फा.सं / FILE No: Y-13014/1/2018-ISTM

भारत सरकार / GOVERNMENT OF INDIA

सचिवालय प्रशिक्षण तथा प्रबन्ध संस्थान

INSTITUTE OF SECRETARIAT TRAINING & MANAGEMENT

(आईएसओ 9001:2015 संस्था / AN ISO 9001:2015 INSTITUTION)

कार्मिक एवं प्रशिक्षण विभाग / DEPARTMENT OF PERSONNEL & TRAINING

प्रशासनिक ब्लाक, ज.ने.वि. परिसर (पुराना) / ADMINISTRATIVE BLOCK, JNU CAMPUS (OLD),

ओलोफ पाल्मे मार्ग, नई दिल्ली - 110067/ OLOF PALME MARG, NEW DELHI – 110067

दूरभाष / TELEPHONE –   26185312 ;   टेलीफैक्स / FAX – 011-26104183

------------------------------------------------------------------------------------------------------------------------------

 Date:  16th February, 2018          

 

To

All the Tour Operators

 

Subject:   e-Notice Inviting Tenders (e-NIT) for Study Tour in the sector (Delhi - Vishakhapatanam - Sodhana - Borra Caves– Visakhapatnam – Delhi) for the participants of 27th Level-III Training Programme under CSSS-CTP.

 

Madam/ Sir,      

This Institute has been entrusted with the responsibility of imparting training to the officers/ officials of Government of India/ Autonomous Bodies/ State Governments etc. The 27th Level-III Training Programme is one such programme under CSSS-CTP, which will be held from 5th to 23rd March, 2018 at ISTM.  One of the components of the said training programme is Study Tour, in which participants are taken for visits outside Delhi to experience the historical and cultural heritage, working of Central/ State Government projects/ schemes and institutions of those areas and the likes.

2.         It has been decided to conduct Study Tour for this batch of Thirty (35) +/- Five (5) officers of level of S -10 (Private Secretaries) during 16th to 19th March, 2018 in the Sector New Delhi -Visakhapatnam- Sodhana - Araku Valley-Padmapuram Gardens, Tribal Museum, Tyda Park-Borra Caves– Waterfalls, Coffee Plantations-Visakhapatnam - New DelhiThe group shall be led by a faculty member.  The e-Notice Inviting Tender (e-NIT) is for the services as mentioned in the following paragraphs of the e-NIT from the point of picking up the group from Visakhapatnam Airport on 15th March, 2018 at 15:00 hours till their being dropped back at Visakhapatnam airport on 19th March, 2018 to catch the flight to New Delhi in the afternoon. As NGO will not be providing any transport, the tour operator will provide the transport for the entire period from 15th evening till 19th afternoon including the stay at NGO.

 3.        The Study Tour is to be conducted for the trainee officers of ISTM is an off-campus training programme, using “Field Visit” methodology.  The tour Operator needs to keep this in mind while making arrangements. The objectives of Study Tour, inter alia, include:

a.   To understand India’s cultural heritage and art.

b.   To experience environment and wild life conservation.

c.   To observe the developmental activities taken up in rural and tribal areas

d.   To expose the trainees to research and development work being done by Public sector Undertaking and (other institutions) under mega projects.

e.   To develop in the trainee’s team spirit, time management, management of resources, management of crisis and adaptability to various situations.

 3.1      The thrust of the Study Tour as an off-campus training activity is, therefore, to help all the participants to learn from their movements from one place to another. The logistic arrangements with in build flexibility for conducting the tour is to be made in line with the objectives mentioned above. 

 

4. The Tour Itinerary:

 

Date

Departure

(Tentative time)

Arrival

(Tentative time)

Mode of Travel

Activities

(including stay)

15.03.2018
Thursday

[Delhi to

Visakhapatnam]

AI-451

15:00 hrs from IGI Airport,

17:15 Hrs

By Flight

(Standard as prescribed in Para 7)

Pick up from Vizag Airport by the Tour Operator. Night Stay at Hotel arranged by Tour Operator in Vizag. (En route water bottle/Tea/coffee, etc. and dinner will be arranged by tour operator.

