Professional Documents
Culture Documents
For
ISSUED BY
JHARKHAND, INDIA
Cost of Tender Documents: ₹ 1,500/- (Indian Rupees One Thousand Five Hundred only)
in the form of Demand Draft/ Banker’s Cheque/ Pay Order drawn from any Indian
Nationalized/ Scheduled bank in favor of SAIL, Bokaro Steel Plant, payable at Bokaro Steel
City. Alternatively, the tender documents can be downloaded from the website
www.sailtenders.co.in and the cost of tender documents shall be enclosed with the PART-I of
bid. Tender documents as well as tender cost are non-transferable & non-refundable.
Bid Security: Bid Security Declaration in the format attached.
2. OBJECTIVE
Steel is one of the most important engines of economic growth of any country with
strategic use in defence, power, atomic energy, etc. It is instrumental in creation of social
and economic infrastructure on account of its strong backward and forward linkages.
BSL management accords top most priority to safety of its employees & other
stakeholders and is fully committed towards ensuring a safe work environment
conducive for achieving production targets. However, safety is one area where scope of
further improvements always exists and it is believed that the ultimate objective of
‘Accident-free steel’ can only be achieved through an effective safety management
system.
The expectations from the bidder are as follows-
Identify gaps in Safety Management System.
Undertake interventions to bring down risks to as low as reasonably possible.
Develop safety capabilities and competencies at all levels.
Develop robust safety management system.
Develop an integrated organization structure for governance.
4
Develop structured behaviour based safety programme to bring positive change in
people’s behaviour towards safety.
Develop detailed framework and implement Contractor Safety Management.
Establish mechanism for Incident Reporting and investigation with focus of improving
Near Miss reporting.
Develop Road Safety measures for improving safety in onsite traffic operations.
Bring consistency across departments in terms of safety systems and practices.
3. SCOPE OF WORK
3.1 Safety Management Consulting engagement should include following activities:
i. Safety Maturity Survey, identification / Assessment of gaps in existing safety
system& preparation of road map for improvement / developing robust safety
system and its implementation with handholding support to contain risk to
acceptable level with continual improvement in safety performance w.r.t
benchmark – LTIFR (Loss Time Injury Frequency Rate).
ii. Behavioural Intervention Program which includes a structured and planned
proactive two-way safety conversation with people to achieve positive change in
their behavior towards safety along with framework for assessing/ monitoring status
of implementation and review.
iii. Incident Reporting and Investigation System which focuses on Near Miss reporting
by all including shop-floor personnel and building capability in the organization to
investigate incidents comprehensively using proven methods.
iv. Contractor Safety Management which will comprise of qualification of contractors
on safety parameters prior to awarding work and an ongoing review of Contractor
safety performance after award of work.
v. Workplace safety and containment of risks associated with high hazard processes
involving entire workforce including contract workers.
vi. Development / improvement of Safety Management System / framework in SAP
platform (suitable for BSL/SAIL requirement), this includes development of best
practices and preparing at least 10 high risk standards.
vii. Capability development at all levels of employees:
a. Top Leadership,
b. Middle Management, Executives
c. Line Managers/ Frontline Executives
d. Supervisors & Non-Executives
e. Workmen
Executives in various grades in the organization shall be considered to be Key
resource persons for the purpose of calculation of training mass in different
domains listed in Annexure-1 (S.No 1 to 9).
viii. Development of Integrated organization/ governance structure for implementation &
monitoring in SAP portal.
ix. Implementation of Road Safety measures thru’ Engineering controls/ techniques as
well as administrative solutions.
5
Minimum expectations from the bidder under each element of the scope as mentioned
above is attached at Annexure-1.
The manpower matrix of BSL Works area (as on 01-12-2020) is tabulated below:
Plant Executives Non-executives Contract Workers
BSL 1,376 8,154 8,050
3.2 All the existing facilities inside the plant boundary are covered under the safety
management consulting assignment. Following are the indicative areas of coverage-
(i) Iron Making (Coke Oven Batteries, Coal Chemicals, Ore Handling Plant, Sintering
Plant, BF- Raw Material Charging, Furnace Proper and Auxiliary sections etc.)
(ii) Steel Making (Raw Material Department, Steel Melting Shops, Converter, &
Continuous Casting Shops, Secondary Refining, Desulphurization Unit, Pit side,
Slag dump area and up to dispatch, Refractory Material Plants etc.)
(iii) Gas Management (Energy Centre, Gas Pipelines, Gas Holders, Gas Mixing and
Boosting stations, Oxygen Plant, Propane Plant etc.)
(iv) Mills Area (Hot Strip Mill, Slabbing Mill, Cold Rolling Mills, Hot Rolled Coil
Finishing etc.)
(v) Rail & Road Transport (Onsite Traffic Management)
(vi) Power and Blowing stations
(vii) Distribution Network (DNW) including Main Step Down Station (MSDS), Sub
stations etc., including cable galleries and tunnels
(viii) Utilities Departments like Water Management, Compressed air, Steam etc.
(ix) Projects division.
3.3 The bidder has to engage one Project Manager for overall planning/ coordination and
monitoring the engagement activities. He should have prior experience of working as
Project Manager (minimum one year each) in at least two sites for safety consultancy
assignment based projects. He has to be present at the BSL site at least for 15 days in
the month.
3.4 Minimum field consulting at site man-days to be deployed by the bidder is 2,250 (man-
days spent by Project Manager will not be counted as consulting man-days for this
purpose).
6
i. Training, influencing and mentoring the leaders & line managers to own and lead
safety leadership, Organizational Development, Change management and Client
specific customization, etc.
Note: In addition to minimum consulting workforce requirement as mentioned in Clause 4.1 A)
of the eligibility criteria, Consultants engaged for IT, data analytics, software development,
digitization etc. need not require safety management consulting experience of 10 years.
