HRagency 646 Final
HRagency 646 Final
for
1
1. DISCLAIMER
The information contained in this request for proposal document (“RFP Document”) or subsequently
provided to Bidder (s), whether verbally or in documentary form or otherwise by Bihar State Tourism
Development Corporation Limited (BSTDC), a Government of Bihar undertaking or any of its employees,
is provided to Bidder(s) on the terms and conditions set out in this RFP Document and such other terms and
conditions subjects to which such information is provided..
The RFP Document is neither an agreement nor a binding offer by BSTDC to the prospective Bidders or
any other person. The purpose of this RFP Document is to provide pre-qualified interested parties with
information to assist in the formulation of their Proposal pursuant to this RFP Document. The RFP
Document includes statements, which reflect various assumptions and assessments arrived at by BSTDC in
relation to the Project. Such assumptions and statements do not purport to contain all the information that
each Bidder may require. This RFP Document may not be appropriate for all persons, and it is not possible
for BSTDC to consider the investment objective, financial situation and particular needs of each party who
reads or uses this RFP Document. The assumptions, assessments, statements and information contained in
this RFP Document may not be complete, accurate, adequate or correct. Each Bidder shall conduct its own
investigations and analysis and shall check the accuracy, adequacy, correctness, reliability and completeness
of the assumption, assessments and information contained in this RFP Document and obtain independent
advice from appropriate sources.
Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which depends
upon interpretation of law. The information given is not an exhaustive account of statutory requirements and
should not be regarded as a complete or authoritative statement of law. BSTDC, accepts no responsibility
for the accuracy or otherwise for any interpretation or opinion on law expressed herein.
BSTDC make no representation or warranty, express or implied, and shall have no responsibility or liability
to any person, including any Bidder, under any law, statute, rules or regulations or tort, principles of
restitution for unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from
or be incurred or suffered on account of anything contained in this RFP Document or otherwise, including
the accuracy, adequacy, correctness, reliability or completeness in this RFP Document and any assessment,
assumption or information contained therein or deemed to form part of this RFP Document or arising in
any way with evaluation of Bidders or section of the Successful Bidder in the Bidding Process.
BSTDC also accepts no liability of any nature whether resulting from negligence or otherwise arising from
reliance of any Bidder upon the statements contained in this RFP Document.
BSTDC may in its absolute discretion, but without being under any obligation to do so, update, amend or
supplement the information, assessment or assumptions contained in this RFP.
The issue of this RFP Document does not imply that BSTDC is bound to select a Bidder for implementing
the Project and BSTDC reserves the right to reject all or any of the Proposals/Bids or withdraw or cancel
the RFP Document or annul the Bidding Process at any time without assigning any reasons whatsoever.
The Bidder shall bear all its costs associated with or relating to the Preparation and submission of its Bid
including but not limited to preparation, copying, postage, delivery fees, expenses associated with any
demonstrations or presentations which may be required by the BSTDC or any other costs incurred in
connection with or relating to its Bid. All such costs and expenses shall remain with the Bidder and the
BSTDC shall not be liable in any manner whatsoever for the same and for any other costs or other expense
incurred by Bidder in Preparation or submission of the Bid, regardless of the conduct or outcome of the
Bidding Process.
2
Bihar State Tourism Development Corporation Ltd.
A Government of Bihar Undertaking.
