+ All Categories
Home > Documents > Annexure 2- Instructions to Bidders _ITB_.pdf

Annexure 2- Instructions to Bidders _ITB_.pdf

Date post: 02-Jun-2018
Category:
Upload: avmr
View: 219 times
Download: 0 times
Share this document with a friend

of 26

Transcript
  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    1/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders Page 1 of 26

    NIT NO.: CHRD/IE/RFQ-2/SA 8000/2768/2014

    ANNEXURE 2

    INSTRUCTIONS TO BIDDERS (ITB)

    1.0 GENERAL

    1.1 It shall be the bidders responsibility to have a thorough understanding of the

    reference documents, site conditions and specifications included in the Bidding

    Document.

    1.2 Definitions

    With respect to this document, the following definitions shall apply:

    i) Instructions to Bidders (ITB) shall mean the documents describing in which

    manner the bidder shall prepare and submit the bid.

    ii) Letter Inviting Tender/ Bid (LIT/ LIB) shall mean the Owners request to

    Bidder for a Bid/ Tender together with the Bidding Document.iii) Tender or Bid shall mean Bidders offer to perform the work, in accordance

    with bidding Document.

    iv) Tender Document or Bidding Document shall mean the documents listed

    herein, and any subsequent addenda.

    v) Bidder or Tenderer or Party or Certifying Agency/ Firm shall mean

    the person or company/ firm who downloads/ purchases the Tender Document

    or Bidding Document and submits his Tender or Bid to Owner.

    2.0 BIDDING DOCUMENT, CLARIFICATIONS AND AMENDMENTS

    2.1 Bidding Document2.1.1 The Bidding Document shall consist of the following and should be read in

    conjunction with any amendment(s) and/or clarification(s) issued subsequently.

    a) Letter Inviting Tender/ Bid (LIT/ LIB)

    b) Request for Proposal (RFP) along with its Annexure(s) as under:

    i) Annexure-1 Scope of Work and Services

    ii) Annexure-2 Instructions to Bidders with Forms

    iii)Annexure-3 Other Terms and Conditions

    iv)Annexure-4 Price Bid Format & Terms of Payment.

    v) Annexure-5 Information to be furnished on Credential(s) of the

    Certifying Agency.vi) Annexure- 6 Pre- Qualification Evaluation Format

    2.1.2 The Bidder is expected to examine the complete Bidding Document. Failure to

    furnish all information required as per the Bidding Document or submission of a bid

    not substantially responsive to the Bidding Document in every respect could result in

    rejection of the Bid.

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    2/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders Page 2 of 26

    NIT NO.: CHRD/IE/RFQ-2/SA 8000/2768/2014

    2.1.3 Bidding documents are exclusive documents of OWNER and once purchased/

    downloaded are non-transferable and shall at all times remain the exclusive property

    of OWNER with a license to the intending Bidder to use the Bidding Documents for

    the limited purpose of submitting the bid.

    2.1.4 The tender document downloaded in totality must be bound together suitably and

    signed and stamped on all pages and marked ORIGINAL in token of acceptance of

    all conditions/ stipulations mentioned there in and submitted. Bidder shall fill up the

    rates/ amount in the Annexure-4issued with Bidding Document and submit the same

    in sealed envelope as described elsewhere in this Instructions to Bidders.

    2.1.5 Bids shall be liable for rejection in case of any omission/ correction/ deletion/ addition

    to the original tender document. Owner shall not be liable for any such discrepancy.

    2.2 Although the details presented in this bidding document have been compiled with all

    reasonable care, it is the Bidders responsibility to ensure that the information

    provided is adequate and clearly understood.2.3 Amendment of Bidding Document

    2.3.1 Owner may, for any reason whether at its own initiative or otherwise, issue

    Amendments and/or Clarifications during the bidding period which shall be hosted on

    NALCOs website www.nalcoindia.com and www.eprocure.gov.in and become part

    of Bidding document. Bidder shall also submit the Amendments and/or Clarifications

    duly signed and stamped in token of its acceptance as well as consider their impact in

    its bid, if any.

    2.3.2 The bidder is advised to visit the websites from time to time to verify updates/

    Amendments and/or Clarifications to the tender documents, if any

    2.4

    Confidentiality of DocumentBidder shall treat the Bidding document and contents thereof as confidential and

    should not use for any other purpose except for participation in the bid.

    3.0 PREPARATION OF BIDS

    3.1 Bid Validity

    Bid shall remain valid for acceptance for a period of 4 (Four) months from the due

    date/ extended due date of submission of the bid. The Bidder shall not be entitled

    during the said period to revoke or cancel its bid or to change the bid except and to the

    extent required by Owner in writing, otherwise EMD submitted by the bidder shall be

    forfeited.

    3.2 Compliance to Bidding Requirement

    3.2.1 The Bidders are required to submit offers strictly as per the terms and conditions/

    specifications given in the Bidding document without any deviations.