 

Friday
16.3.2018

 

07.30 Hrs

09.00 Hrs

By Bus / SUVs

(Standard as prescribed in  Para 7)

Pick up from, Hotel to  [“Sodhana NGO” Anjaneyapuram, Cheepurupalli-535128, Vizainagaram, A.P.
 Visit of various places of NGO activity. (Lunch Dinner & Stay arrangements will be made by the NGO, Transport Facility provided by tour operator).

Date

Departure

(Tentative time)

Arrival

(Tentative time)

Mode of Travel

Activities

(including stay)

Saturday
17.3.2018

07.00 Hrs

(After   breakfast )

10.00 Hrs

 

By Bus /SUVs

(Standard as prescribed in Para 7)

After Breakfast drive to Araku Valley. Visit to various places /beach at Araku Valley, Padmapuram gardens, Tribal Museum, Tyda park, Borra Caves, waterfalls, coffee plantations, and all places of importance. Evening come back to Visakhapatnam. [Lunch, Tea/coffee and snacks, Dinner, etc. – will be arranged by tour operator].

Sunday

18.3.2018

 

08:00 Hrs

(After breakfast )

 

By Bus /SUVs

(Standard as prescribed in Para 7)

After breakfast visit to important tourist places around Visakhapatnam such as Simhachalam, Boating at Fishing Harbour, Visakha Museum/Sub Marine Museum, Rishi Konda Beach, Kailasagiri park,

Lunch Tea/coffee and snacks at appropriate timings and route. Return to hotel/resort, dinner and night stay.

 19.3.2018
Monday
[Visakhapatnam to Delhi]

08:00 Hrs

(After breakfast )

 

By Bus /SUVs

(Standard as prescribed in Para 7)

After breakfast visit other places of Visakhapatnam return to hotel & drop at Visakhapatnam Airport to pick-up the flight AI-488 (Dep. 15:15 Hrs. Arrival at Delhi 17:25 Hrs )Return (Tour Ends)

 

Note: Air tickets shall be arranged by ISTM for Delhi - Visakhapatanam - Visakhapatnam – Delhi.

 

5.         Arrangements for breakfast, lunch, snacks/tea/coffee, bottled water during journey and dinner for all the participants starting from 15.00 hours on 15th March, 2018, Guest House, Visakhapatnam till dropping at 17.15 hours on 15th March, 2018 at Visakhapatnam Airport except from 16th march morning 08:00 hrs AM to 17th march morning 08:00 hrs AM being to be made by the Tour Operator as part of the package tour. Transport for local visit during NGO attachment i.e. from 16th morning to 17th morning is also to be provided by the transport operator. The bid is required to be submitted accordingly.

6.         The details of tour in brief are as:

a.       

Stay

On twin sharing basis for the participants and separate room for the accompanying faculty. A list of minimum facilities and services required for lodging and boarding during stay have been given in Annexure.

b.       

Number of persons

(i)  35 participants +/- 05 persons (not exceeding forty)

Note: Number of participants may vary. Actual number will be intimated while awarding the contract.

(ii) Accompanying faculty

c.        

Number of Rooms required

(i)  On twin sharing basis for the participants.

Note: In case of odd number of male/ female participants, separate room(s) should be provided for left out male and/ or female participant(s), if any

(ii) One separate room for the accompanying faculty

 

7.  Mode of Transport during the Tour

(i)  By RoadAs far as possible and keeping in view the size of the group, single vehicle (BUS) shall be provided with the following conditions: 

(a)  The Bus should have 2X2 push back seats with Air Conditioner (separate engine for air conditioning like in Volvo type buses) with video player and PA system in good working condition;

(b)Where journey by bus is not considered appropriate, the tour operator can provide MMVs (such as Tempo Traveller) or MUVs (such as Innova).