NOTICE INVITING E-TENDER
For
2. Place & Date of Pre-bid meeting : Date …………………. Time 00.00 Pm.
BSTDC office, Sikh Heritage Gurunanak Bhawan, Daroga Rai Path, Patna-800001
3. Date of downloading of bid document : From ……………… to …………………. up to 00.00 PM
Through website: www.eproc.bihar.gov.in
4. Last date and time for receipt of bids online : Date ……………… Time 00.00 Pm.
5. Last Date and time for Submission of hard copy of bid : Date ……………… Time 00.00 Pm.
6. Time and Date of opening of technical bids : Date ……………… Time 0.00 Pm.
Through website: www.eproc.bihar.gov.in
7. Time and Date of financial bids : To be Communicated later on
8. Place of bids validity : Through website: www.eproc.bihar.gov.in
9. Period of bids validity : 180 days
10. Officer inviting bids : Add. General Manager (BSTDC)
11. For participating in E – tendering process, the Tenderer shall have to get themselves registered to get user ID, Password and Digital signature. This will
enable them to access the website www.eproc2.bihar.gov.in and download/participate in E – tender. All tender queries related to this tender shall be
communicated at [email protected], Website: http://bstdc.bihar.gov.in
12. (i)Bid processing fees to be paid through online mode i.e. Internet payment gateway (Credit/Debit Card), Net Banking, NEFT/RTGS.
(ii) Bids along with necessary online payments must be submitted through e-procurement portal www.eproc2.bihar.gov.in before the date & time
specified in the NIT. The department does not take any responsibility for the delay/Non availability of internet connection, Network Traffic/Holidays or
any other reasons".
13. The detailed eligibility criteria can be seen in the RFP document. The RFP documents can be obtained through website www.eproc2.bihar.gov.in
14. Bid document cost/EMD should be paid by demand draft of any scheduled banks payable in favor of Bihar State Tourism Development Corporation
Ltd, Patna Original Bank Draft will have to be deposited in the office of Managing Director, Bihar State Tourism Development Corporation Ltd, Sikh
Heritage Gurunanak Bhawan, Daroga Rai Path, Patna-800001.
15. The bidders are requested to check their file size of uploaded documents at the time of submission & they should ensure that work file is uploaded If
they feel that the complete file is not uploaded then they should click on cancel & update the same before submission The bidders should satisfy
themselves of download ability/visibility of the scanned & uploaded file by them.
16. The bidder must use File size should be less than 5 MB and should be in PDF and JPEG formats.
17. No claim shall be entertained on account of disruption of internet service being used by bidders. Bidders are advised to upload their bids well in
advance to avoid last hour's technical snags.
18. In exceptional circumstances, the competent authority, BSTDC may solicit the Bidder's consent to an extension of the period of validity.
19. Bids that are rejected during the bid opening process shall not be considered for further evaluation,irrespective of the circumstances.
20. The bidders shall submit their eligibility and qualification details, Technical bid, Financial bid etc, in the online standard formats given for respective
tenders in e-Procurement website (www.eproc.bihar.gov.in) at the respective stage only.
21. The bidders shall upload the scanned copies of all the relevant certificates, documents etc, in support of their eligibility criteria/technical bids and other
certificate/documents in the e-Procurement website The bidder shall sign on the supporting statements, documents, certificates, uploaded by him,
owning responsibility for their correctness/authenticity.
22. All the information/corrigendum/addendum related to the project shall be published on the website www.eproc2.bihar.gov.in. The Authority shall have
the right to reject the bid partially or fully without assigning any reason whatsoever.
23. For any information contact to Sri Rais Azam, Manager Administration, Mobile No. 8544418206
24. For more clarification, regarding the E –tendering process, please contact e-procurement, Helpdesk, First floor, M/22, Bank of India Building, Road
No.-25, Sri Krishna Nagar, Patna-800001, Telephone No.-0612-2523006, Mobile No.-07542028164.
General Manager,
Bihar State Tourism Development Corporation Ltd. Patna.
3
2 General Instructions
1. Definitions
a. “Agency” means an entity or person(s) or their affiliates that may provide or provide the
Services to the BSTDC under the Contract, In this instance, the Agency will be the
organization bidding to provide recruitment services for the posts given by BSTDC.
b. “Contract” means the Contract and all the attached documents signed by the BSTDC and
selected Agency.
c. “Data Sheet” means such part of the Instruction to Agency used to reflect specific
assignment conditions.
d. “Day” means calendar day.
e. “BSTDC” means the Bihar State Tourism Development Corporation Limited, A
Government of Bihar (GOB) undertaking.
