उप क त य क य रलय Sub Regional Office कमरच र र जय ब म नगम Employees State Insurance Corporation सव स. 689-690, प चद प भवन, बबव व ड, प ण -411037 S.N. 689-690, Panchdeep Bhavan, Bibvewadi, Pune- 411037 फ न/Phone:24211138/39,फ कस/Fax:020-24215153, ट लफ ह लपल इन Toll Free Helpline-18002334143, E-mail:dir-pune@esic.in न वद स खय 11/2015 प न: न वद आम तण स चन नद शक, कमरच र र जय ब म नगम, उप क त य क य रलय, बबव व ड, प ण 411037, उप क त य क य रलय, प ण 411037 क सट फ व आग त क क लए क ट न चल न ह त प ज क त, प त षत व ल ईस सध र एज सय / ठ क द र स द हर न वद पण ल ( तकन क न वद व वत य न वद ) क तहत नम न स र स लब द न वद ए आम तत करत ह कर र प र भ ह न क त थ स द वष क लए म नय ह ग : 1 2 3 4 क.स. अन स च न वद पपत उपलबध ह न क अव ध 26.10.2015 स 13.11.2015 ( स बह 10.00 बज स श म 5.00 बज तक) सभ क यर दवस पर न वद पपत उपलबध ह न ह त पत न वद पपत पसत त करन क अ तम त थ उप क त य क य रलय, कमरच र र जय ब म नगम, प चद प भवन, 689/690, बबव व ड, प ण 411037 25.11.2015 ( द पहर 3.00 बज तक) न वद ख लन क त थ 25.11.2015 ( द पहर 4.00 बज ) 5 6 न वद पपत क म लय बय न र श र 250/-( नकद रप म ) र 2000/- डम ड ड फट / भ गत न आद श द र हम र व बस ईट www.esicpune.in व www.esic.nic.in स न वद पपत ड उनल ड करन व ल न वद क र क न वद पपत क म लय क रप म पतय क न वद पपत ह त र 250/- क दर स ई.एस.आई.स. ख त स I क पक म प ण म द य, द 13.11.2015 स प वर क डम ड ड फट / भ गत न आद श पसत त करन ह ग न वद क स चन इ डयन ट ड जनरल, क लक त व eprocure.gov.in/epublish पर भ द ख ज सकत ह सथ न : प ण दन क : सह यक नद शक(स म नय)
EMPLOYEES STATE INSURANCE CORPORATION SUB-REGIONAL OFFICE PANCHDEEP BHAVAN, S.NO. 689 / 690. BIBVEWADI PUNE - 411 037. (ISO-9001:2008 Certified) Phone:020-2421-1138,-1139, Fax:020-24215153, E-mail: dir-pune@esic.nic.in Tender No. 11/2015 NOTICE INVITING RE-TENDER The Director, Employees' State Insurance Corporation, Sub Regional Office, Bibvewadi, Pune 411037, invites Sealed Tenders under two Bid system (Technical Bid & Financial Bid)) from Registered, reputed and Licensed Agencies/Contractors for Running of Canteen for Staff and Visitors at Sub Regional Office, Pune-411037 for a period of Two years from the date of commencement of the contract as under: Sl. No. 1 Period for availability of Tender Forms 2 Address for availability of Tender Forms 3 Last Date of submission of Tender Forms 4 Date of Opening of Tenders 5. Cost of Tender Form SCHEDULE 26/10/2015 to 13/11/2015 (from 10.00 a.m. To 5.00 p.m.) On all working days. Sub Regional Office, ESI Corporation, Panchdeep Bhavan, S.No.689/690, Bibvewadi Pune-411037 25/11/2015 (Upto 3.00 pm) 25/11/2015 (At 04.00 pm) Rs.250/- (in Cash) 6. Amount of EMD Rs. 2000/- By Demand Draft/Pay order Bidders downloading the Tender Forms from our website : www.esicpune.in and www.esic.nic.in shall have to submit Demand Draft/Pay Order towards cost of the Tender Forms @Rs.250/- for each Tender Form in favour of ESIC A/C No. 1, payable at Pune, not drawn later than 13/11/2015. The tender notice can also be viewed in Indian Trade Journal, Kolkata and eprocure.gov.in/epublish. Place : Pune ASSTT. DIRECTOR (General) Date:
1) PREAMBLE : -2- ESI Corporation is the Social Security Organisation, Statutory Body set-up under the ESI Act, 1948 functioning under the control of Ministry of Labour & Employment, Govt. of India. This tender document is for running of Canteen at the premises of S.R.O. Pune, Survey no.689/690, Panchdeep Bhavan, Bibvewadi, Pune.-411037. 2) Scope of Work : To run the canteen of Sub Regional Office, ESI Corporation, Pune to provide refreshments, snacks, tea, meals etc. in the official meeting and to the employees, visitors and inmates of guests house / Camp accommodation of this office. There are approximately 200 employees in office and 50-60 visitors pay visits to the office daily. 