rtdc hotel moomal, jaisalmer

25

Upload: others

Post on 29-Mar-2022

11 views

Category:

Documents


0 download

TRANSCRIPT

RTDC Hotel Moomal, Jaisalmer A Unit of RTDC Ltd., Jaipur
(A Government of Rajasthan Undertaking)
BID FORM
1 Sub: Bid for
(mention the name of the work for which the Bid is Submitted.)
2 Name and full postal address of the firm submitting the Bid.
3 Address : The General Manager
RTDC Hotel Moomal, Sam Chauraha, Jaisalmer
4 Reference: Bid Notice No……………….dt……………………….
5 The Bid fee amounting to Rs. ...................... has been deposited vide receipt
No ............ ……… dt…......……………
6 We agree to abide by all conditions mentioned in Bid Notice No……...... …… dt…………….
issued by General Manager Hotel Moomal, Jaisalmer and also the conditions of the said bid
notice given in the attached sheets (all the pages of which have been signed by us in token
of or acceptance of the terms mentioned therein)
7 The bid security of Rs. … ........………… has been deposited vide receipt No................ dt.....…….. Draft No. .......................
Signature of the Bidder
2 labour-copy dekstop-V
GENERAL TERMS & CONDITIONS:
1 Experienced persons having good character and identity card should be provided in the RTDC Hotel Moomal, Jaisalmer.
2 Minimum 3 years experience for working as manpower service bidder with large hotel/ business house/ Govt. Institution is essential. Copy of certificate should be attached.
3 Certified copies of Registration of Supply of Manpower, EPF/ ESI/ GSTIN/ Income Tax, pan card
should be attached with this and bidder should not be defaulter for depositing of GSTIN/ EPF/
ESI/ Income Tax with concern authorities.
4 List of workers with the bidder for service/ cooking works should be attached.
5 Name of the hotels/ firms/ offices/ etc. where the firm is presently engaged for service workers along with details of contract.
6 Submission of Proposal:
6.1 The Applicants shall submit the Proposal through the e-tendering portal
(http://eproc.rajasthan.gov.inand http://sppp.rajasthan.gov.in) by uploading all the
documents as per the requirements mentioned in the document. Bidder not registered
on the website mentioned above are required to get registered before hand. If needed
they can be imparted training on online bidding process as per details available on the
website.
6.2 The bidder must have valid class-III digital signature to submit the bid. Such digital signature must be issued in the name of bidder or its authorized signatory.
6.3 The submission shall be under two separate envelopes, the ‘Technical Proposal’ and the ‘Financial Proposal’. The envelope marked “Technical Proposal” shall contain the
Application in the prescribed format and supporting documents such as work orders/
client certificates. The “Financial Proposal” shall contain the financial fee quote in the
prescribed format.
6.4 The Technical Proposal and Financial Proposal shall be typed or written in indelible ink
and signed by the Authorized Representative of the Applicant. All pages of the Technical
Proposal and Financial Proposal must be numbered and initialed by the person signing
the Proposal. Applicants shall upload documents in the form of PDF format. All pages
shall be numbered serially and an index of submissions shall be provided. Each page of
the submission shall be initialed by the Authorized Representative of the Applicant as
per the terms.
6.5 The completed Proposal must be uploaded on e-tender portal on or before the specified
time. Proposals submitted by hard copy, fax, telex, telegram or e-mail shall be rejected.
6.6 The Proposal shall be made in the Forms specified in bid. Any attachment to such forms
must be provided on separate sheets of paper and only information that is directly
relevant should be provided. This may include photocopies of the relevant pages of
printed documents.
7 Evaluation of Proposals:.
7.1 RTDC, shall open the Proposals at the date and time specified in bid and the “Technical
Proposal” shall be opened first. The “Financial Proposal” shall be kept unopened for
opening at a later date.
7.2 BID SECURITY of an Applicant shall be forfeited, if the Applicant withdraws his proposal
or makes changes in his quoted price during the period of proposal validity or its
extended period, if any.
7.3 The financial proposal should not be included with technical proposal. The financial proposal should be uploaded separately in prescribed BOQ form appendix-II
3 labour-copy dekstop-V
7.4 RTDC, reserves the right to reject any Proposal which is non responsive and no request for
alteration, modification, substitution or withdrawal shall be entertained by RTDC, in
respect of such Proposals.
8 Bidding Fee and Bid Security:
8.1 The downloaded bid document shall be considered valid for participation in the
electronic bidding process (e-tendering) subject to the submission of prescribed Tender
Fee and Bid Security Money/ Bid Earnest Money Deposit.
