0% found this document useful (0 votes)
15 views33 pages

HRagency 646 Final

The Bihar State Tourism Development Corporation Ltd. (BSTDC) has issued a Request for Proposal (RFP) for the empanelment of an HR agency to supply manpower for a period of 36 months. Interested bidders must meet specific eligibility criteria and submit their proposals through an e-procurement portal, with details on bid processing fees and submission deadlines provided. The document outlines the terms, conditions, and responsibilities of the bidders, including compliance with ethical standards and conflict of interest regulations.

Uploaded by

printbstdc
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
15 views33 pages

HRagency 646 Final

The Bihar State Tourism Development Corporation Ltd. (BSTDC) has issued a Request for Proposal (RFP) for the empanelment of an HR agency to supply manpower for a period of 36 months. Interested bidders must meet specific eligibility criteria and submit their proposals through an e-procurement portal, with details on bid processing fees and submission deadlines provided. The document outlines the terms, conditions, and responsibilities of the bidders, including compliance with ethical standards and conflict of interest regulations.

Uploaded by

printbstdc
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 33

Bihar State Tourism Development Corporation Ltd.,


(A Government of Bihar undertaking)

Beerchand Patel Path, Patna- 800 001


Phone :- +91-612-2222622 Fax No:- 0612-2506218
Web: www.bstdc.bihar.gov.in E-mail: [email protected]

Request For Proposal (RFP)

for

Empanelment of HR Agency for Supply of Manpower


.

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

RFP for Empanelment of HR agency for supply of manpower


NIT. No: 03/10/Estt//21-22/646/22
Date:30.03.2022
(Through e-procurement mode only – www.eproc.bihar.gov.in)
1.​ Bihar State Tourism Development Corporation Ltd. (BSTDC) invites e-tender from eligible experienced Private Ltd. company/Public Ltd.
Company/Firm/Proprietorship/others for execution of works as given below:-

S Name of Work Bid Bid Bid Contract Duration
L processi Docume Security
. ng Fees nt Cost (EMD)
N
o
.
1 RFP for Empanelment of HR Rs. Rs. Rs. 36 Months
1,180.0 1000.00 1,00,000.0
Agency for Supply of Manpower. 0 0

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.

4.​ Terms and Conditions


a.​ The Agency shall not have a conflict of interest. All Agencies found to have conflict of
interest under any of the circumstances set forth below shall be disqualified:
i.​ An agency (including its Personnel) shall not be hired for any assignment that, by
its nature, may be in conflict with another assignment of the Agency to be executed
for BSTDC.
ii.​ An agency ( including its Personnel) that has be business or family relationship
with a member of BSTDC’s employee who is directly or indirectly involved in any
part of
1.​ the preparation of the Terms of Reference of the assignment,
2.​ the selection process for such assignment, or
3.​ Supervision of the Contract may not be awarded a Contract, unless the
conflict stemming from this relationship has been resolved in a manner
acceptable to BSTDC throughout the selection process and the execution of
the Contract.
iii.​ A company that has an experience in supply of hotel staff (minimum of at least 10
hotels of star grade), shall be considered an eligible company.
b.​ Agency has an obligation to disclose any situation of actual or potential conflict that
impacts their ​ capacity to serve the best interest of BSTDC, or that may reasonably be
perceived as having this effect. ​ Failure to disclose said situations may lead to the
disqualification of the Agency or the termination of its Contract.
c.​ Agency that is under a declaration of ineligibility by BSTDC, on the date of contract award,
shall be disqualified.

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.

5.​ Eligibility Criteria


The interested agency must meet the following criteria

# Criter Basis of Evaluation Documents


ia Required
-​ Certificate of
●​ The agency must be registered as a company Incorporation /
under the Indian Company Act, 2013 and the copy of partnership
1 Legal
time period elapsed from commencement of deed
. Entity
business should be at least 5 years as on 31st -​ GST Registration
March 2025. Certificate
-​ Copy of PAN
Audited Financial
●​ Agency should have Average annual turnover
2 statement along with
Turnover of at least Rs. 25 Crore in the last 3 financial
. Certificate from the
years.
statutory auditor