3) ELIGIBILITY CRITERIA : The bidder must have following licenses / Registrations (Attach copies with the Tender form) a) Registration under Mumbai Shop and Establishment Act. b) Registration under ESI and PF. c) Service Tax Registration d) Food and Drug License e) PAN No. f) License under Contract Labour Act g)the bidder should have experience of minimum two years for running the canteen in Govt./Reputed organizations. Suitable documentary evidence to be submitted alongwith the Tender application. 4) EARNEST MONEY DEPOSIT (E.M.D.) The bidder shall furnish, as part of his bid an EMD of Rs.2000/-( Two Thousand Rs. Only) in the form of a crossed Bank Draft or Pay order in favour of ESIC Account No.1, payable at Pune. I) No interest shall be payable by this office on this amount. II) Unsuccessful bidder's EMD will be returned as promptly as possible. III) The successful bidder's EMD will be discharged upon the bidder signing the contract and furnishing the performance security. IV) If the bidder withdraws his bid after closure time of submission of tender OR If the successful bidder fails to sign the contract and or to furnish performance security, the EMD shall be forfeited.
5) SUBMISSION OF TENDER : -3- The tender documents duly completed should be submitted in two separate parts, Technical Bid and Financial Bid. The Technical Bid contains Annexure A & Annuxure 'B' (i.e. Checklist) should be sealed in a separate envelope and superscribed as Technical Bid". This should contain Technical Bid ( Annuxure 'A' & Annuxure 'B'), EMD and all documents required as mentioned specifically in the Eligibility Criteria or elsewhere as per Tender document. The "Financial Bid" (Annexure C ) i.e. price bid should be sealed in a separate envelope, super scribed as Financial Bid". Both the envelopes should again be sealed in Third envelope duly super scribed as "Bids for the Tender for Running of Canteen. Sealed tender forms complete in all respects addressed to Shri A.K. Katoch, Asstt. Director, should be dropped in the Tender Box, kept for this purpose at the reception on the ground floor at ESIC, SRO, Sr. No.689/690, Panchdeep Bhawan, Bibvewadi, Pune-411037 on or before 25/11/2015 at 3.00 p.m. Tenders received after 3.00 PM on 25/11/2015 shall be treated as late tender and rejected outright. Note: (1) Each folio of Tender Documents shall be signed by the intending Tenderer or such person on his behalf as is legally authorized to sign for and on his behalf and embossed with their official seal. (2) Each and every supporting document attached with the tender should be signed by the intending tenderer and embossed with official seal. (3) The Financial bid will be opened, only if, the Applicant Contractor fulfills the stipulated conditions for technical bid. The Director reserves the right to accept or reject any or all tenders at any time without assigning any reason(s) thereof what so ever and his decision shall be final on this account. 6) Performance security Deposit : On acceptance of the tender, within the period as specified by this Office, the contractor shall deposit as security a sum of Rs.10,000/- (Rs. Ten Thousand Only.)as security deposit. The Sub Regional Office shall be entitled to forfeit the Security Deposit in case of any lapse in performance or to recover any loss or damage to the property due to the act of contractor or his staff without prejudice to any other remedies provided in the contract or available under law, The security shall be in the form of Demand Drafts in favour of ESIC A/C No.1 payable at Pune.