(c) Number of persons to sit in a vehicle should not be more than its authorised seating capacity.

(d)  For covering journeys less than 4 hours at a stretch, one Driver and one Co-Driver are to   be provided with one Khalasi/ Helper.

(e)  The vehicle should not be more than two years old and it should have not run for more than one lakh kilometres on the date of start of the tour.

(f) Alternative vehicle arrangements of similar standards must be made in case of breakdown of vehicle within one hour. If it is delayed by more than one hour, a penalty of 5% of the total cost per hour may be deducted from the tour cost. 

 

8.  By Boat

Separate and exclusive boat, approved by the State Government, with life jackets and trained marines may be provided. The boat should have rest rooms and pure drinking water facility on board (sealed water bottles of any reputed brand).  Facility of Lunch/ Dinner/ Refreshments should be provided on board of the boat as per requirement.

9.     Other Requirements:

a)    The Tour Operator shall be responsible for the quality of food served and the hygienic conditions under which it is cooked and served.

b)    The proposal shall include all entry fees, cost of guide in monuments, cost of safari, boating (if any) and other charges in the visiting places.

c)    A responsible and experienced official of the tour operator should accompany the group right from the beginning of the tour. S/he shall remain with the group during the entire period of the tour and assist the accompanying faculty in logistics etc., for smooth functioning and successful completion of the tour. S/he, in consultation with the accompanying faculty, should be empowered to take decisions in contingency.

d)    In order to accomplish the objectives as indicated at para 3.1 above, some adjustments may be made in transport and change of routes etc. Such flexibilities shall be allowed without increase in tour costs. Decision of accompanying faculty at that point of time in this regard shall be final and to be followed by the official of tour operator accompanying the tour.

e)     The rate should be quoted on PER PERSON basis for end-to-end service.

f)     Early check in and late check-out at Hotel/ Resort to be taken care of within the scope of the tour without any extra cost (depending on the travel schedule).

g)   Travel insurance comes under the scope of the work of tour operator and should be mandatory.

h)   Sealed bottled drinking water (of any reputed brand) (minimum 2 litres per day) to be provided during the entire period of the tour, including the period of journey and stay.

i)   Upgrades for rooms and business class travel (in case of air travel) should be included.

j)   No alcoholic beverages should be served. Menus and timings of food and beverages may be finalised in consultation with the accompanying faculty.

k)   Safety and security of all persons during the entire period of tour shall be the responsibility of the tour operators.

l)   If any person(s) fall sick during the Tour, it will be the sole responsibility of the Tour Operator to provide the best available treatment – the cost of which will be reimbursed under relevant rules/ provisions of Government of India.  Any loss due to reimbursement of less amount on this account, shall be borne by the tour operator.

10. Advance Payment:

Not more than 30% of the total cost to the private tour operator and 40% to the state owned tour operators can be granted as advance, i.e., before commencement of the tour.  The entire amount in respect of the accompanying faculty shall be paid after the successful completion of the tour upon submission of all bills by the tour operator.    

    

11. Bidder Eligibility Criteria

 11.1    State / UT Tourism Development Corporations/ agencies and Private Tour Operators (not transporters), who are possessing valid accreditation issued by the Ministry of Tourism, Government of India for operating Tours (not transporters) for groups, with a minimum one year of experience of organizing tours for the Government sector. Self-attested copies of valid Accreditation Certificate and documents in support of experience must be attached with the bid.

 

11.2     Incomplete or conditional bids shall be summarily rejected. The bidder shall clearly specify that “all the terms and conditions, including tour itinerary, are accepted”.

 

11.3     ISTM reserves the right to cancel any bid from any tour operator(s) on the ground of previous poor performance which shall be decided solely by the ISTM and the decision of the Director, ISTM shall be final and binding in this regard.

