Fpage-RCC foundation for pipe rack · 2019-09-11 · 7dplo 1dgx 1hzvsulqw dqg 3dshuv /lplwhg %lg...

17
TAMIL NADU NEWSPRINT AND PAPERS LIMITED TNPL – UNIT II - MILL EXPANSION PLAN (MEP) Bid Document No. TNPL/UNIT II/MEP/CIV/192023001291 dated 10/09/2019 for CIVIL WORKS FOR FOUNDATIONS TO PIPE RACK STRUCTURES (PHASE I) AT TNPL UNIT II UNDER MEP ADDRESS FOR BID SUBMISSION PROJECT MANAGEMENT DIVISION (WORKS OFFICE) Tamil Nadu Newsprint and Papers Limited Kagithapuram - 639 136 Karur District, Tamil Nadu, INDIA DUE DATE FOR BID SUBMISSION : OCTOBER 01, 2019

Transcript of Fpage-RCC foundation for pipe rack · 2019-09-11 · 7dplo 1dgx 1hzvsulqw dqg 3dshuv /lplwhg %lg...

TAMIL NADU NEWSPRINT AND PAPERS LIMITED

TNPL – UNIT II - MILL EXPANSION PLAN (MEP)

Bid Document No. TNPL/UNIT II/MEP/CIV/192023001291

dated 10/09/2019

for

CIVIL WORKS FOR FOUNDATIONS TO PIPE RACK STRUCTURES

(PHASE I) AT TNPL UNIT II UNDER MEP

ADDRESS FOR BID SUBMISSION

PROJECT MANAGEMENT DIVISION (WORKS OFFICE) Tamil Nadu Newsprint and Papers Limited

Kagithapuram - 639 136 Karur District, Tamil Nadu, INDIA

DUE DATE FOR BID SUBMISSION : OCTOBER 01, 2019

Tamil Nadu Newsprint and Papers Limited Bid Document # TNPL/UNIT II/MEP/CIV/192023001291

CIVIL WORKS FOR FOUNDATIONS TO PIPE RACK STRUCTURES (PHASE I) AT TNPL UNIT II UNDER MEP.

TABLE OF CONTENTS

PART 1 INVITATION FOR BIDS

PART 2 INSTRUCTIONS TO BIDDER

PART 3 GENERAL TERMS AND CONDITIONS OF CONTRACT

PART 4 TECHNICAL SPECIFICATIONS FOR CIVIL WORKS

PART 5 BID FORM & SCHEDULE OF QUANTITIES AND RATES

Tamil Nadu Newsprint and Papers Limited Bid Document # TNPL/UNIT II/MEP/CIV/192023001291

1

PART 1

INVITATION FOR BIDS (LOCAL COMPETITIVE BIDDING)

REF : Advertisement for Notice Inviting Bids ‘The New Indian Express’ dt.10/09/2019.

Dear Sirs:

1 Tamil Nadu Newsprint and Papers Limited (hereinafter referred to as “TNPL”), owns and successfully operates a 400,000 tpa printing and writing paper mill at Kagithapuram, Karur District and 200,000 tpa Multilayer Double Coated Paper Board mill at Mondipatti Village, Tiruchirapalli District in the state of Tamil Nadu, India.

2 TNPL is embarking on a Mill Expansion Plan (MEP), by installing a 140,000 MT per annum Chemical Hardwood Pulp Mill along with other auxiliaries in TNPL Unit II at Mondipatti Village, Tiruchirapalli District.

3 As part of MEP, TNPL invites sealed Bids for CIVIL WORKS FOR FOUNDATIONS TO PIPE RACK STRUCTURES (PHASE I) AT TNPL UNIT II UNDER MEP as per the scope specified in the Bid Document TNPL Unit II at Mondipatti Village, Tiruchirapalli District.

4 Qualification Criteria:

A) The bidder shall be a reputed contractor of civil works and should have been awarded order and successfully completed atleast two numbers of civil works in any reputed Industrial establishments / Govt. departments / Corporations / Boards / undertakings etc., for a value not less than Rs.180 lakh each, against single order in the last five (5) years reckoned from August 2014. The above value is inclusive of cost of all materials.

B) The bidder should have executed atleast one number of civil construction work covering a minimum of 1,000 cu.m of Reinforced Cement Concrete (RCC), against single order in the last Five (5) years reckoned from August 2014. This criteria can be part of the work mentioned in qualification criteria No.A or any other independent work.