    3.2.2 However, in exceptional cases, if the Bidder wishes to stipulate any deviations to

    bidding requirements other than those mentioned above, they shall indicate the same

    as per the format for exceptions/ deviations in Form-5 enclosed with this ITB. Bidder

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    3/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders Page 3 of 26

    NIT NO.: CHRD/IE/RFQ-2/SA 8000/2768/2014

    shall note that clarifications/ queries/ deviations mentioned elsewhere in the offer

    shall not be given any cognizance.

    3.2.3 If any exception/ deviation is acceptable to OWNER, the same shall be issued to all

    bidders through an amendment. Bidders shall withdraw all other deviations/

    exceptions, not incorporated in amendment, failing which offer of such bidders shall

    not be acceptable.

    3.3 Bidder is advised that OWNER intend to fully evaluate the technical and un-priced

    commercial submissions.

    3.4 It is important that Bidder clearly demonstrates its experience and capability, giving

    to OWNER a high level of confidence that if awarded, the Bidder will be able to

    perform the works within the stipulated Time Schedule and quoted price and meeting

    all other requirements listed in the Bidding document.

    3.5 Bidder is requested to furnish the complete and correct information required for

    evaluation of his bid. If the information with regard to resources and concurrentcommitments or any other information/ documentation forming basis of evaluation is

    found incomplete/ incorrect, the same may be considered as adequate ground for

    rejection of the bid.

    4 Conflict of Interest

    4.1 A Bidder shall not have a conflict of interest that may affect the Selection Process of

    the Certifying Agency/ Firm (the Conflict of Interest). Any Bidder found to have a

    Conflict of Interest shall be disqualified. In the event of disqualification, NALCO

    shall forfeit and appropriate the Bid Security as mutually agreed genuine pre-

    estimated compensation and damages payable to NALCO for,inter alia

    , the time,cost and effort of NALCO including consideration of such Bidders Proposal, without

    prejudice to any other right or remedy that may be available to NALCO hereunder or

    otherwise.

    4.2 NALCO requires that the Certifying Agency/ Firm provides professional, objective,

    and impartial advice and at all times hold NALCOs interests paramount, avoid

    conflicts with other assignments or its own interests, and act without any

    consideration for future work. The Certifying Agency/ Firm shall not accept or

    engage in any assignment that would be in conflict with its prior or current obligations

    to other clients, or that may place it in a position of not being able to carry out the

    assignment in the best interests of NALCO.

    5 SUBMISSION OF BID

    5.1 The bidder must submit the tender by filling up of all relevant information as required

    by typing or printing with indelible black ink on white paper in consecutively

    numbered pages and be in solid binding and each page signed along with duly filled

    in enclosed formats attached to this Tender document.

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    4/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders Page 4 of 26

    NIT NO.: CHRD/IE/RFQ-2/SA 8000/2768/2014

    5.2 The offer shall be prepared and submitted in 02 (two) separate sealed envelopes as per

    the following:

    ENVELOPE I:

    a) The Envelope shall contain all the documents/ information as mentioned at

    Para- 6 of this ITB including EMD.

    b) Any other information/ documents relevant in support of the requirement of the

    criteria as per Para- 6 of this ITB may be enclosed and remarked properly.

    c) This envelope consisting of complete documents, one original and one identical

    copy shall be submitted.

    d) The selected bidders have to fill the checklist-cum-evaluation proforma

    (Annexure- 6) in order to ensure that all relevant documents/ information have

    been enclosed in the Envelope- I.

    e) The bids received incomplete as per the requirement shall not be considered forfurther evaluation.

    ENVELOPE -II: (TWO COPIES IN ONE ENVELOPE)

    a) Price Part filled in figures and words in one original copy and shall be signed

    and stamped on each page, as per the format attached in Annexure- 4.

    b) In this part of the bid, the Tenderer shall not stipulate any condition, deviation,

    presumption, and basis. Owner shall not take cognizance of any such

    statement and may at their discretion reject such Price Bids. No correction in

    item description is permitted. Correction/ overwriting (if any) must be signed

    and stamped.5.3 Bidder shall clearly superscribe on the envelope the following information, failing

    which Owner will assume no responsibility for the misplacement or premature

    opening of the bid.

    ENVELOPE I: INFORMATION/ CREDENTIALS/ FORMS/ EMD

    Name of Work: Quotation for Re- Certification and Surveillance Audit of

    Mines, Refinery, Smelter, CPP and Corporate Office of

    NALCO to SA 8000 Standard.

    Bidding Document No.: _______________

    Due date & Time of Opening: _______________

    From: [Name & Address of Bidder] _________________

    This part of bid will be submitted in one original + one copy

    ENVELOPE -II - PRICED BID

    Name of Work: Quotation for Re- Certification and Surveillance Audit of

    Mines, Refinery, Smelter, CPP and Corporate Office of

    NALCO to SA 8000 Standard.