 

11.4     Convassing at any stage shall render the bidder ineligible. Such firm may also be blacklisted for future.

 

12.     Penalty Clause:

      If any of the terms and conditions contained in this e-NIT are not complied with, a penalty of maximum of 25% of the cost or debarment from future tendering for specified period or both can be imposed upon the tour operator. This penalty shall be in addition to the penalty specified under Para 7(f) above, if any. To substantiate imposition of penalty, the feedback received from the participants and the observations of the accompanying faculty shall be relied upon.  The decision of the Director, ISTM shall be final and binding in this regard.  Any legal dispute shall be settled in the Courts of Delhi. 

 

13.      Bids from eligible tour operators are invited for conducting packaged Tour with the foregoing details and terms and conditions quoting cost per person covering all elements of cost.  The tender can be downloaded from the website http://eprocure.gov.in/cppp or www.istm.gov.in. The last date of receipt of bid is 3.00 PM on 8th March, 2018. The Bids, in prescribed format and other required document as per tender notice should be submitted on CPP Portal website i.e. http://eprocure.gov.in/cpppp. Bidders are requested to furnish/upload scanned copies of all documents in pdf. format. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned documents. The bid will be opened on 9th March, 2018 at 3.00 pm. Bidders may also contact toll free no. 18002337315 of Central Public Procurement Portal for obtaining guidance to fill online tender.

 

14.       The successful bidder will be informed and the award letter shall be placed on the Institute’s website.

 

Yours faithfully,

Sd/-

(B Dhanesh)

Deputy Director & Course Director

Encl (2 Annexures)

Annexure-I

 

Facilities and services required for Lodging and Boarding

 

Sl. No.

Facilities and Services

1.       

Full time operation 7 days a week in session

2.       

Establishment to have public liability insurance

3.       

English/Hindi speaking front office staff with adequate soft skills.

4.       

24 hours lifts for buildings higher than ground plus two floors - local laws may require a relaxation of this condition.

5.       

Easy access for the differently abled guests

6.       

Bedrooms, bathroom, public areas and kitchen fully serviced daily

7.       

All floor surfaces clean and in good shape

8.       

Floors and walls to have non-porous surfaces

9.       

All rooms in the same building or resort. However, in case of more than 30 persons,  rooms in not more than two buildings in close vicinity, not more than 2 Kms apart

10.   

Minimum bedding 2 sheets, pillow and case blanket, mattress protector/ bed cover

11.   

Minimum bed width for each single bed 90 cms. (separate bed for each person)

12.   

Mattress thickness minimum 10 cm - coir foam or spring foam

13.   

A clean change of bed and bath linen daily and between check-in

14.   

To provide two sealed bottles of branded bottled water of minimum 500 ml per person per day on complimentary basis with minimum one glass per person

15.   

Shelves/ drawer spaces

16.   

Wardrobe with minimum 4 clothes hangers per person

17.   

Sufficient lighting for each bed

18.   

At least two multipurpose sockets, out of which one should be of 5 amp earthed power socket

19.   

A writing surface with sufficient lighting

20.   

Chairs - one per bed

21.   

A wastepaper basket (covered) in each room

22.   

Opaque curtains or screening at all windows

23.   

A mirror, at least half length

24.   

Rooms with attached bathrooms, bathrooms to have sanitary bin with lid

25.   

Size of bathroom in square feet – minimum 36 Sq. Feet

26.   

1 bath towel and 1 hand towel to be provided per guest and should be changed everyday

27.   

Bath stool/ Bath Mat

28.   

Cloth hooks in each bath/ shower room

Sl. No.

Facilities and Services

29.   

A sanitary bin with lid

30.   

Each western WC toilets to have a seat with lid and toilet paper

31.   

Water sprays or bidets or washlets or other modern water based post toilet paper hygiene facilities and water tab with mug close to the WC

32.   