8.2 The proposal should be accompanied with a Non-Refundable Bid document Fee of Rs.
590/- (Rupees Five Hundre ninty Only) and a refundable Bid Security of Rs. 32,000/-
(thirty two thousand only). Bid document fee and Bid Security Money/ Earnest Money
may be paid online via RTGS/ NEFT on or before last date and time of online Bid
Submission or by Demand Draft/ Bank Pay Order in favour of General Manager Hotel
Moomal, Jaisalmer. Bid Processing fee Rs. 590/- (Rupees Five Hundred Ninety Only)
shall only be paid by Demand Draft/ Bank Pay Order in favour of Managing Director,
RISL Jaipur. Bid document fee and Bid Processing fee both are not refundable.
8.3 The Bid Security shall be denominated in Indian Rupees only. No interest will be payable to the bidder on the amount of the Bid Security.
8.4 Unsuccessful Applicant’s Bid Security will be refunded to him after finalization of the bid
system. Bid Security of the Selected Applicant will be returned after the award of
contract and submission of the performance guarantee within the specified time
mentioned in the Bid.
8.5 Bid Security shall be non transferable. The Bid Security may be forfeited:-
(a) If an Applicant withdraws his proposal or increases his quoted prices during the period of proposal validity or its extended period, if any.
(b) If the Selected Applicant fails to sign the contract or to furnish Performance Guarantee within specified time in accordance with the Bid.
(c) If during the Selection Process, an Applicant indulges in any such deliberate act as
would jeopardize or unnecessarily delay the process of proposal evaluation and
finalization. The decision of the RTDC, regarding forfeiture of the Bid Security shall
be final and binding upon Applicants.
(d) If during the Selection Process, any information is found false/ Fraudulent/ mala fide, then RTDC, shall reject the Proposal and, if necessary, initiate action.
9 Validity of the Proposal
The Proposal shall be valid for a period of not less than 90 days from the Proposal
Due Date (the “PDD”).
10. In the event of failure on the part of the contractor to provide the Man Power in accordance
with the conditions entered herein the RTDC shall have the right to make alternative arrangement
at the cost and risk of the Service Provider. The Service Provider shall reimburse the extra cost to
the RTDC and in case of his failure to do so that RTDC shall have the right to recover the amount
from the security deposit of the Service Provider any dues owed to the RTDC by the Service.
11. It should be clearly understood that the RTDC's right and the Service Provider obligation for
compensation is not limited to the extent of security deposit and/or the due owed and the RTDC
shall have the right to proceed against the Service Provider for the recovery of its claim in excess
of the security deposit and/or the dues available with the RTDC. The RTDC has a right to withhold
the security deposit and appropriate the same if need be until the dues of the service provider are
fully settled.
4 labour-copy dekstop-V
12 In case of breach of any of the conditions stipulated herein or of the terms and conditions of
the bid. The RTDC shall be at liberty to terminate the contract without prejudice to the right of
the corporation to claim damages on account of breaches there of in the manner as mentioned in
the bid document.
SIGNATURE OF BIDDER
5 labour-copy dekstop-V
Annexure - A
Compliance with the Code of Integrity and No Conflict of Interest
1. Code of integrity.-
(1) All the officers or employees of the procuring entity shall,-
(a) Maintain an unimpeachable standard of integrity both inside and outside their office;
(b) Act in accordance with the provisions of the Act, these rules, guidelines issued under the
Act and instructions;
(c) Not allow any bidders to have access to information on a particular procurement, before
such information is available to the public at large;
(d) Not intentionally use unnecessarily restrictive or “tailored” specifications, terms of
reference or statements of work that can discourage competition;
(e) not solicit or accept any bribe, reward or gift or any material benefit of any directly or
indirectly promise of future employment from anyone, who has sought or is seeking
procurement from the procuring entity;
(f) Not have a financial interest in any bidder(s) responding to a procuring entity’s bidding
process and any person having financial interest in any bidder shall not participate in that
procurement process;
(g) Not disclose proprietary and source selection information, directly or indirectly, to any
person other than a person authorized to receive such information;
(h) Treat all bidders in a fair and equitable manner in line with the principle of fairness,
integrity and transparency in the procurement process;
2. Any person participating in procurement process shall:-
(a) Not offer any bribe, reward or gift or any material benefit either directly or indirectly in
exchange for an unfair advantage in procurement process or to otherwise influence the
procurement process;
(b) Not misrepresent or omit information that misleads or attempts to mislead so as to
obtain a financial or other benefit or avoid an obligation;
(c) Not indulge in any collusion, bid rigging or anticompetitive behaviour to impair the
transparency, fairness and progress of the procurement process;
(d) Not misuse any information shared between the procuring entity and the bidders with
intent to gain unfair advantage in the procurement process;
(e) Not indulge in any coercion including impairing or harming or threatening to do the same,
directly or indirectly, to any party or to its property to influence the procurement process;
6 labour-copy dekstop-V
(f) Not obstruct any investigation or audit of a procurement process;
(g) Disclose conflict of interest, if any; and
(h) Disclose any previous transgressions with any entity in India or any other country during
the last three years or any debarment by any other procuring entity.