●​ The net worth of the bidder as on 31st March CA Certificate with


3 Net worth
2025 should be at least Rs. 20 crore. UDIN No.

●​ The agency must have prior experience of


Experience having successfully completed projects
4
in Relevant entailing HR personnel in the hospitality/hotel Completion Certificate
.
field sector of a minimum of 10 client lists consisting
of star hotels.
●​ The bidder/ bidding partners must submit a
Self-declaration duly signed by authorized bid Self-declaration duly
Blacklisting signatory for the bidder, stating that it has not signed by authorized
5
/ debarring been blacklisted by any Department / Agency / bid signatory for the
PSU in any State/ Government of India or its bidder
agencies/ PSUs as on date of submission of bid

6.​ Package-wise Proposal by Agency​


An agency may submit only one or more than one package as per their preference.

7.​ Cost related to preparation and submission of proposal


The Agency shall bear all costs associated with the preparation and submission of their proposals
and contract ​ negotiations, and BSTDC will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the entire selection process.

8.​ Language of Proposal


a.​ The Proposal, as well as all correspondence and documents relating to the proposal
exchanged by the agency and BSTDC, shall be written in English.

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.

10.​ Sub Agencies


​ The Selected Agency shall not be allowed to have any sub-agency.

11.​ RFP Document


The Agency is expected to examine all instructions, forms, terms, and specifications in the RFP
Document. Failure to furnish all information or documentation required by the RFP Document may
result in the rejection of the proposal.

12.​ Request for Clarification


a.​ Agency requiring any clarification prior to the submission of the Proposal shall contact the
nodal officer authorized by BSTDC in writing at the address specified in the Data Sheet.
The Request for clarification shall be submitted no later than the period specified in the
Data Sheet.
b.​ BSTDC shall upload the response (including an explanation of the query but without
identifying the source of inquiry) on the website www.eproc2.bihar.gov.in Response will be
given only to queries which have been received in writing.
c.​ Any modification of the proposal documents that may become necessary as a result of the
clarification shall be made by BSTDC exclusively through the issue of an
addendum/Corrigendum and will be uploaded on the website www.eproc2.bihar.gov.in,
hence the agencies are expected to visit the website frequently during the bid process.

13.​ Amendments /modification to RFP Documents


a.​ At any time prior to the deadline for submission of proposals, BSTDC may amend the RFP
documents by issuing addendum/corrigendum.
b.​ Any addendum / Corrigendum issued shall be uploaded on the website
https://bstdc.bihar.gov.in/
c.​ To give prospective agencies reasonable time in which to take an addendum/corrigendum
into account in preparing their proposals, BSTDC may, at its discretion, extend the deadline
for the submission of proposals.
14.​ Preparation of Proposals
a.​ The proposal shall comprise two envelopes submitted simultaneously, on called the
Technical proposal ​ containing the documents listed in RFP and the other Financial
Proposal Containing the documents listed ​ in the RFP, all enclosed together in an
outer single envelope.
b.​ The proposal shall comprise the following:
i.​ Technical Proposal in accordance with RFP documents;
ii.​ Complete and unconditional proposal Submission form (part A) in accordance with
the RFP
iii.​ Earnest Money Deposit
iv.​ written confirmation authorizing the signatory of the proposal
7
c.​ The Financial Proposal shall comprise the financial quote in the complete and
unconditional Proposal Submission form (part B) and completed schedules in accordance
with the RFP.

15.​ Period of Validity of Proposals

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.

16.​ Earnest Money Deposit


a.​ As required in the Date Sheet, the Agency shall furnish along with its proposal, an earnest
money ​deposit (EMD) as a proposal security.

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.

f.​ The EMD shall be forfeited:


i.​ if the Agency withdraws or amends its proposal during the period of proposal
validity specified by the agency on the proposal submission form; or
ii.​ if agency impairs or derogates form the proposal document in any respect within in
period of validity of the proposal; or
iii.​ If the successful agency fails to:
1.​ sign the contract;
2.​ furnish the required performance security
3.​ fails to work as per the terms and conditions of the tender document and
the contract.
8
17.​ The Technical proposal shall contain following information indicated in this clause using the
Technical proposal form
a.​ A brief description of the Agency's organization and an outline of recent experience of the
agency
b.​ All the documents related to as per eligibility criteria mentioned in the RFP .
c.​ The agency will submit only one Technical proposal
d.​ The Technical proposal shall not include any financial information.
e.​ A Technical Proposal containing financial information shall be declared non responsive.
f.​ Bidders must submit their bids through www.eproc2.bihar.gov.in within the due date and
time.