3.5 BSL/SAIL reserves right to ask for replacement of consultants who do not demonstrate
satisfactory skills.
4. ELIGIBILITY CRITERIA
4.1 A) Bidder should have a consulting workforce of at least 15 nos. domain experts in safety
management consulting / implementation as per experience criteria mentioned in Sl. No.
3.4.(including parent organization / group companies).
B) One Project Manager for overall planning/ coordination and monitoring the
engagement activities. He should have prior experience of working as Project Manager
(minimum one year each) in at least two sites for safety consultancy assignment based
projects.
4.2 (a) Bidder having experience of successfully completed at least 1 (One) safety
management consulting engagement (of the same/ similar scope of work), having work
order / purchase order / service agreement for the engagement of a minimum duration of
1 year (12 calendar months) during the last 7 years from the date of uploading of this
Tender Document, and of value not less than INR 1 Crore for a company operating in
process industry which is complex & hazardous in nature (limited to only Ferrous & Non-
ferrous Metallurgical Industries, Power generating industries, Petrochemical, Oil & gas,
Chemical & Cement industry). Bidders to submit single/set of orders for work at the
single client site for Safety Management Consulting Assignment.
OR
(b) Bidder having experience of successfully completed at least 2 (Two) safety
management consulting engagements (of the same/ similar scope of work), having work
order / purchase order / service agreement for each of the engagements of a minimum
duration of 1 year (12 calendar months) during the last 7 years from the date of
uploading of this Tender Document, and of value not less than INR 75 Lacs each for a
company operating in process industry which is complex & hazardous in nature (limited
to only Ferrous & Nonferrous Metallurgical Industries, Power generating industries,
Petrochemical, Oil & gas, Chemical & Cement industry). Bidders to submit set of orders
for work at the single client site for Safety Management Consulting Assignment.
OR
(c) Bidder having experience of successfully completed at least 3 (Three) safety
management consulting engagements (of the same/ similar scope of work), having work
order / purchase order / service agreement for each of the engagements of a minimum
duration of 1 year (12 calendar months)during the last 7 years from the date of uploading
7
of this Tender Document, and of value not less than INR 50 Lacs each for a company
operating in process industry which is complex & hazardous in nature (limited to only
Ferrous & Nonferrous Metallurgical Industries, Power generating industries,
Petrochemical, Oil & gas, Chemical & Cement industry). Bidders to submit set of orders
for work at the single client site for Safety Management Consulting Assignment.
4.3 Out of the above, bidder should have successfully completed at-least one (01) similar
safety management consultancy assignment of a company, having minimum annual
financial turnover of INR 500 Crores during the execution of the work order.
4.4 Bidder should have average annual financial turnover of an equivalent of INR 5 Crores
(Rupees Five Crores only) of the any three consecutive financial years out of last four
financial years ending 31.03.2020.
In case of bidders being consortium, total average annual turnover of the consortium
(taken together for all the consortium members) during any three consecutive financial
years out of last four financial years ending 31.03.2020 shall be minimum INR 5 Crores
(Rupees Five Crores only).
4.5 In case a bidder who is an outcome of either demerger, acquisition, sale, business
transfer, divesture, etc. can apply the credentials of the predecessor / transferor / affiliate
company for a period of last 12 calendar months from the date of the tender to fulfil the
tender conditions including the eligibility requirements, the bidder shall submit the
requisite legal and other relevant documents in this regard. It is expected that the bidder
would have proper legal rights under the IP, patent including software tools and other
related laws in connection with the tender work.
4.6 In case the bidder is fully owned subsidiary, the bidder shall be allowed to use the
credentials of its parent/ holding/ group company for meeting the technical eligibility
criteria as above.
In this case, the parent/ holding/ group company should have an agreement (as per
Annexure-11) with the bidder that the former would lend technical support to the bidder
for successful execution of the project. Notarized copy of the agreement is to be
submitted along with the bid.
The bid of bidder shall not be considered if there is change in the constitution of the
company after opening of the offer.
5. DOCUMENTS TO BE SUBMITTED TOWARDS ELIGIBILITY REQUIREMENTS
5.1 Bid form (format attached at Annexure-9) on bidder’s letter head signed by a duly
authorized representative of the bidder. Bidder should submit a Power of Attorney in
favour of signatory of the bid.
5.2 Notarized Copy of Certificate of Incorporation/ Partnership Deed/Registration.
5.3 Notarized Copy of Memorandum and Articles of Association as applicable.
8
5.4 Notarized Copy of Audited Annual Reports (including Balance sheet, Profit & Loss and
Cash flow statements) clearly evidencing the Annual Turnover figure for any 3 (three)
consecutive financial years out of last 4 financial years ending 31.03.2020.
5.5 Notarized copy of the following documentary evidence issued by client of the applicant in
proof of meeting the prescribed eligibility criteria evidencing Completion of safety
management consultancy assignment(s) as detailed under Clause No. 4.3.
a) Letter of award/ Work Order/ Contract agreement
OR
Certificate from employer mentioning value of the contract, time period and scope
of work.
b) Completion/ execution certificate from employer/ documentary evidence for clause
5.5 (a).
5.6 Declaration statement/ Undertaking on letter head certifying that the bidder has not been
blacklisted by any state government, central government, public sector undertaking in
India or International Organization as on the date of submission of tender.
5.7 Bidder is required to submit certificate from the concerned Merchant banker(s) that the
loans given to the bidder are not falling in the category of Non-Performing assets of the
concerned Bank(s)
5.8 Declaration statement that the study report, other reports & documents submitted to
BSL/SAIL as part of the study shall exclusively belong to BSL/SAIL for use in the manner
desired by them.
5.9 List containing brief experience and qualification of Project Manager as well as minimum
15 nos. domain experts (as mentioned in scope, clause – 3.3 & 3.4) in the form of their
bio-data/ CV to be submitted (as per format in Annexure-4 & 5 respectively) along with
the bid. The experience mentioned should have the element of implementation of safety
management consultancy, as stipulated in Annexure1, at client site.
