0% found this document useful (0 votes)
35 views17 pages

2324 C129 Tender Document

The document provides details about a tender notice for assistance in monitoring, isolation, and normalization of pumps, deaerators, and clarifiers at a water and clarification treatment plant. It includes sections on guidelines for bid submission, bidder instructions, reverse auction guidelines, scope of work, terms and conditions, and annexures related to technical requirements and health and safety.

Uploaded by

sumitraha123
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
35 views17 pages

2324 C129 Tender Document

The document provides details about a tender notice for assistance in monitoring, isolation, and normalization of pumps, deaerators, and clarifiers at a water and clarification treatment plant. It includes sections on guidelines for bid submission, bidder instructions, reverse auction guidelines, scope of work, terms and conditions, and annexures related to technical requirements and health and safety.

Uploaded by

sumitraha123
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 17

BOKARO POWER SUPPLY COMPANY (P) LTD.

(A Joint Venture of SAIL & DVC)


Hall No. – M 01, Old Administrative Building
ISPAT Bhawan, Bokaro Steel City – 827001.
Registered Office: ISPAT Bhawan, Lodhi Road, New Delhi – 110003
CIN: U40300DL2001PTC112074

TENDER DOCUMENT

Name of Work: Assistance in monitoring, isolation & normalization of Pumps,


Deaerators & Clarifiers at WCTP (TPP & CPP).

Tender Ref. No.: BPSCL/MM/23-24/C-129/NIT-1362 dated 12.10.2023

INDEX

Sl. Description Page No.

1. SECTION – I: Guidelines for submission of Tender 2-3

2. SECTION – II : Instruction of Bidder 4-5

3. SECTION – III: Guidelines for participating in Reverse Auction 6-9

4. SECTION – IV: Scope of Work 10

5. SECTION – V: General Terms & Conditions of Contract 11-13

6. SECTION – VI: Special Terms & Conditions of Contract 14

7. ANNEXURE – I: Format for Self-Declaration 15

8. ANNEXURE – II: Techno Commercial Sheet 16

9. ANNEXURE – III: Environment, Health & Safety 17

BPSCL/MM/23-24/C-129/NIT-1362 dated 12.10.2023 Page 1 of 17


SECTION - I

Guidelines for submission of Tender

1) Bid along with all the documents should be submitted in electronic form only through e-Tendering system.
2) Any revision or amendment in bid shall be possible only up to the due date and time of submission of tender.
3) For submission of bid, the Bidder shall have to login into the CPP portal https://etenders.gov.in/eprocure/app
using their respective Login IDs, Passwords and Digital Signature Certificate.
4) Bidders, who are not registered on the CPP portal but who intend to participate in the instant tender, will have
to register on the portal. For any assistance in the registration process, Bidder may get in touch with the
following person:
Mr. Ashwani Shukla, Contact no.: 8434629937
5) Bid Parts:
A. Techno-commercial Bid:
a) Cover Type: Fee
This part shall comprise of Earnest Money Deposit (EMD), envisaged elsewhere in the Tender
document and the Techno – Commercial Offer.
Earnest Money Deposit (EMD):
i. Offer shall be accompanied with Earnest Money Deposit (EMD) in the form of Demand Draft /
Pay Orders / Bankers Cheque Payable at Bokaro Steel City or Bank Guarantee having validity
for one (01) year, from any Nationalized Bank / Scheduled Bank except Co-operative Bank
drawn in favour of Bokaro Power Supply Company (P) Ltd. as per format available at our
website: www.bpscl.com. Earnest Money can also be deposited online in our account through
NEFT/RTGS/SWIFT/TT Remittance, details of which are given below. The proof of such
transfer shall be submitted with the offer in the envelope titled “Earnest Money Deposit”.
Bank Account details of BPSCL:
Name of Company / Beneficiary Bokaro Power Supply Co (Pvt) Ltd
Bank Name State Bank of India
Branch Name SME Branch, Bokaro
Branch Code 4231
MICR Code of Branch 827002012
IFSC Code SBIN0004231
Bank Account No. 35665021458
Bank Account Type Cash Credit Account
In case of forfeiture of EMD by BPSCL, you will be required to reimburse the applicable GST to BPSCL.