18.​ Financial Proposal Submission form and content


a.​ Each Agency will submit a financial proposal for the service proposed to be provided.
b.​ The prices quoted by the Agency shall be fixed and not subject to variation on any account.
c.​ The price to be quoted in the Financial proposal and proposal submission form shall be the
total price of the proposal, including any discounts offered and the applicable taxes and
duties.

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

24.​ Preliminary Examination of Proposals


a.​ Prior to the detailed evolution of proposals, BSTDC shall determine whether each proposal
i.​ has been properly signed and is complete:
ii.​ is accompanied by all documents and technical documentation required
9
iii.​ is accompanied by the Earnest Money deposit
iv.​ has the validity as specified;
v.​ has agreed to the payment of performance Security;
vi.​ is substantially responsive to the requirements of the RFP documents; and
vii.​ provides any clarification and/or substantiation that BSTDC may require to
determine responsiveness
b.​ In case a proposal fails in the preliminary examination on any points given above, the
proposal shall be declared as substantially non responsive and treated in accordance with
the RFP.

25.​ Responsiveness of Proposals


a.​ BSTDC's determination of a proposal's responsiveness is to be based on the contents of the
proposal itself.
b.​ A substantially responsive proposal is one that conforms to all the terms, conditions, and
specifications of the RFP documents without material deviation, reservation, or omission, A
material deviation, reservation, or omission is one that:
c.​ if accepted, would
i.​ affect in any substantial way the scope, quality, or performance of the service
specified in the Contract ; or
ii.​ limit in any substantial way, inconsistent with the RFP documents, BSTDC 's rights
or the Agency's ​obligations under the contract;
iii.​ if rectified, would unfairly affect the competitive position of other Agency
presenting substantially responsive proposals.
d.​ if a proposal is not substantially responsive to the RPF Documents, it shall be rejected by
BSTDC and ​ may not subsequently be made responsive by the Agency by correction of
the material deviation, ​ reservation, or omission.
e.​ BSTDC shall carry out a preliminary examination of the proposals in accordance with the
RFP to confirm ​that proposals are responsive and all requirements have been by correction
of material deviation, ​ reservation
f.​ A proposal shall be rejected in the following cases if:
i.​ The proposal or the relevant forms included in the proposal is incomplete and
contain subjective and conditional offers and are not in accordance with the RFP,
ii.​ Agency does not meet the criteria
iii.​ Proposal validity is shorter than the required period
iv.​ Earnest Money Deposit is not accompanied,
v.​ Agency has not agreed to give the required performance security

26.​ Evaluation of Technical Proposal


a.​ BSTDC acting through its authorized representatives shall be responsible for evaluation
and ranking of the proposal that have been determined, upto this stage of the evaluation, to
be substantially responsive. it shall have no access to the Financial proposals until the
technical evaluation is concluded.
b.​ The Technical proposals shall be evaluated on the basis of their responsiveness of the
Terms of Reference, clauses of the bidding documents and applying the evaluation criteria.
c.​ A proposal shall be rejected at this stage if it does not respond to important aspects of the
RFP, and particularly the Eligibility Criteria in the Terms of Reference
d.​ BSTDC shall determine to its satisfaction during the evaluation of Technical proposal
whether Agencies are qualified to perform the Contract satisfactorily.

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.

27.​ Evaluation and Ranking of Financial Proposals


a.​ The detailed contents of each Financial proposal shall be subsequently reviewed by the
BSTDC tender committee.
b.​ To evaluated a Financial proposal, BSTDC shall consider the following:
i.​ the proposal price as quoted in the Financial proposal;
ii.​ price adjustment for correction of arithmetic errors in accordance with the tender
document;
iii.​ BSTDC evaluation of a proposal shall also include and take into account all taxes
and duties payable on the services if a contract is award to the Agency;
c.​ The evaluation shall be done based on package-wise Cost Based Selection (CBS) method
and BSTDC shall select the lowest Financial proposal package wise among toes that
qualified the technical bid and shall invite the Agency who has submitted such lowest
financial proposal (package-wise), for negotiations.