Further, bidder shall submit an undertaking from their Head of Department of HR
department confirming that the above personnel/ employee are either on company pay
roll as on bid due date or under Service agreement with the bidder.
5.10 The project manager & domain experts, as mentioned in Clause 3.3 & 3.4, shall be
deputed during implementation of Safety Management Consulting assignment. In case of
change in project manager & domain experts during implementation of project, the
bidder shall submit CV of the proposed project manager & domain experts having similar
experience and shall deploy them only after concurrence by BSL/SAIL. An undertaking
to this effect shall be submitted by the bidder.
5.11 In case of bid by consortium, the bidder to comply with Consortium requirement
stipulated under clause 6. Bidder shall ensure that the requirements viz. Memorandum of
Agreement amongst member firms, scope division matrix, etc. are submitted in non-
judicial stamp paper along with the bid.
5.12 BSL/SAIL has all right to seek documentary evidence for the outcomes / improvement in
performance of the consulting engagement experiences at the reference client site(s).
9
5.13 Documentary evidence in support of turnover of INR 500 Crores (as mentioned in
“Eligibility Criteria”, clause -4) clearly specifying whether it is company’s or total client
group turnover.
5.14 In case of non-submission of requisite documents fulfilling Eligibility Criteria, BSL/SAIL
reserves the right to reject the Bid without making any reference to bidders.
5.15 Bidder must declare whether the proprietor/ partner/ Director of the firm has any relation
with any employee working in the Plants/ Units concerned or Director of SAIL including
its subsidiaries and if so, give the details of the relationship.
5.16 Bids submitted must bear the signature and seal of the bidder on all the pages
otherwise, it will be presumed that the bidder do not accept the terms and conditions of
NIT and this may lead to rejection of the offer forfeiting bidder’s claims, if any.
5.17 SAIL, Bokaro Steel Plant takes no responsibility for delay, loss or non-receipt of
documents sent by post. No financial obligations shall accrue to SAIL, Bokaro Steel
Plant in such an event.
5.18 SAIL, BSL reserves the right to accept or reject any bid either in part or in full or to annul
the Bidding process and reject all bids at any time prior to award of the work without
assigning any reason whatsoever and without thereby incurring any liability whatsoever
to the affected Bidder(s). Mere submission of Bids shall not mean fulfillment of
requirements of eligibility of the Bidder(s).
6. CONSORTIUM
At least one member of Consortium (in case of bid by Consortium of member firms /
companies / any entity other than individual) should have experience of Safety
Consultancy. All members of Consortium should be incorporated /registered in India. All
members of the Consortium should be Private or Public Limited Companies or
Partnership Firms or any business entity other than individual as per the laws of India.
Individuals are not eligible to participate. Bids submitted by a consortium (not more than
three member firms) shall comply with the following requirements:
i. The responsibility of each consortium partner should be commensurate with the
responsibility matrix for all 9 elements/ activities of scope as mentioned in the
clause 3.1.
ii. The bid shall include all the information on eligibility/ qualification and experience
required for a Bidder as described in Bidding Documents.
iii. The bid shall be signed by all consortium members so as to be legally binding on all
members.
iv. The members of the Consortium shall nominate one member having experience of
Safety Management Consultancy as the “Lead Member”, who will be responsible
for overall performance of the work order. The nomination shall be supported by a
Memorandum of Agreement (MOA) and should be signed by all the legally
authorized signatories of all members.
v. The leader of consortium shall be authorized to incur liabilities and receive
instructions & payments for and on behalf of any & all members of the consortium.
10
vi. The Leader of the consortium shall have overall responsibility for the execution of
the work order. The Leader and other Members of the Consortium shall be jointly
and severally responsible for the execution of the work order, but will be liable for
damages in proportion of the respective Contract Price.
vii. A copy of the Memorandum of Agreement (MoA) entered into by the consortium
members prior to stipulated due date of submission of bids and valid till time for
successful completion of scope of work as stipulated in the work order.
7. COMPLETION SCHEDULE
7.1 The time period for completion of deliverables as per Table-1 under Cl. 7.2 shall be 24
months from the date of signing of contract agreement. The same is extendable on
mutually agreed basis, however, without any financial implication on either side.
7.2 The bidder has to submit breakup of man-days (activity wise, deliverables quarter wise
Table-1) of consulting resources to be provided during the safety management
consulting assignment and the project scheduling chart (quarter wise, Table-2) as per
the following formats. Minimum 2,250 consulting field man-days envisaged over a period
of two years for the entire engagement.
Table-1 : Activity Chart
Specific, Quantifiable & Proposed
Activity (month wise) Measurable Deliverables consulting man-
(Quarter wise) days (quarter wise)
Quarter Month Activity
1.
Q1 2.
3.
1.
Q2 2.
3.
1.
Q3
2.
…..
3.
Note: The progress of consulting engagement will be reviewed at the end of 4th quarter
and accordingly, if required needful corrections within the terms of the contract will be
applied to ensure effective implementation.
Table-2: Project Scheduling Chart
KA Q1 Q2 Q3 Q4 Q5 Q6 Q7 Q8
1.
2.
3.
….
Q1,Q2, etc. – period of 3 months starting from the date of award;
KA- Key activities.
11
8. TERMS OF PAYMENT
Subject to any deduction which BSL/SAIL may be authorized to make under the contract,
the contract price shall be payable as follows:
8.1 Payment will be released on quarterly basis based on the achievement of agreed
deliverables (Table-1, Cl. 7.2) and report duly certified by the contract operating authority
of BSL/SAIL. The payment in each quarter shall be 90% of 1/8th of the contract value
together with 100% GST. In case the deliverables of a certain quarter have not been
completed, the payment of that quarter shall be kept on hold till such deliverable is
completed. The payment of balance 10% of the contract value shall be done after issue
of completion certificate.