3. Conflict of interest.-
(1) A conflict of interest for procuring entity or its personnel and bidders is considered to be a
situation in which a party has interests that could improperly influence that party’s
performance of official duties or responsibilities, contractual obligations, or compliance with
applicable laws and regulations.
(2) The situations in which a procuring entity or its personnel may be considered to be in
conflict of interest includes, but not limited to, following:-
(a) A conflict of interest occurs when procuring entity’s personnel’s private interests, such as
outside professional or other relationships or personal financial assets, interfere or appear to
interfere with the proper performance of its professional functions or obligations as a
procurement official.
(b) Within the procurement environment, a conflict of interest may arise in connection with
such private interests as personal investments and assets, political or other outside activities
and affiliations while in the service of the procuring entity, employment after retirement from
the procuring entity’s service or the receipt of a gift that may place the procuring entity’s
personnel in a position of obligation.
(c) A conflict of interest also includes the use of procuring entity’s assets, including human,
financial and material assets, or the use of procuring entity’s office or knowledge gained from
official functions for private gain or to prejudice the position of someone procuring entity’s
personnel does not favour.
(d) A conflict of interest may also arise in situations where procuring entity’s personnel is seen
to benefit, directly or indirectly, or allow a third party, including family, friends or someone
they favour, to benefit from procuring entity’s personnel’s actions or decisions.
(3) A Bidder may be considered to be in conflict of interest with one or more parties in a
bidding process if, including but not limited to:-
(a) They have controlling partners in common
(b) They receive or have received any direct or indirect subsidy from any of them;
(c) They have the same legal representative for purposes of the bid;
(d) They have a relationship with each other, directly or through common third parties, that
puts them in a position to have access to information about or influence on the bid of another;
7 labour-copy dekstop-V
(e) A bidder participates in more than one bid in the same bidding process. However, this does
not limit the inclusion of the same sub-contractor, not otherwise participating as a bidder, in
more than one bid; or
(f) A bidder or any of its affiliates participated as a consultant in the preparation of the design
or technical specifications of the subject matter of procurement of the bidding process. All
bidders shall provide in Qualification Criteria and Biding Forms, a statement that the bidder is
neither associated nor has been associated directly or indirectly, with the consultant or any
other entity that has prepared the design, specifications and other documents for the subject
matter of procurement or being proposed as Project Manager for the contract.
8 labour-copy dekstop-V
Declaration by the Bidder
In relation to my/our Bid submitted to ...... for procurement of in
response to their Notice Inviting Bids No .............. Dated.............. 1/wehere
by declare under Section 7 of Rajasthan Transparency in Public Procurement
Act ,2012, that:
1. I/we possess the necessary professional, technical, financial and managerial
resources and competence required by the Bidding Document issued by the Procuring Entity;
2. I/we have fulfilled my/our obligation to pay such of the taxes payable to the Union and the
State Government or any local authority as specified in the Bidding Document;
3. I/we are not insolvent, in receivership, bankrupt or being wound up, not have my/our affairs
administered by a court or a judicial officer, not have my/our business activities suspended and not the subject of legal proceedings for any of the foregoing reasons.
4. I/we do not have, and our directors and officers not have, been convicted of any criminal
offence related to my/our professional conduct or the making of false statements or mis representations as to my/our qualifications to enter in to a procurement contract with in a period of three years preceding the commencement of this procurement process, or not have been other wise disqualified pursuant to debarment proceedings.