Lounge or seating area in the lobby

33.   

Reception facility - operated minimum 16 hours, Call service 24 hours

34.   

Local directions, including city street maps to be available on request

35.   

Name address and telephone numbers of doctors with front desk, Doctor on call

36.   

Left luggage facilities in a well secured room / 24 hour manned area

37.   

One Multi-cuisine Restaurant cum coffee shop open from 7 am to 11 pm and 24 hours room service

38.   

Intercom in rooms

39.   

Head covering for production staff/ serving staff

40.   

Food serving in buffet system, dishes to be kept separately in sufficient quantity and variety in neat, clean and hygiene environment with clear signboards showing vegetarian and non-vegetarian foods noticeably

41.   

Ventilation system in dining area

42.   

Pest Control in all areas

43.   

Hot and cold running water

44.   

Rooms and bath rooms to have air fresheners

45.   

Tea coffee making machine in the room, replenishment of sufficient material

46.   

Newspapers in room (English or Hindi, as desired)

47.   

Bottled toiletries or soaps (minimum 2 new bottled toiletries/ soaps per person)

48.   

Free Wi-fi/ internet connectivity in rooms (except remote areas not connected with net)

49.   

PC available for guest use in lounge/ reception area with internet facility on request

50.   

Wake up call service on request

51.   

Hairdryers in bathroom

52.   

Bedside table with drawer for each bed

53.   

Shower cabin/ Curtains

54.   

Room service

55.   

Iron/ Iron board facilities (on request)

56.   

In room safe/ safe keeping

57.   

TV with cable /DTH Connectivity

58.   

Intercom in bathroom

 

 

ANNEXURE – II

 

INSTRUCTIONS FOR ONLINE BID SUBMISSION

 

Instructions to the Bidders to submit the bids online  through the Central Public  Procurement Portal for Procurement at http://eprocure.gov.in/eprocure/app

 

1.              Possession of valid   Digital Signature Certificate (DSC) and enrollment/registration of the contractors/bidders on the e-Procurement/ e-tender portal is a pre-requisite for E-tendering.

 

2.           Bidder   should do   the enrollment in the e-Procurement site using   the   "Online Bidder Enrollment" option available on the home page. Portal enrollment is generally free of charge. During enrollment/ registration, the   bidders should   provide the   correct/ true information including valid email id.  All the correspondence shall be made directly with the contractor/bidders through email id provided.

 

3.                Bidde need    to   login    to   the   site   through    their    user    ID/    password   chosen   during enrollment/ registration.

 

4.          Then the Digital Signature Certificate (Class II or Class III Certificate with signing key usage) issued by SIFY/TCS/Code/e-Mudra or any Certifying Authority recognized by CCA India on e-Token/Smart Card, should be registered.

 

5.              The DSC that is registered only should be used by the bidder and should ensure safety of the same.

 

6.              Contractor/Bidder may go through the tenders published on the site and download the required tender documents/ schedules for the tenders he/ she is interested.

 

7.      After downloading / getting the tender document/ schedules, the Bidder should go through the contact details.  Bidder should take into account the corrigendum published before submitting the bids online.

 

8.        If there are any clarifications, this may be obtained online through the tender site, or through the contact details.   Bidder should take into account the corrigendum published before submitting the bids online.

 

9.            Bidder then logs in to the site through the secured log in by giving the user id/ password chosen during   enrolment/registration    and    then    by    giving     the    password   of    e• Token/Smartcard to access DSC.

 

10.        Bidder selects the tender which he/ she is interested in by using the search option & then moves it to the 'any tenders' folder.