C) The Average annual turnover of the bidder shall be not less than Rs.360 lakh in last three completed financial years (2017-18, 2018-19 and 2019-20).

Necessary proof to this effect (copy of orders & completion certificates) should be submitted along with the bid, without which the bid is liable for rejection at the discretion of TNPL.

5 The bidder is requested to submit Solvency Certificate, not older than 12 months from any Nationalised Bank for Rs.36,00,000/- (Rupees Thirty six lakh only) along with the Unpriced Techno – Commercial (UTC) Bid.

Tamil Nadu Newsprint and Papers Limited Bid Document # TNPL/UNIT II/MEP/CIV/192023001291

2

6 A complete set of Bid Document may be purchased by any interested bidder on submission of a written application to TNPL and on payment of a non-refundable fee of Rs.1,000/- (including GST at 18%), by a Banker’s Cheque/Demand Draft in favour of Tamil Nadu Newsprint and Papers Limited, payable at Trichy, Tamilnadu, India from the following address:

Project Management Division (Works Office) Tamil Nadu Newsprint and Papers Limited Kagithapuram - 639 136 Karur District, Tamil Nadu, INDIA Phone : 04324-277001 (10 lines) Extn: 4206/4295 Telefax : 04324-277027 E-mail : [email protected] Web : www.tnpl.com

Alternatively, details of the bid may be viewed in the TNPL website http://www.tnpl.com and soft copy of the complete bid document can be obtained against request with a covering letter by way of e-mail to

[email protected] and the proof of remittance of bid fee shall be submitted along with the bid.

7 Bids shall be submitted, based on the guidelines set out in “Instructions to Bidder” enclosed as Part 2 and Scope of work enclosed as per Part 4 & 5 of this Bid Document and shall be in conformity with the “General Terms and Conditions of Contract to be entered into between TNPL and the Successful Bidder” enclosed as Part 3 of the Bid Document.

Bid shall also be complete with “Bid Form and Schedule of Quantities & Rates”, as specified in Part 5 of this Bid Document.

8 A single stage, two-envelope (Envelope A: Unpriced Techno – Commercial (UTC) Bid and Envelope B: Price Bid) bidding procedure will be followed. Accordingly, Bids shall be submitted in two (2) sealed envelopes as below:

8.1 One sealed envelope (A) with address (as given in Sl.no.6) containing the complete Unpriced Techno - Commercial (UTC) Bid and other required documents listed out in Enclosure 1 of Part 5 of this bid document, in original and a copy, along with a soft copy of the same in a Compact Disc (CD).

8.2 One sealed envelope (B) with address (as given in Sl.no.6) containing the complete Price Bid, (as specified in Part 5 of the Bid Document), in original only.

8.3 Both the above envelopes (A and B) shall be placed in an outer envelope (C) which shall be sealed and submitted with address (as given in Sl.no.6).

8.4 All the envelopes, viz. Unpriced Techno-Commercial (UTC) Bid, Price Bid and the Outer envelope, of the Original as well as Copies :

Tamil Nadu Newsprint and Papers Limited Bid Document # TNPL/UNIT II/MEP/CIV/192023001291

3

shall be properly sealed

shall be properly superscribed as “Unpriced Techno – Commercial (UTC) Bid”, “Price Bid”, “ORIGINAL” or “COPY, as appropriate.

shall bear on the top left corner of the envelope, TNPL’s Bid Document number, Name of the work, Bid opening date and time.

shall bear on the bottom left corner of the envelope, the name and address including phone/fax numbers and email ID of the Bidder.

9 The Unpriced Techno-Commercial (UTC) Bid must be accompanied by a Earnest Money Deposit of Rs.2,25,000/- (Rupees Two lakh and twenty five thousand only), in one of the following form:

(a) An unconditional bank guarantee issued by a bank located in India, acceptable to TNPL in the form provided in Appendix I - Part 3 of the Bid Document.

(b) A Demand Draft / Banker’s Cheque in favour of Tamil Nadu Newsprint and Papers Limited, payable at Trichy, Tamilnadu.

Any bid received without the Earnest Money Deposit shall be liable to be rejected.

