0% found this document useful (0 votes)
43 views32 pages

Manpower

TAMPCOL is inviting bids for a Two Part Open E-Tender to provide manpower and security guards from July 1, 2025, to June 30, 2028, with an estimated value of Rs. 680.82 lakh. Bidders must submit their technical and financial bids online through the e-Procurement portal, with a mandatory Earnest Money Deposit of Rs. 1,00,000. The tender documents can be downloaded for free, and the submission period is from May 25, 2025, to June 23, 2025.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
43 views32 pages

Manpower

TAMPCOL is inviting bids for a Two Part Open E-Tender to provide manpower and security guards from July 1, 2025, to June 30, 2028, with an estimated value of Rs. 680.82 lakh. Bidders must submit their technical and financial bids online through the e-Procurement portal, with a mandatory Earnest Money Deposit of Rs. 1,00,000. The tender documents can be downloaded for free, and the submission period is from May 25, 2025, to June 23, 2025.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

TENDER INFORMATION

1. Name and address of The General Manager,


the Purchaser / TIA Tamil Nadu Medicinal Plant Farms & Herbal Medicine
Corporation Ltd (TAMPCOL),
AAGHIM Campus, Arumbakkam,
Chennai – 600 106.
TelephoneNo:044-26216696
E-Mail - tampcolho@[Link]
2. Name of the Item Two Part Open E-Tender through eProcurement Portal at
/Work [Link] for providing manpower & Security guards
to Tampcol Head Office, Factories at Alathur, Chengalpattu District,
Pudukkottai, Sales Counters at Chennai, Palayamkottai, Tirunelveli
Dist., and Kottar, Kaniyakumar Dist from 01.07.2025 to 30.06.2028
3. Method of Tender e-Tender System (Online Technical Bid and
Financial Bid) through e-Procurement Portal
[Link]
4. Tender Reference
Number 210/A2/Estt/2025
5. Tender Estimated Value
Rs.680.82 Lakh
6. Earnest Money Deposit
(EMD) Rs.1,00,000/-
7. URL for online bid
submission for e-tender [Link]
8. Cost of Tender documents can be downloaded at free of cost from the
Tender
Document website [Link]
9. Tender Document From 25.05.2025 to 23.06.2025 Up to 11.00
Availability Date & Time on A.M.
the Portal for Downloading
and e-submission
[Link] & Time of Closing of
e-Submission of Technical Date: 23.06.2025
Bid and Financial Bid Time:11.00 A.M.
11. Date & Time of Pre-bid Date:10.06.2025
meeting Time:11.00 A.M.
[Link] & Time of opening of
PartI –Technical Bid of e- Date: 24.06.2025
Tender Time:11.00 A.M.

Signature of the Tenderer & Name in BLOCK letters


13. Date and time of opening The date of opening of Financial Bid will be informed to the eligible
of Part II bidders through Online Portal and registered e-mail.
Financial Bid
[Link]-Bidmeeting & Part I The General Manager Office,
TechnicalBid and Part II Tamil Nadu Medicinal Plant Farms & Herbal
Financial Bid opening Medicine Corporation Ltd (TAMPCOL),
AAGHIM Campus, Arumbakkam,
Chennai – 600 106. Telephone No:044-26216696
[Link] Instructions to the [Link]
Contractors/Bidders for the =HelpForContractors&service=page
e-submission of the bids
online through this e-
Procurement Portal. The link
for which is
[Link] Manual Kit. The link [Link]
for which is =BiddersManualKit&service=page

Signature of the Tenderer & Name in BLOCK letters


1. INSTRUCTIONS TO THE TENDERERS

PREAMBLE OF E - TENDER:-
The General Manager, TAMPCOL invites Bids by way of E-
Submission only from reputed agencies on behalf of The Managing
Director, TAMPCOL., to submit Two Part Open E-Tender through
e-Procurement Portal at [Link] for providing of
manpower & Security guards to Tampcol Head Office, Factories At
Alathur Factory, Chengalpattu District, Pudukkottai, Sales
Counters at Chennai, Palayamkottai, Tirunelveli Dist., and Kottar,
Kaniyakumar Dist from 01.07.2025 to 30.06.2028

Applicability of TamilNadu Transparency in Tenders Act,1998:-

This Tender will be governed by the Tamil Nadu Transparency in


Tenders Act, 1998 and The Tamil Nadu Transparency in Tenders
Rules, 2000 and subsequent amendments thereof are applicable
to this Tender.

INSTRUCTION TO BIDDERS:-

The tenders are in Two Part System (a) Technical Bid without Financial
Bid and (b) Financial Bid. All the Bidders are requested to examine
the instructions, terms & conditions and specifications laid down in
the Tender. Failure to furnish all required information in every
aspect will be at their risk and may result in the rejection of their
bid.
History of Legal Dispute:
If an agency wants to participate in Tender, the agency should
not possess any court case / Police complaint/ allegations of
misconduct in paying ESI/EPF to the workers [ implies that the
agency should have no outstanding lawsuits, legal disputes, or
unresolved court proceedings against it])

Signature of the Tenderer & Name in BLOCK letters


 THE BIDDERS WHO DO NOT FULFIL THE "PRE-QUALIFICATION
CRITERIA"AS PER CLAUSE 3.1 to 3.7. NEED NOT PARTICIPATE
IN THE TENDER. OFFERS NOT SATISFYING THIS "PRE-
QUALIFICATION CRITERIA" WILL NOT BE CONSIDERED AND
WILL BE SUMMARILY REJECTED.

