Request for Proposal (RFP) for Hiring of Labour Contractor Firm (s) for BISA Operations across India
Last Date – April 11, 2025
Borlaug Institute for South Asia (BISA) was established on October 5, 2011, through an agreement between the Government of India (GoI) and the International Maize and Wheat Improvement Center (Spanish acronym CIMMYT) and was bolstered by the globally credible name of Nobel Laureate Norman Ernest Borlaug. The institution draws on the decades of experience and success by CIMMYT, the Consultative Group on International Agricultural Research (CGIAR), and a global network of partners in using research to generate tangible benefits for farmers internationally. BISA is supported by a growing number of national stakeholders in South Asia. It is committed to stronger collaborations for accelerated impact, most prominently with the Indian Council of Agricultural Research (ICAR) and the three state governments (Punjab, Bihar, and Madhya Pradesh) where BISA farms are located.
BISA invites sealed proposals from reputed labour contractor firm (s) to provide contractual labour for field operations at BISA research sites (mentioned below) for a period of three year (s) beginning Nov 01, 2025:
- Pusa, Bihar
- Jabalpur, Madhya Pradesh
- Ludhiana, Punjab
Interested labour contractor firms may apply for all locations or single/ multiple locations listed above.
Particular | Timelines |
Last Day of Submission of Query through e-mail * | March 26, 2025 |
Query resolution through virtual call (If required) | April 3, 2025 |
Final Submission of proposal |
Email id-Bisa.procurement@cgiar.org
Scope of Work
No. of Daily wage laborers and fixed salary personnel at each site (as on date of publishing this RFQ) are required as per table below. These numbers may vary from time to time depending upon seasonal / project requirement).
Labor Category | No. of Laborers in Spring (Summer) Season (Mar-June) | No. of Laborers in Ad-hoc Seasons (Aug to Apr) | No. of Laborers in Full Year (Jan-Dec) | |||||
Location | Type | Fixed | Daily Wages | Fixed | Daily Wages | Fixed | Daily Wages | Total |
Jabalpur (M.P) | High- Skilled | 2 | 2 | |||||
Skilled | 6 | 6 | ||||||
Semi-Skilled | 6 | 6 | ||||||
Unskilled | 22 | 10 | 2 | 10 | 44 | |||
Pusa, (Bihar) | High- Skilled | 4 | 4 | |||||
Skilled | 15 | 5 | 20 | |||||
Semi-Skilled | 5 | 5 | ||||||
Unskilled | 24 | 24 | ||||||
Ludhiana, (Punjab) | High-skilled | 9 | 6 | 15 | ||||
Skilled | 5 | 2 | 7 | |||||
Semi-Skilled | 7 | 7 | ||||||
Unskilled | 15 | 20 | 35 | |||||
Total | 15 | 22 | 10 | 45 | 83 | 175 |
Type of Labour and Activities required at BISA Sites is as below (this is not an exhaustive list of activities):
Schedule of activities | Labour category |
Planting Operations | |
Mechanic for Repair and greasing of the planters/ drills before and after use, Tractor drivers for drill operations, Planting on the raised beds | Skilled |
Direct dry seeding of rice / wheat / maize and any other crops on untilled plots (with or without residues) with tractor operated drills/ planters | |
Supervisory staff for seeding operations | |
Grafting /budding for preparing for planting materials and Sapling transplanting | Semi-skilled |
Manually line sowing, Birds scaring (E/M stage), Gap filling in plantations | Unskilled |
Fertilization | |
Fertigation | Skilled |
Fertilizer top dressing application- band placement with tractor | Semi-skilled |
Broadcasting fertilizers before /after irrigation | Unskilled |
Plant protection | |
Supervisory staff for operations | Skilled |
Mechanical Spraying (Tractor mounted sprayer) | Semi-skilled |
Knapsack power-mounted sprayers, backpack spray devices, manual weeding, granular insecticide application, and bird scaring (E/M stage) | Unskilled |
Irrigation/water management | |
Supervisors for sprinkler / drip Irrigation system | Skilled |
Electrician for tubewell/ farm lights etc | |
Irrigators for sprinklers, Tubewell operations, Drip operators | Semi-skilled |
Tractor operated bund maker/borders/channel making | |
Irrigation furrow /flood), Channel making manual | Unskilled |
Crop management activity | |
Irrigation water measurements | High Skilled |
Operators for field/lab instruments, Green Seekers, canopy sensers, EM38, and laser equipment etc. | |
Data collectors for plant attributes | |
Bagging for pollination, Detasseling, Roughing, Pollination, Glassware washers, soil/ plant Sample processing | Semi-skilled |
Soil samplers | Unskilled |
Harvesting & Threshing | |
Machine operator (threshers, combines, reapers, tractors etc.) | High Skilled |
Weighing and packing, stitching of gunny/ bags, Operator for the graders, Grain cleaner, Labelling and tagging, Balance operator (Electrical/mechanical), | Semi-skilled |
Threshing with machine | Unskilled |
Post Harvest | |
Counting of yield parameters etc | High Skilled |
Sampling for soil physical parameters (bulk density, penetration, infiltration etc), Mechanics for electrical and mechanical & civil works | |
Data entry operator | |
Seed drying, processing | Semi-skilled |
Developmental | |
Gate keeper / gate pass issue | Semi-skilled |
Cleaning surrounding office area, Machine washing and cleaner for vehicles | Unskilled |
GENERAL TERMS AND CONDITIONS:
- Selection Criteria
- The selection will be based on an evaluation of factors such as past performance, business credentials, compliance with labour laws in prior contracts, competency, responsible practices, and service charge being levied on the given operations.