    Bidding Document No.:_______________

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    5/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders Page 5 of 26

    NIT NO.: CHRD/IE/RFQ-2/SA 8000/2768/2014

    Due date & Time of Opening: _______________

    From: [Name & Address of Bidder] _________________

    This part of bid will be submitted in one original + one copy only.

    5.4 Date, Time & Place of Submission

    5.4.1 Bids must be submitted in a sealed envelope superscribing Quotation Dont Open to

    the office of Dy. General Manager (IE), NALCO Bhawan, P-1 Nayapalli,

    Bhubaneswar-751013 by the due date and time mentioned in the Letter Inviting

    Tender/ Bid or any extension thereof as duly notified.

    5.4.2 Bids received after the stipulated time and date as mentioned in the Letter Inviting

    Tender/ Bid, shall not be considered for evaluation.

    5.5 Bidder is required to submit the Complete bid as explained above, and in case of

    incomplete submissions, owner will not be under any obligation to give the Bidder an

    opportunity to make good such deficiencies and owner may at its discretion treat suchbids as incomplete and not consider for further evaluation.

    6 PRE-QUALIFICATION CRITERIA

    6.1 EARNEST MONEY DEPOSIT (EMD): The selected bidder is required to submit

    EMD for value of Rs. 10,000/- (Ten Thousand Only) in the form of Demand Draft or

    Pay order favouring National Aluminium Company Limited payable at

    Bhubaneswar. The EMD of unsuccessful bidders will be returned back after the

    bidding is completed.

    6.2 The selected bidders are required to submit a Social Accountability compliancequestionnaire duly filled and attach it with the bidding offer (Refer to Form No.- 7of

    ITB).

    6.3 The selected bidders are required to submit a copy of certificate of accreditation by

    SAI (Social Accountability International) as a Certification Body for SA 8000

    Standard in a separate sheet with Seal and Signature of the bidder.

    6.4 The selected bidders are required to submit information/ relevant documents on

    credential(s) as per Annexure- 5

    6.5 EXPERIENCE CRITERIA

    6.5.1

    Bidder must be having experience in conducting similar assignments during past three

    years in India. The selected bidders have to submit the information as per the format

    given in Form- 3 showing year wise break- up of similar assignments with this

    bidding offer.

    6.5.2 The bidder must have experience in conducting such assignments in CPSEs and/or

    private companies/ multinational companies with more than 1000 crores turnover.

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    6/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders Page 6 of 26

    NIT NO.: CHRD/IE/RFQ-2/SA 8000/2768/2014

    The bidder should furnish the details of such assignments conducted during last three

    years as per format given in Form- 4.

    6.5.3 The bidder should have qualified resource persons (Certified Auditors) who should be

    having adequate training and experience in SA8000 Audit Process and should have

    experience in handling such job/ assignment. Brief information is to be submitted

    with the bidding offer as per format given in Form- 6.

    6.5.4 The bidder should have been in the business of rendering such certification services

    thereafter reckoned from the date of qualifying order as referred above.

    6.6 FINANCIAL CRITERIA:

    6.6.1 Total annual revenue from the management advisory services shall be minimum Rs.

    1.0 crore for past three years ending 31st March 2014. Bidders have to submit the

    required information as per format given in Form- 2of this ITB.

    6.6.2 Net worth of the bidder during the last financial year shall be positive. Bidders have tosubmit the required information as per format given in Form- 2of this ITB.

    6.6.3 A Bid made by a wholly owned Indian subsidiary of a Foreign Company will also be

    considered provided the Parent Company meets the Bidder Qualification Criteria. In

    such case, the following shall be complied and necessary documents from Parent

    Company shall be submitted.

    6.6.4 The work under consideration shall either be executed by the Parent Company or shall

    be executed under the supervision and back up of the Parent Company.

    6.6.5 The Parent Company shall furnish a Corporate Undertaking to be jointly and severally

    responsible with the Indian Subsidiary for due, proper and timely performance of the

    contract and discharge of liabilities of its Indian Subsidiary in the event of award ofwork to its Indian Subsidiary.

    6.6.6 Experience of only bidding entity shall be considered for pre-qualification. In-house

    work experience shall not be considered as valid experience for the purpose of pre-

    qualification.

    6.6.7 Selected Bidder should not be under liquidation, court receivership or similar

    proceeding. Bidder has to submit certificate.

