TENDER FOR SUPPLY OF MANPOWER FOR AAVIN PARLOURS AT CHENNAI METRO

Similar documents
(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document :

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

Biotech Park, Lucknow

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

TENDER DOCUMENT FOR RUNNING OF PHOTOCOPIER STALL AT SCHOOL OF UNANI MEDICINE JAMIA HAMDARD HAMDARD, NAGAR NEW DELHI 11006

Balmer Lawrie & Co Ltd. (A Govt. of India Enterprise) A. Scope of work: Various locations in Western region, details given below.

OFFICE OF THE UNIVERSITY ENGINEER

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

Annexure II. Terms and conditions

Contents of Tender Document

TERMS AND CONDITIONS I. GENERAL CONDITION OF TENDER GENERAL CONDITIONS OF THE CONTRACT

BHARAT HEAVY ELECTRICALS LIMITED,

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

OFFICE OF ANIMAL HUSBANDRY Gokaran Nath Road, Badshah Bagh, Lucknow Tender Schedule

NATIONAL SMALL INDUSTRIES CORPORATION LTD. 422,ANNA SALAI CHENNAI Tender Document. For. SECURITY SERVICES in

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

RESERVE BANK OF INDIA Human Resource Management Department Civil Lines, Nagpur

OFFICE OT THE PROJECT DIRECTOR, ATMA, GAJAPATI, PARALAKHEMUNDI

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

BABU JAGJIVAN RAM NATIONAL FOUNDATION 6, KRISHNA MENON MARG, NEW DELHI

Sub: Invitation to Tender Enquiry for supply of Laptop and Projection Screen

OFFICE OF THE DEAN & PRINCIPAL, SAHEED LAXMAN NAYAK MEDICAL COLLEGE & HOSPITAL, KORAPUT, ODISHA'

Sub: Invitation to Tender Enquiry for supply of Towel

No. AERC 649/2017/1 Dated: 4 th October, 2017 NOTICE INVITING TENDER FOR PRINTING A COMPENDIUM OF AERC REGULATIONS (NIT NO.

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

COMMERCIAL TERMS AND CONDITIONS

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

ESI CORPORATION MODEL HOSPITAL

GOVERNMENT OF KARNATAKA

NOTICE INVITING TENDER

BALMER LAWRIE & CO. LTD.

Indian Institute of Information Technology Pune

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

Standard Bid Document

INDRAPRASTHA INSTITUTE OF INFORMATION TECHNOLOGY DELHI

NLC TAMILNADU POWER LIMITED

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

Sub: Invitation to Tender for Ambulance Service on contract basis.

Please purchase PDFcamp Printer on to remove this watermark.

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

PUNJAB TECHNICAL UNIVERSITY,

THE NATIONAL SMALL INDUSTRIES CORPORATION LTD. (A Govt. of India Enterprise) Branch Office, Naini, Allahabad Udyog Nagar, Naini, Allahabad (UP)

MAULANA AZAD NATIONAL URDU UNIVERSITY (A Central University established by an Act of Parliament in 1998)

OFFICE OF THE SUPERINTENDING ENGINEER ELECTRICITY TRANSMISSION CIRCLE U.P.POWER TRANSMISSION CORPORATION LIMITED DLW, BHIKHARIPUR VARANASI

1. Sale of Tender Document : till PM. 2. Last date for submission of tender document : till PM

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

PEC LIMITED (A Govt. Of India Enterprise) HANSALAYA, 15-BARAKHAMBA ROAD, NEW DELHI

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. Of India EAST COAST ROAD, UTHANDI CHENNAI TENDER FOR

EMBASSY OF INDIA MOSCOW. Notice Inviting Tender

FILE NO. TENDER-1/2010-PGIMER GOVERNMENT OF INDIA POST GRADUATE INSTITUTE OF MEDICAL EDUCATION & RESEARCH DR. RML HOSPITAL, NEW DELHI

Hostel Administration Committee, National Institute of Technology, Tiruchirappalli-15. National Institute of Technology

CENTRAL UNIVERSITY OF RAJASTHAN, KISHANGARH (Established under the Central Universities Act, 2009) City Road, Kishangarh , Dist.

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

No. AERC. 8/2002/B/01 Dated Guwahati the 23 rd February, 2018 NOTICE INVITING TENDER FOR PRINTING VARIOUS BOOKS ETC. OF AERC (NIT NO.

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

Sub: Invitation to Tender for Ambulance Service on contract basis.