MODE OF SUBMISSION:-
All the documents are to be uploaded in the Online Portal only.
Website [Link]
Part A –Technical Bid
Part B –Financial Bid

LANGUAGE OF THE E-TENDER:-


 All information in the tender offer shall be in ENGLISH only.
It shall not contain interlineations, erasures or overwriting
except as necessary to correct errors made by the bidder.
 The number of persons mentioned in the tender document are
approximate. The tender accepting authority shall be
permitted to increase or decrease the number of persons by
25% finally ordered through the tenderer.
 Kindly go through the check-slip given and ensure whether all the
asked documents are enclosed.
 The Bidder has to digitally sign and upload the required bid
documents one by one as indicated in the tender document.
 It is also informed that the Open tender offer shall be valid for
three years from 01.07.2025 to 30.06.2028 and also in the
extended duration if any.
 All the tenderers are instructed to check the designated websites,
after the date of pre-bid meeting, till 48 hours before the closure
date and time, for the publication of corrigendum, due to any
amendments or clarifications on the tender, if any.
 They are instructed to download the corrigendum, if published and
enclose the duly authenticated copy of it along with the technical

Signature of the Tenderer & Name in BLOCK letters


bid document without fail. Failing which, it is liable for rejection of
the tender offer.
 Detailed evaluation will be done only on the basis of the
Documents/ Records/ Evidences/ Certificates produced by the
Applicant in the Technical Bid.
 All the categories of posts are requested to be fulfilled on
outsourcing basis as required by Tampcol on full time basis for the
period of three years.

The minimum qualification, age of candidate, experience place of


work to be deployed for each position will be notified by Tampcol.

2.0 GENERAL TERMS & CONDITIONS:

[Link] Two Part Open E-Tender through e-Procurement Portal at


[Link] for providing of manpower & Security
guards to Tampcol Head Office, Factories At Alathur, Chengalpattu
District, II Unit Pudukkottai, Sales Counters at Chennai,
Palayamkottai, Tirunelveli Dist., and Kottar, Kaniyakumari District
from01.07.2025 to 30.06.2028 consists of:

(a) (i) PART-I TECHNICAL BID, wherein, the pre-qualification,


based on various factors such as capacity, suitability and eligibility
of the tenderer will be evaluated, considered and decided prior to
opening and consideration of commercial Bids under PART-II of the
Open tender.

(ii) The PART-I technical bid shall be opened on the date/time and
venue specified in the presence of the tenderers or their authorized
representative who opt to be present during the opening.

(b) (i) The PART-II Financial Bid of the tenderers who do not
satisfy any/all the terms and conditions specifically so mentioned

Signature of the Tenderer & Name in BLOCK letters


under PART-I technical bid shall not be considered eligible and shall
not be opened.

(ii) The PART-II Financial bids shall normally be opened within 60


days from the opening of the Part-I Pre-qualification/technical bids
in the presence of tenderers or their authorized representative who
opt to be present. The date of such opening of commercial bid will
be informed separately to those who are qualify in Part I Technical
Bid.
2.2. Tenders received after the specified date and time shall be
SUMMARILY REJECTED.

2.3. The signatory of the tenderer should indicate his/her/their


status in which he/she/they have signed and submit necessary
Legally/Lawfully admissible documentary proof in respect of such
authority assigned to him/her/them by the firm. If the E- tender
opening day is declared as a holiday, the Open tenders shall be
received and opened immediately on the next working day at the
same time and place.

2.4 EARNEST MONEY DEPOSIT


2.4.1. Bidder should pay the amount towards Earnest Money
Deposit EMD as follows:

Description Approximate tender EMD Amount


value (Rs)

Providing of manpower & Security Rs.680.82 lakh Rs.1,00,000


guards to Tampcol Head Office,
Factories At Alathur, Chengalpattu
District, II Unit Pudukkottai, Sales
Counters at Chennai,
Palayamkottai, Tirunelveli Dist.,
and Kottar, Kaniyakumar Dist

Signature of the Tenderer & Name in BLOCK letters


2.4.2 Online payment gateway has been enabled for TAMPCOL,
Chennai in e-Procurement Portal [Link] The
EMD amount should be paid only through online payment mode in
e-tender portal of [Link]

2.4.3. The EMD will not carry any interest.

2.4.4. Organizations, which are claiming to be State Public Sector


Undertaking, Micro, Small & Medium Scale Industries, Co-operative
Societies and organization run by Shelf Help Groups which are
located within the State are exempted from paying EMD & they
should produce necessary registration documents to claim EMD
exemption.

2.4.5. Bidder has to select the payment option as “pay online” to


pay the EMD amount. Only after payment of EMD, bidder will be
able to encrypt/upload their bids. In order to avoid any issues and
last minute delay in processing of payment online, it is
recommended to make payment and submit the bid as early as
possible. TAMPCOL will not be responsible for any sort of difficulty
faced/failure in submission of bids online by the bidder.

Any other mode of payment of EMD shall not be accepted.

2.4.6. Online payment mode (EMD):

[Link]. During online bid submission process, bidder shall select


SBIM OPS option and submit the page, to view the terms and
conditions page. On further submission, bidder will be re-directed
to MOPS gateway, where two options namely SBI and Other Banks
will be shown, here the bidder may proceed as follows:

Signature of the Tenderer & Name in BLOCK letters


[Link]. SBI Account Holder: Shall click “SBI‟ option to view the
Net Banking Facility, where they can enter their internet banking
credentials and transfer the EMD amount.

[Link].Other Bank Account Holders: Shall click “Other Bank‟


option to view the bank selection page and select their respective
bank to proceed with Net banking Facility for payment of EMD.