12
Wherever, such supporting documents are in language(s) other than English, these must
be accompanied by an accurate translation of the relevant passages (which the Bidder
considers it necessary to be taken into account in evaluation of its Bid by BSL/SAIL) in
English language. In such case(s), for the purposes of interpretation of these documents,
this translation shall govern.
10. CAPACITY OF THE BIDDER
The Bidder shall satisfy BSL/SAIL that the bidder is competent and authorized to submit
the Proposal and/or to enter into a legally binding Contract with BSL/SAIL. To this effect
any person signing the Bid/Proposal shall render documentary evidence in the form of
Power of Attorney, that signature, on the bid submitted by him is legally binding upon
himself, his firm or company, as the case may be.
11. SUBMISSION OF OFFER
11.1 The offer shall be submitted in 3 parts namely Part-1 Bid Security Declaration, Part-2
(Eligibility & techno commercial) and Part-3 (Price bid – Annexure-7).
11.2 The deliverables under nine elements as per Annexure-1 for safety consultancy
assignment shall be required to be presented by the bidders. The bidders shall be given
opportunity for submission of clarifications / confirmations.
11.3 Micro & Small Enterprises (MSEs) / Small Scale Industries (SSI) / Central Public Sector
Undertakings (PSUs) / Government Undertakings of India are exempted from
submission of Cost of Tender Documents as per Government Policy. However, in case
of Bid by Consortium not having all members as MSEs / SSI /NSIC/ PSUs / Government
Undertakings of India, are required to submit the stipulated Cost of Tender Documents
along with their Bid. For SSI/NSIC Units, the exemption from submission of Cost of
Tender Documents will be granted only for the items for which it is registered. For getting
exemption from submission of Cost of Tender Documents, the SSI/NSIC unit is required
to submit a notarized copy of the registration certificate indicating clearly the item for
which they are registered and the validity of same and should also submit a copy of
Entrepreneurs Memorandum. For MSEs, the exemption from Cost of Tender Documents
will be granted only for the items for which it is registered and only on submission of valid
notarized copy of certificate having valid Entrepreneurs Memorandum (EM) number.
In place of EMD, the bidders require to sign a Bid Security Declaration accepting that if
they withdraw or modify their bids during the period of validity, or if they are awarded the
contract and they fail to sign the contract, or to submit a performance security before the
deadline defined in the requests for bids document, they will be suspended for a period
of one year from being eligible to submit Bids for contracts. The format for Bid Security
Declaration is attached as Annexure-8.
The signed Bid Security Declaration in the form and manner as specified should be
submitted in sealed envelope at the Office of Chief General Manager (Projects)/
Commercial, Ispat Bhawan, Bokaro Steel Plant, Steel Authority of India Limited,
Bokaro Steel City – 827 001, Jharkhand, India, before bid submission due date, failing
which their offer may not be processed at all. The envelope shall not contain any
13
information/ data in respect of Bidder’s Price. The Bid received without acceptable Bid
Security shall be liable for rejection.
14
12.2 Arbitration
The arbitration shall be governed in accordance with The Arbitration and Conciliation Act
1996 (hereinafter referred to as the “Act”) of India. The language of Arbitration shall be
English.
12.3 Subject to the stipulations made hereinabove, Arbitration shall be conducted as per
forum specified below:
Arbitration of contracts, with Indian parties, where contract value is more than INR 5
Crores shall be governed by the Rules of Indian Council of Arbitration (ICA)/ “SCOPE
Forum of Conciliation and Arbitration” (SCFA)/ Delhi High Court Arbitration Centre
(DAC), as agreed by the party. The venue shall be Bokaro.
12.4 During the pendency of the Conciliation or Arbitration proceedings both the parties (i.e.
the Contractor and the Employer) shall continue to perform their contractual obligations.
The arbitral tribunal shall give reasons for its award. The tribunal shall apportion the cost
of arbitration between the parties. The award rendered in any arbitration hereunder shall
be final and binding upon the parties. The parties agree that neither party shall have any
right to commence or maintain any suit or legal proceeding concerning any dispute under
this agreement until the dispute has been determined in accordance with the arbitration
proceeding provided for herein and then only to enforce or facilitate the execution of an
award rendered in such arbitration.
Arbitration between a Central Public Sector Undertaking of the Government of India (not
under the Ministry of Steel) and the Employer shall be as per the guidelines of Ministry of
Heavy Industries and Public Enterprises, Department of Public Enterprises (DPE)
Government of India.
12.5 Arbitration between a Central Public Sector Undertaking of the Government of India
under the Ministry of Steel, Government of India and the Employer, shall be as per the
guidelines of the Ministry of Steel.
Weightag
S.No. Capability Assessment Criteria
e marks
i) a) Projects undertaken with respect to Safety Management 14
Consulting Assignment in an Integrated Steel Plant of
rated capacity more than 2 MT Crude Steel covering
different elements / aspects as per Scope.
Proportionate marking (1.0 for each element) as per
nine elements covered as per Clause-3.1 under Scope
Project with Order value more than INR 2 crores gets
2 additional Marks and 1 mark for each incremental
value of 1 crore with limit to 5 marks
b) Other projects undertaken with respect to Safety 9.5
Management Consulting Assignment in Ferrous (other
than Steel) or Nonferrous Metallurgical Industries, Power
generating industries, Petrochemical, Oil & gas, Chemical,
Cement industry having more than 1,000 workers
(including contractual workers) covering different
elements / aspects as per Scope.