5. I/we do not have a conflict of interest as specified in the Act, Rules and the Bidding Document, which materially affects fair competition;
Date:
Place:
Grievance Redressal during Procurement Process
The designation and address of the First Appellate Authority is M.D., RTDC
The designation and address of the Second Appellate Authority is Chairperson RTDC, Jaipur
(1) Filing an appeal
If any Bidder or prospective bidder is aggrieved that any decision,action or omission of
the Procuring Entity is in contravention to the provisions of the Actor the Rules or the
Guidelines issued there under, he may file an appeal o First Appellate Authority, as
specified in the Bidding Document within a period of ten days from the date of such
decision or action,omission,as the case may be,clearly giving the specific ground or
grounds on which he feels aggrieved:
Provided that after the declaration of a Bidder as successful the appeal may be filed only by a Bidder who has participated in procurement proceedings: Provided further that in case a Procuring Entity evaluates the Technical Bids before the opening of the Financial Bids, an appeal related to the matter of Financial Bids may be filed only by a Bidder whose Technical Bidis found to be acceptable.
(2) The officer to whom an appeal is filed under para(I) shall deal with the appeal as
expeditiously as possible and shall Endeavour to dispose it of within thirty days from the date of the appeal.
(3) If the officer designated under para (1) fails to dispose of the appeal filed within
the period specified in para (2),or if the Bidder or prospective bidder or the
Procuring Entity is aggrieved by the order passed by the First Appellate Authority,
the Bidder or prospective bidder or the Procuring Entity,as the case may be,may
file as second appeal to Second Appellate Authority specified in the Bidding
Document in this behalf within fifteen days from the expiry of the period specified
in para (2) or of the date of receipt of the order passed by the First Appellate
Authority, as the case may be.
(4) Appeal not to lie in certain cases
No appeal shall lie against any decision of the Procuring Entity relating to the following matters, namely:- (a) Determination of need of procurement;
(b) provisions limiting participation of Bidders in the Bid process;
(c) the decision of whether or not to enter in to negotiations;
(d) cancellation of a procurement process; (e) applicability of the provisions of confidentiality.
(5) Form of Appeal
(a) An appeal under para(I) or (3) above shall be in the annexed Form along with as many copies as there are respondents in the appeal.
(b) Every appeal shall be accompanied by an order appealed against, if any, affidavit verifying the facts stated in the appeal and proof of payment off etc.
(c) Every appeal may be presented to First Appellate Authority or Second Appellate Authority, as the case may be, in personal through registered post or authorized representative.
10 labour-copy dekstop-V
(6) Fee for filing appeal
(a) Fee for first appeal shall be rupees two thousand five hundred and for second appeal shall be rupees ten thousand, which shall be non-refundable.
(b) The fee shall be paid in the form of bank demand draft or banker's cheque of a Scheduled Bank in India payable in the name of Appellate Authority concerned.
(7) Procedure for disposal of appeal
(a) The First Appellate Authority or Second Appellate Authority, as the case may be, upon filing of appeal, shall issue notice accompanied by copy of appeal, affidavit and documents, if any, to the respondents and fix date of hearing.
(b) On the date fixed for hearing, the First Appellate Authority or Second Appellate
Authority, as the case may be, shall,-
(i) hear all the parties to appeal present before him; and
(ii) Peruse or inspect documents, relevant records or copies there of relating to the matter.
(c) After hearing the parties, perusal or inspection of documents and relevant records or
copies there of relating to the matter, the Appellate Authority concerned shall pass an order in writing and provide the copy of order to the parties to appeal free of cost.
(d) Theorder passed under sub-clause (c)above shall also be placed on the State
Public Procurement Portal.
11 labour-copy dekstop-V
FORM No. I
[See rule 83] Memorandum of Appeal under the RajasthanTransparency in Public
Procurement Act, 2012
1. Particulars of appellant:
(i) Name of the appellant: 1. Official address,if any: 2. Residential address:
2. Name and address of the respondent(s):
(i)
(ii)
(iii)
3. Number and date of the order appealed against and name and designation of the
officer /authority who passed the order (enclosecopy), or a statement of a decision, action or mission of the Procuring Entity in contravention to the provisions of the Act by which the appellantis aggrieved:
4. If the Appellant proposes to be represented by are presentative, the name and
postal address of the representative:
5. Number of affidavits and documents enclosed with the appeal: 6. Grounds of appeal:
……………………………………………………………………………………………. ……….…………………………………………………………………………………… ………………. …………………..(Supported by an affidavit)
1. Correction of arithmetical errors
Provided that a Financial Bid is substantially responsive, the procuring Entity will
correct arithmetical errors during evaluation of Financial Bids on the following
basis:
i. If there is a discrepancy between the unit price and the total price that is obtained
by multiplying the unit price and quantity, the unit price shall prevail and the total
price shall be corrected, unless in the opinion of the Procuring Entity there is an
obvious misplacement of the decimal point in the unit price, in which case the total
price as quoted shall govern and the unit price shall be corrected;
ii. 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
iii. If there is a discrepancy between words and figures, the amount in words shall
prevail, unless the amount expressed in words is related to an arithmetic error, in
which case the amount in figures shall prevail subject to (i) and (ii) above.