10 The sealed bid containing UTC bid and Price bid must be delivered to the address (as given in Sl.no.6) not later than 15.00 hours on 01st OCTOBER, 2019. UTC Bids will be opened at 16.00 hours on the same day in the presence of Bidders' authorised representatives who choose to attend. Names of Bidders and other details as TNPL, at its discretion, may consider appropriate, will be read out. Price Bids of those who qualify in UTC Bids will be opened at a later date, which will be informed to the qualified Bidders.

11 The Bid Document should be returned in full after signing of pages having agreed to all clauses mentioned. The schedule of rates should be filled legibly both in words and figures.

12 TNPL will not be responsible for postal or any other delay and reserves the right to reject any or all the Bids at its own discretion.

13 TNPL reserves the right to qualify the bids received and/or reject any or all the bids, without assigning any reasons therefore.

14 TNPL reserves that the right to split the order and award the contract to more than one Bidder.

15 Bids shall be submitted only as specified in Clause 16 of Part 2 (Instructions to Bidders) of this Bid Document and shall not be submitted by any other modes like, telefax or e-mail.

Tamil Nadu Newsprint and Papers Limited Bid Document # TNPL/UNIT II/MEP/CIV/192023001291

4

16 GOODS & SERVICE TAX (GST):

It is the responsibility of the bidder to ascertain the applicability of GST, for the service to be provided under this tender. The unit rates to be quoted shall be excluding GST as applicable. GST will be paid to the successful bidder only after the submission of GST registration certificate to TNPL. Also GST will be paid to the successful bidder only from the date of registration or effective date of contract, whichever is later. TNPL is not responsible for any action initiated by the Central Excise department on the successful bidder at a later date for non-payment of GST.

17 TAX DEDUCTION AT SOURCE (TDS):

Income tax on the gross value of the bill at the applicable rate shall be deducted at source under Income Tax Act from each bill and remitted to the Income-Tax Department and a TDS certificate will be issued to you.

TDS under GST Act at the applicable rate shall be deducted and a TDS certificate will be issued to you. The bidder can produce certificate from their assessing authority for non-deduction of TDS.

It is the sole obligation of the bidder to ensure the compliance with regard to Income Tax deduction for contract workmen on the rolls of the bidder. TNPL will not be held responsible for any non-compliance with regard to Income Tax deduction by the bidders and it is the duty of the bidder to ensure Income Tax deduction for their contract workmen are met.

18 OTHER TERMS & CONDITIONS:

18.1 The bidder shall quote the rates against each item after thoroughly assessing the quantum/nature of work. The unit rates quoted shall include the cost of all materials such as sand, metal and labour etc., complete, excepting the items mentioned in this scope of supply by TNPL. The quantum of Goods and Service tax (GST) shall be clearly indicated in the price bid. The rates quoted shall remain firm & fixed without any escalation.

18.2 Bidder shall employ sufficient manpower as directed by the Engineer in charge

and as per the demand of the work to ensure completion of work to the schedule given. Failure to complete the work as per the schedule/Programme chart shall be considered as breach of contract and the contract is liable for termination without any prejudice in which case security deposit will be forfeited.

18.3 All necessary materials of approved quality and standard specification required for the above work as indicated in schedule of quantities shall be arranged by the bidder and shall be brought to the work site with proper document supported by appropriate gate pass. All these items shall be properly recorded with the civil department and the relevant documents shall be produced as and when called by TNPL.

18.4 The bidder should submit the price bid only in the format as stipulated in the tender. Price bids of bidders without seal & sign of proprietor shall be liable for rejection.

Tamil Nadu Newsprint and Papers Limited Bid Document # TNPL/UNIT II/MEP/CIV/192023001291

5

18.5 The quoted price bid of bidder shall be legible free from erasures, overwritings of figures etc. If unavoidable, the same should be made by crossing out with re-writing of respective unit rates accompanied by seal, initials / sign of proprietor or organization.

18.6 The successful Bidder shall not cause any damage to TNPL equipments or property. In case of any such damage the expenses incurred for the rectification shall be recovered from their bills.

18.7 Withdrawal of tender on any circumstance after submission will not be

entertained. In case the bidder withdraws from the tender on a later date for any reason, the EMD submitted by the bidder shall be forfeited without any prejudice and bidder will not be entertained for participation of future tenders of TNPL for a period of three years or a period as decided by TNPL.