 

11.            From my tender folder, he selects the tender to view all the details indicated

 

12.         It is construed that the bidder has read all the terms and conditions before submitting their offer. Bidder should go through the tender schedules carefully and upload the documents as asked; otherwise, the bid will be rejected

 

13.            Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender documents/schedule and generally, they can be in PDF/xls/rar/jpg/dwf formats.  If there is more than one document, they can be clubbed together and can be provided in the requested format.    Bidders Bid documents may be scanned with 100 dpi with black and white option.   It is advisable that each document to be uploaded through online for the tenders should be less than 2 MB.   If any document is more than 2MB, it can be reduced through rar and the same can be uploaded, if permitted.  However, if the file size is less than 1 MB the transaction uploading time will be very fast.

 

14.           If there are any clarifications required, this may be obtained through the site, or during the pre-bid meeting if any.   Bidder should take into account the corrigendum published from time to time before submitting the online bids

 

15.           The Bidders can update well in advance, the documents such as certificates, annual report details etc., under My Space option and these can be selected as per tender requirements and then send along with bid documents during bid submission.   This will facilitate the bid submission process faster by reducing upload time of bids

 

16.            Bidder should submit the Tender Fee/EM as specified in the tender.   The original should be posted/ couriered/ given   in pers to the Tender Inviting Authority, within the bid submission due dae & time for the tender or as indicated in the tender.  Scanned copy of the instrument should be uploaded as part of the offer

 

17.            While submitting the bids online, the bidder reads the terms & conditions and accepts the same to proceed further to submit the bid packets

 

18.      The bidder has to select the payment option as offline to pay the Tender FEE/EMD as applicable and enter details of the instruments.

 

19.            The details of the EMD any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise submitted bid will not be acceptable or liable for rejection.

 

20.      The bidder has to digitally sign and upload the required bid documents one by one as indicated.   Bidders   to note that the very act of using DSC for downloading the bids and uploading their offers shall be deemed to be a confirmation that they have read all sections and   pages   of the bid   document including General conditions of contract without any exception and have understood the entire document and are clear about the requirements of the tender requirements.

 

21.            The bidder has to upload the relevant files required as indicated in the cover content.   In case of any irrelevant files, the bid will be rejected

 

22.        If the price bid format is provided in a spread sheet file like BoQ_xxxx.xls, the rates offered should be entered in the allotted space only and uploaded after filling the relevant columns. The Priced-bid/BOQ template must not be modified / replaced by the bidder; else the bid submitted is liable to be rejected for this tender

 

23.      The bidders re-requested to submit the bids through online   e-tendering system to the Tender Inviting Authority (TIA) well before the bid submission last date & time (as per Server System Clock).   The TIA will not be held responsible for any sort of delay or the difficulties faced during the submission of bid online by the bidders at the eleventh hour

 

24.      After the bid submission (i.e.  after Clicking "Freeze Bid Submission" in the portal), the acknowledgement number, given by the system should be printed by the bidder and kept as a record of evidence for online submission of bid for the particular tender and will also act as an entry pass to participate in the bid opening date

 

25.            The time settings fixed in the server side & displayed at the top of the tender site, will be valid for all actions of requesting, bid submission, bid opening etc., in the e-tender system. The bidders should follow this time during bid submission.

 

26.          All the   data   being   entered by the bidders would be encrypted using   PKI encryption techniques to ensure the secrecy   of the data.    The data entered will not viewable by unauthorized persons during bid submission & not be viewable by any one until the time of bid opening.

 

27.        Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key.   Further this key is subjected to asymmetric encryption using buyers/bid openers' public keys.  Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.

 

28.       The confidentiality of the bids   is maintained since   the   secured Socket Layer   128-bit encryption technology is used.   Data storage encryption of sensitive fields is done.

 

 

29.        The bidder should logout of the tendering system using the normal logout option available at the top right hand corner and not by selecting the (X) exist option in the browser.

 

30.    For any queries regarding e-tendering process, the bidders are requested to contact as provided in the tender document.  Parallely  for any further queries, the bidders are asked  to contact over phone:1-800-233-7315 or send  a mail over to -cppp-nic@nic.in