2019 Bhilai Tender - TND - 074802 - 152879

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 32

Tender Document

For

Safety Management Consulting Assignment


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

ISSUED BY

BHILAI STEEL PLANT

BHILAI – 490 001 DISTT.: DURG, CHHATTISGARH

Tender No. DGM/PCC/TK/5(773)R/2019/1877 Dtd – 21.11.2019

Due date of submission: 13.12.2019

Place of Submission of Bid


Office of the General Manager I/c (Projects-Commercial)
Project Contract Cell, Expansion Office, Room No.32,
SAIL, Bhilai Steel Plant,
Bhilai-490 001, Distt. - Durg, Chhattisgarh, India.
Tel :+ 91 788 2864800/ 4849/ 4851
Email : pcc_tkey_bsp@sail-bhilaisteel.com
rkpanigrahi@sail-bhilaisteel
tikendrathakre@sail-bhilaisteel.com

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 662,670 Million (Financial
Year 2018-19), 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 BHILAI STEEL PLANT (BSP):

Introduction:
Eleven times winner of Prime Minister's Trophy for Best Integrated Steel Plant in
the country, and two times winner of coveted CII-Exim Bank Prize for Business
Excellence, SAIL’s Bhilai Steel Plant (BSP) is India's main producer & supplier of
world class rails for Indian Railways including 260 metre long Welded Rail Panels,
and a major producer of large variety of wide and heavy steel plates and structural
steel. The plant also specializes in other products such as wire rods and merchant
products. The entire range of TMT products (Bars & Rods) produced by the Plant
is of earthquake-resistant grade and superior quality.
Since BSP is accredited with ISO 9001: 2015 Quality Management System
Standard, all saleable products of Plant come under the ISO umbrella. The Plant's
HR Deptt. is also certified with ISO 9001: 2015 QMS Standard. IS0 14001: 2015
has been awarded for Environment Management System in the Plant, Township
and Dalli Mines. The Plant is accredited with SA 8000: 2014 certification for social

2
accountability and the OHSAS 18001: 2007 certification for Occupational Health &
Safety.
BSP has received Integrated Management System (IMS) Certificate by a single
certifying agency (M/s DNV), integrating QMS, EMS, OHSAS & SAMS - becoming
the first SAIL unit and among few corporate houses in India to achieve this unique
distinction.
Product Portfolio:

Rails 45 Kg, 52 Kg & 60 Kg Rail, Crane rails & Thick web Asymmetrical Rail

Heavy & Light Beams, Channels & Angles of different sizes & grades
Structural
LONG
Rounds & Bars Plain Rounds
TMT Bars (12 mm to 40 mm) in Earth Quake resistant, High Corrosion
resistant and Rock Bolt Grades
Wire Rods 5.5 mm to 12 mm (Plain and TMT)
FLAT Plates 8 mm to 120 mm thick including Boiler Quality, High Tensile & Ship
Building quality etc.

Main Technologies and Assets:


BSP is a true Integrated Steel producer with facilities ranging from Iron Ore mining
to sofisticated finishing mills. The Plant uses the conventional Blast Furnace –
Basic Oxygen Furnace based Iron & Steel making processes.
The major facilities are as follow:

Coke Oven Batteries: 11 Nos Steel Melting Shop - 2:


 8 batteries of 4.3 m height with 65 ovens  Converter Shop:
each  3 BOF 110/130T Converters
 2 batteries of 7 m height with 67 ovens  Hot Metal Desulphurization Unit
each  Secondary Refining facilities: 1 VAD unit, 2
 1 battery of 7 m height with 67 ovens sets of RH degasser, Ladle furnace
Blast Furnaces: 8 Nos  Continuous Casting Shop
 3 Slab casters, 1 bloom caster, 2 Combi
 3 Blast Furnaces each of 1033 cu.m Caster
 3 Blast Furnaces each of 1719 cu.m
 1 Blast furnace of 2350 cu.m Steel Melting Shop –3:
 1 Blast furnace of 4060 m3  Converter Shop:
 3 BOF 150/180T Converters
 Hot Metal Desulphurization Unit
 Secondary Refining facilities:
 RH degasser, Ladle furnaces
 Continuous Casting Shop
2 Billet casters, 2 bloom casters