18.8 No part of this contract shall be sublet without written permission of Engineer in

charge nor shall be transferred by power of attorney authorizing others to receive payments on the bidders behalf.

18.9 A bidder submitting a quotation which TNPL considers excessive and or indicative

of the insufficient knowledge of current prices prevailing in market or definite attempt at profiteering will make them liable to be debarred permanently from obtaining tenders from TNPL for such period as decided by TNPL.

18.10 If any corrections or alterations in the specification, bill of quantities, detailed

description, drawings and terms & conditions, the tender of bidder shall be summarily rejected. Any discrepancy in the above shall be clarified with TNPL in writing or vide e-mail to receive the instructions, explanations, decisions etc., before quoting the tender.

18.11 Tenders with joint ventures are not acceptable and each bidder shall submit only

one bid for this tender enquiry.

18.12 No information relating to this tender shall be released by the bidders or their employees for publication, advertising, transfer to other organization or any other purpose without the prior written approval of TNPL.

18.13 The bids of bidders who do not satisfy the terms and conditions are liable for rejection. Before submitting the tender, bidders are advised to visit the site and concerned engineer in charge to understand the nature of work involved and Human resourced department to understand the prevailing labour rules of TNPL.

18.14 The bidders are requested to read the detailed specification / description of each items in the price bid and quote unit rates accordingly. Bidders quoting the rates for all the items in the price bid only will be considered. The bidders shall quote the basic unit rates for all items in the price bid excluding GST as applicable. The tender is subject to negotiation of quoted unit rates / prices

Tamil Nadu Newsprint and Papers Limited Bid Document # TNPL/UNIT II/MEP/CIV/192023001291

6

18.15 Bidder shall assess the requirement of materials for the work as indicated in the schedule of quantities from time to time in liaison with the Engineer in charge and mobilize the same so that the progress of work does not get hampered at any time during the tenure of the contract. In case of any delay, TNPL reserves the right to get the work done through another agency and any additional expenditure incurred on this account shall be recovered from your bills.

18.16 You shall report to concerned Engineer in charge for instructions.

18.17 It is the responsibility of the bidder to keep the entire area indicated in the tender clean and tidy by employing the requisite manpower and tools & tackles.

18.18 Qualified and Experienced supervisor shall be arranged for satisfactory supervision of the entire operation.

18.19 The Bidder shall maintain daily record of the work done in a field book and duly get the records certified by the Engineer in charge.

18.20 Before commencement of work, the bidder shall submit the details required by Human Resources Department for registering his contract and thereafter apply for Contractor’s Licence to the office of Director of Industrial Safety and Health, Trichy.

18.21 The Bidder shall comply with all Safety rules and regulations. The bidder shall

provide safe working environment for their workers such as personnel protective equipment, as required, temporary platforms for safe working and movement, approach ladders, adequate access etc in their work site. The bidder shall improve safety awareness of their workmen by regular safety classes, displaying safety instructions, posters etc.

18.22 Both the electrical connection/equipments and mechanical lifting tools and tackles if any, are to be certified by our Engineers before the equipments are taken into operation. Further, the bidder equipments are to be examined by our Engineers and the bidder should maintain a record for verification / clarification. The record shall be produced by the bidder at the time of inspection by the appropriate authorities.

18.23 TNPL reserves the right to reject any or all the tenders without assigning any reasons therefor.

18.24 TNPL is not bound to accept the lowest quotation and also reserves the right to reject the lowest quotation or any quotation at its own discretion.

18.25 TNPL reserves the right to waive any tender condition at its discretion.

18.26 TNPL reserves the right to split up the work and award the contract to one or more bidders.

18.27 The bidder shall comply with Employees’ Provident Funds and Miscellaneous

Provisions Act 1952 including remittance of PF/EPS and related due in time and submission of returns.

Tamil Nadu Newsprint and Papers Limited Bid Document # TNPL/UNIT II/MEP/CIV/192023001291

7

18.28 All the workmen engaged by you drawing wages upto Rs.21,000/- per month shall be covered under Employee’s State Insurance Act, 1948.

18.29 All the workmen engaged by you drawing wages above Rs.21,000/- per month shall be covered under Employees’ Compensation Insurance. You shall keep TNPL indemnified of all the claims made and liabilities incurred under the Employees’ Compensation Act 1923.