Note:
a. If the EMD is submitted in the form of Bank Guarantee, then the same shall be issued by a
Scheduled Bank / Nationalized Bank from its Local Branch at Bokaro Steel City as per
format available on www.bpscl.com.
b. In case, the Bank Guarantee is issued from an outstation Branch, its confirmation must be
given by its local operating branch.
c. There must be a clause in the BG stating “Claims, if any, will be lodged by BPSCL to the
local representing Branch of the Bank at Bokaro Steel City”. The Local representing Branch
shall be required to confirm accordingly and name of the confirming branch at Bokaro Steel
City must be mentioned in Bank Guarantee itself.
d. In case of forfeiture of EMD, the Bidder shall be required to reimburse the applicable GST to
BPSCL

ii. Condition for claiming exemption from submission of EMD:


a. Micro & Small Enterprises (MSEs) / PSU / Government Undertakings and Co-operative
societies will be exempted from submission of Earnest Money as per government policy.
b. For MSEs, the exemption from submitting Earnest Money will be granted only on
submission of valid copy of UDYAM Registration Certificate. However, UDYAM
Registration Certificates having Services (Trading) as major activity will not be considered
as a valid document for claiming exemption from submission of EMD.
BPSCL/MM/23-24/C-118/NIT-1362 dated 12.10.2023 Page 2 of 17
SECTION - I

c. SSI/NSIC certificate holders should also submit Udyam Registration Certificate. Further,
unit claiming exemption is required to submit copy of Udyam registration certificate clearly
indicating the item category for which they are registered.
Note:
1. If the Bidder fails to submit / upload any of the aforesaid documents, its bid will be
considered as ineligible and will be summarily rejected.
2. The detail of EMD shall have to be indicated while submitting the offer on the portal
https://etenders.gov.in/eprocure/app. The bidders shall also have to submit the hard
copy of EMD (amount as mentioned in NIT) in an envelope super scribing “Earnest
Money Deposit” and NIT Number.

The intending bidder are advised to take care that EMD is correctly drawn and
reaches on address for correspondence given in NIT before the Bid Opening date and
time. Any relaxation in this regard will not be allowed.

b) Cover Type : Technical


The bidders shall upload documents in compliance with the Bidding Documents.

The following documents are to be furnished by the Bidder as part of the Technical Bid:
i) Techno Commercial Proposal / Offer
ii) Certificate of Registration in Employees Provident Fund
iii) Certificate of Registration in Employees State Insurance
iv) Partnership Deed / Affidavit for Proprietorship / Memorandum & Articles of Association,
including changes in the Constitution of the Firm, (if any), Power of Attorney.
v) GST registration certificate
vi) Documents as required in accordance with Eligibility Criteria
vii) No deviation Certificate / duly filled in signed & stamped copy of techno – commercial sheet
attached with this tender enquiry / signed & stamped copy of the online tender document as
an acceptance of all T&C mentioned therein without any deviation.
viii) Self-declaration as per format enclosed at Annexure – I
ix) Any other document asked for in the Bidding Documents

Note: a) Bidders are requested to upload clearly visible / legible documents only. If the
documents are not clearly visible, the offer shall be liable for rejection without any
further communication.
b) The Techno-Commercial Bid should not contain any price content entry. In
case, the Techno-Commercial Bid is found to contain any price content, such
bid will be summarily rejected.
B. Price Bid:
a) Cover Type: Finance
i) The Price bid is to be submitted in the BOQ provided in the Tender at
https://etenders.gov.in/eprocure/app.
ii) The tender document including price bid template downloaded by the bidder shall not be
tampered / modified in any manner. In case the same is found to be tampered / modified in
any manner, bid will be rejected and EMD will be forfeited and Bidder shall be liable to be
banned from doing business with BPSCL for a suitable period as per policy of BPSCL.
iii) Bidders shall necessarily submit the prices on-line in the Bill of Quantity (BOQ) only.
iv) For preparation of the “Price Bid”, Bidders are expected to take into account the requirements
and conditions of the bidding documents. The Price Bid shall be made in the ‘BOQ’ (excel file)
only of Bidding Documents.
v) The rate quoted by the bidder shall be inclusive of all provisions for incidental expenses
necessary for proper execution and completion of the work in accordance with the terms &
condition of the bidding document.
vi) All prices to be quoted by the bidders will be in Indian Rupees only, unless otherwise
mentioned in the Special Conditions of Contract, on FIRM price basis and shall remain valid
during the currency of the Contract.
BPSCL/MM/23-24/C-118/NIT-1362 dated 12.10.2023 Page 3 of 17
SECTION - II

Instructions for Online Bid Submission


The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital
Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP
Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP
Portal.
More information useful for submitting online bids on the CPP Portal may be obtained
at:https://etenders.gov.in/eprocure/app.

REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal
(URL: https://etenders.gov.in/eprocure/app ) by clicking on the link “Online bidder Enrollment” on the
CPP Portal which is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username and assign
a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the registration
process. These would be used for any communication from theCPP Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class III
Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g.
Sify / nCode / eMudhra etc.), with their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible
to ensure that they do not lend their DSC’s to others which may lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID
/password and the password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS

1) There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, Organization Name,
Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders
may combine a number of search parameters such as Organization Name, Form of Contract, Location,
Date, Other keywords etc. to search for a tender published on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, they may download the required
documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder.
This would enable the CPP Portal to intimate the bidders through SMS / email in case there is any
corrigendum issued to the tender document.
3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to
obtain any clarification / help from the Helpdesk.
PREPARATION OF BIDS

1) Bidder should take into account any corrigendum published on the tender document before submitting
their bids.
2) Please go through the tender advertisement and the tender document carefully to understand the
documents required to be submitted as part of the bid. Please note the number of covers in which the
bid documents have to be submitted, the number of documents - including the names and content of
each of the document that need to be submitted. Any deviations from these may lead to rejection of the
bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender
document / schedule and generally, they can be in PDF / XLS / RAR/ DWF/JPG formats. Bid
documents may be scanned with 100 dpi with black and white option which helps in reducing size of the
scanned document.
4) To avoid the time and effort required in uploading the same set of standard documents which are
required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g.
PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can
use “My Space” or ‘’Other Important Documents’’ area available to them to upload such documents.

BPSCL/MM/23-24/C-129/NIT-1362 dated 12.10.2023 Page 4 of 17


SECTION -II

5) These documents may be directly submitted from the “My Space” area while submitting a bid, and need
not be uploaded again and again. This will lead to a reduction in the time required for bid submission
process.

Note: My Documents space is only a repository given to the Bidders to ease the uploading process.
If Bidder has uploaded his Documents in My Documents space, this does not automatically ensure these Documents
being part of Technical Bid.

SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for bid submission so that they can upload the bid in time
i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.
2) The bidder has to digitally sign and upload the required bid documents one by oneas indicated in the
tender document.
3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter
details of the instrument.
4) Bidder should prepare the EMD as per the instructions specified in the tender document. The original
should be posted/couriered/given in person to the concerned official, latest by the last date of bid
submission or as specified in the tender documents. The details of the DD/any other accepted
instrument, physically sent, should tally with the details available in the scanned copy and the data
entered during bid submission time. Otherwise the uploaded bid will be rejected.
5) Bidders are requested to note that they should necessarily submit their financial bids in the format
provided and no other format is acceptable. If the price bid has been given as a standard BoQ format
with the tender document, then the same is to be downloaded and to be filled by all the bidders.
Bidders are required to download the BoQ file, open it and complete the white coloured (unprotected)
cells with their respective financial quotes and other details (such as name of the bidder). No other
cells should be changed. Once the details have been completed, the bidder should save it and submit
it online, without changing the filename. If the BoQ file is found to be modified by the bidder, the bid
will be rejected.
6) The server time (which is displayed on the bidders’ dashboard) will be considered as the standard time
for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders
should follow this time during bid submission.
7) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques
to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the
time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit
encryption technology. Data storage encryption of sensitive fields is done. Any bid document that is
uploaded to the server is subjected to symmetric encryption using a system generated symmetric key.
Further this key is subjected to asymmetric encryption using buyers/bid opener’s public keys. Overall,
the uploaded tender documents become readable only after the tender opening by the authorized bid
openers.
8) The uploaded tender documents become readable only after the tender opening by the authorized bid
openers.
9) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the
portal), the portal will give a successful bid submission message & a bid summary will be displayed
with the bid no. and the date & time of submissionof the bid with all other relevant details.
10) The bid summary has to be printed and kept as an acknowledgement of thesubmission of the bid. This
acknowledgement may be used as an entry pass for any bid opening meetings.

ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained therein should be
addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the
tender.
2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in
general may be directed to the 24x7 CPP Portal Helpdesk.