[Link].Note - Bidders using “Other Bank” option under SBI MOPS


payment Gateway are advised by SBI to make online payment 72
hours in advance before tender submission closing time.

[Link]. Any transaction charges levied while using any of the


above modes of online payment has to be borne by the bidder.

The bidders will be evaluated only if payment status shows


“Success” during bid opening. It is necessary to click on “Freeze
bid” link/icon to complete the process of bid submission, otherwise
the bid will not get submitted online and same shall not be
available for viewing/opening during technical bid opening.

2.7.7. Refund of EMD of unsuccessful bidders:


The EMD paid by the bidder will automatically be deposited in the
“Pooling Account” of the State Govt. only and not in TAMPCOL’s
account. Hence refund process will be initiated automatically, once
the bid is rejected by TAMPCOL during technical / financial
evaluation and TAMPCOL is no way responsible for refund of EMD
of the unsuccessful bidders.

Signature of the Tenderer & Name in BLOCK letters


2.7.8. Tenders not accompanied with Online Payment towards the
prescribed EMD shall be summarily rejected.

2.7.9. No earlier EMDs or performance guarantees are transferable


against present Tender. Therefore, submission of fresh EMD along
with the offer is MANDATORY.
2.8 COST OF BIDDING
The bidder shall bear all costs associated with the preparation and
submission of its tender and TAMPCOL will in no case be
responsible or liable for these costs, regardless of the conduct or
outcome of the tendering process.

2.9 SUBMISSION OF E – TENDER


Two-part (Technical and Financial Bid) online system should
be uploaded in e-Procurement Portal ([Link]
[Link]):

2.9.1 General Instructions for Two Part E-Tender:


The tender proposes two stage tender system viz. (PART-A)
Technical Bid and (PART-B) Financial Bid. The first stage enables
TAMPCOL to know whether the Bidder is technically competent and
capable of executing the order. Only those who qualify in the first
stage would be eligible to take part in the second stage viz.
Financial Bid. The Financial Bid of Bidders who failed in the first
stage will not be opened.
Both the Technical and Financial Bids should be submitted in Online
Portal [Link]

In Technical Bid– Documents listed in Annexure-I Shall be uploaded.

In Financial Bid – The rates alone should be quoted in the


Financial Bid - BOQ (Excel Format) only and to be uploaded
online.

Signature of the Tenderer & Name in BLOCK letters


3. DETAILS TO BE FURNISHED IN BID & OTHER DETAILS:

1. Reputed Agencies having valid registrations certificates from the Statutory

Bodies, viz., Provident Fund, ESI, Labour license, etc., and having

experience of at least three years in providing various categories of

manpower to the Government Organisations / Departments (preferably in

the state of Tamil Nadu)/ leading private firms are eligible to participate in

the Tender.

2. The tenderer should have Office at Chennai at least for a period of not less

than one year and the documentary evidence of the same with the details of

staff, phone number, fax number, email id to be furnished. The tenderer

without office / branch office at Chennai is not eligible to participate

in this tender.

3. The Technical Bid should be submitted along with all the scanned copy of

supporting documents and documentary proof mentioned in the Bid

document.

4. The Bid with incomplete details will be treated as non-responsive offer and

the tender is liable for rejection.

5. The annual turn-over in the last three Financial years (2021-22, 2022-23 &

2023-24) shall be at least Rs.1 crore every year, duly certified by a

Chartered Accountant, out of which at least 50% must be from the supply of

manpower to Government Organisations / Departments/ Private firms in the

State of Tamil Nadu.

Signature of the Tenderer & Name in BLOCK letters


The Rules and regulations of Tamil Nadu Medicinal Plant Farms and Herbal

Medicine Corporation Ltd., with respect to working hours, dress code, wage

structure, Uniform, bonus, Transportation facility, etc., are applicable to the

persons provided by the tenderer.

6. The security guards to be provided by the tenderers should have

passed eighth standard and should be able to read and write. The

maximum age of security guards should not exceed 45 years on the

date of appointment.

7. The tenderer shall quote a single fixed service charge alone

(excluding GST) as percentage of the total wage for providing

manpower and security service to Tampcol Alathur Factory at

Chegalpattu district, Pudukkottai, Head Office at Chennai & Sales

Counters at Chennai, Palayamkottai & Kottar.

8. Tender Evaluation Criteria:


i. The Technical Bid will be evaluated based on the compliances filled up
in the Technical Bid and also all the terms and conditions of the tender.
The tenders that do not confirm to the tender conditions and tenders
from firms without adequate capabilities for execution of the work as
per tender requirements shall be liable for rejection. All eligible tenders
will be considered for further evaluation. The technically qualified
Bidder alone will be considered for opening of the Price Bid. The Price
Bids of technically qualified Bidders will alone be opened and evaluated.
The decision TAMPCOL will be final in this regard.
ii. The Technical Bid will be examined by an evaluation committee on the
basis of responsiveness to the scope of work, applying the evaluation
criteria. The details and the documents provided in the Technical Bid
will be taken up as reference for evaluation.

Signature of the Tenderer & Name in BLOCK letters


iii. Tenders with incomplete information are liable for rejection.
9. Letter of Acceptance (LoA)

After successful completion of the negotiations, the Letter of Acceptance (LoA) of


tender is issued to the Successful Bidder by the TAMPCOL Ltd.,

[Link] of Earnes Money Deposit

If the successful Bidder fails to act according to the tender conditions or


backs out after our work order/ his tender has not been accepted, his Earnest
Money Deposit will be forfeited to the TAMPCOL and the agency will be black listed
for the period of five years.

