkxhnkj vlqu Running
the Hotel / Canteen in the of Shri Vitthal Rukmini Bhakta Nivas dkeklkBh EOI lknj dsyk
vkgs]
lnjP;k dkeklkBh th dkxni=s eh lknj dsyh vkgsr rh lR;] cjkscj o iw.kZ vkgsr] R;ke/;s
dks.kR;kgh =qVh] pqdk ukghr] vls 'kiFkiwoZd ekU; djhr vkgs] rlsp EOI ák dkxni=ke/;s dkgh
pqdhph fn'kkHkwy dj.kkjh] [kksVh rlsp viw.kZ ekfgrh vk<G~;kl eh dkx;sn~'khj dkjokbZl ik= vkgs o
jkghu-
Place: __________
Date :- / / 2019
Signature of Authorized Signatory
Date: __ /___/____
Name:_______________________
Designation__________________
Seal:
A N N E X U R E – A
Sr.
No Description Tenderer should fill this information
1 Full Name of the Tenderer
2 Permanent Address
3 Present Address: (with proof of
residence) Attested copy of Voter
Card/Ration Card/ Electricity Bill/
Telephone Bill/ Passport/Driving
License/Adhar Card.
4 Details of experience in hotel/canteen
management business (for last three
years) Successful Tenderer should be
actively engaged in running
Canteen/Hotel since last one years.
(enclose proof from previous
Licensing Authority)
Attested copy of valid license from
Food & Drugs Administration will
also be accepted as an experience
certificate for running of Canteens.
No Certificate from self/family
member will be entertained.
Signature of the Tenderer. ------------------------------------------- Name of the Tenderer. ------------------------------------------------
A N N E X U R E - B
DETAILS OF THE TENDERER AND FINANCIAL OFFER BID
(To be enclosed with EOI)
1. Full Name of the Tenderer: 2. Rate of Monthly license fee ready to pay: Sr. No
Place of Hotel/ Canteen
Monthly Rent Bid Value
Rate of monthly license fee (In figures & words)
1 Shri Vitthal Rukmini
Bhakta Nivas, Pandharpur
50,000
Excluding (GST & Other Charges)
SIGNATURE OF THE BIDDER
SEAL OF THE BIDDER
A N N E X U R E - C
Details of Kitchen & Dining Equipments in Bhakta Nivas Canteen
Following all Kitchen & Dining Equipments are available for Successful
Bidder
B.O.Q. OF KITCHEN / DINING HALL EQUIPMENTS :
Item No. Item Image Description Unit Qty.
A-1
Providing and fixing 8 Seater Dinning Table Size : 84"x30"x30". SS Structure, Top in Granite, as per design etc.complete.
No. 5
A-2
Providing and fixing 6 Seater Dinning Table Size : 60"x30"x30". SS Structure, Top in Granite, as per design etc. complete (Include with Dedicated Dinning Secion)
No. 7
A-3
Providing and fixing 4 Seater Dinning Table Size : 42"x30"x30". SS Structure, Top in Granite, as per design etc. complete. (Include with Dedicated Dinning Secion)
No. 5
A-4
Providing SS Chairs (Mc'd model) Size : as per design. In cushion/Ply etc. complete.
No. 102
A-5
Providing and fixing VIP Sections 6 Seater Dinning Table Size : 60"x30"x30". SS Structure, Top in Glass. as per design etc. complete.
No. 3
A-6
Providing VIP Sections Chairs Size : as per design. Imported model etc. complete.
No. 18
B] KITCHEN AREA :
B-1
Providing Plate Collecting Trolley Size : 24"x20"x34". 1 nos. of Plastic crates etc. complete.
No. 4
B-2
Providing Pav Bhaji Counter Size:90"x30"x34"+10"+18"+12", Three side pack, 2 Partly undershelf with open closed doors, Cylinder cabinet with open close doors, 24"/28" Dia. Pav Bhaji Tava, Canteen Burner
No.
1
B-3
Providing Dosa Plate Size : 30"x24"x12". V Border to plate, Gas operated etc.
complete.
No. 1
B-4
Providing and fixing Cutting Table Size :
54"X24"X34"+6". With 2 U/s etc. complete.
No. 1
B-5
Providing and fixing Ice cream freeze Size :
48"X24"X34".
No.
1
B-6
Providing and fixing Vertical Bottle Cooler Size : 48"x26"x72". 4 doors, 650 Ltr. Capacity, Compressor fited to top etc. complete.
No. 1
B-7
Providing and fixing Bain Marie Counter Size : 75"x24"+12"x34". Three side pack, 1 U/s, Round Jar - 10 Qty. - 6 Ltr capacity. GN Pan - 1 Qty. - for rice etc. On electrical operated with thermostat system etc. complete.
No. 1
B-8
Providing and fixing Pick up Counter Size : 66"x24"x34"+18"+12". 2 U/s, 2 O/s, Three side pack etc. complete.
No. 1
B-9
Providing and fixing Pick up Counter Size : 72"x24"x34"+18"+12". 2 U/s, 2 O/s, Three side pack etc. complete.
No. 1
B-10
Providing and fixing Sandwich Griller (Single) Size : std. Electrical operated etc. complete.
No. 1
B-11
Providing and fixing Pizza Oven Size : 24"x18"x16". 2 trays, electrical operated etc. complete.