-4- On due performance and completion of the contract in all respects, the Security Deposit will be returned to the contractor without any interest on presentation of an absolute No Demand Certificate in the prescribed form and upon return in good condition of all the property and articles belonging to the purchaser, which may have been issued to the contractor. 7. PERIOD OF VALIDITY OF BIDS: Bids shall remain valid for acceptance for a period of 60 days from the date of opening of tender prescribed by the purchaser. Bid valid for a shorter period shall be rejected by the purchaser as non-responsive. 8. RIGHT TO ACCEPT OR REJECT ANY BID: The Director reserves the right to accept or reject any bid without assigning any reason at any time prior to award of contract, without thereby incurring any liability to the affected bidder or bidders or any obligations to inform the affected bidder or bidders of the grounds for purchaser s action. 9.SIGNING OF CONTRACT: The successful bidder shall be entirely responsible for the execution of the contract in all respects in accordance with the terms and conditions as specified in the acceptance of tender. The Contract /tender, if awarded, shall be valid initially for two years from the date of award of contract subject to continuous satisfactory performance and on failure on this aspect by the contractor, the competent authority will reserves the right to terminate the contract. The period of contract can be extended for such further period at the discretion of the competent authority on terms and conditions of this Office, while accepting the tender. However the Competent Authority on his discretion can increase the price up to maximum 10% of the rate quoted, if it is felt that there has been excess price rise in dietary items. 10. TERMINATION FOR CONVENIENCE: Director, ESI Corporation, by written notice of 30 days (Thirty days) sent to the Contractor may terminate the contract, in whole or in part at any time for his convenience. The notice of termination shall specify that termination is for the ESIC s convenience, the extent to which performance of the supplier under the contract is terminated and the date upon which such termination becomes effective.
-5-11. RESOLUTION OF DISPUTES: In case of a dispute or difference between the Purchaser and the Supplier relating to any matter arising out of or connected with this agreement such dispute or difference shall be referred to an arbitrator to be nominated by the Director. The award of the arbitrator shall be final and binding on the parties of this contract. 12.RIGHT TO MODIFY OR RELAX : The Director reserves the right to modify and /or relax any of the terms and conditions of the tender / contract. ASSTT. DIRECTOR
-6- GENERAL TERMS AND CONDITIONS : 1. The ESI Corporation shall provide certain equipments and articles for canteen. Tenderer is advised to visit the site and see the equipments available. 2. Free water for drinking and washing of the utensils, and free electricity for general illumination", refrigeration and aeration of the canteen / store will be provided but no electricity will be permitted for cooking. 3. Canteen shall be meant for serving refreshments, snacks, tea, meals etc. and such other items and such prices, as may be settled between the contractor and the Office authority. 4. The users of the canteen shall be paying for the services directly to the Tenderer. 5. The staff canteen will run on all working days between i.e. Monday to Friday between 9.45 a.m. To 6.15p.m. and shall remain closed on Saturday/Sunday/Holidays unless and otherwise specifically advised to open the canteen on closed days due to the office exigencies. 6. The contractor selected for canteen service, will be required to maintain highest level of cleanliness and standard of hygiene with regard to the persons under his employment and utensils for serving the food. 7. All employees of the Contractor shall be in uniform to be provided by the service provider and shall ensure that they appear presentable. Each employees shall carry an identification badge with name at the time of working. The personnel so deployed should have the basic knowledge of personal hygiene, safe & clean methods of food handling, 8. The quality of the raw materials to be used for preparation of food in the staff canteen should be of highest standard and fresh. 9. The fuel to be used for cooking will only be LPG and shall be arranged by the contractor. 10. The Contractor will be responsible for maintaining adequate number of persons engaged in cooking, distribution of food and disposal of garbage and left over food. 11. The Contractor should keep the staff canteen complex clean. If, at any point the Canteen & it s premises are found to be unclean, the contractor shall be held responsible and action deemed fit shall be taken by the competent authority. 12. All potentially hazardous leftovers shall be discarded daily in a manner approved by the concerned statutory authorities.
-7-13. The Contractor shall be responsible for removing and disposing off all garbage on day to day basis. 14. The furniture fittings, kitchen equipments etc. taken over at the time of commencement of contract should be handed over to this office in good condition after termination of contract. 15. The Contractor shall maintain all items provided by the Corporation in good, working, clean, tidy and hygeinic conditions and clear-up water outlets free from debris or waste materials which are liable to choke the drainage system. He shall hand over the aforesaid items at the time of expiry/termination of this contract in good condition with normal wear and tear accepted. 16. The Contractor shall bear all the expenses for running the canteen and this Office shall not in any manner be liable for any damage caused on incidents like theft, burn, fire, electric shock or bear any compensation for damage or injury caused to the workmen during discharging of their duties. 17. The Contractor shall not be entitled to use the accommodation allotted by this Office for any other purpose or business other than staff canteen. 18. The Contractor shall not use the name of the ESI Corporation in business dealing with other persons or traders. 19. The Contractor must possess the requisite valid license issued by the competent authority for carrying out the business and shall be responsible for complying all laws pertaining to the services in question as well as those pertaining to employment of persons under him. 20. The persons associated with preparation and distribution of food will be required to undergo periodical medical check up to rule out the possibilities of communicable disease/infection diseases and anybody found suffering from such has to be kept out of engagement till he / she is fully recovered. 21. The list of personnel deployed for food preparation, handling and serving have to be intimated to the authority from time to time along with their ESI & EPF Numbers. 22. There shall be no compromise on the quality of food supplied by the tenderer and if any such incidence or food adulteration is found, action deemed fit, including black listing the firm, shall be taken by the Competent Authority and all the rules of Prevention of Food Adulteration Act (PFA Act) will apply.