    6.7 Criminal Proceedings/ Cases:

    The bidder or its Proprietor/ Partner(s)/ Director(s) of the firm should not have been

    convicted by a court of Law for an offence involving moral turpitude in relation to

    business dealings during the past seven (7) years. The bidder shall give an affidavit to

    this effect. The affidavit must be affirmed before the competent judicial authority or

    duly notarized by the Notary. Besides, bidder should furnish litigation history of their

    firm or group firm (if claiming fulfillment of PQ Criteria on group entity terms). The

    litigation history shall include:

    a) Arbitration cases pending

    b) Disputed incomplete works

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    7/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders Page 7 of 26

    NIT NO.: CHRD/IE/RFQ-2/SA 8000/2768/2014

    c) Pending civil cases against the firm and/or its Proprietor/ Partner(s)/

    Director(s) involving moral turpitude in relation to business dealings.

    d) Pending criminal cases against the firm and/or its Proprietor/ Partner(s)/

    Director(s) involving moral turpitude in relation to business dealings.

    e) Punishments awarded under civil cases and/or criminal cases involving moral

    turpitude in relation to business dealings to the firm and/or its Proprietor/

    Partner(s)/ Director(s)

    6.8 Failure to meet the PQ criteria the required information/ documents in required forms

    will render the bid to be summarily rejected. Therefore, the bidder shall, in his own

    interest furnish complete documentary evidence by way of copies of work orders,

    work completion certificates, Corporate Undertaking, MOU, etc in the first instance

    itself, in support of their fulfilling the pre-qualification criteria. NALCO reserves the

    right to complete the evaluation based on the details furnished in the bid withoutseeking any additional information.

    6.9 NALCO reserves the right to assess bidders capability and capacity to execute the

    work using in-house information and by taking into account other aspects such as

    concurrent commitments and past performances etc. The present and past

    performance of the Certifying Agency/ Firms in NALCO shall also be considered

    while evaluating the bids.

    6.10 Along with the bid, the Certifying Agency/ Firms shall submit details of experience in

    the subject work including the name of the resource persons/experts with duration

    proposed to be deployed for the assignment together with their qualification and

    experience (As per Form no.- 3, 4 and 6).

    7.0 EVALUATION CRITERIA:

    7.1 The Pre-qualification Criteria as mentioned in Para 6 of this ITB will be evaluated as

    per the format given in Annexure -6.

    7.2 The bidder who qualifies the pre-qualification criteria will be considered for

    participating in Price Bid Evaluation only.

    7.3 The lowest financial bid among the qualified bidders will be selected for assignment.

    8.0 BID OPENING AND EVALUATION

    8.1 Opening of Price Bid

    Price Bids of only those bidders, whose bids are considered acceptable as per

    evaluation criteria as mentioned at Para-7 above shall be opened and the Price Bids of

    qualified bidder will be opened on the same date and time as mentioned at Para- 6 of

    LIT. During price bid opening, only total price and rebate, if any shall be read out.

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    8/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders Page 8 of 26

    NIT NO.: CHRD/IE/RFQ-2/SA 8000/2768/2014

    8.2 Condition for Bid Evaluation:

    8.2.1 Bid is the responsibility of Bidder and no relief or consideration can be given for

    errors and omissions made by the Bidder inadvertently or advertently for what so ever

    reason. Bid with incomplete information is liable for rejection.

    8.2.2 NALCO reserves its right to call for original of the supporting documents for

    verification if so deemed fit and also cross-check for any details as furnished by the

    bidder from their previous clients etc. Bidder shall have no objection whatsoever in

    this regard.

    8.2.3 Non-submission of details/ documents may lead to rejection of bid.

    8.2.4 The bidder not meeting the PQ requirement shall not be evaluated further and shall

    summarily be rejected.

    8.2.5 Performance of Bidder on works executed/ under execution in NALCOmay also be

    taken into consideration before selecting the Bidder for opening of his Price Bid

    8.2.6 The required information/ documents demanded by Nalco in the Tender submissionwill be spelt out by the bidder for consideration in participation of Price Bid.

    8.2.7 Substitution of Key Personnel: It is expected all the Key Personnel included in the

    proposal by the bidder to be available during execution of the contract. NALCO

    normally will not consider any request of the Selected Bidder for substitution of Key

    Personnel as the ranking of the Bidder is based on the evaluation of Key Personnel

    and any change therein may upset the ranking. Substitution will, however, be

    permitted if the Key Personnel is not available for reasons of any incapacity or due to

    health, subject to equally or better qualified and experienced personnel being provided

    to the satisfaction of NALCO.

    8.3 Evaluation of Price Bid

    Amongst the qualified bidders, lowest bidder shall be decided on quality and price as

    detailed in Annexure-4of the bid document.

    The prices shall be evaluated separately based on the total price including the service

    tax quoted by the bidder. The prices shall remain firm and fixed during the tenure of

    the Contract.

    For comparison of price bid submitted in currency other than INR, the same shall be

    converted to INR as per conversion rate of SBI prevailing on the date of opening of

    the price bid.

    8.4 Process to be confidential

    Information related to the examination, clarification, evaluation and comparison of

    bids and recommendations for award of contract shall not be disclosed to Bidder or

    other person not officially concerned with such process. Any effort by Bidder to

    influence the Owners processing of bidding or award decisions may result in

    rejection of such Bidders bid.