Sub: Invitation to Tender Enquiry for supply of Horticulture & Gardening

Phone: Fax: Principal, ERLC, Bhubaneswar Tender for Providing Security Services

TENDER DOCUMENT FOR. Annual Contract for English and Hindi Typing at NABARD Regional Office, Dehradun

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

AND WHEREAS the Contractor is bound by the said Contract to submit to CLIENT a Performance Security for a total amount of

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

E. S. I. C. HOSPITAL, SECTOR 9-A, GURGAON (HARYANA) Tender No. 13(2)U/16/55/Emp.Chemist/RC/M.Store/2010

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA

TENDER NO: BL/CFS/MUM/473 TECHNICAL / COMMERCIAL BID. Tender Document for. [Providing and fixing of 150 years logo board on wall]

Eastern Regional Committee NATIONAL COUNCIL FOR TEACHER EDUCATION Bhubaneswar. Web:

General Instructions:

TENDER NOTICE NO. 1/2018

REQUEST FOR PROPOSAL For Food Plaza for Leasing

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

Terms & Conditions for providing Security Guards. Ref : Tender Notice No.44-D-35/19/3/2010-Admn.II

Phone : Fax : GOVERNMENT OF INDIA CENTRAL WATER COMMISSION UPPER GODAVARI DIVISION

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

BALMER LAWRIE & CO. LTD. Container Freight Station P-3/1, Transport Depot Road Kolkata

Tender For. Supply of LED Street Light Fittings 185 Nos At SHILPARAMAM, HYDERABAD

NOTICE FOR EMPANELMENT OF SUPPLIERS FOR PURCHASE OF GENERAL STATIONERY ITEMS AT NBSC, LUCKNOW

Government of Bihar Department of Art, culture & Youth 3 rd Floor, Vikas Bhavan (New Secretariat) Patna Bihar Museum Society, Patna

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

TENDER FOR LOCAL CHEMIST

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

Revised Tender For Security Services At All India Institute of Medical Sciences, Jodhpur

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

THE NATIONAL SMALL INDUSTRIES CORPORATION LIMITED.

NLC TAMILNADU POWER LIMITED ( A J V C b e tw e e n N L C & T A N G E D C O & a s u b s id ia r y o f N L C L td )

F. No. D-21014/26/2016-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

Subject: Sale of wood of Subabul and Eucalyptus trees from the NFL s premises at Vijaipur.

Petroleum Planning & Analysis Cell (PPAC)

THIS INDEPENDENT ENGINEER'S AGREEMENT (this Independent Engineer's Agreement) is made on [ ]

Dated: LIMITED TENDER INQUIRY

NOTICE INVITING e-tender

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

F. No. D-15017/16/2015-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

Transcription:

TENDER FOR SUPPLY OF MANPOWER FOR AAVIN PARLOURS AT CHENNAI METRO The Federation is interested in engaging man power in a phased manner as detailed below to deploy as parlour attendants in Aavin parlours located in Chennai Metro and its suburbs. The period of contract is for one year from the date of awarding of the contract. Description No of man power (Nos) Total no of parlour attendants required 50 Engagement during June 15 20 Engagement during July 15 10 Engagement during September 15 10 Engagement during October 15 10 Total 50 (The man power requirement may vary either side by 25%.) The parlours will function in two shifts namely morning shift from 6 a.m to 2 p.m and evening shift from 2 p.m to 10 p.m. 1.Scope of tender: Instructions to tenderers a) Supply of man power for deployment in Aavin parlours located in Chennai Metro and its suburbs as parlour attendants. b) The required man power should be supplied to each parlour as specified by the management from time to time. c) The man power provided shall possess the qualification prescribed in the tender document. d) The works should be discharged as specified in tender document. 2.Eligibility: a) Companies / Firms /Proprietary concern with proven track record for providing man power. They should conform to the eligible criteria prescribed in the qualification of tenderers below.