BPSCL/MM/23-24/C-129/NIT-1362 dated 12.10.2023 Page 5 of 17


SECTION -III

Guidelines for participating in Reverse Auction

1. Auction Terminology:
a) Reverse Auction: A bidder shall quote below the Starting Price or Current Auction Price.
b) Auction Start Date & Time and Auction End Date & Time: Live auction would be conducted during
this period.
c) Auction Elapse Time in minutes: It is the minute(s) before the ‘Auction End Time’ and acts as a trigger
for auto extension of current auction. If a bid is received successfully within these minutes, the auction
will be extended subject to number of extensions is not crossed.
d) Auction Bid Auto Extensions in minutes: The Auction End Time will be extended by this ‘Auto
Extension Time in Minutes’, if a bid is received successfully within ‘Elapse Time’ in Minutes. Process will
continue till no bid is received in elapse time.
e) Auto Extension Restriction Required: If BPSCL desires to restrict the number of Extensions during
Live Auction then it will specify this parameter as ‘Yes’ and also specify the number of extensions
required. System will accordingly, extend the Auction only for specified number of times. If unlimited
Extensions is required then BPSCL will specify it as ‘No’.
f) Max Seal Percentage: It defines maximum value a bidder can quote in multiples of incremental /
decremental value in the auction.
In case of Reverse Auction, in order to displace a standing lowest bid and to become “L-1”, a bidder
can offer a minimum bid decrement or in multiples of decremental value up to above Max Seal %.
For example:
Current price: Rs. 49,000 Decrement value: Rs. 1,000
Maximum Seal %: 50

In this case, a bidder can quote minimum decrement amount as Rs. 49,000 – Rs. 1,000 = Rs. 48,000
and maximum decrement amount is Rs. 49,000 – Rs. 24,500 – Rs. 1,000 = Rs. 23,500 = Rs. 24,000*
(as decrement value is in terms of Rs. 1,000).
g) Bidder Elimination process: If BPSCL wishes to eliminate bidders who are offering high price for
participating in Reverse Auction, then BPSCL will select this option as ‘Yes’.
In addition, if Allow Preferential Bidder Elimination is selected as ‘No’ by BPSCL, then Preferential
bidders like (MSME / Start-up / Make in India) will not be eliminated even if they have quoted very high
price and will be allowed to participate in Reverse Auction. Moreover, even if Allow Preferential Bidder
Elimination is selected as ‘Yes’ by BPSCL, in this case during highest bidder elimination process in
reverse auction, if the bidder is a privileged Bidder and their quote rate falls under the criteria L-
1+Tolerance percentage, it will not be eliminated and all others will be eliminated.
h) Minimum Bidder for Elimination - 4 (recommended value): If BPSCL has received the minimum
number of bids, say 4, then system will initiate the Bidder Elimination process.
i) Number of Bidder to Eliminate - 1 (recommended value): When the system will implement Bidder
Elimination process, then system will eliminate say 1 (or mentioned number of Bidder) and start the
Auction process with rest of the Bidders.

In case of Reverse Auction, H1 Bidder will be eliminated from participating in the auction even though
qualified in the techno-commercial evaluation.

2. Tender Cum Auction is a combination of electronic Tender followed by Reverse Auction in GePNIC. It is
generally called as e-RA. The Reverse Auction will be conducted after Opening of Price / Financial Bids.
3. BPSCL will normally mention about conducting of e-RA along with necessary instructions at the Notice
Inviting Tender (NIT) stage itself. In the portal, it will be mentioned in the Form of Contract as ‘Tender Cum
Auction’ against the particular tender.
4. Bidders, who are registered as privileged bidders (like MSME/ Start-up / Make in India) in the portal and wish
to avail the preferential treatment during financial evaluation of the tender, as per GoI policy, should upload