3
Sinter Plants: Finishing Mills:
 SP2: 3 machines of 75 sq.m machine  Blooming and Billet Mill, 2.14mT of Blooms /
area 1.50 MT of Billets per year (will be phased out)
 SP2: 1 Machine of 80 sq.m machine area  Plate Mill - 0.95 MTPA
 SP3: 1 machine of 320 sq.m machine  Wire Rod Mill - 0.42 MTPA
area  Rail & Structural Mill - 0.75 MTPA
 SP3: 1 machine of 360 sq.m machine  Merchant Mill - 0.5 MTPA
area  Universal Rail Mill – 1.2 MTPA
Steel Melting Shop -1:  Bar & Rod Mill – 0.9 MTPA
 4 Twin Hearth Furnaces, 250 T capacity Auxiliary Units:
each  Power & Blowing Station – 1
(Will be phased out)
 Power & Blowing Station – 2 & TRT
 Foundry & Engineering Shops
Refractory Material Plants – 1, 2 & 3
 Roll Turning & Repair Shop
Oxygen Plant – 1 no.

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.
BSP management accords top most priority to safety of its employees & other
stake holders 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.
 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
 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 of gaps & preparation of road map for
implementation with handholding support.

4
ii. Workplace safety and containment of risks associated with high hazard
processes involving entire workforce including contract workers.
iii. Development of Safety Management System / framework (suitable for
BSP/SAIL requirement), this includes development of best practices and
preparing at least 10 high risk standards.
iv. 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.
v. Development of Integrated organization/ governance structure for
implementation & monitoring.
Minimum expectations from the bidder under each element of the scope as
mentioned above is attached at Annexure-1.
The manpower matrix of BSP Works area (as on 01-11-2019) is tabulated below:
Plant Executives Non-executives Contract Workers
BSP 2,082 13,735 9,601

Details of Department wise manpower position (as on 01-11-2019) is attached at


Annexure-2 (for regular employees of BSP). Details of Department wise
Contractual Workers is attached at Annexure-3.
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 upto 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 (Blooming & Billet Mill, Wire Rod Mill, Merchant Mill, Rail &
Structural Mill, Universal Rail Mill, Plate Mill, Bar & Rod Mill etc.)
(v) Rail & Road Transport (Onsite Traffic Management)
(vi) Power and Blowing stations including Top Recovery Turbine (TRT)

5
(vii) Power System Department including Main Step Down Station (MSDS), Sub
stations etc. including cable galleries and tunnels
(viii) Utilities Departments like Water Management, Compressed air, Steam etc.

3.2 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 two years each) in at least two sites. He
has to be present at the BSP site at least for 15 days in the month. However, in
case of requirement, he may have to spend more time at client’s location.
3.3 Minimum field consulting man-days to be deployed by the bidder is 1,700 (man-
days spent by Project Manager at client site/ back office work will not be counted
as consulting man-days for this purpose). All consultants to be deployed in the
engagement at BSP should have working experience of minimum 10 years in the
field of safety. The consultants being deployed will need prior approval of
BSP/SAIL.

4. ELIGIBILITY CRITERIA
4.1 In case the Bidder has office/(s) in India, he shall submit proof of such office/(s).
4.2 Bidder should have a consulting workforce of at least 15 nos. domain experts in
safety management consulting / implementation globally (including parent
organization / group companies).
4.3 (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 Tender Document, and of value not less than INR 10.00 Million for a
company operating in process industry which is complex & hazardous in nature
(limited to only Ferrous & Non-ferrous Metallurgical Industries, Power generating
industries, Mining, Petrochemical, Oil & gas, Chemical & Cement industry).
Bidders to submit single/ set of orders for work at the single client site with various
components of Safety Management Consulting Assignment as given in scope of
work above.
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 Tender Document, and of value not less than INR 7.5 Million