3.Qualification of tenderers: The tenderers should have the following qualifications. a) Should have minimum three years experience excluding the current year in providing man power to companies, firms, proprietary concerns or any other organizations. b) Should have achieved a minimum Annual Turnover of Rs.Two Crores each in all the three financial years preceding the current financial year (i-e 2012-13,2013-14 & 2014-15). If the tenderer is a limited company it shall furnish audited annual accounts for the three years as documentary proof. In respect of other tenderers they shall furnish the accounts for the immediate past three years duly certified by a practicing Chartered Accountants firm with their Registration Number along with income tax returns with acknowledgement for the past three years. c) Should have deployed, a minimum of 40 personnel each in any 2 firms, companies or organizations in each of the last three financial years or 80 persons in anyone firm, company or organisation (copy of work order shall be enclosed). The complete References of employers with Name, designation, address and contact phone number shall be furnished. These employers should have utilized the tenderers services as above. d) Should have registered with Employee Provident Fund Organisation and Employees State Insurance. e) Should have Service Tax registration in the tenderer s name. f) Should submit the Registration Certificate along with the tender documents in the technical bid. g) Should have remitted EPF & ESI for its employees, at least for six months from October 14 to March 15. h) Should have deployed minimum 100 employees every year for last three financial years. Documentary evidence should be attached. i) Should have valid licence to take the work in accordance with Contract Labour (R&A) Act 1970 and Rules 1971. Documents to be submitted in Technical Bid (Cover-A): 1. Photocopy of the Registration certificate of the company 2. Proof for having minimum three years experience excluding current year in providing man power to companies, firms and any other organizations.

3. Proof for having achieved a minimum Annual Turn Over of Rupees Two Crores in all the three financial years preceding the current financial year. If the tenderer is a limited company it shall furnish audited annual accounts for the three years as documentary proof. 4. Photocopy of the PAN Number and Service Tax Registration certificate. 5. Photocopy of the Code Numbers of EPF and ESI contribution allotted by the respective organisation. 6. Photocopy of the remittance made to EPF /ESI made during the last six months. 7. Proof for having valid licence to take the work in accordance with the contract labour (R&A) Act 1970 and Rules 1971. 8. E.M.D of Rs 50,000/- shall be enclosed in the form of DD. Documents to submitted along with Commercial Bid (Cover- B): 1. The Commercial Bid submitted by the tenderer shall contain the unit rate per month duly filled. 2. The unit rate per month for the service rendered should include ESI, EPF and other statutory payments. Tender Opening and Evaluation of tender: 1. The tenders shall be opened at the time specified in the tender document in the presence of attending tenderers. 2. The commercial bids of tenderers failed in the technical bid will not be opened. 3. The bids will be valid for a period of 90 days from the date of opening of commercial bid. Award of contract and signing of agreement: The Tenderer shall have to enter in to an agreement with the federation within 15 days from the date of issue of awarding of contract. Security Deposit: The successful tenderer should furnish security deposit to the value of 5% tender value either by DD or by a Bank guarantee from a nationalized bank valid for one year. Failure to furnish the security deposit will result in cancellation of the contract awarded to him.

General Conditions of the contract 1. The period of contract will be for one year with effect from the date of issue of awarding of contract. The contract may be extended as per the provisions of TT Act if TCMPF finds the performance satisfactory. In case of any dispute on the tender process, the decision of TCMPF will be final in this regard. 2. No alteration whatever may be made in the text of the tender form; any remarks or explanations should be submitted in a separate cover. While submitting the tender, the entire tender document should be signed and submitted to the Tamil Nadu Cooperative Milk Producers Federation. 3. Tenderers must comply with instructions contained in the notice inviting tender. They must also agree to comply with all the conditions and specifications of the contract. Otherwise their tenders are liable for rejection. 4. The rates quoted should be firm and no variation in rates or prices are admissible. 5. The tenderer shall be solely responsible for the payment of the Central or State govt. Taxes and levies etc. and the rates for the various items of work shall remain unaltered by any change that may be made from time to time in the rate at which such taxes and levies are payable. 6. The tenderers should abide by the terms and conditions prescribed in the Agreement and tender documents. 7. The contractor shall furnish a list of personnel proposed to be employed by him with their name, education qualification and experience in years. The contractor shall change anyone from this list with person of equal or higher qualification and experience after obtaining specific approval from the competent authority. 8. If the contractor fails to commence the supply of man power within 15 days from the date of agreement signed with the TCMPF, the security deposit will be forfeited and the contract is liable for termination and TCMPF may thereupon at such terms as it may think fit, arrange through any other person or persons to undertake or perform, provide, execute and do all works, materials or matters and things describe in the tender document at the risk and cost of the contractor. 9. Tenderers should give full postal address of their office in their tender. The delivery at the above named place or sending by letter registered for acknowledgement of any notice, letter or other communication to the tenderer or contractor shall be deemed sufficient service thereof upon the tenderer or contractor in writing. The address may be changed at any time by the contractor duly informing TCMPF in writing.