28.​ Clarification of Proposals


a.​ To assist in the examination, evaluation, comparison of the proposals, BSTDC ,may, at its
discretion, ask any Agency for a clarification of its proposal. Any clarification submitted by
agencies in respect to its proposal and that is not in response to a request by BSTDC shall
not be considered. BSTDC's request for clarification and the response shall be in writing.
No change in the prices or substance of the proposal shall be sought, offered, the response
shall be in writing. No change in the prices or substance of the proposal shall be sought,
offered, or permitted, except to confirm the correction of arithmetic errors discovered by
BSTDC in the Evaluation of the proposals.

29.​ Nonconformity, Errors, and Omissions


a.​ Provided that a proposal is substantially responsive, BSTDC may waive any nonconformity
or omissions in the proposal that do not constitute a material deviation.
b.​ Provided that a proposal is subsequently responsive, BSTDC may request the agency to
submit the necessary information or documentation, within a reasonable period of time as
specified in the Data sheet, to rectify nonmaterial nonconformity or omission in the
proposal related to documentation requirements. Such omission shall not be related to any
aspect of the price of the proposal. Failure of the Agency to comply with the request may
result in the rejection of its proposal.
c.​ Provided that the proposal is substantially responsive, BSTDC shall correct arithmetical
errors on the following basis:
i.​ if there is an error in a total corresponding to the addition or subtraction of
subtotals, the subtotals shall prevail and the total shall be corrected; and
ii.​ if there is a discrepancy between words and figure, the amount in words shall
prevail, unless the amount expressed in words is related to an arithmetic error, in
which case the amount in figure shall prevail subject to (a) above.

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.

32.​ Award of Contract


a.​ The Tender Committee of BSTDC shall make recommendations for the award of the
proposal along with reasons in the form of a report and get it signed by all the members and
shall award the contract to the selected Agency.

33.​ Notification of Award and publication of result


a.​ Prior to the expiration of the period of proposal validity , BSTDC shall notify the selected
Agency, in writing, i.e. a work order in the contract forms that its proposal has been
accepted.
b.​ In the notification of an award, time lines shall be specified for post evaluation activities
like contract signing, contract start & completion dates.
c.​ The same notification should instruct the successful Agency to furnish the required
Performance Security within a specified time and make reference of the TOR
d.​ Until a formal contract is prepared and executed, the notification of award shall constitute a
binding contract.
e.​ After the award of the contract BSTDC shall notify all the unsuccessful Agencies of the
result and promptly discharge EMDs to them pursuant to the tender.

34.​ Performance Security


a.​ Within Fifteen (15) days of the receipt of notification of award form BSTDC, the successful
Agency, Shall furnish the performance security in the form of a Bank guarantee form a
Nationalized Bank. The performance security shall be of the amount as specified in the
Tender Document.
b.​ Failure of the successful Agency to submit the above-mentioned performance Security
shall constitute sufficient ground for the annulment of the award and forfeiture of the EMD
in the event BSTDC will decide on the next course of the action.
c.​ Performance security shall remain valid for a period of 60 days beyond the date of
completion of all contractual obligations of the Agency, including warranty obligations
wherever applicable.
d.​ performance security shall be refunded to the Agency without any interest, whatsoever,
after he duly performs and completes the contract in all respects but not later than 60 days
of completion of all such obligations under the contract.
e.​ BSTDC has the right to forfeit the performance security in the event of breach of the
contract.

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.