BPSCL/MM/23-24/C-129/NIT-1362 dated 12.10.2023 Page 6 of 17


SECTION -III

relevant documents during bid submission to claim Preferential treatment, subject to whether the preferential
treatment is permitted by BPSCL against that tender during the time of publishing.
5. Generally, all bidders, whose offers are techno–commercially qualified & approved by BPSCL will be eligible
for participation in the Reverse Auction.
6. Bidder’s eligibility in the Reverse Auction will also depend on the “Bidders Elimination Process” configured by
BPSCL in the tender. The elimination criterion for auction is one which normally restricts one or more bidders
from participation in the auction who have quoted such price in the tender which is exorbitantly high. Hence,
bidders are advised to quote reasonably in the price bid to avoid elimination from participation in the
auction. Bidders are advised to refer to NIT / Tender documents or may contact concerned tender inviting
authority for auction elimination criteria against the tender.
7. After opening of the price (financial) bids, system will display L-1 bidder price based on either overall price or
item wise/lot price automatically.
8. The participation in the auction by an eligible bidder is voluntary. It is solely at the discretion of the bidder to
participate in the auction. If a qualified bidder is not interested to participate in the auction, then price /
financial bid submitted by bidder in the tender shall be treated as final price / financial bid of that bidder.
9. There will be no participation fees for the Auction. The bidders get an opportunity to change their prices by
participating in the auction. In the case of Reverse Auction, the least price among the value quoted by the
bidder in the auction and Financial Bid submitted will be taken as the final price quote of the bidder against
the tender.
10. Using the system provided price, which would normally be considered as auction start price (but can be
changed by BPSCL, if required), the system will create Reverse Auction and the auction will be published by
BPSCL.
11. BPSCL reserves the right to fix the "Opening Price" i.e. the base price/ start price for Reverse e-Auction.
12. The "Opening Price" i.e. the start price for Reverse e-Auction will be as decided by BPSCL in Indian
Rupees(INR) after evaluation of the Initial Price Offers.
13. The Techno-commercially qualified bidders (who are not eliminated by the system from participation in the
Auction as per elimination criteria set by BPSCL against that tender cum auction) will receive Auction
schedule intimation through e-mail. However, bidders are always advised to visit web site / portal regularly to
keep them updated and to timely act upon w.r.t auction / other requirements of the tender.
14. The server time (which is displayed on the bidders’ dash-board after login) will be considered as the standard
time for referencing the deadlines for participation in live auction and other processes during auction in the
portal. The bidders should follow server time (Server System Clock) for all activities in the portal. The time
followed in this portal is as per Indian Standard Time (IST) which is GMT+5:30.
15. As per the configuration defined against the tender cum auction by BPSCL, the system will not disclose the
name of the L-1 bidder, number of bids and names of the participating bidders on the portal to anybody prior
to the completion of Reverse Auction process.
16. Participation in Reverse Auction:
a) Bidders shall login using their login ID & Password and then using DSC.
b) Click on ‘My Auctions’ button given in left side of page, to view all Auction details for which bidder is
Techno-Commercially qualified.
c) For participating in Live Auction during schedule date & time,
i) Click on Live Auctions Button.
ii) Click on View button to participate in the interested Auction.
iii) There is List of qualified Lots in which Bidder can participate against selected Auction. Click on
Hammer Icon to participate in the respective lot.
iv) On clicking Hammer Icon, system will show Start price, Decremental (or Incremental) price and
Current price against lot. Current Price will appear as Blank (-) in case no bidder has offered price.
v) Enter your Price in ‘My Auction Price in Rs.’ in multiples of decremental value up to above Max
Seal % value, and then sign it digitally by clicking on Sign Icon and Click on submit button.
vi) System will then display Current Auction Price, Auction submitted Date / Time (last successfully
quoted date & time), Auction scheduled date & time, Auction extended time up to (if any) etc.

BPSCL/MM/23-24/C-129/NIT-1362 dated 12.10.2023 Page 7 of 17


SECTION –III

vii) On clicking “Refresh” Link in the screen, then the screen will be reloaded and will show your Latest
Value / Price Quoted and system will also show Least Amount/ Rate (highest amount/ rate) which
any Bidder would have quoted.
17. The live auction will be extended automatically by “Auto Extensions in minutes” if a valid and digitally signed
bid has been successfully recorded in the system during the “Auction Elapse Time in minutes” before auction
closing. The server time will be considered final and all bids that are received and recorded by the server
before the auction close time (as per the server time) only shall be treated as valid bids. Bidder should follow
the auction end / close time as displayed on the screen.
18. During the auction, the bidders are also advised to click “Refresh” link for refreshing their webpage
to get the latest information about the status of the auction. The Live Auction window will remain
same and also time remaining will be ticking, even in the event of disconnection of bidder computer
system, Network / Internet. The bids submitted by other bidders during the time of disconnection of
bidder computer system will not be displayed on the disconnected Bidder’s screen. Another bidder
might have become L-1 for the item during this time. To overcome this situation the bidders are also
advised to click “Refresh” link for refreshing their webpage frequently.
19. The last (latest) successful bid price quoted by bidder will be considered as valid price at any point of time
during Auction.
20. The chronologically last (latest) bid submitted by the bidder till the end of the auction will be considered as the
valid price bid offered by the bidder and acceptance of the same by BPSCL will form a binding contract
between BPSCL and the bidder for entering into a contract.
21. For those bidders, who are eliminated from participating in the auction or bidders who are eligible for auction
but have not provided any price during auction, the rate quoted in the price / financial bid of the tender will be
considered as final price.
22. Internet connectivity and other paraphernalia requirements shall have to be ensured by the bidder. In order to
ward-off such contingent situation like internet connectivity failure, power failure etc., bidders are requested to
make all the necessary arrangements / alternatives whatever required so that they are able to circumvent
such situation and still be able to participate in the live auction successfully. However, the bidders are
requested not to wait till the last moment to quote their bids to avoid any such complex situations.
23. Neither National Informatics Centre nor BPSCL will be held responsible for the same in any manner for non-
submission of bid / quote during live auction within due date / time following due process prevalent at that
time in the portal due to failure of computer system, power, network, internet connectivity or delay in
performance or otherwise at Bidder’s end or any other reasons for which bidder is solely responsible.
24. BPSCL reserves the right to postpone, suspend / pause, resume and extend the Auction, if required.
25. Bidder shall not divulge their bids to any other Bidder during auction. If a Bidder or any of its representatives
are found to be involved in Price manipulation / cartel formation of any kind, directly or indirectly by
communicating with other bidders, strict action, including black listing, shall be taken against such bidders as
per procurement guidelines / policies of BPSCL.
26. After the conclusion of the Online Reverse Auction, all bidders who have participated in Reverse Auction will
see the overall Comparative chart, i.e., L-1 price of the Auction.
27. Based on the L-1 price of each bidder as well as the price quoted in the tender by the non-participating
bidder, comparative chart will be generated by the system and accordingly, further financial evaluation
processing will be done by BPSCL.
28. After conclusion of the Reverse e-Auction event, the lowest Bidder has to e-mail from its registered e-mail Id,
"Final percentage (%) decrement / Final item-wise price” as quoted during the online Reverse e-Auction duly
signed by the authorized person, in the prescribed Price Schedule- (Excel Sheet) format, (in which, price bid
for the tender had been submitted by the firm), within 24 hours from the date of completion of the Reverse
Auction if so required by BPSCL.

