You are on page 1of 52

Tender Document

INDIGENOUS OPEN TENDER ENQUIRY

For

Safety Management Consulting Assignment


in Bokaro Steel Plant of
Steel Authority of India Limited (SAIL)

ISSUED BY

BOKARO STEEL PLANT

BOKARO STEEL CITY-827001

JHARKHAND, INDIA

Tender No. T&C(A)/20-21/SA/551 dated 19.02.2021

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.

Due date of submission: On or before 12.03.2021, 11:30 AM IST


Opening of Tender: 12.03.2021, 11:45 AM IST

Place of Submission of Bid


Office of Chief General Manager (Projects)/ Commercial
Ispat Bhawan, Bokaro Steel Plant, Steel Authority of India Limited
Bokaro Steel City – 827 001, Jharkhand, India
Tel No. +91 6542 240375, Fax No. +91 6542 240375/240163,
Email: bsl.proj.tenders@sail.in
1
1. ABOUT STEEL AUTHORITY OF INDIA LIMITED (SAIL)
Steel Authority of India Limited (SAIL) is India's largest steel-making company. It is a
fully integrated iron and steel maker, producing both basic and special steels for
domestic construction, engineering, power, railway, automotive and defense industries
and for sale abroad. With a turnover of INR 61,025 Crore (Financial Year 2019-20),SAIL
manufactures and sells a broad range of steel products, including hot and cold rolled
sheets and coils, galvanized sheets, electrical sheets, structural, railway products,
plates, bars and rods, stainless steel and other alloy steels. SAIL produces iron and steel
at five integrated steel plants and three special steel plants, located principally in the
eastern and central regions of India and situated close to domestic sources of raw
materials, including the Company's iron ore, limestone and dolomite mines. The
company has the distinction of being India's second largest producer of Iron Ore and of
having the country's second largest mines network. This gives SAIL a competitive edge
in terms of captive availability of iron ore, limestone, and dolomite which are basic inputs
for steel making.
List of Integrated Steel Plants are as follows:
i. Bhilai Steel Plant, Bhilai
ii. Bokaro Steel Limited, Bokaro
iii. Rourkela Steel Plant, Rourkela
iv. Durgapur Steel Plant, Durgapur
v. IISCO Steel Plant, Burnpur

ABOUT BOKARO STEEL PLANT (BSL):