-8-23. The Contractor shall comply with all the requirements of statutory provisions of Minimum Wages Act, Payment of Wages Act, Contract Labour (Regulation and Abolition) Act, PF Act, ESI Act and other laws at his own cost. He shall maintain the records required under various laws. He shall make available all such records and provide copies thereof to the Sub Regional Office of ESI Corporation as and when required. He shall indemnify and keep indemnified to this Office against any non compliances of the statutory provisions including third party claims. 24. The Contractor will be responsible for such conduct of the persons engaged by him in the Canteen, which will be conducive for maintaining the harmonious atmosphere in the office premises and will be responsible for any act of commission & omission of such persons. 25. The Agency while submitting their tender form shall enclose certified Photostat copies of experience, trade license essential for carrying out the activities under reference, licence under contract Labour Act, and any other documents in support of carrying out the activities under reference from Competent Authority. 26. The successful bidder/tenderer shall obtain a valid license under the Contract Labour (R&A) Act. 1970 and rules framed there under and shall continue to hold it till completion of the contract. The contractor should be registered with E.P.F., E.S.I., and Service Tax authorities and shall possess valid Registration Number. 27. All pages of the tender and related papers are to be duly authenticated by tenderer or authorized signatory on behalf of tenderer. 28. The contract, if awarded, will be initially for two year from the date of award of Contract subject to continuous satisfactory performance and on failure on this aspect, this Office reserve the right to terminate the contract. The period of two year can be extended for a further period at the discretion of this Office authority. 29. The Contractor shall not assign or sublet this contract or any part thereof to a third party. 30. The Contractor shall display the rate of eatables. 31. The rate quoted by the Contractor for food items shall be inclusive of all the taxes applicable on the date of submission of tender. 32. The Office Campus is a "NO SMOKING ZONE", hence sale and use of tobacco is prohibited. 33. The sale and use of Liquor (alcohol) is also strictly prohibited in canteen area.
-9-34. Surprise Inspections will be conducted by Officers/ Inspection Team constituted by Director. 35. Feedback forms should be made available to customers/staff of SRO and also a Complaint/Suggestion box should be kept in the Canteen and may have to be checked once in a month. Quantity (cooked) of the items being served per plate should be mentioned in tender document. 36. The Contractor shall ensure that his employees are always courteous to the employees, visitors and inmates of the Guest House / Camp Accommodation. 37. The Contractor shall withdraw forthwith any of his employees on receipt of written request, who in the opinion of this office are undesirable. The decision of the Director of Sub Regional Office in this regard shall be final and binding on the contractor. 38. If any employees/ Visitors or inmates of Guest House place order for providing eatables at their seat/cabin or rooms, the contractor shall ensure that required items should be served within reasonable time. 39. The type of Oil used for cooking should be mentioned in the Tender and Cooked Oil should not be re-used. However there will be no compromise with regard to the quality of food. 40. Food handler and cooks must be screened for HIV, HBSAG, CBP, CUE, STOOL for OVACYST, STOOL C/S at contractor s own cost. 41. No broom should be used for preparing DOSA. 42. Caution board regarding wastage of Drinking Water should be exhibited. 43. Pedestal Fans should be kept in the Canteen wherever the Air Conditioners are not available. However, this office will provide Air Condition facility. 44. If the Contractor fails to run the canteen on any working day, Penalty of Rs.500/- per day will be charged. 45. The menu of snacks and meals provided by the contractor should be rotated and changed. 46. Non Veg.meals has to be provided on every Wednesday and Friday subject to requirement. 47. The Canteen services shall only be meant for Official purpose, Staff, Visitors and inmates of Guest House/ Camp Accommodation of ESIC.