29. In the event of L-1 bidder refusing to give break-up of price and in case order cannot be placed without price
break-up the bidder shall be suspended for a period of 01 (one) year from the date of issue of suspension
order and their EMD will be forfeited.
BPSCL/MM/23-24/C-118/NIT-1362 dated 12.10.2023 Page 8 of 17
SECTION -III

30. In the event of L1 Bidder backing out prior to placement of order, the bidder shall be suspended for a period
of 01 (one) year from the date of issue of suspension order and their EMD will be forfeited.

31. BPSCL reserves the right to extend, reschedule or cancel the Reverse Auction process at any time, before
ordering, without assigning any reason thereof, with intimation to bidders.
32. Bidding will be conducted only in Indian Rupees as indicated in the tender.

Note: If no bid is received in the Bidding system/website within the specified time duration of the online
Reverse e-Auction, then the L-1 bidder will be decided on the basis of prices quoted by the Bidders
in the BOQ template at the time of submission of techno-commercial bid.

BPSCL/MM/23-24/C-129/NIT-1362 dated 12.10.2023 Page 9 of 17


SECTION –IV

SCOPE OF WORK
Assistance shall be provided for the following jobs to be carried out round the clock in all the three shifts:
A. WCTP TPP:
1. Monitoring the condition of running and reserved feed pumps (TPP, SMS, RMP pumps: Total 16 nos.).
a) Monitoring the condition of running feed pumps & to change over the running pumps with reserve ones, if
required. Topping of oils in feed pumps, Isolation & normalization/charging of feed pumps as per
requirement & instruction.
b) Recording of feed water supply to TPP Boilers, SMS and RMP units.

2. Monitoring the condition of De-aerators (Total: 06 nos.), maintaining water level, temperature etc. Isolation &
charging of Deaerators as per requirement & instruction.

3. Monitoring the condition of running and reserved process water pumps (Total: 45 Nos.)
a) Monitoring the condition of running process water pumps & to change over the running pumps with
reserve ones, if required. Topping of oils in process water pumps, Isolation & charging of pumps as per
requirement & instruction.
b) Starting & stopping of acid/lye transfer pumps for Unloading of Sulphuric Acid / C.S Lye from rail
tanker/road tankers to storage tanks. Continuous monitoring of the pumps & flow rate of chemicals during
the unloading process. Transferring Tri-sodium phosphate by running pumps.
c) Starting & stopping of dewatering pumps installed in pits/chambers as per the requirement & instruction.
d) Running of effluent transfer pump for removing neutralized effluent water from neutralization tank and
emptying it.

4. Monitoring of degasser tanks (03 nos.), maintaining the water level in degasser tanks within range. Monitoring
proper running of degasser blowers. Isolation and charging of Degasser tanks & blowers as per instruction.