i. Introduction/ Overview:
Bokaro Steel Plant - the fourth integrated plant in the Public Sector - started taking
shape in 1965 in collaboration with the Soviet Union. The construction work started on
6th April 1968.
Its first Blast Furnace started on 2nd October 1972 and the first phase of 1.7 MT Ingot
steel was completed on 26th February 1978 with the commissioning of the third Blast
Furnace. All units of 4 MT stage have already been commissioned and the
modernisation taken up in the nineties has further upgraded this to 4.5 MT of liquid steel.
Bokaro is designed to produce flat products like Hot Rolled Coils, Hot Rolled Plates, Hot
Rolled Sheets, Cold Rolled Coils, Cold Rolled Sheets, Tin Mill Black Plates (TMBP) and
Galvanised Plain and Corrugated (GP/GC) Sheets. Bokaro Steel has provided a strong
raw material base for a variety of modern engineering industries including automobile,
pipe and tube, LPG cylinder, barrel and drum producing industries.
ii. Products/Service Offerings :
BSL is a one-stop-shop for world-class flat steel products in India. BSL has provided a
strong raw material base for a variety of modern engineering industries including auto
sector, pipe and precision tube, LPG cylinder, barrel and drum, general engineering,
fabrications and furniture producing industries. It also caters to Defence, Railways and
white goods industry. With the commencement of CRM III, CR saleable production has
2
improved substantially in quantity as well as quality and BSL has expanded its market
globally. Production at BSL is largely oriented towards the Make in India initiatives. All its
major production units are certified with ISO-9001 QMS, ISO-14001 EMS, ISO-
45001/OHSAS-18001, SA-8000, ISO-50001 EnMS, ISO-27001 ISMS and CE Mark. This
giant plant has contributed greatly to the building of Modern India.
BSL is the largest producer of flat products in SAIL and the product-basket comprises of
Hot Rolled Coils, Hot Rolled Plates, Hot Rolled Sheets, Cold Rolled Coils, Cold Rolled
Sheets, Tin Mill Black Plates (TMBP) and Galvanised Plain and Corrugated (GP/GC)
Sheets.
Table – : Product Mix
Main Products Width (mm) Thickness (mm)
HR Coil 930 – 1830 1.6 - 16.0
HR Plate 1000 – 1830 5.0 - 10.0
HR Sheet 1000 – 1400 2.0 - 4.0
CR Coil(CRM I & II) 875 – 1645 0.4 - 2.0
CR Sheet 900 – 1400 0.63 - 2.0
GP/GC 800 – 1220 0.35 - 1.6
CR Coil (CRM III) 800 – 1560 0.25 – 2.0
BSL supplies products to domestic customers across the country through Central
Marketing Organisation (CMO). CMO's vast network of 37 Branch Sales Offices, a
ground-force of over 2,600 dealers, 46 Warehouses (25 Departmental & 21 CA yards)
equipped with mechanised handling systems, and 10 operational Customer Contact
Offices functions in a synchronised manner to deliver product throughout the country.
SAIL's International Trade Division (ITD) looks after exports, maintaining a close liaison
with customers as well as production units to cater to the customised requirements of its
international customers, in terms of quality, quantity and sizes. Our main customers
abroad are Nepal, Bhutan, Bangladesh & Taiwan. BSL has started despatching its
products through road, as an alternative to rail despatch to serve its end customers in
the shortest possible time.
iii. Major technologies, equipment and infrastructure facilities:
The Coke Oven battery complex has 8 batteries with 69 ovens each, maintained
meticulously in terms of fugitive emission control, use of phenolic water and other
pollution control measures.
BSL has four 2000-cubic metre and one 2500-cubic metre Blast Furnaces that produce
Hot Metal for steel making. Bell-less Top Charging, modernised double Cast Houses,
Coal Dust Injection and Cast House Slag Granulation technologies have been deployed
in the furnaces.
BSL has two Steel Melting Shops - SMS-I and SMS-II. SMS-I has 5 LD converters of
130T capacity each. It is capable of producing Semi-killed and Rimming steel through
the ingot route. SMS-II has 2 LD converters, each of 300 T capacity, with suppressed
combustion system, combined blowing technology and Continuous Casting facility. It
produces various Killed steels.
The Continuous Casting Shop has two double-strand slab casting machines, producing
high quality slabs of width ranging from 950 mm to 1850 mm. CCS has two Ladle
Furnaces and a Ladle Rinsing Station for secondary refining of the steel. CCS produces
steel of Drawing, Deep Drawing, Extra Deep Drawing, Boiler and Tin Plate quality. It also
3
produces low alloy steels like LPG, Auto grade, DMR, HT grades, SAILCOR and API
Grade.
Slabbing Mill transforms ingots into slabs by rolling them in its 1,250 mm Universal Four-
High Mill. The rolling capacity of the Mill is 1.9 MT per annum. The shop has Hot and
Cold Scarfing Machines and 2800 T Shearing Machine.
Slabs from Continuous Casting Shop and Slabbing Mill are processed in the state-of-the
-art Hot Strip Mill. The fully automatic Hot Strip Mill with an annual capacity of 4.5 million
tonnes has a wide range of products - thickness varying from 1.6 mm to 16 mm and
width from 930 mm to 1850 mm. It has 4 walking beam type reheating furnaces & 4
hydraulic step controlled coilers. With the recent modernization of Roughing stand - II
(reversible stand), BSL is planning to produce extended range of products.
The Hot Rolled Coil Finishing shop has two shearing lines with capacities of 6,45,000
Tonnes/year and 4,75,000 Tonnes/ year respectively.
The Cold Rolling Mill - I & II at BSL produces high quality sheet gauge material, Tin Mill
Black Plate and Galvanized Products. The Hot Dip Galvanizing Complex integrated with
the CRM produces zinc-coated Cold Rolled strips resistant to atmospheric, liquid and
soil corrosion. The CRM has Hydrochloric acid pickling, Electrolytic Cleaning lines, both
Hood & Continuous Annealing, Skin Pass Mills & Double Cold Reducing (DCR) Mill.
The Cold Rolling Mill - III is a new mill with state-of-the-art technology and has units like
Hot Rolled Coil Conveyor, Pickling Line Tandem Cold Rolling Mill, Bell Annealing
Furnaces, Electrolytic Cleaning Line, Skin Pass Mill, Tension Leveller & Inspection Line,
Hot Dip Galvanising Line and Coil Packaging Line to produce CR coils and GI/GA coils.
Its target sectors are auto sector, precision tube, drum and barrel, general engineering,
fabrication and furniture industries. In the years to come, BSL is poised for big leap into
the auto market, special Steel market and export market with its enhanced capabilities
along with new skills and strategies.