6
each for a company operating in process industry which is complex & hazardous in
nature (limited to only Ferrous & Nonferrous Metallurgical Industries, Power
generating industries, Mining, Petrochemical, Oil & gas, Chemical & Cement
industry). Bidders to submit set of orders for work with various components of
Safety Management Consulting Assignment as given in scope of work above.
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 of Tender Document, and of value not less than INR 5.0 Million
each for a company operating in process industry which is complex & hazardous in
nature (limited to only Ferrous & Nonferrous Metallurgical Industries, Power
generating industries, Mining, Petrochemical, Oil & gas, Chemical & Cement
industry). Bidders to submit set of orders for work with various components of
Safety Management Consulting Assignment as given in scope of work above.
Note: For evaluation of foreign bidders’ eligibility criteria, value of submitted work order in
Foreign Currency, the conversion to INR shall be done at the TT Selling Rate of SBI on
the date of Work Order.
4.4 Out of the above, bidder should have successfully completed at-least one (01)
safety management consultancy assignment of a company, having minimum
annual financial turnover of INR 5,000 Million (or in equivalent foreign currency
translated to INR at the TT Selling Rate on the Balance Sheet date of that year).
4.5 The bidding firm / organization should not have been blacklisted by any State
Government, Central Government, Public Sector Undertaking, listed company of
India or International Organization / agency, as on the date of tender publication. A
disclaimer / undertaking to this effect shall be submitted by the bidder.
4.6 Bidder should have minimum annual financial turnover of an equivalent of INR 50
Million (Rupees Fifty million only) average of the last 3 (three) financial years
ending 31.03.2019 or consecutive last three calendar years ending 31.12.2018.
(TT selling rate of State Bank of India (SBI) as on the last working day of the
respective financial year / calendar year, as applicable, shall be utilized for
conversion of foreign currencies into INR).
In case of bidders being consortium, total average annual turnover of the
consortium (taken together for all the consortium members) during last three years
ending 31.03.2019 or consecutive last three calendar years ending 31.12.2018
shall be minimum INR 50 Million (Rupees Fifty million only).

7
4.7 Bidder’s Net worth should be positive as per the immediate preceding year’s
audited financial statement.
4.8 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.
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 Covering letter 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 Copy of Certificate of Incorporation/ Partnership Deed/ Registration.
5.3 Copy of Memorandum and Articles of Association as applicable.
5.4 Copy of Audited Annual Reports (financial statements) clearly evidencing the
Annual Turnover figure for last 3 (three) consecutive financial years ending
31.03.2019/ calendar years ending 31.12.2018 or certificate from practicing
Chartered Accountant/ firm certifying the turnover.
5.5 Self-attested 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.

8
5.7 Declaration statement that the study report, other reports & documents submitted
to BSP/SAIL as part of the study shall exclusively belong to BSP/SAIL for use in
the manner desired by them.
5.8 List containing brief experience and qualification of Project Manager as well as
minimum 15 nos. domain experts (as mentioned in scope, clause – 3.2 & 3.3) in
the form of their biodata/ 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 at client site.
5.9 The project manager & domain experts, as mentioned in Clause 3.2 & 3.3, shall be
deputed during implementation of Safety Management Consulting assignment. In
case of change in domain experts during implementation of project, the bidder
shall submit CV of the proposed domain experts having similar experience and
shall deploy them only after concurrence by BSP/SAIL. An undertaking to this
effect shall be submitted by the bidder.
5.10 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.
5.11 BSP/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).
5.12 Documentary evidence in support of turnover of INR 5,000.00 Million (as
mentioned in “Eligibility Criteria”, clause - 4) clearly specifying whether it is
company’s or total client group turnover.
5.13 Bidders shall submit signed copy of Biodata of Project Manager & Domain experts
(as required under clause 3.2 & 3.3). 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.
5.14 In case of non-submission of requisite documents fulfilling Eligibility Criteria,
BSP/SAIL reserves the right to reject the Bid without making any reference to
bidders.

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. At least one member of Consortium should be incorporated /

9
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.
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 for and on behalf of any & all members of the consortium.
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
The engagement duration for completion of all the activities would be 24 months
from the date of agreement of the engagement (extendable upto six months).

8. TERMS OF PAYMENT
Subject to any deduction which BSP/SAIL may be authorised to make under the
contract, the contract price shall be payable as follows:
8.1 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 1,700 consulting field man-
days envisaged over a period of two years for the entire engagement.

10
Table-1 : Activity Chart

Specific, Quantifiable Proposed


& Measurable consulting
Activity (month wise)
Deliverables (Quarter man-days
wise) (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 4 th
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.

