फा .सं/ File No. Y-17011/1/2018-ISTM भारतसरकार / GOVERNMENT OF INDIA सचवालयशणतथाबधसंथान INSTITUTE OF SECRETARIAT TRAINING & MANAGEMENT (आईएसओ 9001:2015 संथा / AN ISO 9001:2015 INSTITUTION) कामकएवंशणवभाग / DEPARTMENT OF PERSONNEL & TRAINING शासनकलाक ,ज.ने.व . परसर (पुराना ) / ADMINISTRATIVE BLOCK, JNU CAMPUS (OLD), ओलोफपामेमाग,नईदल - 110067/ OLOF PALME MARG, – 110067 दरभाषू / TELEPHONE –011-26185312; टेलफैस / FAX – 011-26104183 ------दनांक / Date: 19 th July, 2018 To All the Tour Operators

Subject: Notice Inviting Tenders (NIT) for Study Tour in the Sector Delhi- - Mount Abu- Udaipur- Delhi for the participants of 167 th Cash & Accounts Training Programme from 9th July to 7 th September, 2018.

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 167 th Cash & Accounts Training Programme is currently underway 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 34 officers (approximately) of the 167 th Cash & Account Training Programme plus one faculty during 27th August to 01 st September, 2018 in the Sector Delhi-Udaipur-Mount Abu- Udaipur-Delhi . The group shall be led by a faculty member. The Notice Inviting Tender (NIT) is for the services as mentioned in the following paragraphs of the NIT starting with providing dinner on 27 th August in the train (Mewar Express from Hazarat Nizhamuddin to Udiapur ) and picking up the group from NGO (Narayana Sewa Sansthan) at Udaipur on 29th August, 2018 1000 hrs till their being dropped at Udaipur railway station on 1 st September, 2018 evening at 16:30 hrs..

3.1 The Study Tour to be conducted for 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’ steam spirit, time management, management of resources, management of crisis and adaptability to various situations.

3.2 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 arrangement with in build flexibility for conducting the tour is to be made in line with the objectives mentioned above. 4. The Tour Itinerary: Date 34 Participants+ Course coordinator Mode of journey

27.8.2018 Departure from Hazarat Nizhamuddin Railway Train (En-route dinner to Station to Udaipur by Mewar Express by AC-III be provided by the tour tier(Tickets to be purchased by the participants). agency/ operator) Overnight stay at Narayana Sewa Sansthan. The transport will be provided by the NGO.

28.8.2018 Arrival at Udaipur at 7.20 AM. Pick up by NGO by Bus to be provided by bus from Railway station to Narayan Sewa Sansthan the NGO for NGOs activities. (Breakfast, lunch, tea to be provided by the NGO.) Night stay with the NGO.

29.8.2018 After breakfast departure to hotel. The study tour Tour operator to take component starts now. The tour operator will pick up charge now. Bus & Hotel the group from the NGO at 10.00 AM in the morning. to be provided by the Visit City Palace, (Jag Niwas) with Tour operator. All the Museum & Crystal Gallery, Sunset boating at Lake fees of the Museum and Pichola and Local Sight-seeing & visit to Temples Crystal Gallery & other (Jagdish Temple, Temple etc.)Night stay at places of visit to be borne Udaipur. Tea/Snacks/Lunch& Dinner to be provided by tour operator. by the tour operator.

30.8.2018 After Breakfast Checkout of the Hotel at 8:00 AM. Bus to be provided by Visit to Kumbalgarh Fort the tour agency. Guide (Tea/Coffee/Snacks/Juice/Lunch on the way), Local Charges, boating Sightseeing/Temples during the way/Lunch at charges, entry fee of Kumbalgarh Fort. Proceed to Mount-Abu, local museum to be paid by sightseeing (Tea/Coffee/Snacks/Juice on the tour operator/ midway), Dinner & Rest at Hotel in Mount Abu.