f. “Instruction to Bidders” means this document which provides agencies/bidders/consultants
with all information needed to prepare their Proposals.
g. “Personnel” means professionals and support staff provided by the Agency and assigned to
perform the Services or any part thereof.
h. “Proposal” means the Technical Proposal, Financial Proposal/s and the attached documents
submitted in the response to the Request for Proposal (RFP)
i. “Services” means the work to be performed by the Agency pursuant to the Contract.
j. “Terms of Reference” (TOR) means the document included in the RFP which explains the
objectives, scope of work, activities, tasks to be performed, respective responsibilities of
the BSTDC and the Agency, and expected results and deliverables of the assignment.
2. Introduction
a. BSTDC has issued this Request for Proposal (RFP) to select an Agency to provide
personnel to BSTDC. Ltd against a list of hospitality professionals and various others for
BSTDC. The selection shall be done in accordance with the method of selection specified
in the Instructions to Bidder/Data Sheet, for the services required. The successful Agency
shall be expected to render the Services for the period of 3 years.
b. The rate of contract will be initially for a period of one year from the date of signing of
agreement, for taking up the supply of manpower. The period of contract may be extended
further for two more years, one year at a time, based on performance of the service provider
and requirement of BSTDC, at the sole discretion of BSTDC.
c. The deployment/utilization of services may be curtailed/ terminated at any time before
the normal tenure owing to cessation of requirement of deficiency in service or
substandard quality of personnel deployed by the service provider. And the agency
will be compulsorily expected to replace the personnel within a day or two. It is
important to note that personnel placed at the disposal of the BSTDC may be given
different/additional responsibilities compatible with the designation but no extra
payment shall be made for the same.
d. All the manpower deployed at BSTDC will be paid their wages on monthly basis (by
Cheque/electronic transfer in time) by the Company/Firm/Agency and proof of such
disbursement will be submitted to BSTDC every month.
4
3. Fraud and corruption
a. BSTDC requires that all the Agencies observe the highest standard of ethics during the
selection process and throughout the execution of such contracts. In pursuit of this policy,
BSTDC.
b. Defines, for the purposes of this provision, the terms set forth below as follows:
i. “Corrupt practice” means the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the action of any official in the
selection process or in contract execution.
ii. “Fraudulent practice” means a misrepresentation or omission of facts in order to
influence a selection process or the execution of a contract.
iii. “Collusive practice” means a scheme or arrangement between two or more
Agencies, with or without the knowledge of BSTDC, designed to establish process
prices at artificial, non-competitive levels; and
iv. “Coercive practice” means harming or threatening to harm, directly or indirectly,
persons or their property to influence their participation in the selection process or
affect the execution of a contract.
v. Will reject a proposal for award if it determines that the Agency recommended for
award has, directly or through an agent, engaged in corrupt, fraudulent, collusive or
coercive practices in competing for the Contract in question.
vi. Will black list a firm or individual, including declaring them ineligible, either
indefinitely or for a stated period of time, if it at any time determines that they
have, directly or through an agent, engaged, in corrupt, fraudulent, collusive or
coercive practices in competing for, or in executing, a contract.
5
d. Agency shall provide such evidence of their continued eligibility satisfactory to BSTDC, as
BSTDC shall reasonably request.
e. Only those agencies who are found to be eligible under the criteria under clause 4.6 will be
evaluated technically.
6
9. Visit
a. The Agency may familiarize itself with local conditions and take them into account in
preparing the Proposal. Agency may visit BSTDC or any other relevant officers before
submitting a proposal and obtain for itself on its own responsibility all information that may be
necessary for preparing the proposal and entering into a contract. The cost of visiting BSTDC
or any relevant offices shall be at the Agencies own expense.
b. The Agency and any of its personnel may be granted permission by BSTDC to enter upon its
premises for the purpose of such visit, but only upon the express condition that the Agency, its
personnel, will release and indemnify BSTDC and its personnel and agents from the against all
liability in respect thereof.
a. Proposal shall remain valid for not less than a period of 1 year after the proposal
submission deadline as per the instructions to bidders including extensions if any.