Proportionate marking (0.5 for each element) as per
nine elements covered as per Clause-3.1 under Scope
Project with order value more than INR 2 crores gets 2
additional Marks and 1 mark for each incremental
value of 1 crores with limit to 5 marks
ii) Experience in delivering one or more similar safety 9
management consultant engagement for a total Project
value of more than INR 1 Crore and engagement duration of
at least 12 months in each such engagement in the last 7
years from issue of tender. Bidders to submit single/set of
orders (covering 9 elements as per scope) for work at the
same / single client sites with various components of Safety
Management Consulting Assignment as per scope given in
tender document.
17
Modules will get 2.5 marks for each limited to 5.0 marks.
18
submit these documents in addition to the documents specified in the bidding documents
to meet Bid Evaluation Criteria.
13.5 Bid document is non-transferable. Bids received from bidders in whose name Bid
Document Fee has been submitted shall only be considered. Bidder must submit the Bid
Document Fee in their name.
13.6 Normalization of Technical Score
The formula for determining the technical score is:
St =100 x T/Tm,
where St is the normalized Technical Score, Tm the highest Technical Score and T is the
Technical Score of the respective proposal of bidder under consideration, as determined
through the above marks table.
Example:
Bidder A scores 90 marks and Bidder B scores 85 marks.
The normalized score of Bidder A is 90/90 x 100 = 100.
The normalized score of Bidder B is 85/90 x 100 = 94.4
13.7 Financial Bid Evaluation Criteria
The formula for determining the normalized financial scorings:
Sf =100 x Fm/F
where
Sf is the normalized financial score,
Fm the lowest Total Contract Price (net of ITC on GST), and
F the Total Contract Price (net of ITC on GST) of the respective proposal of bidder under
consideration
Example:
Bidder A quotes 500Million and Bidder B quotes 600 Million.
The normalized score of Bidder A is 500/500 x 100 = 100.
The normalized score of Bidder B is 500/600 x 100 = 83.3
13.8 Overall Technical & Financial Bid Evaluation
Final score of bidder shall be evaluated based on the following formula:
FS=St x t + Sf x f
where
FS= Final Score of the bidder
St = Normalized Technical Score of the bidder
Sf = Normalized Financial Score of the bidder
t = Technical Weightage (70%)
f = Financial Weightage (30%)
Example:
The overall scores of the Bidders in the examples in 13.6 and 13.7 are as follows:
Bidder A: 100 x 0.7 + 100 x 0.3 = 100
Bidder B: 94.4 x 0.7 + 83.3 x 0.3 = 91.07
13.9 Ranking of Bidders
On the basis of the combined weighted score for Technical Score (St) and Financial
Score (Sf), the bidder shall be ranked in terms of the Final Score (FS) obtained. The
19
bid/proposal obtaining the highest Final Score (FS) will be ranked First (R-1) followed by
the proposals securing lesser marks as R-2, R-3, etc. The bid/proposal securing the
highest Final Score (FS) will be successful bidder.
In the event two or more bidders have the same scores in the final ranking, the bidder
with the highest technical score should be ranked first. In case of tie in technical scores,
the bidder who has successfully completed more number of assignments within
preceding 7(seven) years shall be ranked first.
13.11 Negotiation with the R-1 bidder
If required, negotiation will be held with R-1 bidder only with reference to increase in
man-days or reduction in price.
Wherever voluntary reduction in price or voluntary increase in man-days is received after
bid opening, such reduction in price will not be taken into account for the purpose of
evaluation and ranking for placement of order. But the order would be placed taking into
account the voluntary reduction offered by the bidder.
14. CERTIFICATE(S) ON BEHALF OF BSL/SAIL
Certificate(s) on behalf of BSL/SAIL in connection with the execution of work
order/milestones / deliverables achieved shall be given by duly authorized officers of
BSL/SAIL.
15. CONFIDENTIALITY
Bidder shall note that all data/information/details enclosed with Tender Document as well
as subsequently provided are confidential. Bidder shall keep all data/information/details
in strict confidence and shall not copy or pass on any of the documents forming part of
the Tender Document to any third party.
Successful bidder shall be asked to execute a Non-Disclosure Agreement (NDA).
16. DISQUALIFICATION OF BIDS
16.1 Bid submitted by bidders is liable to be disqualified if
i. Not submitted in accordance with the Tender document
ii. Bid received in incomplete form
iii. Bid received after due date and time
iv. Bid not accompanied by all requisite documents, Bid document fee, Bid security
declaration.
20
16.3 If at any time during evaluation of bids, BSL/SAIL requires any clarification on the
proposal submitted by the prospective bidders, it reserves the right to request a
clarification so as to complete the evaluation.
16.4 BSL/SAIL will not accept or respond to bidders request for information on the status and
progress of bid evaluation process.
16.5 BSL/SAIL reserves the right to verify all statements, information and documents
submitted by the bidder. Any such verification or lack of verification does not absolve the
bidder of its obligations or liabilities nor affects any rights of BSL/SAIL.
16.6 In case it is found during the evaluation or at any time before placement of the order or
after its execution and during the period of subsistence thereof, that one or more of the
eligibility conditions have not been met by the bidder or bidder has made material
misrepresentation or has given any materially incorrect or false information, the bidder
shall be disqualified forthwith if not appointed as Consultant either by issue of LOA or
placement of order, and if the bidder has already been issued the LOA or order placed,
as the case may be, the same shall notwithstanding anything to the contrary contained
therein or in this Tender Document, be liable to be terminated, by communication in
writing by BSL/SAIL without BSL/SAIL being liable in any manner whatsoever to the
successful bidder or Consultant, as the case may be. In such an event BSL/SAIL shall
forfeit and appropriate the Performance security deposit, if available, as the mutually
agreed pre-estimated compensation and damages payable to BSL/SAIL for inter-alia
time, cost and effort of BSL/SAIL, without prejudice to any other right or remedy that may
be available to BSL/SAIL.
16.7 A Bidder (and / or consortium) shall submit only one bid in the same bidding process. A
Bidder who submits or participates in more than one bid will cause all the proposals in
which the bidder has participated to be disqualified.