18.30 Employees’ Compensation Insurance policy relating to your contract workmen shall be shown on monthly basis and proof of the same shall be produced to Personnel department on or before 10th of every month in advance for succeeding month.

18.31 The bidder shall take “Road Safety Package Insurance Policy” for a sum assured of Rs.1,00,000/- (Rupees One Lakh only) for all the Contract Workmen deployed by you and proof of this has to be submitted to the Personnel Department prior to the commencement of work.

18.32 The bidder shall comply with all labour statutes relating to contract labour and adhere to Contract labour (Regulation and Abolition) Act 1970 and Tamil Nadu Contract Labour Rules 1975.

18.33 The bidder shall ensure that no outsourced workmen should be engaged in their contract with age more than 58 years.

18.34 The bidder shall also adhere to the general terms & conditions of TNPL in toto.

18.35 Bidder shall carry out all the works covered under the project as per Part 4 of bid document. All other terms and conditions shall be as per Bid Document No. TNPL/UNIT II/MEP/CIV/192023001291 dated 10/09/2019 cited under ref (1) unless otherwise superseded in the above clauses.

18.36 TNPL will not be responsible for postal or any other delay and reserves the right to reject any or all the Bids at its own discretion.

18.37 The detailed terms and Conditions for deployment of contract labours and wage details shall be as per Appendix I & II of Part 1 of this Bid Document.

18.38 If required the Bidder may visit the Site / contact the Engineer / Officer in-charge concerned, to assess the nature of work involved and Human Resource (HR) department to assess the prevailing Labour Rules in TNPL, before submitting the Bid.

Tamil Nadu Newsprint and Papers Limited Bid Document # TNPL/UNIT II/MEP/CIV/192023001291

Page 1 of 6

APPENDIX - I

TERMS AND CONDITIONS FOR DEPLOYMENT OF CONTRACT LAB OUR

Tenderer shall comply with the following labour statutes relating to employment of contract workmen:

1 REGISTRATION OF CONTRACT & CONTRACTOR’S LICENCE

1.1 Tenderer have to produce the following documents to Principal employer to register Tenderer’s contract with Joint Director of Industrial Safety and Health, Trichy jurisdiction:

1.1.1 Contractor’s Details (Proprietor name, His Father’s name, Age/ Date of birth) 1.1.2 Form VI- A ( Notice of Commencement of work) 1.1.3 Indemnity Bond in Rs.20/- Stamp paper.

1.2 If Tenderer engages 20 or more personnel, Tenderer have to apply for Contractor’s license with the Joint Director of Industrial Safety and Health, Trichy. Tenderer have to produce the following documents:

1.2.1 Form IV- Application for License ( 5 copies) 1.2.2 Form VII- In case of renewal of License (5 copies) 1.2.3 Along with the above forms, Security Deposit of Rs.100/- per head - remitted

either by means of NSC or treasury challan in the following head: 8443 Civil Deposits (b) Deposits not bearing interest 116 deposit under various contract and state Acts - AB. Deposits under the Contract Labour (Regulation and Abolition) Rules.

1.2.4 Licence Fee – remitted through treasury challan in the head 0230 Labour and Employment – 106 Fees realized under the Factories Act-AO- Fees under contract labour - 0230-00-106-AA-0002).

LICENCE FEE STRUCTURE

No. of persons Contract Licence(Rs)

Registration (Rs)

Upto 20 100.00 200.00 21 - 50 150.00 400.00 51 - 100 200.00 1,000.00

101 - 200 300.00 2,000.00 201 - 400 400.00 4,000.00 Above 400 500.00 6,000.00

Licence amendment fees Rs.50/- Renewal fees – Initial - 100% Surcharge – Initial – 50% Duplicate licence fees – Rs.50/-

1.2.5 Certificate by TNPL in Form V.

Tamil Nadu Newsprint and Papers Limited Bid Document # TNPL/UNIT II/MEP/CIV/192023001291

Page 2 of 6

2 EPF/EPS:

The tenderer should obtain separate Provident Fund code number in their own name (or) in their firm name in EPFO, Trichy region in order to remit EPF, EPS, EDLI and other allied dues in respect of their Contract workmen being deployed in their contract every month.

i. EPF/ EPS have to be remitted for actual shift and miscellaneous shift.

ii. Before remitting EPF, EPS, EDLI and other allied dues, the Contractor is required to show the details of actual attendance of each contract workmen, and miscellaneous shift together with wage acquaintance to Contract section – HR department on or before 12th of every month in order to ascertain as to whether the attendance tallies with the wage acquaintance and assess the amount payable towards EPF, EPS, EDLI and other allied dues. After getting confirmation only, the Contractor has to remit EPF, EPS, EDLI and other allied dues in their PF code on or before 15th of every month.