i. A proposal valid for a shorter period shall be rejected by BSTDC as non
responsive. During the proposal validity period, Agency shall maintain the
availability of Professionals nominated in the Proposal. BSTDC will make its best
effort to complete negotiations within this period.
b. In exceptional Circumstance, prior to the expiration of the proposal validity period, BSTDC
may request Agency to extend the period of validity of their proposals. The request and
the responses shall be made in writing. If Earnest Money Deposit (EMD) is requested, it
shall also be extended for a corresponding period. Agency will would accept the request.
c. Agency acceding to the request
i. shall not be required or permitted to modify its proposal, but be required to extend
the validity of its EMD for the period of the extensions.
ii. shall confirm that they maintain the availability of the professionals nominated in
the proposal to be considered in the final evaluation for contract award.
b. The EMD shall be of the amount and currency specified in the data sheet and shall:
i. be in the form of a demand Draft drawn on a Nationalized bank
favouring"Managing Director, Bihar State Tourism Development Corporation"
Payable at Patna;
ii. be submitted in its form; copies will not be accepted : with the technical bid.
c. Any proposal not accompanied by a substantially responsive EMD, shall be rejected by
BSTDC as non responsive.
d. The EMD of the successful agency shall be kept as a security deposit and will be returned
after the end of the contract period and shall be returned without any interest whatsoever.
e. The EMD of the unsuccessful Consultants shall be returned without any interest
whatsoever, at the earliest after expiry of the final proposal validity period by not later than
30 days after the award of the contract.
19. The currency of the proposal and payment shall be Indian Rupees.
20. The Agency shall prepare the original documents comprising the proposal as described, and clearly
mark it "ORIGINAL PROPOSAL ". In addition, the Consultant shall submit a copy of the
proposal," COPY OF PROPOSAL". In the event of any discrepancy between the original and the
copies, the original shall prevail.
21. The original and the copy of the proposal shall be typed or written in indelible ink and all the pages
shall be signed by a person duly authorized to sign on behalf of the Agency . A written power of
attorney/authorizing document indicating such authorizations should be submitted along with the
proposal.
22. Any interlineations, erasures, or overwriting shall be valid only if they are signed or initiated by the
person signing the proposal.
23. Confidentiality
a. Information relating to the examination, evolution, comparison, and recommendation of
contract award, shall not be disclosed to agencies or any other persons not officially
concerned with such process until publication of the Contract Award.
b. The undue use by any Agency of Confidential information related to the process may result
in the rejection of its proposal and may be subject to the provisions of BSTDC's anti-fraud
and corruption policy.
c. Any effect by an agency to influence BSTDC in the examination, evolution, comparison, or
contract award decisions may result in the rejection of its proposal.
d. From the time of proposal opening to the time of contract award, if any agency wishes to
contact BSTDC on any matter related to the selection process, it should do so in writing. It
should not contract BSTDC on any matter related to its Technical and Financial related to
its Technical and Financial proposal.
e. Bidders shall submit their unconditional financial quote for rendering their services as per
the RFP in online mode
10
e. An affirmative determination shall be a prerequisite for the opening and evaluation of an
Agency's Financial proposal. A negative determination shall result in the disqualification
of the proposal, in which event BSTDC shall return the unopened Financial proposal to the
Agency.
f. After the technical evaluation is completed, BSTDC shall inform the Agencies who have
submitted the proposal. BSTDC shall simultaneously notify to Agencies that have qualified
for the financial bid opening, the date, time and location for opening the Financial
proposals.
11
d. if the agency that submitted the lowest evaluated proposal does not accept the correction of
errors, its proposal shall be rejected and the next course of the action shall be decided by
BSTDC.
30. Resultant single vendor situation
a. If at the technical evaluation stage only one agency qualifies for contract, the RPF may be
cancelled and the next course of action will be decided by the Managing Director, BSTDC.