11. Agreement to be executed

The successful Tenderer should execute an agreement as may be drawn up


to suit the conditions on a non-judicial stamp paper worth Rs.200/-, as prescribed
in law on the date of remittance of Security Deposit and shall pay for all stamps and
legal expenses incidental thereto. In the event of failure to execute the agreement,
within the time prescribed, the EMD/SD amount remitted by the Tenderer will be
forfeited besides cancelling the Tender.

[Link] on Contract and Service Charge:


i. The Rate Contract tender and the Service charge will be valid for a
period of 36 months from the date of signing of Agreement and in
extended period if any. The TAMPCOL. reserves the right to split the
contract and offer it to other Successful Bidders under the Rate
Contract at any time during the contract period without change in
rates and other terms of contract.
ii. The contract period can be further extended on mutual agreement
basis without any change in rates or the terms and conditions.
iii. The TAMPCOL reserve the rights to add or delete any item or category
and also fix new rates as applicable within the duration of contract.
During such revision, addition to the finalized service charges will
apply accordingly.

Signature of the Tenderer & Name in BLOCK letters


13. Security Deposit

The successful Bidder will be required to remit a Performance Security


Deposit @ 5% of the approved tender value for one year period and the security
deposit to be top-up for the subsequent years based on the revised rates for that
year as per our revised orders. The EMD amount paid by the successful bidder will
be adjusted in the security deposit to be paid by the successful tenderer. If the
accepted Bidder fails to remit the Security Deposit within the above said period, the
Earnest Money Deposit remitted by them will be forfeited to TAMPCOL and their
tender will be held void.

14. RELEASE OF WORK ORDER AND IMPLEMENTATION OF CONTRACT

After the execution of the agreements and after receipt of the Security Deposit, the
TAMPCOL will release the formal Work Order to the successful Bidder.

[Link] of work Order


i. Successful Bidder alone will be liable or responsible to TAMPCOL for
due fulfillment of terms and conditions of the tender. The Successful
Bidder should nominate and intimate TAMPCOL an Account Manager
specifically to handle the Work Order from TAMPCOL and ensure that
he should fully familiarize himself with the terms and conditions of the
tender, scope of work, Work Order and the guidelines, and is
responsible to execute the Work Order effectively complying all the
terms and conditions.
ii. The Outsourcing Agency on receipt of work order has to meet the
respective customer department and arrange for deployment of
resources and inform TAMPCOL on the details of deployment of
resources and other details of implementation of the work assigned
and the progress.
iii. The Outsourcing Agency have to arrange deployment of resources
within 7 days from the date of receipt of work order. Also, if any
additional manpower is requested by TAMPCOL, the Outsourcing

Signature of the Tenderer & Name in BLOCK letters


Agency will arrange manpower within 7 days from the date of receipt
of request from concerned section through email. Otherwise, penalty
will be levied @ 2% of the daily wages for that particular requested
category for every week upto a maximum of 10% of the wages of that
particular requirement.
[Link] of tender in whole or in part
The Successful Bidder should not under-let or sublet to any person/s or body
corporate for the execution of the contract or any part thereof.
[Link] Terms
i. No advance payment will be made to the tenderer.
ii. Payment will be released after scrutiny of the invoice submitted along
with the required documents against each LOA / Work order along with
the submission of previous month’s EPF/ESI and other statutory
remittances in respect of employees deployed for the department as
per Government rules, procedures, guidelines, tender requirement etc.
iii. TAMPCOL will take care to settle the payment within a reasonable time
of about 45 days from the date of receipt of invoice and acceptance of
claims.
iv. The payment to be made to the workers (either by bank credit or by
cheque) on or before 7th of every month for the previous month’s work.
The statutory payments like ESI & EPF to be made to all workers on or
before 20th every month.
v. The TDS as applicable should be deducted from the supplier’s invoice
as per the existing rules.
vi. The contract payment made to the workers should be supported by
the documents such as pay slip/ consolidated pay sheet indicating the
breakup details of the payment and the same need to be submitted
along with the monthly invoice.
vii. The outsourcing agency should provide monthly pay slip to all the
workers under their contract at their own cost
viii. The payment for statutory agencies such as EPF and ESI to be paid
properly and proof of document to be submitted to TAMPCOL with the

Signature of the Tenderer & Name in BLOCK letters


name of all workers, A/c no and details of payment clearly indicated
along with the claim for payment. The outsourcing Agency to facilitate
the details of statutory payments and also for on-line verification and
validation. Failure on this part will be treated as lapse on the part of
Outsourcing Agency and action will be taken accordingly.
ix. Outsourcing Agency to submit claim for payment with Invoice and
other support documents for having made the contract payment to the
personnel including statutory payments to TAMPCOL with details of
payment, A/c no, date of payment within 5th of every successive
month.
x. Late Claim will attract penalty per day @ 0.25% on the total claim of
invoice per day respective to maximum penalty of 10%.
xi. Outsourcing Agency to generate and keep sufficient funds to
pay the manpower in time without awaiting the funds/
settlement of claim from TAMPCOL for atleast 3 months.
18. Liquidated damages and penalty
i. Liquidated Damages (LD): LD at 2% per week for specific category of
requirement is applicable on the delay in deployment of manpower at
the designated locations from the date of selection of manpower.
ii. Outsourcing Agency is permitted to have 7 days to complete their
internal process of issuing the Appointment /engagement letter to
manpower with clear structure of contract payment.
iii. The Appointment letter issued by the Outsourcing Agency should
clearly mention the last date to report at the designated location.
iv. If the selected candidates is not joining duty within the permitted
Notice Period, the selection of the manpower is liable for cancellation
and alternate arrangements should be arranged by the Outsourcing
Agency.
v. The responsibility of the selection of suitable candidates rest with the
Outsourcing agency and send the resume with copies of documentary
proof only of the suitable candidates and not of the candidates who are
not meeting the requirement criteria.