If the Bidder that submitted the lowest evaluated Bid does not accept the correction
of errors, its Bid shall be disqualified and its Bid Security shall be forfeited or its Bid
Securing Declaration shall be executed.
2. Procuring Entity’s Right to Vary Quantities
(i) At the time of award of contract, the quantity of Man Power, works or services
originally specified in the Bidding Document may be increased or decreased by a
specified percentage, but such increase or decrease shall not exceed twenty
percent, of the quantity specified in the Bidding Document. It shall be without any
change in the unit prices or other terms and conditions of the Bid and the conditions
of contract.
(ii) If the Procuring Entity does not procure any subject matter of procurement or
procures less than the quantity specified in the Bidding Document due to change
in circumstances, the Bidder shall not be entitled for any claim or compensation
except otherwise provided in the Conditions of Contract.
(iii) In case of procurement of Man Power, additional quantity may be procured by
placing a repeat order on the rates and conditions of the original order. However,
the additional quantity shall not be more than 25% of the value of Man Power of
the original contract and shall be within one month from the date of expiry of last
Services. If the Service Provider to do so, the Procuring Entity shall be free to
arrange for the balance supply by limited Bidding or otherwise and the extra cost
incurred shall be recovered from the Service Provider.
13 labour-copy dekstop-V
SR FORM – 11
DECLARATION BY BIDDER
I/we declare that i am/we are registered under labor department or with any appropriate
authority to supply Man Power for which i/we have bided.
If this declaration is found to be incorrect then without prejudice to any other action that may
be taken, my/ our security money may be forfeited in full and the tender if any to the extent
accepted may be cancelled
14 labour-copy dekstop-V
Technical Criteria for Bid Evaluation.
Technical Bid under two parts bidding process (technical and financial) are invited from reputed,
interested, eligible and experienced firms for Supply of man power at RTDC Hotel Moomal, Jaisalmer
for the period of one year.
SN. Criteria Response
2. Address of Office
4. Nature of organization: whether exclusive designing and fabrication or
separate division.
(Enclose details)
5. Total work experience in the field (In years) (Min. 3 yrs.)
6. Is your firm a proprietorship, partnership or registered under the
Companies Act. Please give details & enclose Certificate
7. Details of Income Tax Registration and PAN No.
8. GST Registration details
10. Employees State Insurance Scheme Registration details.
11. Rajasthan Contract Labour (Regulation & Abolition) Act, 1970
Registration Details.
Organisation Act, 1958 Or Under Indian partnership Act,1932 Or
Under Indian Companies Act, 1956
13. Professional set up
Enclose list. (Separate sheet for technically qualified staff)
14. List of present clients & sample images of recently done works
(enclose)
16 Details of Bid document fee deposited.
17 Any other information
We have submitted the following documents:
1. Letter of authorization to participate in the bid 2. Technical Bid 3. Financial Bid
4. All relevant supporting documents including Annexure A, B, C& D duly signed along with seal.
This is certified that I have read and understood the enclosed brief and other terms & conditions and
the supporting documents have been enclosed. The information given by me is true to the best of my
knowledge. My bid offer may be rejected at any stage if it is found that the facts and documents enclosed
by me are not correct.
Thanking you,
Yours faithfully,
15 labour-copy dekstop-V
a. Bidders are required to incorporate the following in their Tender documents. Please provide
following along with supporting attested documents in the same order as itemized below.
b. Previous Experience The Bidder is required to provide details of any previous relevant
experiencesimilar to this Scope of Work. Tenderers should provide copies of work orders/signed
contract of having conducted similar service as per the format below (List all credentials).
S. Name of the Client Contract End Nature of No. of Name, Address, Tel.
No. organization Start date date service manpower no of contact person provided deployed in client org*
*RTDC, reserves the right to contact the person mentioned to verify the details of the information
provided by the bidders.
c. Resources The Bidder is required to provide an overview of key people and list of
professionalmanpower who are involved in delivery of the services.