21
ii. If the successful tenderer fails to comply with the provision/provisions of the order.
iii. If the successful tenderer is involved in any action involving moral turpitude.
19. SECRECY / CONFIDENTIALITY
The information, details, data and other documents forming part of Tender Document or
work order are the property of BSL/SAIL and all rights to the same are reserved.
Successful tenderer hereby gives the undertaking that the same shall not be used for
any other purposes, except for execution of the order. The information, details, data and
other documents shall not be copied, transcribed, traced, shared or reproduced in any
other form or otherwise in whole and/or duplicated, modified, divulged and/or disclosed
to a third party nor misused in any other form whatsoever without BSL/SAIL’s consent in
writing, except to the extent required for the execution of this order. The details, data &
other documents made available to the successful tenderer shall be returned to
BSL/SAIL immediately after they have been used for the agreed purpose. The
successful tenderer shall do everything possible to prevent divulging of any information
by his personnel either deliberately or through negligence.
20. NEGLIGENCE, DEFAULT, RISK PURCHASE AND BANNING OF BUSINESS
DEALINGS
20.1 If the Consultant fails to complete the work with due diligence or expedition or shall
refuse or neglect to comply with any order given to him in writing by BSL/SAIL in order,
BSL/SAIL may give notice in writing to the successful tenderer calling upon him to make
good the failure, neglect or contravention within such time as may be deemed
reasonable and in default of the compliance with the said notice, BSL/SAIL without
prejudice to its rights under the order, may rescind or cancel the order holding the
successful tenderer liable for the damages that BSL/SAIL may sustain in this regard.
20.2 Should the successful tenderer fail to comply with such notice within a reasonable period
from the date of serving thereof (not exceeding 15 days), BSL/SAIL shall have the option
and shall be at liberty to take the work wholly or in part out of the successful tenderer's
scope and may complete the work envisaged in the order themselves or may re-order to
any other firm or firms to execute the same or any part thereof at the successful
tenderer's risk and cost. This shall be without prejudice to BSL/SAIL's rights under other
clauses of this order.
20.3 BSL/SAIL shall have right to recover all expenses, costs and charges incurred in
completion of the work by deducting any money due or which may become due to the
Consultant, and if necessary, by revoking the Performance Security Deposit.
20.4 In case of default, bad performance, fraud, deception and misconduct, etc. by the bidder,
action may be taken as per the instructions issued by SAIL from time to time w.r.t.
“Guidelines on Banning of Business Dealings” attached as Annexure 12.
21. Assignment/ subletting of contract is not allowed.
22
22. FORCE MAJEURE
22.2 If either party is prevented, hindered or delayed from or in performing any of its
obligations under the Contract by an event of Force Majeure, then it shall notify the other in
writing of the occurrence of such event and the circumstances thereof within 14 days after the
occurrence of such event.
22.3 The party who has given such notice shall be excused from the performance or
punctual performance of its obligations under the Contract for so long as the relevant event of
Force Majeure continues and to the extent that such party’s performance is prevented,
hindered or delayed. The Time for Completion shall be extended in accordingly.
22.4 The party or parties affected by the event of Force Majeure shall use reasonable efforts
to mitigate the effect thereof upon its or their performance of the Contract and to fulfill its or
their obligations under the Contract, but without prejudice to either party’s right to terminate
the Contract.
22.5 Any delay or non-performance by either party hereto caused by the occurrence of any
event of Force Majeure shall not
23
24 Special Issues for GST:
24.1 Bidder shall submit the price bid based on taxes and duties as per GST Act. The
envelope shall clearly stipulate “Price Bid based on GST Act” and shall contain the details of
Tender No. and Description.
24.2 The evaluation shall be done on the basis of net of Input Tax Credit of GST in the
manner as specified above.
24.3.
i) Reimbursement of GST shall be made by the Employer to the consultant without any limit
wherever input tax credit (ITC) is available to the Employer on such GST. No reimbursement
of GST shall be made where bidder has indicated ITC amount and ITC is actually not
available to Employer.
ii) If reimbursement of GST is made to the consultant on the expectation that ITC shall be
available, and subsequently ITC is denied in GSTN for reasons not attributable to the
Employer, then the amount of GST disallowed for ITC shall be recovered from any
subsequent bill of the contractor or by way of encashment of PBG, if required.
iii) If ITC is taken by the Employer but is subsequently reversed due to reasons attributable to
the consultant, then the amount of GST along with interest payable by the Employer on such
reversal shall be recovered from the consultant from any subsequent bill of the contractor or
by way of encashment of PBG, if required.
24
Annexure-1
Minimum expectation from the bidder under each element of the scope
25
g) Handhold the committee & key resource persons to periodically measure, monitor
and continuously improve Behavioural Intervention Programme as per organisation’s
requirement.
3) Incident Reporting and Investigation System
a) Formation of Apex committee and various implementation committees for Incident
Reporting and Investigation System and handholding the committees to define their
roles and goals. Guide the committees in implementing the Incident Reporting and
Investigation process at site.
b) Develop training modules on various subjects related to Incident Reporting and
Investigation System on proven methodology for Root Cause Analysis & other
investigation techniques and impart training to key Executives in all deptts. (at least
5% Executives in each deptt.). The module should cover all aspects with flow chart,
animations / audio-visuals etc.
c) Standard methodology for coaching to be adopted for the training and developing
Incident Investigators to help them to acquire the requisite skill in Incident
Investigation.
d) Develop a robust process standard for Incident Reporting and Investigation along
with Key Performance Indicators (KPIs)& their monitoring mechanism.
e) Develop a software / IT-based solution for effectively capturing various aspects of
Incident Reporting and Investigation like Incident (including Near Miss) Reporting
along with analysis thereof.
f) Handhold the committee & key resource persons to periodically measure, monitor
and continuously improve Incident Reporting and Investigation process as per
organisation’s requirement.