8.2 Payment will be released on quarterly basis based on the achievement of agreed
deliverables (Table-1) and report duly certified by the contract operating authority
of BSP/SAIL. The payment in each quarter shall be 1/8th of the contract value. 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.
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.
(ii) Each quarter will also be assigned consulting man-days for achieving the
deliverables. However, nos. of consumed consulting man-days, which has

11
been assigned for respective quarter, will not form the basis for releasing the
payment of the quarter.
(iii) Unspent assigned consulting man-days will be carried forward to the next
quarter and it will be re-allocated for remaining quarters.
(iv) Payment of 4th quarter will be released after completion of mutually agreed
deliverables upto 4th quarter and utilization of minimum 90 % of assigned
consulting man-days upto 4th quarter.
(v) Leftover consultancy man-days (if any) at the end of 8th quarter shall be either
extended to 9th quarter or short-closed by deducting payment on pro-rata
basis (total contract value without taxes / total consulting man-days
committed).

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.
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 BSP/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 BSP/SAIL that the bidder is competent and authorized to
submit the Proposal and/ or to enter into a legally binding Contract with BSP/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 EMD (Earnest Money
Deposit), Part-2 (Eligibility & techno commercial) and Part-3 (Price bid – Annexure-
7) .Offer shall be submitted in 04 sets (one original plus 03 copies).Bid validity
period shall be 180 days from last date of submission of bid.
11.2 The Earnest Money shall be INR 1.5 Million or an equivalent amount in foreign
currency and may be submitted in the form of Demand Draft / Banker’s cheque/
Bank guarantee. The bank guarantee may be submitted from any scheduled
commercial bank (except Cooperative & Gramin Banks) having a branch in Bhilai
or any of the four metro cities i.e. Delhi, Mumbai, Kolkata & Chennai.

12
11.3 PERFORMANCE BANK GUARANTEE
The successful bidder shall submit a Performance Bank Guarantee (PBG) equal to
5% of the Contract value, including taxes & Duties to be submitted within 15 days
from date of signing of contract agreement. The Bank Guarantee shall be
submitted from any scheduled commercial bank (except Cooperative & Gramin
Banks) having a branch in Bhilai or any of the four metro cities i.e. Delhi, Mumbai,
Kolkata & Chennai. The first payment shall be made to the Consultant only after
the Performance Bank Guarantee has been submitted. The Bank Guarantee shall
be kept valid for three more months of contract validity. On submission of PBG,
EMD shall be refunded.

12. SETTLEMENT OF DISPUTES


12.1 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.
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:
a) Arbitration of contracts, with Indian parties, where contract value is more than
INR 50 Million and the contracts with foreign parties for value of more than INR
50 Million and up to INR 200 Million 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 Bhilai/ Durg.
b) Arbitration with foreign consultant or in Consortium contracts (including foreign
consultant), where the contract value is more than INR 200 Million shall be

13
governed by the Rules of Arbitration of International Chamber of Commerce
(ICC), Paris. The venue of the arbitral proceedings shall be New Delhi.
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. Score shall
be calculated based on marks as per following criteria:
Weightage
S.No. Capability Assessment Criteria
marks
a) Projects implemented with respect to Safety 10
Management Consulting Assignment in an Integrated
Steel Plant of rated capacity more than 2 MT covering
different elements / aspects as per Scope.
(Proportionate marking as per elements covered as per
i) Clause-3 under Scope)
b) Other projects implemented with respect to Safety 10
Management Consulting Assignment in Ferrous or
Nonferrous Metallurgical Industries, Power generating
industries, Mining, Petrochemical, Oil & gas, Chemical,
Cement industry having more than 1,000 workers