S.No. Category/ Designation Educational Experience Whether trained or
qualification to be trained for Hotel jobs
1 Accountant Commerce
accounting work in
experience of one
Having experience
and Non-Veg.
4 Receptionist (House Graduate and
Assistant) Hindi and English spoken having experience of one year for doing such Job in reputed Hotel.
5 Room Attendant/Waiter 10th Pass and
having experience
reputed Hotel.
experience one year
for doing such
experience one year
for doing such
experience one year
for doing such
Hotel Management and having
experience of one year for preparing of Veg. and Non-
Veg. dishes in
work.
having five year
vehicle
and English typing
and RSCIT Diploma,
Full knowledge M.S.
Office, E-mail & Net
operation experience.
d. Annual Turnover The Bidder must be able to demonstrate that it has an average annual
turnoverrelated to 2017-18 ( eg. Upkeep & Maint.) at Least INR 30,00,000 (INR Thirty Lakh) or
more in last 3 Financial Years.
Item FY……………. FY………….. FY………….
Annual Turnover (in INR)
1 The firm/company is registered/incorporated in Furnish requisite
India and has operational experience of at least 3 document like
yrs in Men Power Supply in similar environment Certificate of
or in closely related Services Incorporation/memo
randum etc.
2. The Agency has an average annual financial Audited Financial
turnover for similar job/activities at least INR Statement (Balance
30.00 Lakh (INR Thirty lakh) or more during last 3 Sheet and Profit and
Financial Years. Loss Account) for the previous 3 Fin.
Years.
3 The Agency has three year experience in Furnish appropriate
providing similar services to large establishments attested documents
such as Hotels, Corporate Building, Housing
complex, Hospital involving large no. of
manpower.
4 The Bidder must provide at least 3 references not Furnish appropriate
older than 2 years, from clients to prove attested documents
experience of having successfully completed
similar works during the last 2 years
5 PAN number of the Bidder issued by the income Furnish appropriate
tax Dept. Govt. of India. attested documents
6. Should have valid GST Registration No. Furnish appropriate
attested documents
(technical/administrative) on its payroll and documents
providing similar services to others
8. Should be fulfilling all statutory requirements like Furnish appropriate
PF & ESI Registration independently attested documents
9. Should not have been blacklisted for business by Dully filled in
any PSU/ Govt. Depts. And have no pending Declaration &
dispute/ legal case with the Govt. Affidavit in the
enclosed format
10. Particulars of Labour License, if any, from labour Furnish appropriate
dept. attested documents.
11. Returns of Income Tax for last three years Furnish appropriate
attested documents.
Authorization to sign, to quote, to negotiate rates attested documents.
from sole proprietor / all partners of firms as
applicable
13. Applicant should have current general solvency Attach Bank
of at least Rs 15 lakh issued by the Bank. Solvency certificate addressed
to…………..
14. Other Details as per Technical Criteria of Bid Furnish appropriate
attested documents.
(Units Heads/ HODs can add to or delete the parameter, with the approval of the
Competent Authority as per requirement)
Signature in the capacity of
DATE
SEAL
PHONE No.----------------------------
MOBILE No.---------------------------
GENERAL SCOPE OF WORKS (Sample- Optional) RTDC, is looking for agencies
toprovide ………………..( e.g. House Keeping Services) at ................. (Unit). The service
would be required for a period of ........... year as per the details given below.
Detailed Scope of Work: to be elaborately spelt out)
Description of work (Sample)
1. “Cleaning and Scavenging work in Hotel, Back Area, Front Area, Staff Quarter
Gents/Ladies Toilets, Lobby, Reception, Pantries, Executive Officer, Offices, Licensees,
Restaurants, Dish Washing, Dining Hall, Main Kitchen etc. And Retrieval of all the Hotel
Cooking and Service Utensils and Equipments from the Food Production and Service Ares,
Stewarding and maintenance of Hotel Cooking and Service equipments and areas” and“
Upkeep & Maintenance of F&B Services, VVIP Service, Rooms and outer Area, Linen/
Upholstery for round the clock in the year by employing sufficient suitable workers as
required.”
2. “Attending the misc. civil works (i.e. maintenance ) such as masonry, plumbing, sanitary,
etc. Or any other work as directed by the Hotel or his authorized representative for round the
clock in the year by employing sufficient suitable workers as required”
Manpower Resources: (Sample)
The contractor shall provide the.................. Services round the clock in shifts as per RTDC,’s
requirement. The agency should ensure to maintain the adequate nos. of manpower as
committed and also arrange a pool of standby staff of equal status. In case any staff of the
agency is absent from the duty, a reliever of equal status shall be provided by the agency from
an existing pool of staff. The leave arrangement as and when require shall have to be made by
the firm only and there shall not be any additional liability on RTDC, in this regard.