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

Details of Department wise manpower position (as on 01-12-2020) is attached at


Annexure-2 (for regular employees of BSL). Details of Department wise Contractual
Workers is attached at Annexure-3.

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).

All consultants to be deployed in the engagement at BSL should have working


experience of minimum 10 years in the field of safety management consultancy at client
site with good mix of domain experience among the consultants in various elements of
scope as stipulated in Annexure-1, such as Gap assessment, incident investigation,
containment of high hazard processes, etc. Further, a consultant shall be considered an
expert of a domain provided he/she has experience of consultancy in minimum 2
projects of similar nature in that domain. In addition, the domain experts should also
have satisfactory skills in the following areas .

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.

Completion of Consultancy Assignment: At the end of the contract period, the


employer shall issue completion certificate to the contractor provided the contractor has
delivered all specific, quantifiable and measurable deliverables, software tools, training
modules etc as required for successful implementation of scope of work.
Above payment terms shall be governed by following conditions:
(i) Quarterly payments will be released based on successful completion of mutually
agreed deliverables for respective quarter. No payment will be released if
deliverables are not completed for preceding quarter. Each quarter will also be
assigned consulting man-days for achieving the deliverables. However, nos. of
consumed consulting man-days, which has been assigned for respective quarter,
will not form the basis for releasing the payment of the quarter.
(ii) Unspent assigned consulting man-days will be carried forward to the next quarter
and it will be re-allocated for remaining quarters.
(iii) Payment of 4th quarter will be released on utilization of minimum 90 % of assigned
consulting man-days up to 4th quarter respectively. And payment of 8th quarter will
be released on utilization of 100% of consulting man-days.
(iv) LD is applicable @ 0.5% up to a maximum of 5% of the contract value per week of
delay from 24 months attributable to the successful tenderer. The amount shall not
be recovered from the quarterly bills.
(v) Price will be firm and not subject to escalation. Any cost towards escalation shall
not be payable.
(vi) Mobilisation advance not applicable.
Note: Office accommodation for at least 10 consultants, with conference room, furniture,
internet connectivity will be provided free of cost to the consultant by BSL/SAIL.
However, accommodation will be provided on chargeable basis, subject to availability.
Arrangement of to & fro travel to BSL/SAIL has to be made by the contractor.
9. LANGUAGE
The bid prepared by a Bidder and all correspondence & documents related to the Bid
exchanged by the Bidder shall be written in English language.

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.

Envelope to Contain Envelope to be super scribed


Cost of Tender Document and Duly
Tender number, Due date and the
Signed Bid Security Declaration or
words ‘Part-1: Cost of Tender
documents in support of claim for
Document/ EMD’.
exemption.

11.4 PERFORMANCE BANK GUARANTEE


In event of placement of order, the successful tenderers shall furnish security cum
Performance Guarantee for 3% of the order value inclusive of GST within 15 (Fifteen)
days from the date of award of work, either in the form of demand draft favouring
SAIL/Bokaro Steel Plant and payable at Bokaro Steel City or in the form of bank
guarantee valid for the period of contract. The claim period will be three months after the
expiry of the original validity of the Bank Guarantees. Bank Guarantees shall be
submitted from any scheduled bank except Cooperative and Gramin bank in India as per
the list attached Annexure-10. All Bank guarantees to be submitted by the bidders shall
be operable at State Bank of India, Bokaro Steel City, Bokaro, or an Indian scheduled
bank located at Bokaro Steel City, Bokaro. The first payment shall be made to the
Consultant only after the Performance Bank Guarantee has been submitted as per
format attached at Annexure-6.
12. SETTLEMENT OF DISPUTES
12.1 Settlement of all disputes shall be through mechanism of Outside Expert Committee
(OEC). The details of scheme shall be communicated subsequently.
12.2 Conciliation
Any disputes, differences, whatsoever, arising between the parties out of or relating to
the construction, meaning, scope, operation or effect of this Contract shall be settled
between the Employer and the Consultant amicably. If however, the Employer and the
Consultant are not able to resolve their disputes / differences amicably as aforesaid the
said disputes / differences shall be settled by Conciliation, failing which, through
Arbitration.
Conciliation shall be resorted to prior to invoking Arbitration. The Arbitration Clause is to
be invoked by the parties to the Contract only on failure of conciliation proceedings to
amicably settle the disputes.