:10: 48. Any damage to the property of ESI Corporation shall have to be recovered from the Contractor as per actual and decided by the competent authority of ESI Corporation. 49.Without prejudice to the other provisions of this contract the contractor will take out insurance policies of sufficient amounts to cover him against Workman's Compensation Act, if otherwise required and will keep this office and it's employees indemnified against all such risks. 50. The Contractor has to render canteen services even on Saturdays / Sundays and other holidays as and when ordered by the Competent Authority. 51. The Competent Authority reserves the right to use the canteen premises for its official use as and when required. ASSTT. DIRECTOR
:11: अन लगक: क तकन क न वद ठ क क आध र पर क ट न स व ओ ह त प न: न वद आव दन पपत 1. फमर क न म 2. क. म लक/ पट द र क न म व प र ड क पत ख. स ल फ न न. ग. फ न न घ. फ कस न घ. ई- म ल आई.ड., अगर ह 3. क. म बई दक न व सथ पन अ ध नयम क तहत प ज करण स ख. फ़ ड ए ड डग ल इस स स ग. क.र.ब. अ ध नयम क तहत प ज करण घ. स.भ. न ध अ ध नयम क तहत प ज करण घ. प न न च. ठ क श मक अ ध नयम क अध न ल इस स टपपण : क.स. 3(क) स 3(च) तक क सभ उपय रक प ज करण फ म क प त ल पय स लग क ज ए 4. 5. 6. 7. 8. आपक ब क क न म व पत तथ उस श ख क न म जसम आपक ख त ह कमरच रय क क ल स खय कय आप कस स गठन / स सथ न क अन म दत ठ क द र क स च म ह ( आवशयकत न स र अ त रक प ष ज ड़ ) पछल द वष क द र न कस सरक र / प त षत स गठन म स च लत कर र क बय र द (अन भव पम णपत ज ड़ ) अनय क ई स चन ज आप द न आवशयक समझ न वद क र क न म, म हर व हसत कर
:12: Annexure A TECHNICAL BID RE-TENDER APPLICATION FORM FOR CANTEEN SERVICES ON CONTRACT 1. Name of the firm:- 2. a Full Postal Address with the name of the owner / occupier :- b. Cell Phone No. c. Telephone No. d. Fax No. e. E-mail ID, if any 3 a. Registration No.under Mumbai Shop & Estt.Act. b. Food and Drug License No. c. Registration under ESI Act d. Registration under EPF Act e. PAN NO. f. License under Contract Labour Act NOTE : Copy of all the above registrations from Sr.No.3(a) to 3(f) should be attached. 4. Name and Address of your Bankers stating the name in which the Account stands:- 5. Total number of Employees:- 6. Are you in the list of approved contractors of any other organizations / institutions,if any give details (Append extra page if necessary) :- 7. Give details of any Government/Reputed Organisation contracts executed during the last 2 years (Attach experience certificate) 8. Any other information which you consider necessary to furnish : Signature, Name & seal of the Tenderer
:13: अन लगक : ख तकन क न वद ठ क क आध र पर क ट न स व ओ ह त प न: न वद आव दन पपत न वद आव दन ह त ज च स च 1 ह / नह 2 ह / नह 3 ह / नह 4 ह / नह 5 ह / नह 6 ह / नह 7 ह / नह 8 ह / नह 9 ह / नह 10 ह / नह म न न वद दसत व ज म उ लल खत सभ नब धन व शत व सभ खणड क पढ़ लय ह व म न वद दसत व ज म दए गए सभ नब धन व शत क प लन करन क लए सहमत ह पम णत कय ज त ह क उपय रक बय र म र ज नक र व वश स क अन स र सह ह म हर न वद क र क हसत कर व टपपण : 1) सभ दसत व ज फमर क म हर स हत न वद क र द र सव- सतय पत कय ज न च हए 2) न वद दसत व ज क सभ प ष न वद क र क न म व म हर क अध न उ चत रप स हसत क रत ह न च हए प धक त हसत करकत र क न म व हसत कर तथ म हर