36.​ Liabilities, Control, etc of the Person Deployed


a.​ The contracting agency shall ensure that the personnel deployed at BSTDC confirm to the
technical specifications of age, educational and skill qualifications prescribed in the Tender
Document
b.​ The personnel would be required to work during normal working hours at BSTDC. hours at
BSTDC. The personnel however, may be required to work beyond normal hours as per the
requirement of BSTDC.
c.​ In case the persons employed by the successful Company / Firm/ Agency shall furnish all
the necessary documents in respect of the individuals who will be deployed by it at BSTDC
before the commencement of work.
d.​ In case the persons employed by the successful company/ Firm/ Agency commit an act of
omission/ commission that amounts to misconduct/ indiscipline/incompetence, the
successful company/ Firm/ Agency will be liable to take appropriate disciplinary action
against such persons.
e.​ The tendering Company/ Firm Agency shall immediately replace any of its personnel who
is found unacceptable to BSTDC because of security risks, incompetence, conflict of
interest, improper conduct etc. upon receiving notice from BSTDC.
f.​ The person deployed shall be required to report for work at the time/shift assigned and
would not leave before the shift. In case, a person deployed is absent on a particular day or
comes late/leaves early on three occasions, one-day wage shall be deducted.
g.​ The agency shall depute a coordinator who would be responsible for immediate interaction
with the BSTDC so that optimal service of the persons deployed by the agency could be
availed without any disruption .
h.​ The selected agency shall immediately provide a substitute in the event of any person
leaving the job due to any reason. The delay by the agency in providing a substitution
beyond three working days will attract a pre-estimated agreed liquidated damages@ Rs.
1000/- per day on the service -Providing agency.
i.​ It will be the responsibility of the service providing agency to be the "Employer" within the
meaning of different Labour legislations in respect of the persons deployed by it (agency)
and BSTDC will have no liability in this regard.
j.​ For all intents and purposes the service providing agency shall be the "Employer" within
the meaning of different Labour Legislations in respect of the personnel employed at
BSTDC. The persons deployed by the agency at BSTDC shall not have any claims of
Master and servant relationship nor have any principal and agent relationship with or
against BSTDC. They shall in no case be entitled for Claiming regularization/employment
at BSTDC on the basis of having rendered service through the contractor.

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:

1 Administration: Monthly Cost


.
Post Qualification Experience Total Cost to
(Essential) wages BSTDC
Includi
ng
Statuto
ry
deducti
on
1 General Manager 3 years diploma in 5 years of
Hotel Management experience in
from a recognized Hotel
institute Industry in a
star category
hotel.
2 Assistant General 3 years diploma in 2 years of
Manager Hotel Management experience in
from a recognized Hotel
institute Industry in
Front Office
operations.
3 Night 3 years diploma in 1 years of
Manager/Head Hotel Management experience in
Night Auditor from a recognized Hotel
institute Industry in
●​ Good Front Office
knowledge of operations.
accounting policies
and procedures.
●​ Through
knowledge as Front
Office and Food &
Beverage
transactions/

2 Food & Beverage Service: Monthly


. Cost
Post Qualification Experience (Essential) Total Cost to
wages BSTDC
Includin
g
Statutor
y
deductio
n

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.

3 Food & Beverage Production: Monthly Cost


.
Post Qualification Experience Total Cost to
(Essential) wages BSTDC
Includin
g
Statutor
y
deductio
n
1 Head Chef 3 years diploma in Hotel 2 years of
Management from a recognized experience in
institute Hotel Industry
in the Food
and Beverage
Production in
a star category
hotel.
2 Sous Chef 3 years diploma in Hotel 1 years of
Management from a recognized experience in
institute Hotel Industry
in theFood and
Beverage
Production in
a star category
hotel.
3 Chef De Partie (Indian/Chinese/Continental) +2 from a recognized board 1 years of
experience in
Hotel Industry
as commis in a
hotel/restauran
t.
4 Commis I,II,III 10th from a recognized board. 1 years 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.

5 Front Office: Monthly Cost


.
Post Qualification Experience (Essential) Total Cost to
wages BSTDC
Including
Statutory
deduction
1 Front Office 3 years diploma in Hotel Management 2 years of experience in
Manager. from a recognized institute the Hotel Industry in
Front Office in a star
category hotel.
2 Assistant Front 3 years diploma in Hotel Management 1 years of experience in
Office Manager. from a recognized institute the Hotel Industry in
theFront Office
Operations.
3 Concierge 1 Year diploma in Hotel Management. 1 years of experience in
Manager Hotel Industry
4 Guest Relation Graduation from a recognized institute. 1 years of experience in
Manager Hotel Industry
(Preferably
female)
5 Receptionist +2 from a recognized board
(Preferably
female)
6 Bell Boy 10th from a recognized board.
7 Valet Boy 10th from a recognized board. Experience in Valet
parking.