In case, any discrepancies/short/belated remittance are found in the remittance of EPF, EPS, EDLI and other allied dues at later point of time, the Contractor is required to comply with the Statutory provisions in toto.

iii. Tenderer is required to remit EPF / EPS dues for his employees at the rate of 25.00% of eligible wages (12% recovered from his contract workman, 12% by Contractor, 0.50% Administrative Charges subject to minimum of Rs.500/- and 0.5% EDLI Charges) to the Regional Provident Fund Commissioner, Trichy under the Contractor’s code on or before 14th of every succeeding month and submit proof of EPF/EPS remittance on or before 16th of the same month along with PF remittance challans in time to RPFC, Trichy and HR department of Contract Section. (Addition of any workman in Form 5, Deletion of any workman in Form 10, Challan particulars / Remittance break ups in Form 12A). Tenderer is also required to submit following annual returns to RPFC, Trichy:

Form 6 A (Annual PF /EPS Contribution Statement) Form 3 A (Individual PF/EPS Contribution card)

iv. Since the Employees Provident Fund Organisation has introduced payment through E- Sewa, the Contractor has to provide the necessary details such as Wages, Number of workmen along with PF Contribution, other details required by the EPFO, Trichy. The Contractor should ensure collecting “E-Challan” and remit the PF dues on or before 15th of the succeeding month through online.

v. If the Tenderer fails to remit EPF/EPS dues within the stipulated time, TNPL has right to deduct the same amount along with penal damages and interest from the Contractor bills and the amount so deducted will be remitted to PF Office.

However, if

a) The minimum wages notified by the Tamil Nadu Government during the

course of the contract is higher than the wages specified above, TNPL will reimburse the Minimum wages (difference amount) revised by Tamil Nadu Govt.

Tamil Nadu Newsprint and Papers Limited Bid Document # TNPL/UNIT II/MEP/CIV/192023001291

Page 3 of 6

b) In addition, if there is any enhancement in wages over and above the wages prescribed above, the enhanced amount will be reimbursed.

vi. Tenderer should ensure payment of wages to the contract workmen on or before 07th of every month without fail irrespective of receipt of payment against bills from TNPL. Any deviation like non-payment or delay in payment will be viewed seriously including termination of contract without further assigning any reasons thereafter. If any grievance is raised by any contract workman in respect of non-payment / short payment of wages, TNPL, as a Principal Employer, will deduct the said amount from the bill and their wages will be effected.

vii. UAN ACTIVATION AND LINK AND TRANSFER OF EPF /EPS AM OUNT

a. When the commencement of the contract, the Tenderer has to obtain the details of UAN (Universal Account Number) for the contributory members from the previous contractor and link has to be given in order to transfer the EPF amount available in the member’s Account to the PF code number of the present contractor. For which, the present contractor has to obtain Form-13 (revised) and Form - 9 from the previous contractor and submit the same to RPFC, Trichy in order to transfer the amount to the individual’s PF account number from the previous contractor’s PF Code Number to the current contractor’s PF Code number.

b. The Tenderer is required to transfer the EPF /EPS amount from the previous Contractor’s PF Code Number to his PF Code Number within a period of 2 months after commencement of the work.

c. Further, the Tenderer has to submit system generated PDF file in respect of their establishment code relating to the details of the contract workmen to Contract section, HR department within 2 months after the commencement of the work.

d. The Tenderer is required to upload KYC (Know Your Customer) details of the new member and also for the old member, if KYC details are not uploaded.

e. The Tenderer is required to generate UAN (Universal Account Number) for the new member in EPFO-OTCP portal as and when a contract workman is first time deployed in their contract. Then, the contractor is required to get the UAN activated for the new member in EPFO-OTCP portal.