10. The contractor shall not assign, transfer, pledge or subcontract the contract awarded to him. 11. Breach of Contract The breach of contract is the failure or refusal to perform it. Any breach of contract by one party gives the other party an immediate cause of action and right to damages as compensation for loss suffered due to the breach of contract. A breach occurs where a party to the contract refutes or fails to perform one or more of the obligations imposed upon him by the contract. The failure to perform may take place when the time for performance has arrived or even before that. Thus, the Breach of Contract mentioned above covers (a) the Anticipation Breach and (b) the Present Breach. TCMPF may without prejudice to its right against the contractor in respect of any delay or inferior workmanship or otherwise or to any claims for damage in respect of any breach of the contract and without prejudice to any rights or remedies under any of the provisions of this contract or otherwise and whether the date for completion has or has not elapsed by notice in writing absolutely determine the contract in any of the following cases. 12 Termination a. Termination on expiry of the contract: The Agreement shall be deemed to have been automatically terminated on the expiry of the Contract period unless TCMPF has exercised its option to extend the Contract in accordance with the provisions, if any, of the Contract. b. Termination on account of insolvency: In the event the Successful tenderer at any time during the term of the Contract becomes insolvent or makes a voluntary assignment of its assets for the benefit of creditors or is adjudged bankrupt, then the TCMPF shall, by a notice in writing have the right to terminate the Contract and all the Successful tenderer s rights and privileges hereunder, shall stand terminated forthwith. c. Termination by breach of contract: A breach by the Successful tenderer of his obligations hereunder and such breach not being rectified by the Successful tenderer within 30 days from the date of receipt of notice from TCMPF informing the breach. d. Termination for delay: Successful tenderer shall have to perform all activities/services as per the terms and conditions of the contract. If the Successful tenderer fails to do so, the Contract will be terminated by giving 30 days written notice. e. TCMPF may any time terminate the contract by giving 30 days notice without assigning any reason.

f. If the tenderer fails to replace or provide the workmen, additional workmen as required by TCMPF on more than 3 occasions within a span of 90 days TCMPF will reserve the right to terminate the contract. g. TCMPF reserves the right to terminate the contract without giving notice if tenderer is involved in any illegal activities or if the tenderer violates any terms of the contract or if it is learnt that the contract was obtained based on any false information or fraud. h. The TCMPF may, at any time, at its option cancel and terminate this contract by written notice stating reasons for such cancellation or termination to the Contractor, in which event the Contractor shall be entitled to payment for the work done up to the time of such cancellation. i. The TCMPF may, at its option, cancel or omit the execution of one or more items of work under this contract, and any part of such item(s) without any compensation whatsoever to the Contractor by giving due notice in writing stating reasons therefore. j. If at any time after commencement of the work, for any reason, whatsoever not require the whole work or part thereof as specified in the tender to be carried out, the TCMPF shall give notice in writing of the fact to the Contractor who shall have no claim to any payment of compensation whatsoever on account of any profit or advantage which he might have derived from the execution of the work in full but which he did not derive in consequent of the full amount of the work not having been carried out. 13. Disputes All disputes and differences arising out or in any way touching or concerning the contract shall be referred to the sole arbitration of any person nominated by the TCMPF. There will be no objection to any such appointment that the arbitrator so appointed is a Government servant that he had to deal with matters to which this indenture relates. The award of the arbitrator so appointed shall be final and binding of the parties to the agreement. Further, if any dispute is to be referred to the courts, the jurisdiction of the same shall be at Chennai. Special Conditions of Contract 1) The tenderer should possess valid License to take up the work in accordance with contract labour (R&A) Act 1970 & Rules 1971. 2) The tenderer should supply the required manpower as specified in the tender document.the supplied manpower should possess the qualification prescribed in the tender document. Proof of qualifications and age should be made available at the time of induction of work force, to the Parlour work.