:14: Annuxure B TECHNICAL BID RE-TENDER FOR CANTEEN SERVICES ON CONTRACT CHECK LIST FOR TENDER APPLICATION 1 Tender Application form duly completed with Price Bid 2 DD for the cost of tender form if downloaded from website YES/NO YES/NO 3 Earnest money deposit YES/NO 4 Income Tax number/pan number YES/NO 5 ESI & PF Registration Certificate YES/NO 6 Experience certificate (Minimum two years) YES/NO 7 Labour License, if applicable YES/NO 8 Valid Trade License YES/NO 9 Satisfactory performance certificate from previous employer / institution YES/NO 10 Non black listing certificate ( Self Declaration) YES/NO I have read the terms and conditions and all clauses mentioned in the Tender documents and agree to abide by the all terms and conditions mentioned in the Tender document. It is certified that the above mentioned particulars are true to the best of my knowledge and belief. Signature and seal of the Tenderer Note : 1) All documents should be self attested by the tenderer with seal of the firm 2 ) All the pages of the Tender document should be duly signed under the Name and Seal of the Tenderer. Name and signature of authorized signatory with seal
Price Bid to Quote Rates: :15: FINANCIAL BID Annexure C(Page-i) Offer of rates to be submitted in the following sub-heads and shall be inclusive of all charges, statuary obligations and any other expenses. MENU Items code Menu/Name of item Composition/Description/ Quantity 1 Tea Standard cup (100ml) Per cup 2 Dip Tea Standard cup (100ml) Per cup 3 Coffee Standard cup (100ml) Per cup 4 Milk Standard cup (200ml) Per cup 5 Horlicks/Boost/ Bourn-vita Standard cup (200ml) Unit Rates quoted (Rs.) Per cup 6 Patties Vegetable (75 gms) Per Piece 7 Samosa Vegetable (100 gms) Per Piece BREAK FAST 8 One Plain Bread Per Piece 9 Toast in brown bread One Bread with Butter Per Piece 10 With Egg (One Egg & Four Breads 11 One Plain Bread Per Piece 12 Toast One Bread with Butter Per Piece 13 With Egg (One Egg & Four Breads) 14 Puri & Sabji Four Puri with Chhola,/Sabji (Puri) 25 gm flour each 15 Plain Paratha & Sabji Two Paratha & Chhola/Dal/Sabji (0ne Paratha each 75 gm flour) 16. 1 plate Idli 2 pieces+sambar+chatni (each Idli 50 gm cooked one)
Annexure C(Page-ii) :16: 17 1 plate Dosa One Dosa+sambar+chatni (Batter 3/4 cup, sambar 1 cup, chatni 1/2 cup 18 1 plate Medu Vada 2 Vada+sambar+chatni(Vada each 75gm cooked one) 19 1 plate Upma 1 Standard Plate(1/4 cups ) +sambar+chatni 20 1 Plate poha 1 Standard Plate with ¼ of lemon LUNCH / DINNER 21 Plain Paratha One Paratha(75 gm flour) 22 Plain Roti One Roti (50 gm flour) 23 Meals (Thali) Veg. Vegetarian Thali (Rice 1 bowl, Dal 1 bowl, 2 Roti/ 3 Chapatties Sabji, Fry,Curd, Papad and chutney ) 24 Meals (Thali) Non Veg. Chicken (4 pieces Boneless), 3 Rotis/Chapattis, Rice 1 Bowl, Dal 1 Bowl, Papad & Chutney 25 Veg. Biryani One Plate+Dal+Riata. 26 Mutton Biryani One Plate (400 gm cooked) 27 Chicken Biryani One Plate (400 gm cooked) 28 Curry ( One Pc. Egg) Per Plate 29 Omlet (One Pc. Egg) Per Plate 30 Omlet (Single Pc. Egg with two Per Plate Egg slices of bread) 31 Bhurji (One Pc. Egg) Per Plate 32 Boiled (One Pc. Egg.) Per Plate 33 Egg half fry (One Piece)
Annexure C(Page-iii) :17: 34 Chicken Curry (3 Pcs.) (120 gm) Per Plate 35 Mutton Curry ( 4 Pcs.) (120 gm) Per Plate 36 Cake One Piece 25 gm 37 Pastry One Piece 25 gm 38 Biscuits 39 Cold Drinks 40 Curd 200 gms 41 Plain Rice 1 Plate 42 Subji + Chapatti 4 Chapattis + Subji with gravy 1 Plate 43 Misal + Pav Misal with 2 Pavs 1 plate 44 Vada + Pav 45 Chole + bhature 46 Pav Bhaji 47 Bread Slice 2 Pieces Signature and seal of the Tenderer