Signature of the Tenderer & Name in BLOCK letters


vi. The personnel deployed have to work for minimum 8 hours per day on
all working days including Saturdays except Sundays, National
holidays and other holidays for the designated offices, where the
personnel are deployed.
vii. The personnel should work and carry out the jobs assigned to them by
their reporting authorities and higherlevel officials in any holidays or
extended hours also if the situation so demands.
viii. Payment to the personnel should be deducted from their contract
payment for the leave days which are taken by the personnel. If the
personnel are taking any unauthorized leave for three or more days
should be replaced by another suitable personnel by the outsourcing
agency.
ix. Alternative personnel to be arranged in 7 days time in the event of the
original/regular personnel have not reported for duty for a maximum
of 3 days without prior information / permission. Outsourcing Agency
can arrange any suitable stop gap arrangement.
x. Any settlement of payment to discontinuing personnel can be made by
the outsourcing agency only on obtaining “No Objection or No due”
certificate from the TAMPCOL.
xi. The administrative management of personnel is purely the
responsibility of the outsourcing agency and in no way the TAMPCOL is
responsible. The outsourcing agency should indemnity the TAMPCOL
on this.
19. Other Terms and Conditions
The TAMPCOL reserves the right to / not to accept lowest price, to reject any
or all the tenders without assigning any reason therefore to divide, split and
award the contract to any one or more of the Bidders to relax or waive any of
the conditions stipulated in the terms and conditions of tender as deemed
necessary in the best interest of the TAMPCOL for good and sufficient reasons.
20. Arbitration

Signature of the Tenderer & Name in BLOCK letters


In case of any dispute, the matter will be referred to a sole Arbitrator to be
appointed by the Managing Director of TAMPCOL in accordance with the
Arbitration and conciliation Act 1996. The arbitration shall be held in Chennai,
and the Language English only.

21. Rejection Criteria


i. Tenders not submitted in the form specified as per clauses in the
Tender documents will be summarily rejected.
ii. The tenders without the EMD amount will be summarily rejected.
iii. Tenders with incomplete information, subjective and conditional offers
as well as partial offers are liable for rejection.
iv. Tenders submitted without filling the details about the Bidders
experience, technical compliance etc. are liable for rejection.
v. If the offer does not meet the tender requirements, the Managing
Director of the TAMPCOL reserves the right to reject offer without
assigning any reason whatsoever.
vi. Tenders submitted without proper attachments and documentary proof
such as audited financial Statements of the Bidder etc. is liable for
rejection.
vii. In addition to the above rejection criteria, if there is non-compliance of
any of the other clauses of this Tender Document, the tender is liable
for rejection.
22. Emoluments
i. The monthly remuneration to pay to the manpower to be engaged will be
fixed by us.
ii. Contract payment for the first year takes effect from the date of signing
of contract and order for revision to the incremented payment every year
will be issued by TAMPCOL based on the applicable Act.
iii. The contract payment is inclusive of all statutory remittances for the
resources such as EPF & ESI into their respective account with proof of
remittances.

Signature of the Tenderer & Name in BLOCK letters


23. Payment of Contract payment to the Resources

The Salary to the manpower has to be released by the manpower agency by


way of Cheque / ECS on or before 7th of every month. Please also refer the
payment clause above.

24. Requirement of Outsourcing


i. The required Outsourcing has to be supplied within 7 days from the
state of Intent and has to be positioned at the appropriate locations.
ii. The Outsourcing agency will help source candidates for selection based
on agreed specifications. The TAMPCOL will not commit to a person or
absorb anybody for work permanency as this is purely on Contract
Arrangement for specific requirement.
25. Withdrawal of Outsourcing / Termination of Resource
i. The TAMPCOL will request through its designated personnel for
withdrawal of Outsourcing in case of theft, fraud and acts that
constitute moral turpitude. In such cases, the Outsourcing agency
should immediately withdraw the Outsourcing.
ii. TAMPCOL has the right to terminate any deployed person for poor
performance, misconduct etc
26. Statutory Compliance
i. Outsourcing Agency should comply with all the statutory requirements
like Labour license, EPF, ESI, Leave, Professional Tax etc. including the
monthly contribution to be deposited with the statutory authorities in
respect of the Outsourcing supplied to the TAMPCOL.
ii. The Outsourcing Agency will be solely and exclusively responsible for
payment of salaries other allowance benefits to the Outsourcing
supplied to the TAMPCOL. The Outsourcing Agency should submit
suitable documentary evidence pertaining to payment of EPF, ESIC etc.
for the Outsourcing supplied to the TAMPCOL.
iii. The payment of all bills will be credited in the bank A/c of the firm. The
contractor shall submit the detailed salary statement of EPF, ESI
statement to the MD, TAMPCOL for processing the monthly bills.