31. BSTDC's right to accept any proposal, and to reject any or all
a. Managing Director, BSTDC reserves the right to accept or reject any proposal and to
annual the selection process and reject all proposals at any time prior to contract award,
without thereby incurring any liability to Agencies.
b. In case of annulment, all proposals submitted and specifically, EMD shall be promptly
returned to the Agency.
12
35. Signing of Contract
a. promptly after notification, BSTDC shall send the successful Agency the agreement and the
particular condition of contract asking therein to send its unconditional acceptance of the
contract.
b. within fifteen (15) days of receipt of the Agreement, the successful agency shall sign, date,
and return it to BSTDC. Failure of the successful agency to accept the contract within the
stipulated period shall constitute sufficient grounds for forfeiture of the EMD and
processing the case for further action against it.
c. The Agency is expected to commercialize the assignment on the date and at the location
specified by BSTDC.
13
k. The service-providing agency shall be solely responsible for the redressal of grievance /
resolution of disputes relating to persons deployed. BSTDC shall, in no way, be responsible
for settlement of such issues whatsoever.
l. BSTDC shall not be responsible for any damages, losses, claims, financial or other injury
to any person deployed by service providing agency in the course of their performing the
functions/duties, or for payment towards any compensation.
m. The persons deployed by the service providing agency shall not claim nor shall be entitled
to pay, perks and other facilities admissible to casual, ad-hoc, regular/confirmed employees
of BSTDC during the currency or after expiry of the contract.
n. In case of termination of the contract on its expiry or otherwise, the persons deployed by
the service providing agency shall not be entitled to and will have no claim or nay
absorption nor for any relaxation for absorption in the regular/otherwise capacity at
BSTDC.
o. The contractor shall not replace the drivers at random. This shall be done with prior
approval of the department and full particular of personnel so deployed shall be given to
department immediately
p. No enhancement will be considered during the contract period unless otherwise decided by
BSTDC.
q. The character and antecedents of the Driver is to be verified from the police authority or
such other competent authority as decided by BSTDC by the contractor and the same must
be submitted to the department.
37. Legal
a. The tendering agency will be responsible for compliance of all statutory provisions relating
to, provident Fund and Employees state Insurance etc. in respect of the persons deployed by
it at BSTDC.
b. The tendering agency shall also be liable for depositing all taxes, levies cess etc. on account
of service rendered by it to BSTDC to the concerned tax collection authorities from time to
time as per existing rules and regulations.
c. The tendering agency shall maintain all statutory registers under the applicable law. The
agency shall produce the same, on demand, to the concerned authority of BSTDC or any
other authority under law.
d. The tax at source (TDS) shall be deducted as per the provisions of the income tax
Department, as amended form time to time and a certificate to this effect shall be provided
to BSTDC.
e. In case, the tendering agency fails to comply with any statutory/taxation liability under
appropriate law, and as a result there of BSTDC is put to any loss/obligation, monetary or
otherwise, BSTDC will be entitled to get itself reimbursed out of the outstanding bills or
the performance Security Deposit of the agency, to the extent of the loss or obligation in
monetary terms.
f. The Courts at Patna Shall have the exclusive jurisdiction in connection with any
dispute/litigation arising out of this tender.
g. In the event of any dispute arising out in connection with the interpretation of any clause in
the terms & condition of the RPF/tender agreement, or otherwise the matter shall be
referred to the Arbitrator Principal Secretary, Department of Tourism, Government of Bihar
h. The Department/Government will be under no legal obligation to provide employment to
any of the drivers of the contractor after expiry of tender/agreement/contract period and the
department /Government recognize no employer-employee relationship between
Department/ Government and the personnel deployed by the contractor.
14
38. Financial
a. The EMD in respect of the agencies which do not qualify the Technical Bid (First
Stage)/Financial Bid (Second Stage) shall be returned to them without any interest.