3) The tenderer shall not deploy anyone below 18 completed years of age. He should also not deploy any one above 40 years of age. Legal or statutory liability for employing anyone below 18 years will fall only on the tenderer. 4) The character and antecedents of each personnel supplied shall be verified by the tenderer before their deployment and no police/criminal cases shall be pending against them. Certificate to this effect to be submitted by the tenderer to TCMPF. The tenderer shall also ensure that the personnel deployed are medically fit and should produce medical certificate in this regard. 5) The tenderer should strictly adhere to the rules and regulations framed under various Acts such as Employees Provident Fund, Employees State Insurance Scheme and other Central and State Acts. 6) The tenderer should provide neat and clean uniform to their employees along with nameplates and identity cards. No person will be allowed to work without Uniform and Identity Card. 7) The tenderer should replace the manpower, when it is found by the concerned Managers that they are not discharging their duties satisfactorily, within 3 days from the date of intimation by the Manager. 8) In case of additional requirement of persons for works, it shall be intimated to the tenderer by the Manager of the Unit. The tenderer should provide the required additional manpower on the days required by the Unit Manager on 3 days notice. 9) If the tenderer fails to replace or provide workmen/additional workmen required within 3 days. TCMPF will make its own arrangements and any extra expenditure on this account (i.e.) difference between rates fixed for man power and the rate at which TCMPF replaces or engages additional manpower will be debited to the tenderer s account. The same will be deducted from the bills of the contractor payable to him. 10) If the tenderer fails to replace or provide workmen/additional workmen, on more than three occasions, within a span of 90 days, TCMPF will have the right to CANCEL the contract and initiate steps to replace the tenderer without any notice to the tenderer. 11) The tenderer should supply workmen with Good Character and Conduct, as they are to work in hospitality industry. The Tenderer should produce Certificate from the local Police Station of the workmen to the effect that there are no criminal cases or inquiries pending against the workmen.

12) The persons deployed should always be polite with good behavior with the customers. While attending work at parlour, there must not be any complaints from customers. 13) The tenderer shall ensure proper conduct of his person in office premises, and enforce prohibition of consumption of alcoholic drinks, paan, smoking, loitering without work. 14) The tenderer shall at his own expense take and keep comprehensive insurance for all the workmen deployed without limiting any of his obligations or his liabilities, in the units where ESI is not covered. The tenderer shall also take out workmen s compensation insurance as required by law and undertake to indemnify TCMPF for and against all claims that may arise. 15) The TCMPF may require the tenderer to dismiss or remove from the site of work, any person or persons, employed by the contractor, who may be incompetent or for his/her/their misconduct and contractor shall forthwith comply with such requirements. 16) The tenderer shall replace immediately any of its personnel, if they are unacceptable to the TCMPF because of security risk, incompetence, conflict of interest and breach of confidentiality or improper conduct upon receiving written notice from office. 17) TCMPF shall not be liable for any loss, damage, theft, burglary or robbery of any personal belongings, equipment or vehicles of the personnel of the tenderer. 18) The tenderer s personnel shall not divulge or disclose to any person, any details of office, operational process, technical know-how, security arrangements and administrative/organizational matters as all are of confidential/secret nature that can attract legal action. 19) The tenderer s person shall not claim any benefit / compensation / absorption / regularization of services in this office under the provision of Industrial Disputes Act, 1947 of Contract Labour (Regulation & Abolition) Act, 1970. Undertaking from the person to this effect will be required to be submitted by the contractor to this office. 20) The person deployed shall not claim any Employer and Employee relationship against this office. Further that the said person(s) of the tenderer shall not claim any benefit from TCMPF. 21) The tenderer shall engage the persons as required by TCMPF from time to time. The said person engaged by the tenderer shall be his employee and it shall be his duty to pay their salary every month in time.

22) The transportation, food, medical and other statutory requirement under the various Acts/Govt. Regulations in respect of each personnel of the tenderer will be his responsibility. This shall include payment of PF, ESI, and Service Tax etc. However, payments in respect of PF, ESI etc. or any such other statutory requirements to the tenderer shall be made subject to furnishing of proof of such payments to the concerned authorities indicating the PF No., ESI No. etc. of the outsourced persons every month without fail and before submitting bills for the subsequent months. The bills should be for reimbursement of the actual amount to the service rendered by the tenderer. 23) Working hours will be as follows Morning shift : Afternoon shift: 6 am to 2 pm 2 pm to 10 pm The tenderer should deploy the workmen in the above shifts based on the requirement of the concerned unit Managers. The personnel may be required to discharge their functions beyond these working hours if required for which no over-time wages will be paid. The rate quoted per person per month shall be applied for all shifts mentioned above. 24) The tenderer shall provide a substitute well in advanced if there is any probability of the person leaving the job due to his/her own personal reasons. The payment in respect of the overlapping period of the substitute shall be the responsibility of the tenderer. 25) If, for any reason the personnel deployed by the tenderer proceeds on leave, he/she should properly intimate the Controlling Officer and the Concerned Administration before such absence or in case of Medical emergency on the first day of taking such absence either officially or telephonically clearly indicating the number of days he/she will be absent. The tenderer shall provide a substitute in case the absence exceed 5 days or even earlier, if situation so warrants, which shall invite a penalty as specified in Penalty clause in the General conditions of the contract. 26) On the expiry of the agreement with one month notice the tenderer will withdraw all its personnel and clear their accounts by paying them all their legal dues. In case of any dispute on account of the termination of employment or non employment by the personnel of the contractor, it shall be the entire responsibility of the contractor to pay and settle the same. 27) The tenderer, its workmen, its supervisory officers and staff should co-operate with TCMPF in case of any EMERGENCY or CALAMITY or ACCIDENT or FIRE or THEFT, etc. to help investigate and take appropriate action. The tenderer should not interfere in any way in the normal discharge of the functioning of the TCMPF Officials.