Signature of the Tenderer & Name in BLOCK letters


27. OTHER SPECIAL CONDITIONS
i. The manpower supplied shall work under the guidance, instructions of
the Managing Director and the Officials of the TAMPCOL wherever the
manpower have been deployed.
ii. Further, it may be noted that, the TAMPCOL as per the requirements,
may increase or decrease the no. of manpower required. It is not
mandatory on the part of the TAMPCOL to keep the number of
manpower supplied as constant throughout the contract period.
iii. For the purpose of proper identification of the employees of the
contractor deployed, the contractor shall issue them identity
cards / bio tags at their own cost and his employees are duty
bound to display the identity cards / bio tags during duty hours.
iv. The contractor should provide 2 sets of overcoats to all the
workers stitched with their company name at their own cost
every year.
v. The persons deployed shall be the employees of the Outsourcing
Agency / Contractor.
vi. The outsourcing agency shall be responsible for fulfilling all his
obligations towards the persons deployed under Collectorate
Wages/Minimum wages Act, EPF Act, ESI Act, Maternity Benefit Act or
any other provision or act relevant to the deployment of manpower.
The outsourcing agency responsibilities also include depositing of
employee’s and Principle employer’s share of statutory contributions
with the ESI/EPF/ authorities at his own level and maintenance of such
record as per rules. He should furnish proof of deposit of such
contributions to the appropriate authority along with bills for the next
month. The outsourcing agency should also arrange to open such
EPF/ESI/ accounts etc. of all the employees deployed by him. The
tenderer shall also remit applicable GST and any other tax payable to
the Government due to him towards the services provided to TAMPCOL.
In case of failure on the part of outsourcing agency to deposit
EPF/ESI/ etc. or Govt. taxes, if any, with the concerned authorities

Signature of the Tenderer & Name in BLOCK letters


within the stipulated period the outsourcing agency shall be liable to
pay penalty so imposed by such authority.
vii. Any obligation and / or formalities which are required to be fulfilled
under the Contract Labour (Regulation & Abolition) Act, 1970 as
amended from time to time or any other Act for the purpose of
entering in to and / or execution of this contract shall be carried out by
the contractor at his own expenses etc, and the contractor shall report
the compliance thereof to the Managing Director of TAMPCOL. The
outsourcing agency shall be liable for violation of any provisions of the
said Act or any other Act.
viii. In case of any unfortunate incidents, TAMPCOL will not be held liable
for any compensation etc. The medical expenses, compensation etc.,
should be borne only by the tenderer.
ix. Tenderer shall not disclose information of confidential and proprietary
nature relating to the products, knowhow etc of TAMPCOL.
28. JURISDICTION OF THE COURT
Any dispute arising out of non-fulfillment of any of the terms and
conditions of agreement signed by the Successful Tenderer or any
other dispute arising out of the arbitration award will be subject to the
jurisdiction of the Courts in the City of Chennai only.
We agree to the above terms and conditions.

SIGNATURE OF THE TENDERER :

DATE :

NAME IN BLOCK LETTERS :

DESIGNATION :

ADDRESS :

Signature of the Tenderer & Name in BLOCK letters


ANNEXURE-I

To
The Managing Director,
TAMPCOL, Anna Hospital Campus,
Arumbakkam,
Chennai – 106.

Sir/ Madam,
Sub: Tender for the appointment of Outsourcing agency for a period of 3
years – Submission – Reg.

*****
With reference to your tender notice, we submit herewith our sealed tender
for providing Outsourcing through outsourcing Agency for a period of 3 years as
specified by TAMPCOL in this tender document.
We enclose the following documents as pdf document in Technical bid:
1. Tender conditions duly signed in each page and enclosed in token of
accepting the Tender conditions.
2. Proof for EMD payment through online in e-tender portal
3. Letter of Authorization for authorized signatory from the tenderer
organization.
4. Details of the Tenderer (Annexure -II)
5. Average annual turnover of the legal entity in the last 3 financial
years duly certified by a Chartered Accountant
6. Declaration for not having black listed either by TAMPCOL or by any other
Govt. agencies (Annexure -III)
7. The copy of certificate of incorporation / registration (if applicable)
8. Copy of Memorandum and Articles of Association (if applicable)
9. Copy of Registered Partnership deed, in case of Partnership Firm.
10. Copy of Remittance proof of Provident Fund & ESI for the existing employees.
11. The work order/work completion certificate issued by the clients (or)
copy of invoice for the services provided for 3 years

Signature of the Tenderer & Name in BLOCK letters


12. The Annual Report / certified copies of Balance Sheet/ Profit & Loss
statement for the last 3 consecutive financial years i.e. FY 2021-22, 2022-23
& 2023-24
13. Copy of GST Registration certificate.
14. Copy of PAN allotment Certificate/ PAN CARD issued by Income Tax
department.

Yours faithfully,

Signature of the Tenderer


Encl: As above

Note: Any other related documents shall be enclosed.

Signature of the Tenderer & Name in BLOCK letters


ANNEXURE-II
DETAILS OF THE TENDERER

1. Name of the Tenderer

2. A. Registered Office Address

B. Office address at Chennai

3. Phone Number

4. Email

5. Website, if any

6. Contact Person (Name, Designation,


Contact Number, Email)

7. Date of Incorporation

8. Legal Status of the Company


(Proprietorship/Partnership/Private
Limited/Public Limited/Other (Specify)

9. Address of Offices located in Tamilnadu [Link] Address (If


with phone number, email more than one office,
enclose in separate sheet)
10. GST Registration Number

11. PAN Number

12. EPF Registration Number

13. ESI Registration Number

14. Labour license No

Signature of the Tenderer

(with seal and address)

Signature of the Tenderer & Name in BLOCK letters


ANNEXURE-III

DECLARATION

I/we declare that M/s.-----------------------------------------/the firm/company or its

partners /shareholders had not been blacklisted by the Tamil Nadu Medicinal Plant

Farms and Herbal Medicine Corporation Limited (TAMPCOL) or by any Government

agencies.