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.

13. BID EVALAUTION


13.1 Capability Assessment Criteria:
Subject to fulfilling the eligibility criteria, eligible bidders will be invited to make
presentation for capability assessment before the technical committee.
In case the bidder is fully owned subsidiary and the bidder submits the credentials of its
parent/ holding/ group company for meeting the technical eligibility criteria as above,
credentials of parent/ holding/ group company shall be considered for capability
assessment provided the bidder ensures engagement of domain experts as well as the
Project Manager having worked in the same/similar projects for which credentials are
submitted for capability assessment.
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.
15
Score shall be calculated based on marks as per following criteria:

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.

 4.5 marks per project subject to ceiling of 9 marks


iii) a) Relevant experience of Project Manager in Safety 5
Management Consulting Assignment in an organization.
 2 marks for Project managed in Steel Industry of
minimum 2 MT Crude Steel capacity and 1 mark each
for additional project managed 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) with overall
limit to total 5 marks

b) Relevant experience of at least 15 nos. consultant 15


resources to be deployed at Bokaro Steel Plant in Safety
16
Management Consulting Assignment in an organization.
The work experience to include elements such as gap
identification, incident investigation, Contractor Safety
Management, BBS, coaching, leadership engagement,
line integration with safety etc. as mentioned in Clause
3.4.

1 mark per consultant which will be evaluated as follows.

 0.5 mark for domain experience in at least 4 similar


consulting assignments
 0.20 for experience of particular domain in an
integrated steel plant in similar consulting assignment
 Domain experts having experience in an Integrated
Steel Plant safety consultancy assignment in element
No 5 & 6 of Annexure-1.
o 0.1 marks for such experience in element No. 5.
o 0.1 marks for such experience in element No. 6
 0.1 marks for professional qualification in Safety
(M.Tech / BE / BTech)

iv) Successful completion of at-least one (01) safety 6.5


management consultancy assignment with at-least three
elements (Annexure-1) in a hazardous industry having
minimum annual financial turnover of INR 1500 Crores
during the execution of the work order.
 2 marks for experience in organization with turnover
INR 1500 Crores with additional 1.5 marks for each
incremental turnover of INR 1000 Crores with ceiling
of 6.5 marks).

(Only one work order executed during the last 7 years


will be considered for scoring that is assigned with
maximum score)
v) Bidder to indicate necessary IT enabled tools to be deployed 9.5
at site during engagement period (e-modules, videos,
Simulation, AR (Augmented Reality)/ VR (Virtual Reality)
modules on Safe operational skills; safety maturity survey
tools for benchmarking, risk identification, incident
investigation, CSM, BBS, dashboard software, digital
monitoring etc. to facilitate implementation & integration with
SAP; and any other software/IT enabled tools.
Note: The IT tools shall be retained by BSL/SAIL post-
consultancy.
 0.5 marks for each IT enabled proven tools provided for
implementation of various nine elements as per
Annexure 1 with limit of 4.5 marks.
 IT enabled Tools to be deployed for Capability/Skill
Development in form of Simulation Tools and AR/VR