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    9/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders Page 9 of 26

    NIT NO.: CHRD/IE/RFQ-2/SA 8000/2768/2014

    8.5 Owners Right to accept or Reject a Bid

    Owner reserves the right to accept a bid other than the lowest and to accept or reject

    any bid in whole or part, to annul the bidding process or to reject all bids with or

    without notice or reasons. Such decisions by Owner shall bear no liability whatsoever

    consequent upon such decisions.

    9.0 NEGOTIATIONS AND AWARD OF WORK

    9.1 Negotiation

    Bidders are requested to quote their best prices considering the fact that price

    negotiation, if required, may be held only with the lowest bidder. Bidder shall attend

    such negotiation meetings and if requested by the Owner shall provide the analysis of

    rates /break up of amount quoted by him to demonstrate the reasonability. As a result

    of negotiation, Bidder may offer rebate on his earlier quoted price. However, no

    uncalled for or voluntary rebate offered shall be considered for evaluation.

    9.2 Selection of Certifying Agency/ Firm

    a) The L1 bidder among the qualified bidders will be selected.

    b) In the event of a tie in the financial bid, the firm having the higher certification

    experience in the number of organizations certified during last three years shall be

    awarded the job.

    9.2 Award of Work

    The successful Bidder shall be issued Fax of Intent (FOI)/Brief Order prior to expiry

    of Bid validity. Bidder shall confirm acceptance by returning a signed copy of the

    same.OWNER shall not be obliged to furnish any information/ clarification/ explanation to

    the unsuccessful bidders as regards non-acceptance of their bids.

    10.0 LANGUAGE

    The bid and all correspondence incidental and related to bid shall be written in

    English language. Any printed literature and document submitted in any other

    language shall be accompanied by authenticated English translation, in which case,

    for the purpose of interpretation of the bid, English translation shall govern.

    Responsibility for correctness in translation shall lie with the agencies.

    11.0 CONTRACT CUM PERFORMANCE BANK GUARANTEE (CPBG)

    The Certification Agency/Firm shall submit a Bank Guarantee in Clients approved

    pro-forma, from NALCOs approved bank for 10% of the total fee payable against the

    assignment towards the CPBG within fifteen (15) days of award of work/LOI. The

    CPBG will not carry any interest. The said CPBG shall remain valid up to 3 months

    beyond the completion of the scope of work and services of the Certification

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    10/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders Page 10 of 26

    NIT NO.: CHRD/IE/RFQ-2/SA 8000/2768/2014

    Agency/Firm. The Pro-forma of CPBG and the List of Approved Banks of NALCO

    are enclosed atAnnexure-A.

    The EMD of successful Bidder shall be adjusted against CPBG. In case the successful

    agency/ firm fail to execute the work as per requirement the CPBG shall be forfeited.

    12.0 SA Compliance Questionnaire (Evaluation Form attached at Form no. - 7) has to be

    filled up and attached with bidding offer.

    13.0 The successful bidder is required to sign the agreement in the format furnished at

    Annexure- Bin a Rs. 50/- non-judicial stamp paper.

    14.0 The Successful bidder has to submit Bank Mandate Form attached at Annexure-C

    duly certified by the Banker.

    15.0 NALCO reserves the right to accept or reject any Bid or to annul the Bidding process

    and reject all Bids at any time without thereby incurring any liability to the affected

    Bidder(s) or any obligation to inform the affected Bidder(s) of the grounds for the

    NALCOs action.

    16.0 For all rules/ regulations including the issue of EMD/ Security Deposits etc. Nalcos

    Contract Manual available on NALCOs website: www.nalcoindia.com under

    Tender may be referred.

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    11/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders Page 11 of 26

    NIT NO.: CHRD/IE/RFQ-2/SA 8000/2768/2014

    6

    6.2

    Form-1

    FORWARDING LETTER AND UNDERTAKING

    (To be submitted by the Certifying Agency / Firm along with the Tender)

    From: _________________________

    _________________________

    _________________________

    _________________________

    To:

    Dy. General Manager(IE)

    National Aluminium Company Ltd.

    Nalco BhawanP-1,Nayapalli

    Bhubaneswar 751013

    Sub. : Quotation for Re- Certification and Surveillance Audit of Mines, Refinery,

    Smelter, CPP and Corporate Office

    1. Having carefully examined all the Tender Documents attached to your Notice Inviting

    Tender No.: CHRD/IE/RFQ-2/SA 8000/2768/2014, dated24.11.2014, we offer to

    complete the works in conformity with all the terms and conditions as detailed in the

    Tender Documents.

    2.

    We here by confirm that we have downloaded the complete set of tender documentsalong with the set of enclosures hosted in Nalcos website, www.nalcoindia.comor

    www.eprocure.gov.in . We confirm that the bid document has not been edited or

    modified by us. In case, it is observed by NALCO that the bid document has been

    edited or modified, we agree for the rejection of the bid by NALCO.

    3. We undertake, if our tender is accepted, to commence the work from the effective

    date of contract and to carry out work as stipulated in the contract.