14
(including contractual workers) covering different
elements / aspects as per Scope.
(Proportionate marking as per elements covered as per
Clause-3 under Scope)
Experience in delivering one or more similar safety 15
management consultant engagement for a total project
value of more than INR 10 Million and engagement
duration of at least 12 months in each case in the last 7
years from issue of tender. Bidders to submit single/ set
ii)
of orders for work at the same / single client site with
various components of Safety Management Consulting
Assignment as per scope given in tender document.
 5 marks per project subject to ceiling of 10 marks.
 Additional 5 marks for similar engagement in India.
Relevant experience of Project Manager in Safety 5
Management Consulting Assignment in an organization.
iii) Relevant experience of at least 15 nos. consultant 15
resources in Safety Management Consulting Assignment
in an organization.
Bidder to indicate necessary IT enabled tools to be 10
deployed at site during engagement period (e-modules,
videos on safety and operations, safety maturity survey
iv)
tools for benchmarking, risk identification, dashboard
software, digital monitoring etc.) to facilitate
implementation.
v) Intended Man-days to be deployed for this engagement: 10
Minimum qualifying consulting man-days of 1,700 for
entire engagement period.
For each additional 100 man-days – 2 marks with ceiling
of 10 marks.
vi) Adequacy of the proposed plan and methodology to be 15
applied, at BSP/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 5 elements in the scope:
a) gaps identification after safety maturity survey across
the organisation to be done & a clear implementation
road map to be developed.
b) workplace safety to be upgraded, improved and risks
associated with high hazard processes to be
contained suitably.

15
c) Safety Management System / framework including
best practices to be developed for BSP/SAIL and
preparation of at least 10 high risk standards.
d) capability at all levels of employees to be developed in
client site.
e) Integrated organization/ governance structure for
implementation & monitoring to be developed.
vii) Detailed Work plan with specific, quantifiable & 10
measurable deliverables and milestones should be
clearly specified by the bidder, in the identified 5
elements as per scope.
Note: Relevant documents are to be submitted in support of capability assessment
criteria mentioned in clause 13.1.
13.2 For the evaluation criteria where subjective aspects are involved, rating by
BSP/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 The price bid shall be opened for eligible bidders who scores (technical score) 60
marks and above (pre-normalized).
13.5 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 submit these documents in addition to the
documents specified in the bidding documents to meet Bid Evaluation Criteria.
13.6 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.
13.7 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.

16
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
13.8 Financial Bid Evaluation Criteria
The formula for determining the normalized financial scoring is:
Sf =100 x Fm/F
where Sf is the normalized financial score, Fm the lowest Total Contract Price (net
of ITC) in INR, and F the Total Contract Price (net of ITC) in INR of the respective
proposal of bidder under consideration
Example:
Bidder A quotes INR 500 Million and Bidder B quotes INR 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
13.9 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 13.7 and 13.8 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
13.10 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 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.

14. CERTIFICATE(S) ON BEHALF OF BSP/SAIL


Certificate(s) on behalf of BSP/SAIL in connection with the execution of work order/
milestones / deliverables achieved shall be given by duly authorized officers of
BSP/SAIL.

17
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, Earnest Money.
16.2 BSP/SAIL reserves the right to the following:
i. BSP/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.
16.3 If at any time during evaluation of bids, BSP/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 BSP/SAIL will not accept or respond to bidders request for information on the
status and progress of bid evaluation process.
16.5 BSP/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 BSP/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 BSP/SAIL

18
without BSP/SAIL being liable in any manner whatsoever to the successful bidder
or Consultant, as the case may be. In such an event BSP/SAIL shall forfeit and
appropriate the EMD or the Performance security deposit, if available, as the
mutually agreed pre-estimated compensation and damages payable to BSP/SAIL
for inter-alia time, cost and effort of BSP/SAIL, without prejudice to any other right
or remedy that may be available to BSP/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

BSP/SAIL reserves the right to alter the extent & scope of the work under the order
to meet the requirements of BSP/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 BSP/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 BSP/SAIL in writing. BSP/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 BSP/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.
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 BSP/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

19
duplicated, modified, divulged and/or disclosed to a third party nor misused in any
other form whatsoever without BSP/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 BSP/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 AND RISK PURCHASE


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 BSP/SAIL in
order, BSP/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,
BSP/SAIL without prejudice to its rights under the order, may rescind or cancel the
order holding the successful tenderer liable for the damages that BSP/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), BSP/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 BSP/SAIL's rights under other clauses of this order.
20.3 BSP/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.
21. Assignment/ subletting of contract is not allowed.

20
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
 Bidder to use proved methodology & tools for SMS & gap assessment (review
of existing documents, interviews, field visits, survey questionnaire, software
etc.)
 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.
 The SMS sample size to cover all levels of employees & departments of BSP
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 ensure coverage of not less than 40 % of manpower strength.
 Findings of SMS & gap assessment to be shared with management and also to
facilitate in development of roadmap with estimated timelines, resource
requirement & responsibility in both i.e. 1st & 2nd surveys.