17
Modules will get 2.5 marks for each limited to 5.0 marks.

vi) Adequacy of the proposed plan and methodology to be 18


applied, at BSL/SAIL for safety management consultancy
assignment.
Technical Approach, processes & Methodology including
technology / software tools & monitoring mechanism to
assess the effectiveness of various interventions proposed
should be detailed and clearly spelt out in the bid against the
9 elements in the scope:
(Proportionate marking as per nine elements covered as per
Clause-3.1 under Scope)
vii) Detailed Work plan with specific, quantifiable & measurable 13.5
deliverables and milestones should be clearly specified by
the bidder, in the identified 9 elements as per scope.
(Proportionate marking as per nine elements covered as per
Clause-3.1 under Scope)
Total Marks 100
Note:
a. Relevant documents are to be submitted in support of capability assessment criteria
mentioned in clause 13.1.
b. Bidders will be given opportunity to make detailed presentation covering various
points in their proposal.
c. Case Studies to be provided for the completed assignments covering various
elements of scope describing the client, objective, scope of the assignment, approach
& deliverables, duration of the project, value of the contract, etc.; Copy of the Work
Order, reference letter from the client, documentary evidence for manpower of the
client and Completion Certificate from the client to be provided.
d. Completed Assignments shown by the Consultant/Organisation against Sl. i) , Sl. ii)
and Sl. iv) have to be mutually exclusive, i.e. an assignment shown by the
Consultant/ Organisation against Sl. i) will not be considered and counted again
under Sl. ii) & Sl. iv) and vice-versa.
13.2 For the evaluation criteria where subjective aspects are involved, rating by BSL/SAIL
Tender Committee would be final and binding.
13.3 Minimum qualifying marks (technical score) to be obtained: 60 marks and above out of
100 marks as detailed above (pre-normalized)
13.4 Job executed by a bidder for its own plant / projects cannot be considered as experience
for the purpose of meeting requirement of Bid evaluation criteria (BEC) of the tender.
However, jobs executed for subsidiary / fellow subsidiary / holding company will be
considered as experience for the purpose of meeting Bid evaluation criteria (BEC),
subject to submission certificate by Statutory Auditor of the bidder certifying the value of
the job executed for subsidiary / fellow subsidiary / holding company. Such bidders to

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.

16.2 BSL/SAIL reserves the right to the following:


i. BSL/SAIL reserves the right to reject any or all the Bids or drop the Tender of
receiving the bids at any time without assigning any reasons thereof and without
liability for compensation of costs.
ii. Extend the time for submission of Bids.
iii. Modify the Tender Document, by an amendment that would be published on the
websites.

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.

17. RIGHT TO VARY THE SCOPE OF WORK


BSL/SAIL reserves the right to alter the extent & scope of the work under the order to
meet the requirements of BSL/SAIL and the successful tenderer shall be bound thereby
as if the same occurred in the Terms of Reference.
18. SUSPENSION / FORECLOSURE AND TERMINATION
18.1 BSL/SAIL may at any time temporarily stop or foreclose the work under the order or any
part thereof by serving notice in writing to the successful tenderer. The work suspended
shall be resumed by the successful tenderer on receipt of instructions from BSL/SAIL in
writing. BSL/SAIL will not be liable to the successful tenderer for any damage or loss or
idle wages or any claims caused by such period of suspension/foreclosure of work.
18.2 BSL/SAIL will be at liberty to terminate the order without prejudicing its rights and
affecting the obligations of the successful tenderer by giving 15 days’ notice in writing in
the following events:
i. If the successful tenderer fails to show progress of work or the work done by him is
found unsatisfactory.

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

22.1 “Force Majeure” shall mean the following:

a) War, hostilities or warlike operations (whether a state of war be declared or not),


invasion, act of foreign enemy and civil war.
b) Rebellion, revolution, insurrection, mutiny, usurpation of civil or military government,
conspiracy, riot, civil commotion and terrorist acts.

c) Sabotage, unlawful lockout, epidemics, pandemic, quarantine and plague.

d) Earthquake, fire, flood or cyclone, or other natural or physical disaster.

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

a. constitute a default or breach of the Contract


b. give rise to any claim for damages or additional cost or expense occasioned thereby if
and to the extent that such delay or non-performance is caused by the occurrence of
an event of Force Majeure.
22.6 If the performance of the Contract is substantially prevented, hindered or delayed for a
period of more than ninety (90) days on account of Force Majeure during the currency of the
Contract, the parties will develop a mutually satisfactory solution.
23 Rescinding of Contract:
SAIL/BSL reserves the right to suspend/ terminate/short close the order if any contractor’s
performance is found unsatisfactory. The contractor will not be entitled to claim any loss or
damage because of and owing to such suspension/ cancellation/ termination/ short closure
and BSL will not be liable for the same.