    4. We agree to abide by this Tender initially for a period of four (4) monthsfrom the

    date of opening of Price Bid of Tender and it shall remain binding on us and may be

    accepted at any time before the expiry of that period.

    5. Should this Tender be accepted, we hereby agree to abide by and fulfill all Terms and

    Conditions of Tender Document as accepted by us and in default thereof, to forfeit

    and pay to NALCO or NALCOs successors, assigned authorized nominees such

    sums of money as are stipulated in conditions contained in Tender Documents. We

    understand that NALCO is not bound to accept the lowest or any Tenders received

    and NALCO reserves the right to reject any or all tender without assigning any

    reason.

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    12/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders Page 12 of 26

    NIT NO.: CHRD/IE/RFQ-2/SA 8000/2768/2014

    6. This Tender together with written Acceptance thereof, shall constitute a binding

    CONTRACT between NALCO and us, till a formal contract is executed.

    Date______day of _______________ Signature

    ________________

    _______________________

    (NAME IN BLOCK LETTERS)

    (To be signed by authorized person.)

    Tel:--------------------

    Fax:-------------------

    Mob:------------------

    Email:-----------------

    (Seal of the Company)

    Witness:1. Signature _____________________

    Date ____________________

    Address ____________________

    ____________________

    Occupation ____________________

    2. Witness:

    Signature _____________________Date ____________________

    Address ____________________

    ____________________

    Occupation ____________________

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    13/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders Page 13 of 26

    NIT NO.: CHRD/IE/RFQ-2/SA 8000/2768/2014

    Form-2

    Financial Details

    Financial

    year

    Annual turnoverfor the

    Company

    Details of net worth

    Capital

    (a)

    Reserve

    (b)Accumulated loss

    (c)Net worth

    (a+b-c)

    2013-2014

    2012-2013

    2011-2012

    1. Submission of audited balance sheet and profit & loss account or above three years -

    YES/NO

    2. Submission of recent solvency certificate from Banker - YES/NO

    3. Submission of letter from your Banker/self that the Bidder is not under liquidation, court-

    receivership or similar proceedings - YES/NO

    (SIGNATURE OF BIDDER WITH SEAL)

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    14/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders (ITB) Page 14 of 26

    NIT NO. CHRD/IE/RFQ-2/SA 8000/2768/2014

    Form-3

    WORK EXPERIENCE FORM FOR PQ CRITERIA

    1. Selected Bidders shall furnish their experience details with reference to the similarassignments, which pre-qualify them in line with Experience Criteria mentioned in

    Para 6 of this ITB.

    Sl. no. F-Y Number of

    Organisation(s)

    Certified

    Number of Public

    Sectors Certified

    (State/ Central

    Govt.)

    Number of

    Private

    Sectors

    Certified

    1 2013-14

    2 2012- 13

    3 2011-12

    2. Whether the Bidder is in the business of rendering such certification services thereafter

    reckoned from the date of qualifying order as referred above: YES/NO

    (If yes, please specify the nature/details of business)

    3. The details furnished by the Certifying Agency/ Firm may be verified with the Client and

    hence furnishing of the correct and full information as requested is very important

    Signature of the Bidder with Seal

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    15/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders (ITB) Page 15 of 26

    NIT NO. CHRD/IE/RFQ-2/SA 8000/2768/2014

    FORM-4

    Details of similar works carried out by the Certification Agency/Firm (Last three years)

    Signature of the Bidder with Seal

    Sl.No.

    Name of theCompany

    Address Turnover(Approx)

    Type ofIndustry

    Date of InitialCertification

    Date of LastCertificatio

    n

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    16/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders (ITB) Page 16 of 26

    NIT NO. CHRD/IE/RFQ-2/SA 8000/2768/2014

    FORM-5

    Deviations (If any)

    SL

    NO.

    Para /Clause

    Number of

    Tender

    Document

    Page

    Number of

    Tender

    Document

    Description Deviations with remarks

    (Signature of Bidder with Seal)

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    17/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders (ITB) Page 17 of 26

    NIT NO. CHRD/IE/RFQ-2/SA 8000/2768/2014

    FORM-6

    Credentials of Resource Persons

    SL

    NO.

    Name Designation Experience Remarks

    (Signature of Bidder with Seal)

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    18/26

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    19/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders (ITB) Page 19 of 26

    NIT NO. CHRD/IE/RFQ-2/SA 8000/2768/2014

    as per statutory requirement? Yes/No

    If directly not provided by you, do you get

    health & safety benefits from NALCO? Yes/No

    Do you provide personal protective equipment(s)

    to your employees free of cost? Yes/No

    Do you provide safety training to your employees? Yes/No

    Do you ensure canteen facility for your employees? Yes/No

    If not, do you get the facilities from NALCO Yes/No

    What types of medical benefits you provide to your employees?

    Do you allow trade union and collective bargaining in

    your organization? Yes/No

    If no, how do you ensure freedom of expression?