3 a) MAINTENANCE OF ATTENDANCE REGISTER:

The tenderer is required to maintain their contract workmen’s attendance in the Attendance Register every day in respect of their Contract. The Contractor has to ensure that the attendance register being maintained in the Section / Department is duly signed by the representative of Principal Employer (shift in charge/Section Head)

b) WAGES:

Wages have to be paid for the actual days worked and according to the scope of work either the wages as notified by the Tamil Nadu Government as per the Minimum Wages Act, 1948 (or) the wages determined by TNPL.

Tamil Nadu Newsprint and Papers Limited Bid Document # TNPL/UNIT II/MEP/CIV/192023001291

Page 4 of 6

i. Wage Slip pertaining to individual contract workman should be given one day prior to the date of payment.

ii. Tenderer shall ensure that all the contract workmen deployed in his contract to open a separate Savings Bank Account in KVB, Mondipatti / Any nationalized banks.

iii. Tenderer should disburse wages on or before 10th of every month by crediting it to the savings bank account of the contract workman with KVB, Mondipatti / Any nationalized banks irrespective of payment of bills.

iv. While submitting the bill, Contractor has to produce the documents viz. Bill Copy, proof towards wages disbursed, Attendance Register, Wage Acquittance, PF Remittance and ECI Contributions to HR Department.

v. The Tenderer is required to produce copy of bills claimed with mandays details together with copy of Attendance, wage Acquittance for every month for the outsourced contract workmen deployed in their respective contract on or before 12th

of every month for ensuring PF compliance purpose. The Contractor is required to ensure that the mandays claimed in the bills / attendance register is reflected in the wage Acquittance also.

vi. Regular and timely payment of wages must be ensured by the contractor.

vii. The Tenderer is required to issue Wage Slip (Form XXVIII) in the prescribed format.

Employees’ compensation insurance and Road safety package insurance:

All Outsourced Contract workman engaged by the contractor is required to be covered under the Employees’ Compensation and Road Safety Package Insurance policies.

Tenderer is required to pay premium for Employees’ Compensation Insurance and Road Safety Package Insurance Policy to extend benefits. The contractor is required to remit the premium for the policies of Employees’ Compensation Insurance and Road Safety Package Insurance.

Premium payable by the Tenderer to cover their outsourced contract workmen under the following insurance policies are as below:

Employees Compensation Insurance:

Premium: (Per day wage X No. of contract labour X No. of days X 30.15) /1000 + GST as applicable.

Road Safety Package Insurance:

Premium amount (per head / annum): `260/- X No. of contract labour+ GST as applicable.

Sum assured for Road Safety Package Insurance Policy:

Rs. 100000/- - Death cum accidental benefit

Rs. 100000/- - Hospitalization expenses

Tamil Nadu Newsprint and Papers Limited Bid Document # TNPL/UNIT II/MEP/CIV/192023001291

Page 5 of 6

In case the Contract labour met with an accident while on duty or outside the mill premises, it is the Contractor’s sole responsibility to make arrangements for the medical treatment of contract labour in a good hospital and give treatment till the contract labour rejoins duty. Hospitalisation expenses – Rs.1,00,000/- shall be claimed under Road Safety Package Insurance Policy. It is also the responsibility of the Tenderer to produce the required documents to Insurance authorities without any delay for getting such reimbursement from Insurance Companies. If the Contractor fails to do so, the Hospitalisation expenses will be deducted from the Contractor’s bills and necessary arrangements will be made to remit the same to the Hospital. If any Road Accident occurred outside the factory, the Contractor is liable to settle full Medical Expenses to his Contract labour as per eligibility.

4 SAFETY

The Tenderer shall comply with all safety rules and regulations. If the contract workmen engaged by the contractor is found working without wearing necessary Personal protective equipment and without following safety rules and regulations prescribed for the Factory, a sum of Rs.5,000/- per violation will be deducted from the bills of the Contractor.

In view of Safety and Security considerations of the Mill, Cell Phones are banned inside the Mill premises. If the Contractor / Supervisor are found possessing cell phones they shall be sent out of the Factory and the cell phones shall also be confiscated.

5 SAFETY SHOES:

i The Tenderer shall provide safety shoes and chappals to all the outsourced contract workmen.

ii The Male outsourced contract workman is to be provided with one pair of safety shoes plus 2 pairs of socks worth Rs.375/-.

iii The Female outsourced contract workman is to be provided with Rs.150/- for purchase of chappals on their own.