However, the EMD in respect of the successful tenderer shall be adjusted towards the
Security Deposit. Further, if the agency fails to deploy the required number of professionals
against the initial requirement within the stipulated date of giving the work order, the EMD
shall stand forfeited without giving any further notice………
b. In case of breach of any terms and conditions attached to this contract, the Performance
Security Deposit of the agency will be liable to be forfeited by BSTDC besides annulment
of the Contract.
c. The agency shall raise the bill, in triplicate, on the basis of the attendance sheet sent by
BSTDC to the agency, in respect of the persons deployed and submit the same to BSTDC
in the first week of the succeeding month. The payment to the workers should be made
through A/c payee cheque.
d. The claims in bills regarding Employees State Insurance, Provident Fund and Service Tax
etc. should be necessarily accompanied with the documentary proof pertaining to the
concerned monthly bill. A requisite portion of the bill/whole of the bill amount shall be
withheld till such proof is furnished, at the discretion of BSTDC.
e. The amount of pre-estimated agreed liquidated damages calculated @ Rs. 1000/- per day
per person on account of delay, if any, in providing a suitable substitute for the period
beyond three working days by the agency shall be deducted from the monthly bills of the
service providing Company/Firm/Agency in the following month.
f. Whenever any claim for the payment of a sum a money arises under this contract against
the offerer. the Bihar State Tourism Development Corporation Ltd. shall be entitled to
recover such sum by appropriating in part or whole of the said security deposit. In the event
of the security being insufficient, the balance due to the contractor (s) under this or any
other contract with the BSTDC. In the case of non payment such dues are liable to be
recovered from the contractor as arrears of Land Revenue.
g. The successful offeror shall within the period prescribed execute an agreement on a
non-judicial stamp paper of appropriate value at his cost in the prescribed form appended
and if the same is not executed by the due date, Bihar State Tourism Development
Corporation Ltd. Patna, will have the option of treat the offers selection (work order) as
cancelled and on such cancellation, the amount deposited as earnest money can be forfeited
and the Bihar State Tourism Development Corporation Ltd. may also take the decision of
black listing the offered for a period, whatever the management thinks fit according to the
law.
h. If the private Ltd. company/public Ltd. Company/Firm/Proprietorship/other quotes NIL
charge/ Consideration, Bid shall be treated as unresponsive and will not be considered
pertaining to service charge/administrative charge quoted by the bidders necessary has been
over and above zero percent. Further zero percent includes a derivation of zero up to 0.9999
and thereof.
i. BSTDC reserves the right to withdraw/relax any of the terms and conditions mentioned
above so as to overcome the problem encountered by the contracting parties.
15
3. Terms of Reference/Scope of Work
1. BSTDC is a government of Bihar undertaking established for providing continuous support to state
government's efforts for strengthening the tourism structure, promoting & developing tourism in the
state, and providing best hospitality services to tourists at Hotels run by BSTDC.
2. The rate contract will be initially for a period of one year from the date of signing of contract. The
period of contract may be extended further, based on the performance of the service provider and
the requirement of BSTDC, at the sole discretion of BSTDC.
3. Background
a. BSTDC hence wishes to hire a HR Agency for supplying manpower against the positions
as listed in the next Section.
b. The detailed Scope of the work for the said HR Agency is highlighted in the section below.
c. Persons/professionals deployed should be between the age of 18-45 years.
4. Scope of Work
a. Following positions are required to be filled in as part of the present recruitment drive at the
present:
16
1 Food & 3 years diploma in Hotel 2 years of experience in
Beverage Management from a recognized Hotel Industry in the Food
Manager institute and Beverage Operations in
a star category hotel.
2 Assistant 3 years diploma in Hotel 1 years of experience in
General Management from a recognized Hotel Industry in theFood
Manager- institute and Beverage Operations.
Food &
Beverage
3 IRD 3 years diploma in Hotel 1 years of experience in
Manager/Roo Management from a recognized Hotel Industry in theFood
m Service institute and Beverage Operations.