- The lowest financial bid does not guarantee contract award.
- Eligibility and References
- Service providers must submit proof (on the client letter head) of at least three ongoing or recently completed similar contracts, including client references with contact details (email/phone) and project duration.
- Geographical Presence
- Preference will be given to service providers with an existing presence in the vicinity of the base location.
- Micro, Small, and Medium Enterprise (MSME) Status
- Service providers claiming MSME status under the MSMED Act 2006 must specify their category (Micro/Small/Medium) and provide valid registration certificates.
- Subcontracting
- Subcontracting or re-assignment of the contract to any other Service Provider is not permitted.
- Contract Duration
- The contract will be for a period of three year (s) initially and may be extended based performance satisfaction and as per the discretion of BISA.
- In case of unsatisfactory performance or any other issue found, BISA may terminate the contract with minimum 2 months’ notice period.
- Turnaround Time (TAT) and Variable Requirements
- The service provider must specify their average response time for fulfilling manpower requests and ensure compliance with a Turnaround Time (TAT) of 3 days for standard requirements.
- The service provider should be capable to handle urgent requests and provide manpower within shorter timelines when necessary.
- The Service Provider should be capable of deploying labour through its own resources, rather than relying on BISA to supply the necessary references. Also, it will be the full responsibility of the Service Provider for fulfilling all his obligations towards the fulfilment of Labour(s) required and shall not sub-contract the services to any other Service Provider.
- The Service Provider must be capable of making quarterly visit to the sites, conduct training and induction sessions with deployed labour, provide proof of the visits by submitting attendance sheet and photographs for which cost will be borne by the service provider.
- The Service Provider must have its HR policies & procedures in place for deployed labour/staff. Employment documents, ID proofs, increment letters or any other employment related document need to be maintained by the service provider. Copy of the same to be submitted to BISA.
- The Service Provider to ensure that all deployed laborers have their ESIC cards with them and have knowledge of their EPF/ ESIC contribution in their passbook and to the authority respectively.
- The service provider must accommodate any increase or decrease in manpower requirements during the contract period under the same terms and conditions, ensuring flexibility without impacting service quality or agreed timelines.
- Statutory Compliances
- Service providers must comply with all applicable labour laws, including but not limited to:
- The Contract Labour (Regulation and Abolition) Act, 1970
- Employees’ Provident Fund and Miscellaneous Provisions Act, 1952
- Employees’ State Insurance Act, 1948
- Minimum Wages Act, 1948
- The Maternity Benefit Act, 1961
- Child Labour (Prohibition and Abolition) Act, 1986
- Other relevant laws
- Bonus Act does not apply to BISA being an International Organization registered under the U.N. Act. Therefore, the financial bid should be exclusive of the Bonus component.
- Relevant statutory compliance documents must be provided upon request.
- Payment Obligations
- Wages must be paid to staff by 7th of the following month, irrespective of date of payment by BISA.
- Service providers bear all costs related to employee compensation, including uniform (as applicable), PPE kit, PF, ESI, Insurance and gratuity or any other statutory payments etc. with no extra charge to BISA.
- In case provided labour or staff need to travel outside base location/office/site then Service provider need to bear the initial cost of boarding/lodging and later claim along with actual expense supporting document and approval from authorized person of BISA. Service provider cannot charge any service charge on these re-imbursements.
- Site Visits and Proposals
- Service providers are advised to visit the site at their own cost to gather relevant information before submitting proposals.
- Service Provider will be bound to furnish one single proposal to the BISA while submitting application for all the locations mentioned in the agreement.