2) Workplace safety and Containment of risk associated with High Hazardous


Process
 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.
 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
BSP by handholding through train the trainer for remaining areas (40 % i.e. 12
nos. of identified critical processes).
 The containment process to be done in all the departments / functions so that
capability is developed across BSP.
 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.
 Developing suitable dashboard for monitoring.

21
3) Development / upgradation of safety management system / framework suited
to BSP/SAIL
 Upgradation of existing safety standards in consultation with BSP taking into
account global best practices in safety
 Development of at least 10 new high risk standards along with work
instructions and responsibility for implementation
 Develop audit protocols & undertake few audits for implementation of above
standards and provide hand holding support for the rest.
4) Development of Integrated organization structure for governance
 To be developed at multiple levels
 Strategic - Apex Committee
 Operational – Plant level implementation committees
 Tactical – Department level implementation committees, safety sub
committees etc.
 Monthly progress of the various committees / team meeting need to be tracked
& documented
 Critical observations w.r.t functioning of these committees, if any, to be
communicated to next higher levels for timely intervention
5) Capability & Competency development across all levels of organization
 It must cover all levels starting from top leadership of BSP, Middle
management, line managers, supervisors & work groups including contract
workers
 Develop plant level matrix as per Deptt. wise manpower details furnished to
arrive at basis for deciding number of training sessions
 Training topics to be decided in consultation with BSP.
 Coverage must ensure at least 40-50 % of critical mass in every dept. and 100
% of top leadership.
 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 minimum 1 week duration.
 Extensive usage of e-learning modules, training videos/ films on safety &
operation, tools for benchmarking, risk identification, dashboard software,
digital monitoring to facilitate implementation.
Note: 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.

22
Annexure-2

BSP Manpower Strength (Deptt. wise) as on 01-11-2019

Non
SLNO DEPARTMENT NAME Exe Exe Total
1 COKE OVENS & COAL CHEMICAL DEPARTMENT 181 1384 1565
2 BLAST FURNACE 146 889 1035
3 SLAG GRANULATION PLANT 7 82 89
4 SINTERING PLANT - II 35 179 214
5 SINTERING PLANT - III 50 325 375
6 ORE HANDLING PLANT 43 216 259
7 STEEL MELTING SHOP-I 56 651 707
8 STEEL MELTING SHOP-II 168 889 1057
9 STEEL MELTING SHOP-III 128 302 430
10 REFRACTORY ENGINEERING DEPARTMENT-I 16 298 314
11 REFRACTORY ENGINEERING DEPARTMENT-II 10 62 72
12 CAPITAL REPAIR (REFRACTORIES) 3 42 45
13 RAW MATERIAL PLANNING -I 8 120 128
14 RAW MATERIAL PLANNING - II 17 132 149
15 MATERIAL RECOVERY DEPARTMENT 10 78 88
16 MERCHANT MILL 33 362 395
17 BLOOMING & BILLET MILL 46 424 470
18 ROLL TURNING & REPAIR SHOP 12 127 139
19 BAR AND ROD MILL 32 147 179
20 WIRE ROD MILL 32 291 323
21 RAIL & STRUCTURAL MILL 89 885 974
22 UNIVERSAL RAIL MILL 73 414 487
23 PLATE MILL 63 570 633
24 AUTO REPAIR SHOP 2 143 145
25 PLANT VEHICLE POOL 2 97 99
26 PLANT GARAGE 12 5 17
27 CENTRAL HEAVY MAINTENANCE-1&2 10 65 75
28 CENTRAL HEAVY MAINTENANCE-3 12 56 68
29 CENTRAL HEAVY MAINTENANCE-4 6 22 28
30 VULCANISATION GROUP 0 14 14
31 CAPITAL REPAIR & MODIFICATION(MECHANICAL) 10 77 87
COMPUTARISED MATERIAL MANAGEMENT SYSTEM 2 0 2
32 & MAINTENANCE DIRECTORATE
CONDITION BASED MATERIAL MANAGEMENT
3 2 5
33 SYSTEM
34 HYDRAULICS & PNEUMATICS 1 6 7