31.08.2018 After Breakfast 7:00 AM. Proceed to Mount-Abu Wildlife Sanctuary with Jeep Safari, Local

Sightseeing/Temples during the way. Visit to Gurushikar-Highest Point Sunset & for Boating. -do- Proceed to Udaipur, dinner at Udaipur. Tea/Snacks/Coffee/Juice/ Lunch & Dinner to be provided by tour operator

01.9.2018 After breakfast, Visit to Achalgarh and nearby places Bus to be provided by Back to Udaipur & take lunch at Udaipur followed by the tour agency local visit. Checkout at 1600 hrs drop at Udaipur railway station at 1630 hrs for return journey by train. (Packed Dinner to be provided by tour operator).

Note : Train tickets shall be arranged by ISTM. The cost of tickets to buildings, boating and other activities will be borne by the tour operator. The transport will be provided by the tour operator even during the NGO visits which will be used for local travel & field visit. Whenever smaller vehicles/transport is required, tour operator will arrange the tour.

[Note: Tour operator should define clearly without any ambiguity about local transport, stay and other activities including entry tickets to buildings, boating, etc.]

5. Arrangements for breakfast, lunch, snacks/tea/ coffee, bottled water during journey and dinner for all the participants starting from providing dinner in train for participants on 27th August, 2018 and picking up the participants from NGO on 29th August, 2018 at 10:00 hrs till dropping at Udaipur railway station on 1st September, 2018, are to be made by the Tour Operator as a part of the package tour. The bid is required to be submitted accordingly. Minimum two one litre bottles per person per day is to be provided by the tour operator.

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 (i) 34 participants (Approximately). persons Note: Number of participants may vary. Actual number will be intimated while awarding the contract. (ii) Accompanying faculty c. Number of (i) On twin sharing basis for the participants. Rooms Note: In case of odd number of male/ female participants, separate required 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 Road: - As 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 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 (along with annexure), 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 Canvassing 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 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 & conditions quoting cost per person covering all elements of cost. The tender can be downloaded from the website http://eprocure.govt.in/cppp/app or www.istm.gov.in the last date of receipt of bid is 02:00 PM on 6th August, 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/cpp , 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 7th August, 2018 at 03:00 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 Annexure

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 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 . Interc om 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 . Provision of complimentary bed tea, if tea/ coffee makers are not provided in rooms 46 . Newspapers availability in Reception and Lobby/ Lounge 47 . Toiletries to be provided (minimum 2 new soaps per person) 48 . Free Wi -fi connectivity in rooms/ lobby/ reception area (except remote areas not connected with net)

(B Dhanesh) Deputy Director & Course Director

Annexure-II

Instructions for Online Bid Submission

The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal. More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app .

Registration 1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app ) by clicking on the link “ Online bidder Enrollment ” on the CPP Portal which is free of charge. 2) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts. 3) Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / nCode / eMudhra etc.), with their profile. 5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC’s to others which may lead to misuse. 6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-Token.

Searching for Tender Documents 1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP Portal. 2) Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS / email in case there is any corrigendum issued to the tender document. 3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk.

Preparation of Bids 1) Bidder should take into account any corrigendum published on the tender document before submitting their bids. 2) Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid. 3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document. 4) To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “My Space” or ‘’Other Important Documents’’ area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process. Note: My Documents space is only a repository given to the Bidders to ease the uploading process. If Bidder has uploaded his Documents in My Documents space, this does not automatically ensure these Documents being part of Technical Bid.

Submission of Bids 1) Bidder should log into the site well in advance for bid submission so that they can upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues. 2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document. 3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the instrument. 4) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted/couriered/given in person to the concerned official, latest by the last date of bid submission or as specified in the tender documents. The details of the DD/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 the uploaded bid will be rejected. 5) Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BoQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BoQ file, open it and complete the white colored (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BoQ file is found to be modified by the bidder, the bid will be rejected. 6) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission. 7) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done. 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 opener’s public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.

7) The uploaded tender documents become readable only after the tender opening by the authorized bid openers. 8) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the portal), the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details. 9) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings. Assistance to Bidders 1) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender. 2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk. ****