6 Tenderer / contract representative should attend the monthly meeting convened by the company.

7 MAINTENANCE OF REGISTERS / RECORDS

Tenderer shall maintain the following registers / records as per the Contract Labour (Regulation and Abolition) Act, 1970 and produce it whenever authorities from the Directorate of Industrial Safety and health visit the factory for inspection.

Form XV - Service Certificate - When a contract labour leaves from the service, a Service Certificate should be issued to him

Form XVI - Muster Roll Form XVIII - Register of Wages cum Muster Roll Form XXIII - Register of Overtime Form XXIV - Half yearly return – to be submitted within 30 days from the

close of the half year Form XXVI - Register of Employment of Contract Labour Form XXVII - Register of Wages Form XXVIII - Wage Slip Form No. XXIX

- Register of Advances Deductions for Damages for Loss and Fines

Tamil Nadu Newsprint and Papers Limited Bid Document # TNPL/UNIT II/MEP/CIV/192023001291

Page 6 of 6

Tenderer is required to display a notice showing the rate of wages, hours of work, wage period, date of payment of wages, names and addresses of the Inspectors and date of Payment of unpaid wages in the local language understood by the majority of the workmen.

8 RETENTION MONEY/ SECURITY DEPOSIT :

Tenderer is required to submit the following documents pertaining to his contract period for settlement of Retention Money / Security Deposit:

i Attendance Register. ii Payment of Wages Register (Wages Acquittance). iii Proof for the submission of following documents at RPFC, Trichy:-

Copies of Form No. 3-A, Form No. 9, Form No. 5, Form No. 2, Form No. 6-A, Form No. 10 , Form No. 12-A

iv PF / EPS dues remitted Original Challans for every month for the Contract period. v Form-23- Annual Accounts Slips to be obtained from RPFC, Trichy up to last

financial year.

After receiving all the above documents, on verification of the records, documents for retention Money will be forwarded to Accounts department for payment.

9 In order to keep cleaner working environment and minimize the loss of resources and pollution during handling, the contractor shall follow the required procedures.

10 ISSUANCE OF PHOTO IDENTITY CARD :

Contractor is required to issue each contract workman Photo Identity Card in the format as specified by HR department within a month of awarding the contract (prescribed under rule 103 C of the Tamil Nadu Factories Rules, 1950).

11 OTHER COMPLIANCES:

i. WEEKLY OFF:

The Tenderer shall provide Weekly Off to the outsourced workmen engaged by him as per the Factories Act, 1948.

ii. WORKING HOURS:

The Tenderer shall ensure Working Hours of Outsourced workmen as per the Factories Act, 1948.

iii. BONUS:

The Tenderer should disburse bonus to Outsourced workmen deployed by him as per the payment of Bonus Act, 1965 and minimum eligibility to receive bonus is 30 days of work in a year.

iv. AGE:

The Contractor should ensure that the workmen engaged by them should be of age group between 18 to 58 years.

12 PENALTY :

If the Tenderer fails to comply with the clauses from 1 to 11 within the stipulated days, TNPL has the right to deduct 5% of the deviated amount payable as penalty besides deducting the payable amount from the bills of the Contractor.

If there are any future amendments in the labour statutes, the same should also be adhered to by the Tenderer.

Tamil Nadu Newsprint and Papers Ltd.,Bid Document # TNPL/UNIT II/MEP/CIV/192023001291

SKILLED

Carpenter Class I : 387.50

Class II : 382.00

Plumber Class I : 378.50

Class II : 368.00

Mason Class I : 387.50

Class II : 382.00

Driver 475.00

Barbender Class I : 378.50

Class II : 368.00

2 Unskilled Manpower 294.00

1

AS PER GOVT.

NOTIFICATION

(PER DAY WAGE)

(Rs.)

APPENDIX II

DETAILS OF MINIMUM WAGES PAYABLE

CATEGORYS.NO.

Page 1 of 1

Tamil Nadu Newsprint and Papers Limited

Bid Document # TNPL/UNIT II/MEP/CIV/192023001291

For obtaining complete bid document containing instruction to bidders,

General Terms and conditions, Scope of Services, Technical specifications

for Civil works and Price schedule, you may send an e-mail with a

covering letter, name of your organization, full address and

communication details to the following e-mail id.

[email protected]