Manager/Rest
aurant
Manager/Ban
quet
Manager/Bar
Manager
4 Room 6 Months diploma in Hotel 1 years of experience in
Service Management. Hotel Industry in the Food
Supervisor/R and Beverage Operations.
estaurant
Supervisor/B
anquet
Supervisor/B
ar Supervisor
5 Waiter 10th from a recognized board. 6 months of experience in
Hotel Industry.
17
4 Housekeeping: Monthly Cost
.
Post Qualification Experience (Essential) Total wages Cost to
Including BSTDC
Statutory
deduction
1 Housekeeping 3 years diploma in Hotel Management 2 years of experience in
Manager. from a recognized institute the Hotel Industry in
Housekeeping in a star
category hotel.
2 Floor 6 Months diploma in Hotel Management. 1 years of experience in
Supervisor/Public the Hotel Industry in
Area theHousekeeping
Supervisor/Laundry Operations.
Supervisor.
3 Attendant 10th from a recognized board. 6 months of experience in
the Hotel Industry.
4 Desk Attendant +2 from a recognized board
(Preferably female) Excellent conversation skills.
6. The HR agency shall ensure that the process of manpower/personnel supply takes care of the
reservation norms (roaster-compliant) of GoB/ BSTDC.
7. The Agency would be required to provide following services as part of the current assignment:
Design the press advertisement with a list of places where it shall be published and make it
available to BSTDC, which in turn, will approve of the ad and the list of publications. And once
18
approved the Agency shall ensure its publication in prominent English/Hindi dailies. The Agency
shall invite applications/CV through website and job portals also.
8. It would be the responsibility of the HR agency to provide help desk facility for addressing any of
the applicants' queries related to his/her candidature including facility for online verification of the
application status.
9. The HR Agency should propose a team of experienced personnel for carrying out his assignment.
10. The list of the positions required to be filled in as part of the Present manpower drive, will be given
to the Agency as per the need/requirement during the one-year contract and the company shall
always complete the given work order within 5/6 weeks from the work order issue date.
11. The agency will be responsible to conduct a thorough Antecedent Verification of the professionals
to be deployed, and submit an undertaking letter regarding the verification of the same.
12. Managing Director, BSTDC reserves the right to add or omit or to make any changes in the list of
posts mentioned above. The supply of the personnel will be as per the requirement at BSTDC. And
the agency will be expected to supply workforce against the list of personnel issued in the work
order according to the requirement at BSTDC, which may or may not consist of all the mentioned
posts in the package. The number of the personnel will also be decided before issuing the work
order and MD, BSTDC will have the right to take the decision.
13. BSTDC may revise the wages to be paid to workers who have been found to be better performing.
14. BSTDC will conduct a final scrutiny of the personnel before the deployment as a last stage, and will
go ahead with the deployment only once satisfied after the thorough scrutiny of the personnel. If the
personnel are not found up to the standards and requirements as mentioned in the eligibility and
qualification in the tender document, the agency will be expected to submit a fresh list of personnel
against the posts immediately.
15. BSTDC will also reserve the right to conduct independent verification of the personnel's.
16. Timeline
a. The HR Agency shall be required to complete the above assignment as per the following
timelines:
a. BSTDC will pay the agency the cost quoted against the posts immediately after the
completion of every month.
19
4. Proposal Form
[The Agency shall fill in this Form in accordance with the instructions indicated below. No
alterations to its format shall be permitted and no substitutions shall be accepted. This information shall be
provided by the Agency in their letterhead clearly showing the Agency's complete address and name.]
Date: [Insert date (as day, month and year) of Proposal Submission]
Contract No.: [Insert name of the assignment] page ……………………of ………… pages.
20
5. Technical Proposal
ORDER FOR ARRANGEMENT OF Mandatory DOCUMENTS WITH THE TECHNICAL BID:
21
6. Technical Proposal Submission Form (Part-A)
Date………………
To…………….
22
7. Agency's Organization (Maximum -3 pages)
[Provide here a brief description of the background and organization of your firm/entity and
each associate for the assignment including date of commencement of business, details of promoters
and key members of management team, focus areas of operation, number of employees, location of
offices.]