23
EQUIPMENT BUILDING & STRUCTURAL
3 6 9
35 INSPECTION
36 RECLAMATION SHOP 3 19 22
37 REVAMPING SHOP 6 9 15
38 MECHANICAL SERVICES 9 20 29
39 CHIEF MECHANICAL ENGINEERINGS INSPECTION 2 6 8
40 CIVIL ENGINEERING DEPARTMENT 17 54 71
41 CENTRAL PLANNING DEPARTMENT 7 7 14
42 FOUNDRY & PATTERN SHOP 16 296 312
43 FORGE SHOP 1 39 40
44 MACHINING ASSEMBLING & REPAIR SHOP-I 2 317 319
45 MACHINING ASSEMBLING & REPAIR SHOP-II 0 48 48
46 MACHINING ASSEMBLING & REPAIR SHOP-III 1 16 17
47 STEEL STRUCTURAL SHOP 5 97 102
48 FORGE & STRUCTURAL SHOP 6 0 6
49 MACHINING ASSEMBLING & REPAIR SHOP 21 0 21
MECHANICAL WORKSHOP 1 23 24
50 COMPLEX(TECHNOLOGICAL PIPELINE)
51 ENGINEERING DESIGN & DRAWING 23 43 66
52 POWER & ELECTRICAL GENERAL 0 17 17
53 ACETELYNE PLANT 3 14 17
54 POWER SYSTEMS 29 1 30
55 AIRCONDITIONING WORK ENVIRONMENT 5 120 125
COMPRESSED AIRSTATION & CHILLED WATER
6 32 38
56 PLANT
57 PIPELINE ERECTION & MAINTENANCE 6 43 49
58 CAPITAL REPAIR & MODIFICATION(ELECTRICAL) 7 46 53
59 HEAVY MAINTENANCE (ELECTRICAL) 10 61 71
60 DISTRIBUTION NETWORK 9 98 107
61 MAIN STEP DOWN STATION - II 2 65 67
62 ELETRICAL REPAIR SHOP 13 114 127
63 ELETRO TECHNOLOGICAL LAB 25 35 60
64 ENERGY MANAGEMENT DEPARTMENT 32 109 141
65 ENVIRONMENT MANAGEMENT 5 11 16
66 GEN SERVICES (ELECT) 1 6 7
67 INSTRUMENTATION (OPERATION) 52 160 212
68 INSTRUMENTATION (WEIGHMENT) 7 21 28
69 OXYGEN PLANT - II 19 77 96
70 POWER & BLOWING STATION 39 183 222
71 POWER ENGINEERING MAINTENANCE 8 59 67
72 POWER & BLOWING STATION-II 25 85 110

24
TECHNICAL PLANNING &
5 8 13
73 INSPECTION(ELECTRICAL)
74 TELECOMMUNICATION 12 83 95
75 WATER MANAGEMENT 40 298 338
76 INTEGRATED CONTROL SYSTEM (INCOS) 29 11 40
77 RESEARCH & CONTROL LABORATORY 78 355 433
78 TRANSPORT & DIESEL ORGANISATION 48 915 963
79 RAW MATERIALS DEPARTMENT 8 40 48
80 PROJECT PLANNING & CONTROL 39 29 68
81 CONTRACT CELL 11 6 17
82 SAFETY ENGINEERING 18 14 32
83 MANPOWER SUPPORT GROUP 0 23 23
84 EDs & GMs of WORKS 23 0 23
85 Trainees in WORKS 27 240 267
TOTAL WORKS 2,082 13,735 15,817

25
Annexure-3

Details of Contractual Labour (Deptt. wise)

S.No. Department Contract Labour details


as on 01.11.2019

1 CO CCD 1152
2 BLAST FURNACE 865
3 S.G.P. 67
4 S.P - II 116
5 S.P. -III 237
6 O.H.P 299
7 SMS-1 248
8 SMS-2 438
9 SMS-3 346
10 RED - I 187
11 RED - II 49
12 RMP - I 44
13 RMP - II 56
14 MRD 50
15 MERCH MILL 174
16 BBM 318
17 RTNR SHOP 27
18 BRM 158
19 WR MILL 185
20 RSM 582
21 URM 252
22 PLATE MILL 396
23 PLANT GARAGE 101
24 CHM-1&2 48
25 CHM-3 28
26 CHM-4 25
27 CRM(MECH) 55
28 EB N SI 8
29 RECLMT. SHOP 23