4) Contractor Safety Management
a) Formation of Governance Structure i.e. Apex committee, and various implementation
committees for Contractor Safety Management (CSM) and handholding the
committees to define their roles and goals.
b) Handhold the committees for developing a comprehensive process standard for
Contractor Safety Management along with Key Performance Indicators (KPIs)& their
monitoring mechanism.
c) Develop training modules on various subjects related to Contractor Safety
Management covering all aspects with flow chart, animations / audio-visuals.
Accordingly, develop key resource persons under ‘Train the Trainers’ programme
along with committee members.
d) At least 50% of the key resource persons to be trained on carrying out Contractor
Site Safety Audits in the work area and handhold &support them till the required skill
is acquired.
26
e) System of conducting Audits & assessments to be developed for assessing the safety
performance of the contractors with respect to Safety standards at the site.
f) Handhold the committee& key CSM resource persons to periodically measure,
monitor and continuously improve Contractor Safety performance as per
organisation’s requirement.
5) Workplace safety and Containment of risk associated with High Hazardous
Process
a) Mapping of activities for identification of hazards & assessment of risks taking into
likely high risk scenarios, existing control procedures, past major incidents in steel
industry globally, etc. using appropriate tools, software & Risk Assessment
techniques.
b) Risk containment to be done for 30 nos. of identified critical processes (at least 3
from each 8 High hazardous processes/ area as mentioned in the scope).Bidder to
lead in containment of 60% (minimum 18 nos. of identified critical processes) of
prioritized high risk activities and develop internal capability in BSL by handholding
through train the trainer for remaining areas (40 % i.e. 12 nos. of identified critical
processes).
c) The containment process to be done in all the departments /functions so that
capability is developed across BSL, as per clause 3.2.
d) The containment activities shall involve development of bowties, applicable
standards, procedures and assignment of responsibilities etc. for every high risk
scenario for ascertaining health of existing barriers / safeguards, suggest
improvement if required and provide handholding support for implementation.
e) Essentially developing the suitable IT-based dashboard for monitoring the
intervention at different levels of governance structure.
6) Development / upgradation of safety management system / framework suited to
BSL/SAIL
a) Upgradation of existing safety systems & standards in consultation with BSL taking
into account global best practices in safety.
b) Development of at least 10 new high risk standards along with work instructions and
responsibility for implementation.
c) Develop audit protocols & undertake few audits for implementation of above
standards and provide hand holding support for the rest.
d) Integration of IT tools provided by the bidders with the BSL SAP platform.
7) Development of Integrated organization structure for governance
a) To be developed at multiple levels
Strategic - Apex Committee
Operational – Plant level implementation committees
Tactical – Department level implementation committees, safety sub committees
etc.
27
b) Monthly progress of the various committees/ team meeting need to be tracked &
documented.
c) Critical observations w.r.t functioning of these committees, if any, to be
communicated to next higher levels for timely intervention.
8) Capability & Competency development across all levels of organization
a) It must cover all levels starting from top leadership of BSL, Middle management, line
managers, supervisors & work groups including contract workers.
b) Develop plant level matrix as per Deptt. wise manpower details furnished to arrive at
basis for deciding number of training sessions.
c) Training topics to be decided in consultation with BSL.
d) Coverage must ensure at least 50 % of critical mass in every deptt. and 100 % of top
leadership.
e) More thrust on developing trainers who will sustain the engagement after 2 years.
Each ‘Train the Trainer’ training program for the identified trainers’ pool would be of
minimum1 week duration.
f) Extensive usage of e-learning modules, training videos/ films on safety & operation,
tools for benchmarking, risk identification, dashboard software, digital monitoring to
facilitate implementation/ Monitoring. The tools/ software used for development,
implementation and monitoring in the assignment shall be handed over to BSL for
continuity of the system. The dashboard shall be mapped with SAP platform.
Necessary logics shall be provided to C&IT team.
g) Preparation of Animations/ Audio-visuals of the major fatal / serious accident cases
occurred in last five (05) years.
9) Road Safety Management through Engineering controls and other measures
a) Formation of Apex committee and various implementation committees for Road
Safety Management and handholding the committees to define their roles &goals.
b) Handhold the committees for developing a comprehensive process standard for Road
Safety Management along with Key Performance Indicators (KPIs)&their monitoring
mechanism.
c) Develop detailed framework for implementation of various Road Safety measures
thru’ Engineering controls/ techniques as well as administrative solutions.
d) Develop training modules on various subjects related to Road Safety Management
covering all aspects including Heavy Earth Moving Equipment with animations /
audio-visuals. Accordingly, develop key resource persons under ‘Train the Trainers’
programme along with committee members.
e) Handhold the committee& key resource persons to periodically measure, monitor and
continuously improve Road Safety performance as per organisation’s requirement.
28
Note:
a. The above requirements are only indicative. Bidders to provide more comprehensive &
detailed information against each of above items. It should include detailed activity
plan, their objective & purpose (what the intervention is trying to achieve),
implementation strategy, control & monitoring mechanism for effective implementation
and measurement of results with time frame & responsibility.
b. The actual deliverables / requirements (activities wise) shall be finalised after
presentation and deliberations with bidders which will be the criteria for marking of
quality parameters / deliverables for S No (vi) and (vii) of Cl. 13.1, Capability
Assessment criteria by the Tender Committee.
29
Annexure-2
31
Annexure-3
32
42 PEB 50
43 PFRS 29
44 GAS UTILITY 39
45 WATER MGT 191
46 ACVS 76
47 MACHINE SHOP 47
48 FORGE SHOP 34
49 STRUCTURAL SHOP 45
50 PPS 9
51 I & CF 24
52 IMF 74
53 STEEL FOUNDRY 7
54 PROJECTS 1457
TOTAL 8050
33
Annexure-4
Format for CV's / Biodata of Project Manager required for evaluation as well as to meet
the Eligibility Criteria as per clause no.3.2 of Tender Document.