28) In case it is found by the TCMPF that a property or any material of the TCMPF is lost or put to loss or damage due to the negligence of the manpower supplied by the tenderer, the tenderer will be held fully responsible and he will have to make good the loss or damage so incurred. The decision of the TCMPF as to the quantum of loss is final. 29) In case any workmen of the tenderer suffers any injury or meets with any accident during the discharge of duty the entire cost of compensation shall be borne by the tenderer and the TCMPF shall not be responsible for any claims damage compensations etc. All legal cost will have to be borne by the tenderer. 30) Payment : Payment will be made on monthly basis. The tenderer should submit claim bill every month on or before 5 th of every month. It will be settled on or before 10 th of every month. 31) The required number of workmen should be available on all days. Rotational arrangements for Weekly holidays, National and festival holidays, etc. will be the responsibility of the tenderer. 32) The responsibility of arranging required number of workmen for each day rests with the tenderer only. 33) All records as envisaged by all applicable central and State Tax acts and rules should be maintained by the tenderer and these records are subject to scrutiny by the officials of TCMPF. 34) The successful tenderer should nominate a Co-Ordinator/Nodal Officer with contact addresses, Phone Nos., Cell Nos. who will be available on 24 hours, 7 days basis for resolving any issue. The person so nominated will be responsible for monitoring and managing the deployed manpower and he will report to the Unit Manager regarding all matters related to the deployed manpower and their performance. 35) The tenderer should ensure that the workmen obey and work under the direct supervision of the Manager concerned and the tenderer should not interfere in the routine discharge of the duties of the workmen in the TCMPF s premises unless specifically asked to do so. 36) If the tenderer fails to adhere to the terms and conditions of the contract, he shall compensate TCMPF for the additional expenditure or loss incurred by TCMPF due to the breach of terms and conditions by the tenderer. 37) The workers deployed by the tenderer should not leave the designated work place without obtaining permission from the Manager of the respective unit.

38) The staff provided by the tenderer will perform their duties in accordance with the instructions given by the Officer of TCMPF from time to time. 39) None of the employees of the tenderer shall enter into any kind of private work within or outside the campus of the tendering authority. 40) Use of Mobile phones, Pen drives, CDs, DVDs and any other electronic devices by the workmen is banned in the parlours of TCMPF. 41) The tenderer should provide 24x7 Telephone supports and should be available on his own direct telephone (Office as well as residence) and also on Mobile Phone so as to call in the case of emergency. 42) The entire responsibility of the outsourced persons regarding his leave, pay, medical, etc. will be on the tenderer. The tenderer will be solely responsible for the deployment of persons who will be working for an on behalf of the tenderer and would be on the tenderer roll irrespective of their attendance being taken by TCMPF. TCMPF will not own any responsibility of their employment or otherwise. 43) The persons deployed by the tenderer shall not claim any benefit / compensation / absorption / regularization of services from/in TCMPF under the provision of Industrial Disputes Act 1947 or Contract Labour (Regulation and Abolition) Act 1970. Undertaking from the persons to this effect shall be required to be submitted by the tenderer to the TCMPF. 44) The tenderer shall arrange to maintain the daily shift wise attendance, record of the contract personnel deployed by him showing their arrival and departure time. This attendance record to be submitted every week to TCMPF with an attested photo copy of the attendance record of the personnel to which it pertains. The attendance record shall be produced for verification on demand by TCMPF at any other point of time. 45) The tenderer should pay not less than the daily wages, prescribed by the District Collector, to his / her worker. 46) The variations in the statutory levies and taxes by the Government /Central Government namely EPF/ESI/Service Tax shall be effected on the end price to the benefit of either the tenderer or the Federation as the case may be.