No. 1
B-12
Providing and fixing Horizontal bottle cooler Size : 60"x24"x34". 3 doors etc. complete.
No. 1
B-13
Providing and fixing Wall mounted shelf Size : 60"x12". Single shelf etc. complete.
No. 1
B-14
Providing and fixing Pantry table with sink Size : 60"x24"x34". Sink box size - 18"x18"x10". (Sink at Left side). Pannel type, 2 Partly u/s with open closed doors etc. complete.
No. 1
B-15
Providing and fixing Wall mounted shelf Size : 60"x12". Single shelf etc. complete.
No. 1
B-16
Providing and fixing Mini Gas Range (For Tea - Coffee) Size : 24"x12"X12". Shegadi size - 12"x12", etc. complete.
No. 1
B-17
Providing and fixing Chapati Plate Size : 42"x24"X12". 'V' Border to plate etc. complete.
No. 1
B-18
Providing and fixing Idli steamer 60 capacity Size : 24"x24"x30"+18". with stand, Gas operated etc. complete.
No. 1
B-19
Providing and fixing Pick Up Table Size : 72"x24"x34". with 2 U/s etc. complete. No. 1
B-20
Providing and fixing Work table with sink Size :
48"x24"x30"+4". Sink Box Size - 18"x18"x18" etc.
complete.
No. 1
B-21
Providing and fixing Three Burner Gas Range Size :
72"x27"x30"+6", etc. complete.
No. 1
B-22
Providing and fixing Masala Table Size : 6"x24"x30"+6".
with 2 u/s etc. complete. No. 1
B-23
Providing and fixing Pick Up Table Size : 72"x24"x34". with 2 U/s etc. complete. No. 1
B-24
Providing and fixing Single Burner Stock Pot Gas
Range Size : 24"x24"x18", etc. complete.
No. 3
B-25
Providing and fixing Work Table Size : 72"x24"x34". with 2 U/s, etc. complete. No. 1
B-26
Providing and fixing Vertical Bottle Cooler Size :
48"x26"x72". 4 doors, 650 Ltr Capacity, Compressor fited to top etc. complete.
No. 1
B-27
Providing and fixing Cutting Table with sink unit Size : 72"X24"X34"+6". Sink Box Size - 18"x18"x10" with 2 Partly U/s etc. complete.
No. 1
B-28
Providing and fixing Vegetable crate Rack Size : 24"X20"X66". 5 crates etc.
complete. No. 1
B-29
Providing and fixing Onion Potato Bins Size :
30"X30"X36", etc. complete. No. 2
B-30
Providing and fixing Wet Grinder 10 Ltr Regular
Model Size : 30"X28"X48". 1 HP Single/Three Phase
Motor etc. complete. (Please fit the MCB Switch
on site).
No. 1
B-31
Providing and fixing 3 HP Pulveriser, Three Phase Size : std. Three Phase
Motor etc. complete (Please fit the MCB Switch
on site).
No. 1
B-32
Providing and fixing 10 kg Atta Kneading Machine Size
: std. Single/Three Phase Motor etc. complete.
(Please fit the MCB Switch on site).
No. 1
B-33
Providing and fixing 10 kg Potato Peeler Size : std.
Single/Three Phase Motor etc. complete.
(Please fit the MCB Switch
No. 1
C] UTENSIL WASH AREA :
C-1
Providing and fixing Pot Rack Size : 48"x24"x72". 4
shelfs etc. complete. No. 1
TOTAL 'C' :
D] DISH WASH AREA :
D-1
Providing and fixing Three Sink Unit Size :
72"x24"x30"+6". Sink Box Size - 18"x18"x10", etc.
complete.
No. 1
D-2
Providing and fixing Dish Sorting Table Size :
54"x24"x30"+6". with 1 U/s etc. complete.
No. 1
D-3
Providing and fixing Wall mounted shelf Size :
54"x12". Single shelf etc. complete.
No.
1
D-4
Providing and fixing Dish Washer Size : std. Exhuast
box type etc. complete. No. 1
E] STORE AREA :
E-1
Providing and fixing Gonni Rack Size : 48"x30"x18". In
Pipes etc. complete. No. 1
E-2
Providing and fixing Storage Bins 100 kg capacity Size : 16"x16"x24", etc. complete. No. 4
E-3
Providing and fixing Storage Bins 50 kg capacity Size :
15"x15"x18", etc. complete. No. 4
E-4
Providing and fixing MS Slotted Angle Rack Size : 36"x18"x84". 6 nos. of MS
Shelfs etc. complete. No. 4
F] DISH STACKING AREA :
F-1
Providing and fixing MS Slotted Angle Rack Size : 36"x18"x84". 6 nos. of MS
Shelfs etc. complete. No. 4
F-2
Providing and fixing Water Cooler 200 Ltr capacity Size
: 26"x24"x60", etc. complete.
No. 1
G] ADDITIONAL WORK
G-1
Four seater Dinning table
Size : 48"x24"x30".
4 nos. of folding stool,
complete stainless steel etc.
No. 4
G-2
Four seater Dinning table
Size : 48"x24"x30".
4 nos. of folding stool, Top
in S.S., other structure
made in powder coated etc.
No. 4
G-3
Providing chimney as per design
No. 1
G-4
S.S. Kitchen platform as
per design
Rmt. 8
Kitchen Drawing