5. Monitoring and taking necessary actions for proper running of clarifiers (Total: 03 nos.).
a) Monitoring & maintaining raw water levels in the clarifiers within range.
b) Running of clarifier stirrers. Maintaining alum dosing rate, blow down as per instruction of operation In-
charge. Isolation & charging of Clarifiers, stirrers etc. as per instruction.
6. Isolation & charging of various pipelines such as raw water, RMP, SMS and 8-12 ata steam lines within
WCTP premises.

B. WCTP CPP :
1. Monitoring and taking necessary actions for proper running of clarifiers (02 nos.), Sand filters (02 nos.) and
Carbon Filters (02 nos.).
a) Monitoring & maintaining raw water levels in the clarifiers. Running of clarifier stirrers, bridges.
Maintaining alum dosing rate, blow down as per instruction of operation In-charge. Isolation & charging
of Clarifiers etc. as per instruction.
b) Monitoring the functioning of Sand Filters and Carbon filters. Isolation & charging the same as per
instruction.
2. Monitoring and taking necessary actions for proper running of pumps (total: 20 nos.), degasser blowers
(total: 4 nos.) and degasser tanks (02 Nos.).
a) Monitoring the condition of feed water & process water pumps, blowers & to change over the running
pumps/blowers with reserve ones, if required. Topping of oils in pumps. Isolation & charging of pumps
as per requirement & instruction.
b) Monitoring & maintaining level of degasser tanks (2 no) within range. Isolation and normalization of
Degasser tanks as per instruction.
c) Starting & stopping of acid/lye transfer pumps for Unloading of Sulphuric Acid/C S Lye from rail
tanker/road tankers to storage tanks. Regular monitoring of the pumps & flow rate of chemicals during
the unloading process.

C. Record keeping of all the pumps, Deaerators and bulk chemicals (to be carried out in General shift).

BPSCL/MM/23-24/C-129/NIT-1362 dated 12.10.2023 Page 10 of 17


SECTION –V

GENERAL TERMS AND CONDITIONS OF CONTRACT

1. You are requested to visit site for actual assessment of the job before submitting of your offer.
2. You shall make yourself fully conversant with the actual site condition, nature of subject job(s) to be executed
and terms and conditions of contract, cost of all the input materials and facilities, cost of labour, transport,
incidentals, royalties etc. or any other taxes and duties before submitting the tender.
3. The shortfall information / documents (if required) shall be sought only in case of historical documents which pre-
existed at the time of the tender opening and which have not undergone change since then.
Explanation: For example, if the Permanent Account Number, registration with Sales Tax / VAT, GSTN number,
etc. has / have been asked to be submitted and the bidder has not provided them, these documents shall be
asked for.
4. So far as submission of documents is concerned with regard to qualification criteria, after submission of the
tender, only related shortfall documents shall be asked for and considered.
Explanation: For example, if the bidder has submitted a supply order / contract without its completion /
performance certificate, the certificate shall be asked for and considered. However, no new supply order /
contract shall be asked for.
5. You will have to arrange necessary Gate Passes for your workmen.
6. You will have to deploy proper category of manpower for execution of the job.
7. You have to comply with all labour laws, ESI Act, EPF Rules & AWA Rules applicable in the Industry.
8. You will have to strictly adhere to the provisions of various labour laws, including Payment of Bonus Act 1965.
9. Payment Default Clause: You must ensure that payment is made to the workers as per provisions of Payment
of Wages Act and CLC norms, failing which, BPSCL shall make payments to the concerned workers directly. The
amount so paid, along with 15% Administrative cum Service Charge, shall be deducted from any of the
concerned Contractor’s bill. If the provision of Payment of Wages Act is not adhered to for the second time, the
Contractor shall be liable for Banning of Business Dealings with BPSCL as per procedure in vogue. Such
Contractor shall not be permitted to work in BPSCL through sub-contracting also during the period of banning.
10. You have to pay your workmen as per circular / notification published by the State Government in regard to rates
of payment of VDA in vogue.
11. You will have to pay an additional amount of Rs.4/- to every worker engaged by you for the subject work over
and above their daily minimum wages, as per BPSCL rules.
12. AWA CLAUSE: You shall have to pay an amount of Rs 96.15 per day on actual attendance per month (not
exceeding Rs 2500/month) to the workers engaged by you in this job as Additional Welfare Amenity (AWA) as
per relevant circular / notification of BPSCL.
13. You shall execute the work in compliance with the provisions of Contract and Contract Technical Specification
and / or design drawings furnished by BPSCL in terms of the Contract and as per codes and standards specified
therein, wherever applicable.
14. Supervision of the work is your responsibility. Inspection of executed work will be done by Site Engineer /
BPSCL.
15. If situation demands, you will have to execute the work round the clock.
16. After completion of work, Engineer-in-charge or his representative will review the work(s). You will have to rectify
any defect, if found, at no extra cost.
17. You shall remove all debris, surplus materials, etc., if any, and dump the same at place as directed by the
Engineer-in-charge.
18. All the applicable taxes will be deducted from your bills.
19. During contract period there will be no consideration for idle & escalation charges.
20. You will be fully responsible for any sort of unsafe activity of your workmen and all your workmen should be
trained for operational safety and to avoid fire hazards of Power Plant and must have proper safety certificates
issued by BPSCL before start of work.
21. You will have to follow and observe the safety & statutory requirements and comply with all safety rules &
regulations applicable in the plant area as per Booklet of Safety rules for BPSCL contractors. If you are not
having that booklet, same may be collected from the Safety department against a request letter.
BPSCL/MM/23-24/C-129/NIT-1362 dated 12.10.2023 Page 11 of 17
SECTION –V