PENALTY CLAUSE The following penalties shall be levied on the tenderer and shall be deducted from their monthly bill for the violation of terms and conditions indicated below: i)for attending duty without uniform or with dirty uniform ii) For failure to supply of manpower under each category. : A sum of Rs.25 per day of default/person shall be levied as penalty. : 5% of the wages payable per day for the manpower not provided shall be levied as penalty for every day of default upto one week of default. :10% of the wages payable per day for the manpower not supplied shall be levied as penalty for every day of default if the default exceeds one week. iii) Poor quality/defective Service/Work : Rs.50 per day shall be levied as penalty for each defective work per day of default.

DECLARATION BY THE TENDERER I/We..hereby declare that I/We /Am/are not in any way related to any officer who is in charge of Parlours of TCMPF or having control of this work as referred in tender document. I/We agree that if, at any stage, it is found that this declaration is untrue, the EMD / security deposit paid by me/us will be forfeited and the contract entered will stand cancelled at the risk and cost of contractor. It is understood that the relationship with the officer referred to herein will be restricted to those referred in tender document. Signature of the tenderer Place: Date:

Letter of Tenderer (Location).(Date) From (Name& Address of the Tenderer) To Dear Sir/Madam, Sub: Tender for the Supply of man power to aavin parlours in Chennai Metro its suburbs for two years. >><< We, the undersigned, confirm that we meet all the qualification criteria given in the Tender Document. I have carefully gone through the entire tender document, and I have fully understood the conditions and qualifications mentioned therein I hereby undertake to comply with all the conditions and requirements prescribed any where in this tender document. I undertake to submit monthly compliance Statements regarding payment of wages as indicated in the commercial bid. I also undertake to timely remit the EPF and ESI of contribution for the persons deployed by me. I also undertake to pay the service taxes and any other applicable taxes under the Central or State Acts promptly to the appropriate authority within the prescribed time. We are submitting this tender for our eligibility for the above assignment. Our proposal is binding upon us and subject to the modifications resulting from contract negotiations, upto expiration of the validity period of the Proposal. Our attached financial proposal is for the sum of Rs (Amount in words) per unit. This amount is inclusive of the all taxes, duties etc. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract. We will strictly observe the laws against fraud and corruption in force in India namely Prevention of Corruption Act 1988. We understand you are not bound to accept any Proposal you receive. Yours sincerely, Authorised Signatory: Name and title of Signatory: Address:

Qualification Criteria for Parlour Attendant Qualification: A pass in 10 th Standard with a certificate (or) diploma in catering technology. Work component: Staff is required to speak to customers, take orders, Effect supply of products and services, collect payment, clean the tables and maintain the parlour in hygienic conditions. They have to deal with the customers in the most courteous manner. They should maintain the inner and outer areas of parlour properly. They should unload stock from the vehicle and load in the place allocated. They should place the products in shelves and Visi coolers properly to attract the attention of the customers. Staff is required to make sandwitches, burgers, pizzas and other snack items. They should make milk shakes, thick milk shakes and other cool drinks. They must keep the kitchen clean and hygienic condition. The cutlery and utensils used must be washed properly and kept in clean condition. They must attend the counter work and accounting work also as and when required.

PARTICULARS OF THE TENDERER Name of the Tenderer Whether Sole Trader / Partnership / Private Limited Co. of Public Limited Co. Residential Address Address of the Registered Office Address of the Branch / Office Names and addresses of the Proprietors / Partners / Directors Year of Establishment Registration No. & Date Registered under (give details under which Act the Company is registered) ISO Registration List of large companies / Public Sector Undertakings / Local Bodies / Companies to which the manpower has been supplied Annual Turnover in the last 3 years State Sales Tax Registration No. Central State Sales Tax Registration No. ESI Registration details EPF Registration details Names of the Bankers Note: For providing the above information, if required, separate sheet may be enclosed. DATE: SEAL: SIGNATURE: NAME: DESIGNATION: ADDRESS: Email ID:

FINANCIAL DATA FOR PREVIOUS THREE YEARS a. Information from Balance Sheet Year 2012-13 2013-14 2014-15 Total Assets Total Liabilities Net Worth Current Assets Current Liabilities Figures are in lakh rupees. b. Information from Income Statement Year 2012-13 2013-14 2014-15 Total Revenue Profit before Tax Profit after Tax Attached are copies of financial statements (balance sheets including schedules and income statements) for the last three years, as indicated above, complying with the following conditions All such documents reflect the financial situation of the bidder Financial statements must be audited by a certified chartered accountant Financial statements must be compete, including all schedules to the financial statements Figures are lakh rupees Signature of Tenderer