Please attach the Certificate of incorporation
Each Agency must also fill this form
Financial Date for previous 3 Average of Year 1, Year
years (Rs.) 2, and Year 3
Ye Year Year 3
ar 2
1
Information from Balance Sheet
Net
Worth*
Information from Income Statement
Total
Turnover#
23
8. Agency's Experience (Maximum- 1 page per project/engagement)
[Using the format below, provide information on each assignment of which your firm was
legally contracted either individually as a corporate entity, for carrying our consulting services similar
to the once requested under assignment.]
[Please attach work commencement order/Completion from the client for each of the above
assignments]
Please attach the list of star hotel/hospitality clients (minimum 10)
24
9. Technical Description
1. Description of Approach, Methodology and work Plan for Performing the assignment (maximum-5
pages) [Technical approach, mythology and work plan are key components of the Technical
Proposal. You are suggested to present Your Technical Proposal divided into the Following three
chapters:
a. Technical Approach and Methodology,
b. Work Plan and
c. Organization and Staffing.
2. Technical Approach and Methodology. In this chapter you should explain your understanding of the
objectives of the assignment, approach to the services, methodology for carrying out the activities
and obtaining the expected output, and the degree of detail of such output. You should highlight the
problems being addressed and their importance, and explain the technical approach you would
adopt to address them. You should also explain the methodologies/techniques you propose to adopt
and highlight the compatibility of those methodologies with the proposed approach.
3. In the Approach and Methodology, apart from the above, Consultants are expected to provide the
following
a. Model for selection of human resources
b. Assessment methodology
c. Work Plan, in this chapter you should propose the detailed activities and workflow based on
your understanding of the assignment. You are expected to identify the team (with names of
the members) who would be carrying out the assessment in the Work Plan. The proposed
work plan should be consistent with the technical approach and methodology showing
understanding of the TOR and ability to translate them into a feasible working plan.
d. Organization and Staffing. In this chapter you should propose the structure and composition
of your team. You should list the main disciplines of the assignment, the key expert
responsible, and proposed technical and support staff. Consultants are requested to use the
template given in Section E below.
25
10. Team composition and Task Assignment
Professional Staff
Name of the Area of Position Task Assigned
Staff Expertise Assigned
26
11. Financial Proposal
Date -----------------------------------
Contract No. -----------------------------------
Invitation for Proposal No -----------------------------------
To……………………………………………..
………………………………………………….
…………………………………………………
………………………………………………...
We, the undersigned, declare that:
(a) The Proposal Submission Form (Part-B) is the continuation of Proposal Submission Form (Part-A)
(b) The cost of our Proposal for providing HR services for supply of manpower per package is:
28
3 Food & Beverage Production. Monthly Cost
29
2 Floor 6 Months diploma 1 year of experience
. Supervisor/Public in Hotel in the Hotel
Area Management. Industry in the
Supervisor/Laund Housekeeping
ry Supervisor Operations.
5 Receptionist +2 from a
. (Preferably female) recognized board
30
6 Various other Human Resources. Monthly cost
.
31
8 Assistant Accounts Graduate of 1 year work
. Commerce with experience
knowledge or tally
and computerized
accounting
1. Compulsory Requirement for all posts (other than the posts that require 10th from a recognized
board as essential qualification):
a. Good MS computing skills: word, Excel, Power Point, Internet & email skills.
b. Pleasing personality with a high level of professionalism and confidentiality is critical.
c. Should be tactful/diplomatic.
d. Good interpersonal and communication skills.
32
3. The payment shall be made on the conclusion of the calendar month only on the basis of working
days for which duty has been completed by each professional.
4. Our Financial Proposal shall be binding upon us subject to the modifications resulting from
Contract negotiations, up to expiration of the validity period of the Proposal, i.e. before the date
indicated in the tender.
Name………………………………………………………………………………………………………
……………….
In the capacity of
…………………………………………………………………………………………………….
Signed………………………………………………………………………………………………………
……………….
Date…………………………………………………………………………………………………………
…………………
33