5.​ Compulsory Requirement for all posts (other than the posts that require 10th form a recognised
board as essential qualification):
a.​ Good MS computing skill: 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.

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.

a.​ CV based shortlisting of candidates as per norms


b.​ Carry Group Discussions of the shortlisted candidates-The shortlisted candidates shall
undergo Group Discussions stage. The candidates for the professionals shall undergo the
final interview stage
c.​ Conduct final interviews and prepare a final merit list for each Post.
d.​ Carry out reference checks over the phone and submit the final list of BSTDC.

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:

Sr. No. Milestone Timeline from the date of


receipt of the work
order/assignment
1 Advertisement of the Position 1st week
2 Last Date of receipt of 3rd week
applications
3 CV based shortlist/Conducting 4th week
GD/Interviews
4 Submission of Merit List 15th week

17.​ Payment Terms.

a.​ BSTDC will pay the agency the cost quoted against the posts immediately after the
completion of every month.

19
4. Proposal Form

Agency Information 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.

1.​ Agency's Legal Name: [Insert Agency's legal name]


2.​ Agency's actual or internal country of Registration: [Insert actual or intended Country of
Registration]
3.​ Agency's Year of Registration/incorporation: [insert Agency's year of registration]
4.​ Agency's Legal Address in Country of Registration/ Incorporations: [insert Agency's legal address
in country of registration]
5.​ Agencies Authorized Representative's Name: [Insert Authorized Representative's name]
6.​ Address: [insert Authorized Representative's Address]
7.​ Telephone/Fax number: [insert Authorized Representative's telephone/fax numbers]
8.​ Email Address: [Insert Authorized Representative's email address

20
5. Technical Proposal
ORDER FOR ARRANGEMENT OF Mandatory DOCUMENTS WITH THE TECHNICAL BID:

a.​ Technical Proposal Form


b.​ Agency's Organization
c.​ Attested Copy of the registration certificate
d.​ Address Proof of office
e.​ Attested copy of PAN Card/TAN
f.​ Attested copy of the G.S.T letter/certificate.
g.​ Certified copy of bank statement of A/c for last three years.
h.​ Attested copy of the last 2 years IT returns filed by the agency.
i.​ Attested copy of the PF registration letter/certificate & ESI registration letter/certificate
j.​ Certified documents in support of entries in from C of Technical Bid application i.e. copies of ​
Work Orders and years of experience certificate to be attached.
k.​ List of star hotel/hospitality clients (minimum 10)
l.​ Copy of the Tender Document with each page duly signed and sealed by the authorized signatory
​ of agency in token of their acceptance.
m.​ Notarized affidavit of non-blacklisting (by and Govt./Private institution) certificate
n.​ Containing a declaration to the effect of non-pendency of vigilance/CBI case against the agency.
o.​ Description of Approach, Methodology and Work Plan for performing the assignment
p.​ Team composition and Task Assignment.

21
6. Technical Proposal Submission Form (Part-A)

Date………………

Invitation for Proposal No……..

To…………….

[Name and address of BSTDC]……………..

We the undersigned, declare that:


(a)​ We have examined and have no reservations to the RFP Documents dated……….,
(b)​ We are hereby submitting our Proposal, for providing HR recruitment services to the BSTDC,
(c)​ Our Proposal includes the Technical Proposal (including all the schedules and forms)
(d)​ And a Financial Proposal sealed under a separate envelope containing separate financial proposals as
mentioned in the RFP.
(e)​ We offer to execute in conformity with the RFP Documents the following Services:
(f)​ Our proposal shall be valid for a period of ……….<<insert validity period as specified in RFP>>…
(g)​ days from the date fixed for the proposal submission deadline in accordance with the RFP Document
or any extension issued thereafter, and it shall remain binding upon us and may be accepted at any
time before the expiration of the period;
(h)​ If our proposal is accepted, we commit to obtain a performance security in accordance with the RFP
Document;
(i)​ We, are not including any sub consultants or suppliers for any part of the contract, and do not have
any conflict of interest in accordance with RFP;
(j)​ We have paid, or will pay the following fees with respect to the selection process or execution of the
Contract:
(k)​ EMD- Name of Recipient ​ Address​ ​ Reason Amount……………………….
(l)​ Tender Document Fee​ ​ Address​ ​ Reason Amount……………………….
(m)​We understand that this proposal, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract is
prepared and executed;
(n)​ We understand that you are not bound to accept the lowest evaluated proposal or any other proposal
that you may receive; and
(o)​ We declare that all the information and statements made in this Proposal are true and accept that any
misinterpretation contained in it may lead to our disqualification.
(p)​ If negotiations are held during the period of validity of the Proposal we undertake to negotiate on the
basis of the proposed professionals. Our Proposal is binding upon us and subject to the modifications
resulting from contract negotiations.
(q)​ If awarded the Contract, the person named below shall act as Agency's Representative:
(r)​ Name …………………………………………….
(s)​ In the capacity of …………………..
(t)​ Signed ……………………………………………………..
(u)​ Duly Authorized to sign the Proposal for and on behalf of …………………………….
(v)​ Date ……………………………………..

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.]

Assignment Name. Approx. value of the contract:


Location within India: Duration of Assignment:
(City and State)
Name and Address of Details of the HR Agency:(in terms of number of human
Client: resources recruited, nature of HR, selection procedure
etc)
Start Date Approx. value of the service provided by your firm under
(Month/Year): the contract:
Completion date No. of Professional staff months provided by the
(month/year): associated consultants:
Details of HR services
Provided by your staff
within the assignment
Firm's Name

[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

A.​ Financial Proposal Submission Form (Part-B)


(to be submitted separately)

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:

1 Administration: Monthly Cost


.

Post Qualification Experience Total wages Cost to


(Essential) (Essential) Including BSTDC
Statutory
Deduction

1 General 3 years diploma in 5 years of


. Manager Hotel Management experience in the
from a recognized Hotel Industry in
institute. a star category
hotel.

2 Assistant 3 years diploma in 2 years of


. General Hotel Management experience in the
Manager from a recognized Hotel Industry in
institute. Front Office
operations.

3 Night 3 years diploma in 1 years of


. Manager/Hea Hotel Management experience in the
d Night from a recognized Hotel Industry in
Auditor institute. Front Office
●​ * Good operations.
Knowledge of
accounting
policies and
procedures.
●​ * Thorough
knowledge as
27
Front Office and
Food & Beverage
transactions/

2 Food & Beverage Service. Monthly Cost


.

Post Qualification Experience Total wages Cost to


(Essential) (Essential) Including BSTDC
Statutory
Deduction

1 Food & Beverage 3 years diploma in 2 years of


. Manager Hotel Management experience in the
from a recognized Hotel Industry in
institute. the Food and
Beverage
Operations in a
star category
hotel.

2 Assistant 3 years diploma in 1 years of


. Manager-Food & Hotel Management experience in the
Beverage from a recognized Hotel Industry in
institute. the Food and
Beverage
Operations.

3 IRD 3 years diploma in 1 years of


. Manager/Room Hotel Management experience in the
Service Manager from a recognized Hotel Industry in
/Restaurant institute. the Food and
Manager/ Banquet Beverage
Manager/Bar Operations.
Manager

4 Room Service 6 months diploma 1 year of


. Supervisor/Restaur in Hotel experience in the
ant Supervisor Management. Hotel Industry in
/Banquet the Food and
Supervisor/Bar Beverage
Supervisor Operations.

5 Waiter 10th from a 6 months of


. recognized experience in
experience in the Hotel Industry.
Hotel Industry.

28
3 Food & Beverage Production. Monthly Cost

Post Qualification Experience Total Cost to


(Essential) (Essential) wages BSTDC
Including
Statutory
Deduction

1 Head Chef 3 years 2 years of experience


. diploma in in the Hotel Industry
Hotel in Food & Beverage
Management Production in a star
from a category hotel.
recognized
institute.

2 Sous Chef 3 years 1 years of experience


. diploma in in the Hotel Industry
Hotel in Food & Beverage
Management Production in a star
from a category hotel.
recognized
institute.