For coordination and supervision of all activities, the contractor is required to have competent
supervisor for supervision of the works and who will be responsible for the conduct of worker
and who has authority to receive and act on such instructions issued by RTDC,. The supervisors
must be experienced and qualified person who will be overall responsible for smooth
functioning of all facilities. The will also be responsible for discipline of entire staff of the
agency for all the activities. The supervisor of the contractor shall maintain separate attendance
register, duty roster for the manpower engaged by the firm on a daily basis.
The Contractor shall ensure that all persons employed by him shall have good conduct,
character, efficient, and conversant with the nature of work. They should be in proper uniform
and identity cards whenever they are in the complex. Antecedents of each worker
20 labour-copy dekstop-V
and supervisor of the Agency, who will present/ deployed in the premises of the unit in
connection with execution of assigned job, should be duly verified by the Police Authority. No
person having adverse antecedents should be permitted to work or visit the unit/ premises
during contract period. The Agency is bound to remove any of the workers employed by him
and arrange for replacement of removed person as and when advised to do so by RTDC,.
RTDC, reserves the right to conduct further verification/ check in order to validate the checks
conducted by the Agency..
The manpower deployed for the job will remain available at the place of their duty as per roster
and would report to the supervisor posted by the Agency. The supervisor will ensure that tender
specified manpower is available at the place of duty at all times. If RTDC, finds that the bidders
committed man power is not able to provide satisfactory service, the bidder will have to provide
additional hands without any increase in the monthly bill. It shall be the Agency’s
responsibility to attend emergency work in time. No extra payment will be made of working
on odd hours/ emergency work.
RTDC, will verify the records and documents with regard to the manpower deployed by the
Agency and may interview the staff of the contractor before their deployment to ensure
effective operation of the assigned job.
Minimum Manpower Required (Sample)
To carry out the aforesaid ……………………….. services in shifts efficiently and
effectively the successful bidder(s) need to deploy at least a minimum numbers of trained
manpower as per the details furnished below.
S.No. Details of Staff Estimated Nos. of Staff as per requirement
1 Accounts Personal 0
5 Room Attendant/Waiter 06
12 Computer Operator 01 Total 16
The above per category staff requirement is minimum nos. of manpower to be deployed by the Agency.
The Agency may decide to deploy more staff per category depending on their assessment of the scope
of work for various activities. No additional payment shall be made if the Agency keeps more staff at
site for completing the pending work or if the minimum staff is not able to perform satisfactorily as per
contract provision.
DECLARATION
Declaration by the tenderer on official letter head stating the following:
We hereby confirm that we are not under any ‘liquidation’, any ‘court receivership’ or similar
proceedings and ‘bankruptcy’
We further confirm that, we have not been blacklisted or kept under holiday by any Public
sector Undertaking / RTDC, Limited. We are not involved in any major litigation that may
have and impact of affecting or compromising the delivery of services as required under this
tender.
If we become a successful Bidder and pursuant to the provisions of the Bidding Documents,
award is given to us for ................................ (Name of the contract), the following Certificate
shall be automatically enforceable.
“We agree and acknowledge that the RTDC, is entering into the Agreement solely on its own
behalf and not on behalf of any other person or entity. In particular, it is expressly understood
& agreed that the Government of India is not a party to the Agreement and has no liabilities,
obligations or rights there under. It is expressly understood and agreed that the RTDC, is
authorized to enter into Agreement, solely on its own behalf under the applicable laws of India.
We expressly agree, acknowledge and understand that the RTDC, is not an agent,
representative or delegate of the Government of India. It is further understood and agreed that
the Government of India is not and shall not be liable for any acts, omissions, commissions,
breaches or other wrongs arising out of the Agreement. Accordingly, we hereby expressly
waive, release and forego any and all actions or claims, including cross claims, VIP claims or
counter claims against the Government of India arising out of the Agreement and covenants
not to sue to Government of India as to any manner, claim, cause of action or things whatsoever
arising of or under the Agreement.
We agree that if any noticed in future, our Bid may be rejected / terminated. We have read
and agreed to the terms and conditions laid down by RTDC, for this contract.