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

1) Safety Maturity Survey(SMS), identification of gap & preparation of road map


a) Bidder to use proven methodology & tools for SMS & gap assessment (Understand,
review and identify gaps of in existing systems, programs/ procedures, IT
intervention, documents, software etc.) and assess and evaluate current status of
overall safety performance with reference to benchmark, specifically LTIFR.
b) The SMS has to be done twice during the engagement period. 1st survey in the
beginning (1st / 2nd month) & 2nd survey at the end of 22nd month of engagement. And
Analyze cost benefit on investment with reference to improvements in safety
performance.
c) The SMS sample size to cover all levels of employees & departments of BSL
including contract workers. The bidder to design the survey taking into Account the
local condition & spread of employees, language ease of participants etc. so as to
cover maximum manpower and ensure that statistically significant strength of
manpower is covered. The survey should be targeted to cover Senior Management
100%, Middle Management 80%, Junior Management 70%, Own workers 20% and
Contractual Workers 10%.
d) Findings of SMS and gap assessment to be shared with management and also to
facilitate in development of roadmap with estimated timelines and deliverables,
resource requirement, accountability & responsibility with focus on safe working
environment, occupational safety and health of workers and LTIs; and achieve
continual improvement of safety performance parameters.
2) Behavioural Intervention Programme
a) Formation of Apex committee and various implementation committees for the
Behavioural Intervention Programme and handholding the committees to define their
roles and goals.
b) Develop training modules on various subjects related to Behavioural Interventions
and impart training to key Executives in all deptts. (at least 10% Executives of E-4 to
E-6 level in each deptt.). The module should cover all aspects along with checklists
for behaviour observation.
c) Develop a robust process standard for Behavioural Interventions along with Key
Performance Indicators (KPIs)& their monitoring mechanism.
d) Guide and handhold the committees in implementing the Behavioural Intervention
process at site.
e) Handhold and coach the trained Behavioural Interveners / Observers to effectively
carry out their assigned Behavioural Intervention rounds.
f) Develop a customized software / IT – based solution for effectively capturing the inputs
i.e. Observations as well as outcome of the Behavioural Interventions.

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

DEPTT-WISE MANPOWER OF REGULAR EMPLOYEES (INSIDE PLANT) -


AS ON 01.12.2020
SN DEPARTMENT EXECUTIVES NON-EXECUTIVES TOTAL
1 CO&BPP 100 707 807
2 RM&MHP 20 213 233
3 SINTER PLANT 43 277 320
4 BLAST FURNACE 95 605 700
5 SGP 24 24
6 RMP 24 90 114
7 RED 11 85 96
8 REF PLNG CELL 6 10 16
9 SMS-I 62 363 425
10 SSD 7 49 56
11 SMS-II & CCS 132 873 1005
12 SLABBING MILL 15 168 183
13 HSM 90 320 410
14 HRCF 29 251 280
15 CRM I & II 5 1 6
16 CRM 85 856 941
17 CRM III 74 379 453
18 RGBS 22 239 261
19 SERVICES 1 1
20 RAW MATERIAL 5 5 10
21 TRAFFIC 34 514 548
22 EMD 24 99 123
23 ECD 7 13 20
24 PPC & SC 23 27 50
25 CONTRACT CELL 10 7 17
26 COST CONTROL 2 5 7
27 R&C LAB 34 91 125
28 SAFETY & FIRE 2 2
29 SAFETY 15 7 22
30 FIRE SERVICES 3 29 32
31 MECH.MAINT. 1 1
32 HM(MECH) 14 62 76
33 CR(MECH) 8 32 40
34 GEN MAINT(MECH) 8 77 85
35 CNTRL TECH SERV 10 20 30
36 MTB 1 1
37 CED 8 102 110
38 SIGS 2 4 6
39 OG & CBRS 12 307 319
40 ELECT.MAINT. 1 1
41 HM(ELECT) 9 38 47
30
42 CR(ELECT) 2 20 22
43 ETB 2 2 4
44 ETL 17 33 50
45 ELECTN&TELECOM 14 46 60
46 ERS 6 42 48
47 COMP&AUTO 17 13 30
48 DNW 27 109 136
49 I&A 42 92 134
50 TBS 13 44 57
51 PEB 8 29 37
52 UTILITIES 1 2 3
53 GAS UTILITY 19 79 98
54 WATER MGT 21 122 143
55 ACVS 10 85 95
56 SHOPS&FDY 3 1 4
57 MACHINE & PFRS 5 100 105
58 FORGE SHOP 2 23 25
59 RR & STRUCTURAL 6 68 74
60 SHOP MAINT 2 1 3
61 PPS 3 13 16
62 ICSF&PS 9 88 97
63 IMF 5 56 61
64 SPC 8 7 15
65 WORKS ADMN 7 26 33
66 PROJECTS 39 22 61
67 PROJECTS-MECH 1 1 2
68 PROJECTS-ELECT 1 1
69 PROJECTS-CIVIL 1 1 2
70 PROJECTS-COMMER 1 1
71 PROJ-EQPT PLNG 1 1
72 PROJECTS-MODRN 4 1 5
73 PROJECTS-T&C 2 2
74 S & CA 1 19 20
75 STORES 16 59 75
76 IED 6 1 7
TOTAL 1376 8154 9530