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    20/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders (ITB) Page 20 of 26

    NIT NO. CHRD/IE/RFQ-2/SA 8000/2768/2014

    Incase of non-performance of any employee, how do you deal with such situations?

    What are the procedures of hiring/promotion/ remuneration in your organization?

    Do you provide appointment letter to your employees? Yes/No

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    21/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders (ITB) Page 21 of 26

    NIT NO. CHRD/IE/RFQ-2/SA 8000/2768/2014

    Do you maintain a documented terms and conditions

    of employment? Yes/No

    Do you maintain a disciplinary procedure? Yes/No

    If no, how do you terminate your employee?

    How do you ensure that your employees are not discrimination on the basis of cast

    creed, gender, religion, age and dieses?

    How many shift you have? _______ shifts

    What is the official working time? ______ hours

    Which day is off day in your organization? ___________

    In case, a person works in off day or holiday, how is he/she compensated?

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    22/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders (ITB) Page 22 of 26

    NIT NO. CHRD/IE/RFQ-2/SA 8000/2768/2014

    Do you pay overtime to your employees as per law? Yes/No

    What is the lowest amount (salary/wage) you pay toyour employees? Rs._________/-

    Is there any case of deduction in wage? Yes/No

    In case, it is yes, what are the general reasons for such deduction?

    Is there any apprentice period in your organization? Yes/No

    If yes, what is the apprentice period in your organization? ___________

    Do you have any international certification Yes/No

    If yes, please specify

    Do you receive, handle or promote goods and/or servicesfrom supplier/subcontractors or sub-suppliers Yes/No

    Do you receive, handle or promote goods and/or services

    from supplier/subcontractors or sub-suppliers who are

    classified as home worker? Yes/No

    If yes, what steps you have taken to ensure that they get similar level of protection as

    afforded to directly employed employees?

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    23/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders (ITB) Page 23 of 26

    NIT NO. CHRD/IE/RFQ-2/SA 8000/2768/2014

    Have you taken care to look into issues related to child labour

    Forced labour, health & safety, working hours and remuneration

    of your suppliers Yes/No

    We do hereby declare that our organization is committed to social accountability. We

    will promptly implement remedial/corrective actions identified against the

    requirement and promptly inform your organization. We also declare that the sub

    contractors/sub suppliers performances are monitored by us. Moreover, we declare

    that if invited, we shall participate in awareness programme as well as monitoring

    programme organized by you.

    We declare that the above-mentioned information are correct.

    Signature:

    Designation:

    Date Seal of the organization

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    24/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders (ITB) Page 24 of 26

    NIT NO. CHRD/IE/RFQ-2/SA 8000/2768/2014

    Annexure - A

    List of approved banks for issue of bank guarantees

    SCHEDULED PUBLIC SECTOR BANKS

    (INDIAN)1. State Bank of India.

    2. State Bank of Bikaner and Jaipur

    3. State Bank of Hyderabad

    4. State Bank of Mysore.

    5. State Bank of Patiala.

    6. State Bank of Travancore.

    7. Allahabad Bank

    8. Andhra Bank

    9. Bank of Baroda10. Bank of India

    11. Bank of Maharashtra

    12. Canara Bank

    13. Central Bank of India

    14. Corporation Bank

    15. Dena Bank

    16. Indian Bank

    17. Oriental Bank of Commerce

    18. Punjab National Bank

    19. Punjab and Sind Bank

    20. Syndicate Bank

    21. Union Bank of India22. UCO Bank

    23. Vijaya Bank.

    24. IDBI Bank

    SCHEDULED FOREIGN BANKS

    1. American Express Bank Ltd.

    2. Bank of American NT & SA

    3. Bank of Tokyo Ltd.

    4. BNP Paribas

    5. Barclays Bank Plc

    6. Citi Bank NA.

    7. Deutsche Bank A.G.

    8. Hongkong & Shanghai Banking

    Corporation.

    9. Standard Chartered Bank10. JP Morgan Chase Bank NA

    SCHEDULED PRIVATE SECTOR

    BANKS (INDIAN)1. ING Vysya Bank

    2. Axis Bank Ltd.

    3. SBI Commercial & International Bank

    Ltd.