Your faithfully,
Date:
RTDC, Hotel Moomal, Jaisalmer
Please go through the details below before filling the financial bid-
1. Rates shall be quoted as below format and no other method of quoting shall be permitted.
Rate shall be quoted both in figure and words.2. Tenderer should provide all prices and should not
leave any field blank. In cash the field is not applicable, tenderer must indicate
“0” (zero) in all such fields. 3. Bidders must ensure that manpower deployed for ……….
(Job Work) should not be paid less than the prevalent rates of Minimum Wages as notified by
the appropriate Government and other statutory charges. 4. The quoted rates should be inclusive
of all costs as per the scope of work, wages, statutory components, like PF, ESI, Leave
Compensation, uniform etc. and all taxes to perform the Job Work related work in accordance
with the law of the land. However the service tax should not be included which will be paid
extra as per the prevailing rate and therefore the bidder must show the same exclusively and
payable extra on production of evidence as per Govt. Rules. 5. It is mandatory to provide break
up of all Taxes, duties and levies wherever applicable and /or payable.6. RTDC, will take in to
account all taxes, duties, levies for the purpose of evaluation. 7. The Agency should take into
consideration that total scope of work including the committed manpower that would be
deployed for carrying out the job work.8. Quoted rates should be free from any pre-conditions
regarding payments etc or otherwise offers are liable to be rejected. 9. There will be no
escalation in the price during entire contract period and benefit of any decrease in taxes/ duties
shall be passed on to RTDC, by the agency. 10. RTDC, reserves the right to revise the scope
of work under intimation of the Agency. In case of revised scope of work, the amount as agreed
with the agency for providing assigned services shall be reconsidered by the RTDC,.11. Every
workman employed by the Contractor shall have to be allowed in each week, a day’s rest with
wages and statutory holidays with wages as required under the relevant laws. 12. The duly
filled in Financial bid along with all its appendices should be kept in a separate sealed envelope.
I/ We, after having read, examined the bid documents and inspected the areas relating to Job
Contract ....................... ( name of the work ) and also scope of works to be carried out for the
……………………… (unit) on temporary basis, I/ We hereby quote the rates for the entire
job work as under. This amount is inclusive of all kinds of rated, charges and waged including
service charges, Uniform and Bonus and other statutory liability etc. but excluding GST which
will be paid on actual as per prevailing rates.
22 labour-copy dekstop-V
BREAKUP OF WAGES & OTHER PAYMENTS
( Please specify the break-up of the bid in INR for the staff at different hierarchy appointed by
the Agency as per the format below per person basis per month) (As per Circular No. F-
2(1)Fin./SPFC/2017/1/2018 dated 30.04.2018 issued by Finance Department.
S. Nature of Work Estimate Minimum Addition Wages Rate Rate Service Total
No. d No. of wages al wages quoted of of charge Amount Man fixed by to be by EPF ESI of
power Labour paid. If Service % % Service
required Departmen any. Provider Provider
for work. t
1 2 3 4 5 6 7 8 9 10
1 Accounts Personal 00 Rs. 283.00 Rs. 217.00 13.15% 4.75%
2 Plumber, Massoner, 01 Rs. 233.00 Rs. 117.00 13.15% 4.75%
3 Room Attendant, 06 Rs. 213.00 Rs. 117.00 13.15% 4.75% Waiters
4 Kitchen Helper, 01 Rs. 213.00 Rs. 117.00 13.15% 4.75% Masalchi
5 Receptionist/House 02 Rs. 233.00 Rs. 167.00 13.15% 4.75% Assistant
6 Electrician, 01 Rs. 233.00 Rs. 117.00 13.15% 4.75%
7 Chokidar/Peon 00 Rs. 213.00 Rs. 117.00 13.15% 4.75%
8 House Men/Sweeper 03 Rs. 213.00 Rs. 117.00 13.15% 4.75%
9 Chef , Cooks 01 Rs. 233.00 Rs. 167.00 13.15% 4.75%
10 Gardner etc. 0 Rs. 233.00 Rs. 167.00 13.15% 4.75%
11 Driver 0 Rs. 233.00 Rs. 167.00 13.15% 4.75%
12 Computer Operator 01 Rs. 283.00 Rs. 067.00 13.15% 4.75%
Authorized Signatory
M/s______________
Note: Please specify break up of the financial bid such as minimum wages, compliance of
statutory requirements like PF, ESI etc. under the Contract Labour (R&A) Acts, other charges
if any like Leave, uniform and service charge etc taking in to account the minimum man days
require on company letter head.
Rate we be quoted only BOQ(.xls) Format given in the eproc websites.
23