3 Educational / Professional
Qualification
34
Annexure-5
Format for CV's / Biodata of domain experts required for Evaluation as well as to meet
the Eligibility Criteria as per clause no. 3.4 of Tender Document.
Latest
1. DOMAIN (with experience) Photograph
as per Annexure-1
Educational / Professional
4.
Qualification
35
Annexure-6
37
Annexure-7
INR
Base Value
Add: GST @....%
ITC on GST
Contract Price Net of ITC
38
Annexure-8
BID-SECURITY DECLARATION
To
Steel Authority of India Limited
Bokaro Steel Plant
Ispat Bhavan, Bokaro Steel City - 827001
Jharkhand (India)
I/We* understand that, according to your conditions, bids must be supported by a Bid-Securing Declaration.
I/We understand that if I/We withdraw or modify our Bids during the period of validity, or if I/We are awarded the
contract and I/We fail to sign the contract, or to submit a performance security before the deadline defined in the
request for bids document, I/We will be suspended for the period of one year from being eligible to submit Bids
for all future contracts.
I/We* understand this Bid Securing Declaration shall cease to be valid if I am/we are* not the successful Bidder,
upon the earlier of (i) the receipt of your notification of the name of the successful Bidder; or (ii) thirty days after
the expiration of the validity of my/our* Bid.
___________________________________________ ___________________________________________
[complete name of person signing the Bid Securing Declaration] [insert signature of person whose name and capacity are shown]
Duly authorized to sign the bid for and on behalf of: In the capacity of
_________________________________________ ________________________________________
[insert complete name of Bidder] [legal capacity of person signing the Bid Securing Declaration]
Place: ___________________________
Date: _________________
[Note: In case of a Joint Venture, the Bid Securing Declaration must be in the name of all partners to the Joint
Venture that submits the bid.]
*Please delete as appropriate
39
Annexure-9
Format for covering letter/ bid form
Bidder’s Ref. No. -------------------------------
Date: _____________
To: ____________________________
____________________________
____________________________
[Name of Facilities]
Dear Sir,
Having examined the bidding documents, including Addenda, the receipt of which is hereby acknowledged, we,
the undersigned, offer the above-named Facilities in full conformity with the said bidding documents for the sum
as mentioned in Price Bid or such other sums as may be determined in accordance with the terms and conditions
of the Contract.
We further undertake, if invited to do so by you, and at our own cost, to attend a clarification meeting at a place
of your choice, for the purpose of reviewing our Bid and duly noting all amendments and additions thereto, and
noting omissions therefrom that you may require.
We undertake, if our bid is accepted, to commence execution of work of the Facilities and to achieve completion
within the respective times stated in the bidding documents / quoted by us in our bid.
If our bid is accepted, we undertake to provide a Performance Bank Guarantee in the form, in the amount, and
within the time specified in the bidding documents.
We agree to abide by this bid, which consists of this letter and Attachments hereto, for a period of 180 (One
hundred & eighty) days from the date fixed for submission of bids as stipulated in the bidding documents, and it
shall remain binding upon us and may be accepted by you at any time before the expiration of that period.
Until a formal Contract is prepared and executed between us, this bid, together with your written acceptance
thereof and your notification of award, shall constitute a binding Contract between us.
We understand that you are not bound to accept the lowest or any bid you may receive and inturn we will not
have any rights to raise any claim, whatsoever it may be, due to or arising out of rejection of our bids.
40
Annexure-10
41
Annexure-11
FORMAT OF AGREEMENT BETWEEN BIDDER AND THEIR PARENT/ HOLDING/ GROUP COMPANY
(As the case may be)
(TO BE EXECUTED ON STAMP PAPER OF REQUISITE VALUE AND NOTORISED)
This agreement made this ___ day of ____ month ____ year by and between M/s. ____________________ (Fill in the
Bidder’s full name, constitution and registered office address) hereinafter referred to as bidder on the first part
and M/s. ___________ (Fill in full name, constitution and registered office address of Parent Company/Holding
Company, as the case may be) hereinafter referred to as “Parent Company/ Holding Company/ Group Company
(Delete whichever not applicable)” of the other part:
WHEREAS
M/s Steel Authority of India Ltd. (hereinafter referred to as SAIL) has invited offers vide their tender No.
_____________ for _________________ and M/s. __________________(Bidder) intends to bid against the said tender and
desires to have technical support of M/s. _______________ [Parent Company/ Holding Company/ Group Company -
(Delete whichever not applicable)] and whereas Parent Company/ Holding Company/ Group Company (Delete
whichever not applicable) represents that they have gone through and understood the requirements of subject
tender and are capable and committed to provide the services as required by the bidder for successful execution
of the contract, if awarded to the bidder.
Now, it is hereby agreed to by and between the parties as follows:
1. M/s.____________(Bidder) will submit an offer to SAIL for the full scope of work as envisaged in the tender
document as a main bidder and liaise with SAIL directly for any clarifications etc. in this context.
2. M/s. _________ (Parent Company/ Holding Company/ Group Company (Delete whichever not applicable)
undertakes to provide technical support to the bidder as per the scope of work of the tender/ Contract for which
offer has been made by the Parent Company/ Holding Company/ Group Company (Delete whichever not
applicable) and accepted by the bidder.
3. This agreement will remain valid till validity of bidder’s offer to SAIL including extension if any and till
satisfactory performance of the contract in the event the contract is awarded by SAIL to the bidder.
5. However, the bidder shall have the overall responsibility of satisfactory execution of the contract awarded by
SAIL.
In witness whereof the parties hereto have executed
this agreement on the date mentioned above.
42
43
44
45
46
47
48
49
50
51
52