26
30 REV SHOP 40
31 MECH. SERV. 41
32 CED 308
33 CPD 6
34 F N P SHOP 90
35 FORGE STRL SHOP 61
36 MARS 49
37 WSHOP(M) COMPLX(TPL) 10
38 ACET. PLANT 7
39 POWER SYSTEMS 78
40 A.C.W.E 51
41 CAS N CWP 17
42 P.L.E.M. 57
43 CRM(E) 20
44 H.M. (E) 48
45 ERS 31
46 ETL 9
47 EMD 108
48 INSTMN. (O) 108
49 INSTMN. (W) 35
50 OP - II 19
51 P N BS 148
52 PEM 58
53 PBS-II 34
54 TP N I(E) 3
55 TELECOMM. 14
56 WATER MGMT 231
57 INCOS 8
58 RCL 102
59 T N D ORGN 945
60 RMD 28
61 STORES 303
TOTAL 9,601

27
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

2 Date of Birth / Age

3 Educational / Professional
Qualification

4 Total experience mentioning the Period Type of Details of work


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

28
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. 3.3 of Tender Document.

Sl. Details Description


No.

1 Name of the Domain Expert

2 Date of Birth / Age

3 Educational / Professional
Qualification

4 Total experience mentioning the Period Type of Details of work


period, type of industry & Industry & done
Company name as domain expert. Company
name

29
Annexure-6

BID SECURITY (EMD) BANK GUARANTEE


(On Non-Judicial Stamp Paper of appropriate value)

...............................................................................................……… (Name of the Bank)


Address.......................................................................
…………………….............................................................
Guarantee No. .......................................

A/c Messrs............................................................................................... (Name of Bidder)

Date of Expiry........................................

Limit to liability (currency & amount) ..................................................................................

Invitation for Bid No. ......................................................... dated ..........................................

For...................................................................................................... (Name of Facilities)

Subject : Bid Security Bank Guarantee.

Date .................................. 201...


To
.......................................................
Steel Authority of India Limited
.......................................................
.......................................................
[Name and Address of Employer]

Dear Sir,

In consideration of the ___________ (Name of Employer)(hereinafter called “Employer”) which


expression shall unless repugnant to the subject or context include his successors and assigns having
agreed to exempt M/s ___________ (hereinafter called “Bidder”) from demand under the terms &
conditions of the tender (hereinafter called the said “Bidding Document”) issued by the Employer vide No.
________ for the works _______ (Name of the Facilities) from deposit of Bid Security in the form of
Demand draft/ cheque for the due fulfillment by the Bidder of the terms and conditions contained in the
said Bidding Document including any amendments thereto on production of Bank Guarantee for INR /
________ (Rupees / or equivalent amount in any freely convertible foreign currency)(________
only) (figure in words).

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.

30
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 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 ______________ unless a demand or claim under this
guarantee is made on us in writing on or before _______________ we shall be discharged from
all liability under this guarantee.

5. We _______________ Bank Ltd. further agree with you that you shall have the fullest liberty
without our consent and without affecting in any manner our obligations hereunder to vary any of
the terms and conditions of the said Bidding Document and we shall not be relieved from our
liability by reason of any such variation.

6. It shall not be necessary for the Employer to proceed against the Bidder before proceeding
against the Bank and the Guarantee herein contained shall be enforceable against the Bank,
notwithstanding any security which Employer may have obtained from the Bidder at this time
when proceedings are taken against Bank hereunder be outstanding or unrealised.

7. We _______________ Bank Ltd. further undertake to unconditionally pay the amount claimed by
the Employer merely on demand and without protest or demur to the extent aforesaid.

8. 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 the three months of expiry date all your rights shall be
forfeited and we shall stand relieved and discharged from our liabilities hereunder.

9. We, the said Bank lastly undertake not to revoke this guarantee during its currency except with
the previous consent of the Employer in writing and agree that any change in the constitution of
the Employer or the Bidder or the said Bank shall not discharge our liability hereunder dated
________ day of ___________ 201.. _______ for __________________________ Bank Ltd.

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……….

Yours faithfully

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

31
Annexure-7

FORMAT OF PRICE BID

INR / Foreign Currency


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

Note: The price bid in foreign currency will be evaluated taking TT selling rate of 7 days
prior to last date of submission of bid.

32

You might also like