Signature of the Tenderer

(with seal and address)

Signature of the Tenderer & Name in BLOCK letters


ANNEXURE-IV

DECLARATION FORM

Date:

I/We ________________________ having our office

at_______________ to declare that I/we have carefully read all the

conditions of tender document issued by TAMPCOL for the tenders invited

vide tender reference number ______________________for the

appointment of Outsourcing agency for providing manpower on outsourcing

basis for a period of 3 years will complete the contract as per the tender

conditions.

If the tender document is found to be modified, I / We understand that

My / Our tender will be summarily rejected and full Earnest Money Deposit

will be forfeited and I/We am /are liable to be black listed from doing

business with TAMPCOL or prosecuted for 5 years.

Signature of the Tenderer


(with seal and address)

Signature of the Tenderer & Name in BLOCK letters


ANNEXURE-V
PRICE BID
FOR OUTSOURCING MANPOWER TO TAMPCOL

Description Service Charges in % to the Manpower


deployed exclusive of GST

Fixed Percentage of Service Charges Over


the monthly wage quote for all category, for
the contract period of three years (In %)

Note:

1. The Applicable GST will be paid by TAMPCOL based on the claim made by the
successful tenderer in the invoice
2. The Service Charge quoted by the tenderer shall remain fixed during the
contract period.
3. The service charge should not be quoted in technical bid and should be
quoted only in BoQ sheet in the price bid. If the tenderer reveals the price in
technical bid, his tender offer will be rejected.
4. The bid should not contain any commercial conditions.
5. The Salary includes Employer’s contribution to EPF and ESI.

Signature of the Tenderer

(with seal and address)

Authorized Signature with seal

Signature of the Tenderer & Name in BLOCK letters


TECHNICAL BID (COVER-A)
TECHNICAL BID SHALL INCLUDE DULY FILLED UP TENDER DOCUMENT

[Link] DETAILS REMARKS

1. NAME OF THE AGENCY

2. DETAILS OF EMD PAYMENT

3. DETAILS OF EXPERIENCE (DOCUMENTARY EVIDENCE


FOR HAVING EXPERIENCE IN THE FIELD OF PROVIDING
MANPOWER OF SIMILAR NATURE TO GOVERNMENT
ORGANIZATIONS/ DEPARTMENTS/ MAJOR PRIVATE
FIRMS AT LEAST FOR THREE YEARS SUCH AS WORK
ORDER COPIES, PAYMENT DETAILS, INVOICES ETC.,
SHOULD BE UPLOADED

4. UNDER TAKING REGARDING THAT ORGANISATION HAS


NOT BEEN BLACKLISTED.

5. REGISTRATION CERTIFICATE UNDER EPF ACT AND ESI


ACT, GST CERTIFICATE AND COPY OF VALID LABOUR
LICENSE TO BE UPLOADED

6. DETAILS OF ANNUAL TURNOVER DULY CERTIFIED BY


THE AUDITORS FOR THE LAST 3 YEARS (2021-22, 2022-
23 & 2023-24)

7. LIST OF SIMILAR CONTRACTS EXECUTED IN THE LAST 3


YEARS AND PERFORMANCE CERTIFICATE FROM THE
CLIENTS (OR)
LIST OF SIMILAR CONTRACTS CURRENTLY UNDER
EXECUTION (COPIES OF THE AGREEMENTS/ WORK
ORDERS)

8. COVERING LETTER AS PER ANNEXURE-I AND BIDDER


DETAILS AS PER ANNEXURE-II

Signature of the Tenderer & Name in BLOCK letters


ENCLOSER – I TO THE TENDER PRICE SCHEDULE
1. Worker Category / House Keeping / Gardener / Boiler
Firemen / Load Man Tea Preparation (Men and Women):
Educational Qualification : 8th passed.
Nature of work :To attend packing of Medicines, loading
and unloading, to assist in the
production process like cleaning of Floor,
Vessel & Toilet, Drying of Raw Drugs,
Green Herbs, cutting grinding of Herbs,
Housekeeping and Tea Preparation, etc.,
Age : 19 to 35 years.
Place of work : Factory at Alathur, Thirupporur,
Kanchipuram District & Chennai H.O.
2. Junior Assistant / Computer Operator / Tally Operator
Educational Qualification : Any Degree
Technical Qualification : Knowledge in Computer Operation,
such as MS Word, MS Excel, Tally, etc. is
must. (Evidence shall be furnished).
Experience : Minimum two years experience.
Age : 20 to 35 years.
Place of work : Head Office at Chennai and Factory at
Alathur, Chengalpattu and Pudukkottai
District.
3. Driver: (LMV)
Educational Qualification : 10th passed
Technical Qualification : Four Wheeler License (a) Light Motor
Vehicle (b) Light Motor Vehicle for
TATA 407 van, TATA ACE & Mahindra
Jeep (Evidence shall be furnished)
Experience : Minimum Two years Experience.
Age : 20 to 35 Years.
Place of Work : Factory at Alathur, Thirupporur,
Chengalpattu and Pudukkottai District.