31
Annexure-3

DEPTT-WISE MANPOWER OF CONTRACT WORKERS (INSIDE PLANT) - AS ON 01.12.2020

SN DEPARTMENT CONTRACT WORKERS


1 CO&BPP 903
2 RM&MHP 172
3 SINTER PLANT 397
4 BLAST FURNACE 622
5 SGP 15
6 RMP 35
7 RED 120
8 SMS-I 215
9 SSD 256
10 SMS-II & CCS 301
11 SLABBING MILL 62
12 HSM 375
13 HRCF 231
14 CRM 191
15 CRM III 275
16 RGBS 103
17 RAW MATERIAL 31
18 TRAFFIC 311
19 EMD 107
20 ECD 4
21 CONTRACT CELL 8
22 R&C LAB 27
23 FIRE SERVICES 54
24 HM(MECH) 113
25 CR(MECH) 156
26 GEN MAINT(MECH) 151
27 CNTRL TECH SERV 9
28 MTB 5
29 R&R 15
30 CED 202
31 SIGS 3
32 OG & CBRS 133
33 HM(ELECT) 23
34 CR(ELECT) 12
35 ETL 2
36 ELECTN&TELECOM 16
37 ERS 24
38 COMP&AUTO 2
39 DNW 157
40 I&A 95
41 TBS 35

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.

Sl. Details Description


No.

1 Name of the Project Manager


Latest
Photograph

2 Date of Birth / Age

3 Educational / Professional
Qualification

4 Total experience mentioning the Period Type of Details of work


period, type of industry &Company Industry, done
name as Project Manager. Company
name

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.

Sl. Details Description


No.

Latest
1. DOMAIN (with experience) Photograph
as per Annexure-1

2. Name of the Domain Expert

3. Date of Birth / Age

Educational / Professional
4.
Qualification

Total experience mentioning the period, type of industry &Company name as


5.
domain expert

Period Type of Industry & Details of Experience (Domain


Company name wise)

Use additional sheet as


enclosure

35
Annexure-6

PERFORMANCE BANK GUARANTEE


(To be executed on Non-Judicial Stamp Paper of appropriate value)
........................................................................................................... (Name of the Bank)
Address ..............................................................................................................................
Guarantee No. ....................................... A/c Messrs
.................................................................................................. (Name of Contractor)
Date of Expiry ........................................
Limit to liability (currency & amount)
..............................................................................................
Contract No. .............................................................................................................................
For ................................................................................................................. (Name of
Facilities)

Subject: ................................................................. Performance Bank Guarantee.