- Attendance and Supervision
- Service providers must deploy supervisors at each site to manage attendance, oversee operations, and handle emergencies at their own cost.
- Responsibility for Losses or Damages
- Service providers will indemnify BISA against any liability, loss, or damage caused by negligence of their staff.
- Security Deposit
- Service provider needs to deposit the security amount in the form of DD/RTGS in favor of BISA as per below conditions:
- If service provider is applying for 1 to 2 locations minimum security amount will be Rs. 5,00,000 (Rs. Five Lacs) and if the proposal is submitted for more than 2 locations then minimum-security amount will be Rs. 8,00,000 (Rs. Eight Lacs).
- Security deposit amount will be evaluated every year and service provider need to top-up security amount, making it equivalent to 10% of annual bill amount.
- This deposit will be interest-free and refundable upon satisfactory completion of the contract.
- The security deposit will be released after satisfactory completion of compliance audit through independent agency which will be hired by BISA after completion of the contract period, for which cost will be borne by BISA.
- Wages and Rates
- Rates must comply with the minimum wages prescribed by state or central government whichever is higher regulations and include statutory components like PF and ESI. Any changes in wage rates must be promptly communicated to BISA with relevant documentation.
- Taxes and Deductions
- Taxes applicable at the time of contract award or imposed subsequently, if applicable, must be borne by the service provider.
- TDS will be deducted as per government regulations.
- Health and Safety
- Service provider should also ensure that the personnel deployed are medically fit & Certificate of their medical fitness is to be provided when called for at his own cost.
- Legal Agreement
- The successful service provider must enter into a formal agreement (s) with BISA on a judicial stamp paper worth ₹500/-.
- Rejection
- Quotations lacking required details or found non-compliant with terms will be rejected.
- No party shall be permitted to Apply for work in the BISA in which any of their near relatives is an employee connected with the award and execution of the contract. They shall also intimate the names of persons who are working with them in any capacity or subsequently employed by them and who are near relatives of any employee of the BISA. Any violation of this condition which comes to the Notice of the BISA after the contract is awarded will entitle the BISA to treat the Service providers as having committed a breach of contract and to exercise all the rights and remedies available to the BISA on account thereof.
- Evaluation Criteria
Award to be made pursuant to this RFP will be based upon the proposal with appropriate consideration given to operational, technical, cost, and management requirements. Evaluation of offers will be based upon the Agency(s) responsiveness to the RFP, and the total price quoted for all requirement covered by the RFP. The following elements will be the primary considerations in evaluating all submitted proposals and in the selection of an Agency or Agencies:
- Expertise in conducting large scale support services provider.
- Adequate human resource for managing support services in respective location.
- The Agencies stability, experiences, and record of past performance in delivering similar services.
- Agencies has proper documentation/ record keeping expertise.
- Total cost of agencies financial proposal.
- The Agency preferable should have an office/branch in respective location.
- Bid for this contract will be assessed in accordance with Quality and Cost-based selection method and will involve both technical and commercial evaluation with the following weightage:
Evaluation | Weightage |
Technical | 60% |
Commercial (Financial) | 40% |
- Technical Evaluation
Technical proposal evaluation criteria shall be as follows:
Sr.No. | Criteria | Document Required (Indicative) | Marks |
1 | Local presence in respective geographical area | Rent Agreement, Electricity Bill | 10 |
2 | Experience in agricultural operations in reputed Govt. / Semi Govt. / Govt. undertaking / University establishment or private organizations. | Written recommendation letters from three clients on their letter head | 15 |
3 | Current size of employees/labour provided to the existing clients and ECR challans of last 6 months | ECR Challan Copies | 15 |
4 | Regular Labour Compliance duly certified with independent competent agency like CA, Advocate etc. | Audited certificates of last 3 years. | 10 |
5 | Turnover of the company/organization providing services | Audited financial statements of last 3 years. | 5 |
6 | Key Personnel Details (qualifications, experience, any certification etc.) | CVs of Key Personnels of entity. | 5 |
TOTAL | 60 |
Details in respect of all the points mentioned above must attached in the technical bid to arrive at a conclusion of technical fit. If details not attached Agency will be Technically unfit and will not be considered for further action.
- Financial Evaluation
Financial proposal will be opened of only those agencies receiving minimum of 36 (60%) marks out of the maximum 60 in technical evaluation. The financial proposals of those firms who don’t qualify in technical evaluation will be not considered for further process.