    4. ICICI Bank

    5. HDFC Bank

    6. Yes Bank

    7. Indus Ind bank

    8. Kotak Mahindra Bank

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    25/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    Standard

    ___________________________________________________________________________

    Instructions to Bidders (ITB) Page 25 of 26

    NIT NO. CHRD/IE/RFQ-2/SA 8000/2768/2014

    PROFORMA FOR CONTRACT CUM PERFORMANCE GUARANTEE BY

    CERTIFYING AGENCY/ FIRM(To be executed on non-judicial stamped paper of appropriate value)

    B. G. No Date.

    WHEREAS National Aluminium Company Limited (A Government of India

    Enterprise) having its office at NALCO Bhawan, P-1, Nayapalli, Bhubaneswar 751061

    (hereinafter referred to as The Company/Owner which expressions shall unless repugnant

    to the subject or context includes its legal representatives, successors and assigns) has entered

    into a contract with M/s. ..having its registered office at

    ...( hereinafter referred to as The Certifying Agency/ Firm which

    expression shall unless repugnant to the subject or context includes their legal

    representatives, successors and assigns) for .on the terms and

    conditions as set out inter alia, in the Contract No./ Brief Order No. ..dated

    and various documents forming part thereof hereinafter referred to as the said

    contract which expression include all amendments, modifications and/ or variations theretoand where as the Certifying Agency/ Firm has agreed for due execution of the entire contract

    and guarantees its performance including any parts executed through any other agencies/ sub-

    contractors.

    AND WHEREAS one of the conditions of the said contract is that Certifying

    Agency/ Firm shall furnish to the owner a Bank Guarantee from a bank for 10% (ten percent)

    of the total value of the said contract against due and faithful performance of the said

    contract including defect liability obligations and the performance guarantee obligations of

    the contractor(s)/seller(s) for execution/ supplies made under the said contract.

    We ..(Name of Bank) having its branch office at

    ..do hereby agree and undertake to pay the amount due and payable under

    this guarantee without any demur merely on a demand from the Company stating that in the

    opinion of the Company, which is final & binding, the amount claimed is due by reason ofdefault made by the Certifying Agency/ Firm in performing any of the terms & conditions of

    the said Contract including defect liability obligations, in fulfilling the performance guarantee

    obligation or loss or damage caused to or would be caused to or suffered by the Company by

    reason of any breach by the said Certifying Agency/ Firm of any of the terms & conditions of

    the contract. Any such demand made on the Bank by the owner shall be conclusive as

    regards the amount due and payable by the Bank under this guarantee. However our liability

    under this guarantee shall be restricted to `.

    (Rupeesonly).

    We undertake to pay to the Company any money so demanded not withstanding any

    dispute or disputes raised by the Certifying Agency/ Firm in any suit or proceeding pending

    before any office, court or tribunal relating thereto our liability under this present guarantee

    being absolute and unequivocal. The payment so made by us under this bond shall be a validdischarge of our liability for payment there under. Our liability to pay is not dependent or

    conditional on the owner proceeding against the Certifying Agency/ Firm.

    The guarantee herein contained shall not be determined or affected or suspended by

    the liquidation or winding up, dissolution or change of constitution or insolvency of the said

    Certifying Agency/ Firm but shall in all respect and for all purposes be binding and operative

    until payment of all money due or liabilities under the said contract are fulfilled.

  • 8/10/2019 Annexure 2- Instructions to Bidders _ITB_.pdf

    26/26

    Request for Quotation for Re-Certification and

    Surveillance Audit of Mines, Refinery, Smelter,

    CPP & Corporate Office of NALCO to SA 8000

    StandardNIT NO. CHRD/IE/RFQ-2/SA 8000/2768/2014

    We .. (Name of Bank) further agree that the guarantee herein

    contained shall remain in full force and effect during the period that would be taken for the

    performance of the said Contract and that it shall continue to be enforceable till all the dues

    of the company under or by virtue of the said Contract have been fully paid and its claimssatisfied or discharged or till a duly authorized officer of the company certifies that the terms

    and conditions of the said Contract(s)/Order(s) have been fully and properly carried out by

    the said Certifying Agency/ Firm and accordingly discharges the guarantee.

    We (Name of the Bank) further agree with the Company that

    the company 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

    Contract or to extend the time of performance by the said Certifying Agency/ Firm from time

    to time or to postpone for any time or from time to time any of the powers exercisable by the

    Company against the said Certifying Agency/ Firm and to forbear or enforce any of the terms

    and conditions relating to the said Contract and we shall not be relieved from our liability by

    reason of any such variation, or extension being granted to the said Certifying Agency/ Firm

    or for any forbearance, act or omission on the part of the Company or any indulgence by theCompany to the said Certifying Agency/ Firm or by any such matter or thing whatsoever

    which under the law relating to sureties would, but for this provision, have affect of so

    relieving us.

    Notwithstanding anything contained herein before, out liability shall not exceed

    `.(Rupeesonly) and shall remain in force

    till Unless a demand or claim under this Guarantee is made on us within three

    months from the date of expiry we shall be discharged from all the liabilities under this

    guarantee.

    We (Name of the Bank), lastly undertake not to revoke this

    guarantee during its currency except with the previous consent of the Company in writing.

    We further undertake to keep this Guarantee renewed from time to time at the request of

    Certifying Agency/ Firm.

    Date. .Bank

    Corporate Seal of the Bank By its constitutional Attorney

    Signature of duly

    Authorised person

    On behalf of the Bank

    With seal & signature code

    (BGs to be furnished from any of the approved banks as per list)


Recommended