Date .................................. 202..
To
.......................................................
.......................................................
.......................................................
[Name and Address of Employer]
Dear Sir,
We refer to the Contract Agreement (hereinafter called the “Contract”) Reference No.
..................... Dated ............. between you and M/s. (Name of the Contractor) (hereinafter
called the “Contractor”) for the design, civil, manufacture, supply of plant & equipment,
refractories and structures, storage, insurance & handling, erection, testing, commissioning
and performance guarantee tests of …………… (Name of the Facilities).
Whereas the Contractor has undertaken to produce a Bank guarantee under the Contract
including any amendment thereto, to secure its obligations to you for the performance of the
Contract including the guarantees and warranty of the Facilities & the equipment supplied.
1. We ............................................ (Name of the Bank) do hereby expressly irrevocably and
unreservedly undertake to unconditionally pay to you merely on your written demand, without
referring it to the contractor and without protest and demur an amount not exceeding
................................. (currency and amount). Any such demand made on us shall be
conclusive as regards the amount due and payable by us under this guarantee. However, our
liability under this guarantee shall be restricted to an amount not exceeding .......................
2. Notwithstanding anything to the contrary we agree that your decision as to whether the
Contractor has committed a breach of any terms and conditions of the contract shall be final
and binding on us and we shall not be entitled to ask you to establish your claim or claims
under this Guarantee but shall pay the same forthwith without any objection or excuse.
3. We undertake to pay to you any money so demanded notwithstanding any dispute or
disputes raised by the Contractor(s) / supplier(s) in any suit or proceeding pending before any
court or Tribunal or arbitration relating thereto, our liability under these presents being
36
absolute and unequivocal. The payment so made by us under this Guarantee shall be a valid
discharge of our liability for payment thereunder.
4. This guarantee shall come into force from the date of issue of this guarantee and shall
remain irrevocably valid and inforce initially upto ______________ and the same shall be
extended further until the expiry of the Defect Liability Period of the said Contract.
5. This guarantee shall not in any way be affected by you taking any securities from the
Contractor or by the winding up, dissolution, insolvency or death as the case may be of the
Contractor. We shall not be entitled to proceed against the assets of the Contractor at your
site
6. In order to give full effect to the Guarantee herein contained, you shall be entitled to act as
if we were your principal debtors in respect of all your claims against the Contractor, hereby
guaranteed by us as aforesaid and we hereby expressly waive all our suretyship and other
rights, if any, which are in any way inconsistent with the above or any other provisions of this
Guarantee.
7. This guarantee is in addition to any other guarantee or guarantees given to you by us.
8. This guarantee shall not be discharged by any change in the constitution of the Contractor
or us, nor shall it be affected by any change in your constitution or by any amalgamation or
absorption thereof or therewith but will ensure for and be available to and effaceable by the
absorbing or amalgamated company or concern.
9. Notwithstanding anything contained herein before our liability under this guarantee is
restricted upto a sum ............. (currency and amount) and shall expire on ............. unless a
claim or demand is made on us in writing within three months of the expiry date all your rights
shall be forfeited and we shall stand relieved and discharged from our liabilities hereunder.
10. We, the said Bank lastly confirm that the Signatory(s) of this Guarantee is/are authorized
to issue this Guarantee through Board Resolution No. ……….dated……….
Your faithfully

Dated ......... day of ............... 202..


For ................................................. (Name of the Bank)

37
Annexure-7

FORMAT OF PRICE BID

INR
Base Value
Add: GST @....%
ITC on GST
Contract Price Net of ITC

38
Annexure-8
BID-SECURITY DECLARATION

Enquiry Number: Date: __________________

To
Steel Authority of India Limited
Bokaro Steel Plant
Ispat Bhavan, Bokaro Steel City - 827001
Jharkhand (India)

Dear Sir/ Madam

I/We*, the undersigned, declare that:

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]

Corporate Seal (where appropriate)

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 and address of Employer]

[Name of Facilities]

Ref.: Your Tender no._________________________

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.

Dated this day of , 202 . _________________ [signature]


In the capacity of ___________________________________[position]
Duly authorised to sign this bid for and on behalf of
[name of bidder]

40
Annexure-10

LIST OF ELIGIBLE SCHEDULE COMMERCIAL BANKS FOR ACCEPTANCE OF BGs

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.

For and on behalf of For and on behalf of


(Bidder) (Parent Company/Holding Company/ Group
Company (Delete whichever not applicable)
Witness:
1. Signature ________________
Full Name ________________
Address ________________
Witness:
2. Signature _______________
Full Name _______________
Address _______________

42
43
44
45
46
47
48
49
50
51
52

You might also like