Guidelines for Submission for Proposals:
- Submission:
Signed & stamped sealed proposal on co. letterhead (separate sealed envelopes for technical and financial bid (s) in one master envelope) should be submitted through courier/by hand to the following:
Managing Director
Borlaug Institute for South Asia
CIMMYT-BISA office
G-2, B-Block, NASC Complex, DPS Marg
New Delhi 110012
The envelope should clearly be superscripted “PROPOSAL FOR ANNUAL SERVICE AGREEMENT FOR FIELD OPERATIONS FOR BISA” for labour services Proposals received after the due date will not be entertained.
- Technical Proposal in a sealed envelope should include the following:
- Company Profile
- Work Experience of similar nature
- Experience of the firm in the field of providing such services in Central Govt. establishments/ Autonomous bodies of Govt. India /Corporations of Govt. of India /reputed public or private organizations, (3 -5 years’ experience).
- Client List
Detailed client list to be enclosed.
- Recommendation Letters
- Written recommendation letters from three clients on their letter head
- Registration Certificate of the Firm/ Certificate of Incorporation
- Articles of Incorporation and By-laws of the service provider(s), evidencing the appropriate recording of same with the applicable recording authority.
- Relevant License Copy (s)
- EPF & ESI or any other registration certificate issued/required by local govt.
- The service provider(s)/agency must have a registration with the Contract Labour (Regulation and Abolition) Act., 1970. A copy of the same should be enclosed. The Service provider(s) shall obtain the Labour license under this Act.
- Certification of Service provider Category from applicable authority.
- Proof of address and geographic presence in given area (s)
- Rent Agreement for
- Electricity / Tel Bill
- Any Other.
- ECR Challan Copies
The firm should have a minimum of 30 laborers registered under ESI and EPF, with returns from latest to 6 months.
Total staff strength and copy of ECR pertains to last six months (PF deposit).
- Annual Turnover Proof
The firm should have a turnover of ₹ 50.00 lacs p.a. if applying for more than two locations and should have a turnover of ₹ 20.00 lacs p.a. if service provider applying up to two location or more in preceding two financial years, as evidenced in their corresponding audited financial statement.
- Labour Law compliance audited certificates of last 3 years.
- Audited financial statements of last 3 years.
- CVs of Key personnel.
- ID of legal representative (signatory who will sign the agreement in case the given firm is selected as the Service Provider)
- Bank statement/ Cancelled Cheque
- GST Copy
- PAN Card Copy
- Copy of Power of Attorney (If applicable)
- E-Business Details
Service provider shall be required to provide the E-business details of his/her organization (like website, SAP or any other installed ERP system as applicable).
- Do you have a company website, if yes URL for website.
- Are you following SAP or other ERP system if yes pls mention.
- Service Provider Details – Name, contact number & Email ID of point of contact.
- Financial Proposal in a sealed envelope should include the following:
- Location (s) for which proposal is being submitted:
- Service Charge % on total cost =
- Any other charges (please specify details)
- Validity of the Proposal – 3 years for the entire contract duration
Note:
Any such document furnished by the Service provider found to be false at any stage, it would be deemed to be a breach of terms of agreement making it liable for legal action against service providing agency apart from termination of the agreement forthwith. Any violation of instruction/agreement or suppression of facts will attract cancellation of agreement without any reference or any notice period.
BISA reserves the right to call for additional information and/or check, verify all the information furnished in the application. BISA also reserves the right to inspect all premises / facilities to confirm the authenticity of information furnished / capabilities mentioned in the application.
A Service provider is not permitted to seek contract in more than one name, including proprietorship/ partnership firms, in a particular Category. BISA reserves the rights to reject, at its sole discretion, all, or any quotations without assigning any reason and the work contract can be cancelled without assigning any reasons at any time and the decisions of the competent authority will be final.
Disclaimer:
- Selection of service provider for purchase of goods/ services will be done at the sole discretion of BISA. This RFQ/RFP may also be cancelled at any time without any prior notice to service provider (s) at the discretion of BISA’s Management without any liability to BISA whatsoever. E-mail or Telephonic queries with regards to selection process/progress of the procurement will not be entertained.
- The potential Service Provider/s may be asked to give a presentation of their product/services to the concern person/s at BISA as a part of the evaluation of the proposal submitted.
- The list of documents required for Technical and Financial evaluation are just indicative. Further details could be asked by BISA to examine the quotes in detail.
- BISA provides equal opportunity to all the eligible applicants to partner/ collaborate with us. Selection process is free from any sort of discrimination or nepotism.
- Any misstatement in the Technical/Financial proposals will lead to debarring of the Service Providers from all future procurements at BISA.
- Multiple quotations by a single entity/organization under the garb of related/sister concerns will be subject to rejection without further evaluation.