3 Chef De Partie +2 from a 1 year of experience


. (Indian/Chinese/ recognized in the Hotel Industry
Continental) board as Commis in a
hotel/restaurant.

4 Commis I, II, III, 10th from a 1 year of experience


. recognized in the Hotel Industry.
board.

4 Housekeeping Monthly cost

Post Qualification Experience Total Cost to


(Essential) (Essential) wages BSTDC
Including
Statutory
Deductio
n

1 Housekeeping 3 years diploma in 2 years of


. Manager Hotel Management experience in Hotel
from a recognized Industry in the
institute. Housekeeping in a
star category hotel.

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.

3 Attendant 10th from a 6 months of work


. recognized board. experience.

4 Desk Attendant + 2 from


. (Preferably recognized board
female) Excellent
conversation skills.

5 Front Office. Monthly cost


.

Post Qualification Experience Total Cost to


wages BSTDC
Including
Statutory
Deduction

1 Front Office Manager 3 years diploma in 2 years of


. Hotel Management experience in Hotel
from a recognized Industry in the Front
institute. Office Operations in
a star category
hotel.

2 Assistant Front Office 3 years diploma in 1 year of experience


. Manager Hotel Management in the Hotel
from a recognized Industry in the Front
institute. Office Operations.

3 Concierge Manager 1 year diploma in 1 year of experience


. Hotel Management in the Hotel
Industry.

4 Guest Relation Graduation from a 1 year of experience


. Manager (Preferably recognized Institute in the Hotel
female) Industry.

5 Receptionist +2 from a
. (Preferably female) recognized board

6 Bell Boy 10th from a


recognized board

7 Valety Boy 10th from a Experience in Valet


. recognized board parking

30
6 Various other Human Resources. Monthly cost
.

Post Qualification Experience Total Cost to


wages BSTDC
Including
Statutory
Deduction

1 Consultant-Hospitality Graduate (3 years 5 years of


. degree) in hotel experience in hotel
management from administration
IHM or a recognized capacity in a star
institute. category hotel
(preferably 5 star)

2 Consultant-Tourism Graduate (3 years 5 years of


. degree) in Tourism & experience in the
Travel Management Tourism and
from IHM or a Travel sector.
recognized institute.

3 Manager-Tourism 3 years diploma Minimum 2 years


. Travel and Tourism of experience in
management from a the Tourism
recognized Industry.
university.

4 Manager - Accounts Bachelor’s Degree or Minimum 3 years


. diploma of of experience in
Commerce from a Accounts
recognized Handling.
university.

5 Manager-Administratio Graduate/Post Graduate/Post


. n Graduate from a Graduate: 5 years
recognized of experience
university. MBA in MBA in HR
HR preferred. preferred: 1 years
of experience.

6 Junior Engineer (Civil) 3 years diploma in 1 year work


. Civil Engineering experience in a
from a recognized construction
institute. company.

7 Junior Engineer 3 years diploma in 1 year work


. (Electrical) Electrical experience
Engineering from a
recognized institute.

31
8 Assistant Accounts Graduate of 1 year work
. Commerce with experience
knowledge or tally
and computerized
accounting

9 Executive Assistant Graduate from a Minimum 1 year


. (Preferably female) recognized university of experience as an
and took a certificate assistant.
course in computers.

Job Role: Executive secretary’s main


responsibility will be to assist the Managing
Director in all office related work. She will be
responsible for meeting and greeting visitors at
all levels of seniority; organizing and
maintaining diaries and making appointments,
dealing with incoming email, producing
documents, briefing papers, reposts and
presentations. She will organize external
business meetings & conferences, travel
arrangements, itinerary, tickets, and hotel
reservations and will be responsible for
maintaining all records and documents drafting
minutes of the meetings, circulars, and
agreements. She will independently handle all
confidential correspondence, effective
coordination to maintain systematic record
keeping and will organize the workflow and
follow up till completion, Self-correspondence,
making presentations, coordination with various
departments/offices.

1 Office Boy/Assistant 10 from a


0 recognized
board.

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.

2.​ Compulsory Requirement for all posts:


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

Duty authorized to sign the Proposal for and on behalf of ……………………………………….

Date…………………………………………………………………………………………………………
…………………

End of The Document

33

You might also like