4. Mechanical Assistant (Fitter)


Educational Qualification : Diploma in Mechanical Engineering.
Technical Qualification : With ITI certificate holder
Experience : Minimum two years experience
Age : 20 to 35 years

Signature of the Tenderer & Name in BLOCK letters


Place of work : Factory at Alathur, Thiruporur,
Chengalpattu and Pudukkottai District.
5. Machine Operator Packing Machine (O&M)
Educational Qualification : 10th passed ITI Holder
Technical Qualification : With ITI certificate holder
Experience : Minimum two years experience.
Age : 20 to 35 Years.
6. Electrical Assistant (Electrician)
Educational Qualification : 10th passed.
Technical Qualification : With ITI certificate holder
Experience : Minimum two years experience
Age : 20 to 35 years.
Place of work : Factory at Alathur, Thiruporur,
Chengalpattu and Pudukkottai District.

7. Boiler Operation & Maintenance Technician:


Education Qualification : ITI, B Certificate issued by the Govt.
of Tamilnadu.
Experience : Minimum 5 years experience in
maintenance of 2 Ton Boiler and above.
Age : 25 to 35 years
Place of work : Factory at Alathur, Thiruporur, C
hengalpattu District.
8. Packing Assistant
Educational Qualification : +2 and any above.
Experience : Minimum 2 years experience in any
factory work
Age : 25 to 35 years
Place of work : Factory at Alathur, Thiruporur,
Chengalpattu and Pudukkottai District.

9. Supervisor (Production & Packing)

Educational Qualification : Any Graduate (Preferably Botany /


Chemistry) with Computer knowledge.
Essential Experience : Minimum 2 Years experience in
factory work

Signature of the Tenderer & Name in BLOCK letters


Nature of Work : To attend the Supervisor work for the
preparation of Medicine.
Age : 20 to 35 years
Place of work : Factory at Alathur, Thirupporur,
Chengalpattu and Pudukkottai District.
10. Pharmacognosy / Botany.

Educational Qualification :[Link]., (or) [Link]. Botany/


Pharmacognosy with Computer
knowledge.
Experience 3 years : In Quality Control Laboratory from
reputed Pharmaceuticals with
computer knowledge especially in MS
Word, MS Excel, Power Point.
Age :25 to 35 years
Place or work : Factory at Alathur, Chengalpattu
District.
11. Microbiologist.

Educational Qualification : [Link]., Microbiology with computer


knowledge
Experience 3 years : In Quality Control Laboratory from
reputed Pharmaceuticals With
Computer knowledge especially in
MS work, MS Excel, Power Point.
Age : 25 to 35 years.
Place of Work : Factory at Alathur, Thiruporur,
Chengalpattu District.

12. Chemist

Educational Qualification : [Link]. Chemistry / Biochemistry with


computer knowledge.

Experience 3 years : In Quality Control Laboratory from


reputed Pharmaceuticals With
computer knowledge especially in MS
Word, MS Excel, Power Point.

Signature of the Tenderer & Name in BLOCK letters


Age : 25 to 35 years.

Place of work : Factory at Alathur, Thirupporur,


Chengalpattu District.

13. Skilled Assistant

Education Qualification : Any Degree


Technical Qualification : Knowledge in Computer operation
(Evidence shall be furnished).
Experience : Minimum two years experience
Age : 20 to 35 years.
Place of work : Head Office at Chennai and Factory
at Alathur, Thirupporur,
Chengalpattu District.
14. Office Assistant

Educational Qualification : 10th passed


Technical Qualification : Write & Read in English & Tamil.
Age : 20 to 35 years.
Place of work : Head Office at Chennai
15. Driver: (HMV)
Educational Qualification : 10th passed.
Technical Qualification : Four Wheeler License (a) Light
Motor Vehicle (b) Heavy
Motor Vehicle for Mini Bus
(Evidence shall be furnished).
Age : 20 to 35 Years.
Place of work : Factory at Alathur, Thirupporur,
Chengalpattu District.

Signature of the Tenderer & Name in BLOCK letters


[Link] Description Manpowe
Total Collectorate wages Proposed Proposed value in
Manpowe 2024 -per day value in Rs. Rs. Estimation for
r category
r wage Estimation for Twelve months
wise
one month
1 Men worker 91

2 Women worker 152

House Keeping 7 267 DW = 553 3838926 46067112


3
Men worker
14378
Women worker 15
4
(Housekeeping)
Women worker 2
5
(Tea Preparation)
DW = 402
6 Gardener 3 3 31356 376272
10452
7 JA Computer 13
8 Head Clerk 3
DW = 667
9 Tally operator 7
39 17342 676338 8116056
10 Computer Operator 8

11 Supervisor 8

12 Load man 8 DW = 587


14
13 Boiler Fire man 6 15262 213668 2564016
14 Packing Assistant 7

15 Operator (mechanical/fitter) 3 DW = 581

16 Operator (Electrical) 4 19 15106 287014 3444168


17 Lab Assistant (chemistry) 3

18 Lab Assistant Microbiology 2

3 3 DW = 499 38922 467064


19 Office Assistant
12974
16 16 DW = 499 239520 2874240
20 Security Guards
14970
Packing machinery
O & M technician consolidated 2 2 34110 68220 818640
21
pay 5.9 %
Boiler operation &
Maintenance consolidated pay 3 3 29459 88377
22 1060524
5.9%
DW = 623
23 Driver (LMV) PWD 7 7 130830 1569960
18690
Driver (HMV) consolidated 1 1 28593 28593 343116
24
pay 5.9 %
25 Consultant Dr. consolidated 1 1 31770 31770 381240
pay 5.9 %
Total 375 56,73,534 6,80,82408

*Collectorate wages will be revised every financial year as per collector’s proceedings & Consolidate pay for
21,22,24,25 categories will be revised as per % of pay hiked in collectorate wages.

Signature of the Tenderer & Name in BLOCK letters

You might also like