PRESENT ASSIGNMENTS IN WHICH TENDERER FIRM IS ENGAGED Sl. No. Name & Address of client Brief Scope of the work Work Order (P.O)No. &Date of issue of Order Value of service (in Rs.) Period of Contract Whether the copies of the Work orders / contracts from the client is attached? Yes/No Pg.No. on the proposal Signature of Tenderer

TOTAL ANNUAL TURNOVER TOTAL ANNUAL TURNOVER FOR THE LAST THREE FINANCIAL YEARS Year Amount ( Rs) 2012-13 2013-14 2014-15 Total Signature of Tenderer

SECURITY DEPOSIT (BANK GUARANTEE) WHEREAS,..(Name of Tenderer) (hereinafter called the Tenderer ) has submitted his bid dated.(date) for the (Name of Work)..(hereinafter called the tender ) KNOW ALL MEN by these presents that We..(Name of Bank) of (Name of Country) having our registered office at..(hereinafter called the Bank ) are bound unto.(name of Employer) (hereinafter called the Employer ) in the sum of Rs...for which payment well and truly to be made to the said TCMPF Bank binds himself, his successors and assigns by these presents. SEALED with the Common Seal of the said Bank this..day of THE CONDITIONS of this obligation are: 1) If the tenderer fails to take up the work within the specified period as per the tender condition 2) If the tenderer fails to provide the required workmen, additional workmen are replaced in efficient workmen within three days of notice from TCMPF on three occasions within 90 days. 3) If the tenderer commits breach of any of the terms and conditions of the tender/ contract and fails to rectify the breach even after 30 days from the date of receipt of notice of such breach from TCMPF. 4) If the tenderer fails to discharge the services as specified in tender / contract This Guarantee will remain in force up to and including the date of 30 days after the expiry of contract period of one year or may be extended by TCMPF based on renewal of the contract notice of which extension to the bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not later than the above date. DATE.. SIGNATURE OF THE BANK SEAL OF THE BANK.. SIGNATURE OF THE WITNESS Name and address of the witness.

AGREEMENT ARTICLE OF AGREEMENT made this.day.2015 Between.(Herein after referred to as the Contractor) on the one part and Tamilnadu Cooperative Milk Producers Federation Limited (hereinafter called the Federation) on the other part. Whereas the contractor has offered and undertook to carry out the works specified under this contract for the unit specified for two years, at the price set forth in the tender document and as per the terms and conditions provided for in tender documents and the Federation accepted such tender in pursuance whereof the parties hereto have entered in this contract. And whereas the contractor in accordance with the terms and conditions of the said tender has furnished the security deposit for due and faithful performance of this contract. NOW THESE PRESENT WITNESS THAT, the contractor covenants and agrees with the Federation and the successors that the contractor shall commence the work within time specified in the tender and shall abide by the terms and conditions specified in the tender documents. It is HEREBY MUTUALLY AGREED AND DECLARED AS FOLLOWS: All the terms and conditions, instructions to the tenderer specified in the tender shall deem to form part of this agreement and shall be in force during the period of this agreement. This agreement shall remain in force until the expiry of 24 months from the date of entering this contract and shall be renewed if the contract is extended beyond the period.

IN WITNESS WHEREOF THE tenderer.and the General Manager on behalf of the company have executed the agreement on the day and year first above written. Signature of General Manager Signature of Contractor TCMPF Name and Seal Witness: Witness: 1) 1) 2) 2)

COMMERCIAL BID Name of Work: Supply of man power to aavin parlours for deployment as parlour attendants At various units in Chennai Metro and its sub urbs. Name of Service Parlour Attendant Payable Wages per person per month EPF contrib ution ESI Contrib ution Service Charges for the tenderer Service taxes payable Total Wages per man power per month 1 2 3 4 5 6 (Rs) (Rs) (Rs) (Rs) (Rs) (1+2+3+4+5) Signature of Tenderer Company Seal Date: Note : The tenderer should pay not less than the daily wages prescribed by the District Collector to his/her worker. The variations in the statutory levies and taxes by the Government /Central Government namely EPF/ESI/Service Tax shall be effected on the end price to the benefit of either the tenderer or the Federation as the case may be.