22. For working at height, you shall produce medical fitness certificate for your workmen. Height passes to be
obtained from safety department, if required.
23. All the working tools & tackles, men, material etc. and safety appliances like personal protection equipment
are to be provided to your workmen by you at your own cost. All safety appliances of reputed make are to be
provided by you to your workmen in presence of Safety Officer of BPSCL. The list and make of safety
appliances may be obtained from safety office.
24. In case any documents / information submitted by you are found to be false or containing any
misrepresentation or having any fraudulent declaration in it, then, in such eventuality, EMD will be forfeited
and legal action (including cancellation of contract, banning of business dealings, criminal proceedings etc.)
as deemed fit may be initiated by BPSCL against you.
25. GST RELATED CLAUSES:
a) You should quote GST as extra. If not mentioned in offer, it will be considered as extra.
b) You have to pass on the tax benefit / savings, if any, on account of output taxes to BPSCL.
c) You shall agree to do all things not limited to providing GST invoices or other documentation as per GST
Law relating to the above Services, payment of taxes, timely filing of valid statutory returns for the tax
period on the Goods and Service Tax Portal etc. that may be necessary to match the invoice on GSTN
common portal and enable BPSCL to claim input tax credit in relation to any GST payable under this
agreement or in respect of any part under this agreement.
d) In case the Input Tax Credit of GST is denied or demand is recovered from BPSCL on account of any
non-compliance by you, including non-payment of GST charged and recovered, you shall indemnify
BPSCL in respect of all claims of tax, penalty and/or interest, loss, damage, costs, expenses and liability
that may arise due to such non-compliance. Further, in case of any differential tax liability on account of
any wrong classification/valuation etc. by you, BPSCL will not be liable to reimburse any part of such
differential tax, interest, penalty etc. It will be your responsibility to discharge appropriate taxes, as
applicable.
e) You have to maintain high GST compliance rating track record at any given point of time.
26. Banning of Business Dealings: On arising of any situation or occurrence of any event as mentioned in
Clause 6 of the Guidelines on Banning of Business Dealings, you shall be liable for action under and in
accordance with the aforementioned Guidelines. The “Guidelines on Banning of Business Dealings” shall
form part of the Tender / Contract and can be viewed on our website www.bpscl.com.
27. Risk and Cost: Failure on your part to start the work within reasonable time/ the progress of the job is poor/
for any breach of contract will entail termination of the Contract. In such an event, the job will be executed at
your risk and cost by alternate arrangements.
28. Unworkable Rate:
a) If the final price quoted by the successful Bidder is less than 90% of the estimated value for the tender,
the same will be considered as “Unworkable Rate”.
b) In such a case and if the offer of the Bidder is considered for placement of Work Order, the Bidder shall
be asked to justify its quoted price.
c) If the justification submitted by the Bidder is not found acceptable or if the Bidder fails to submit any
justification, the Bidder will be asked to submit a Performance Guarantee Bond in the form of Bank Draft
/ Bank Guarantee. The amount of Performance Guarantee Bond will be equal to the difference between
90% of estimated price and the Bidder’s quoted price.
d) In case the Bidder refuses to submit Performance Guarantee Bond, the Bidder’s EMD, if any, will be
forfeited and the Bidder will not be considered for participating in any kind of Tender for a period of one
(01) year from the date of issue of such letter to the Bidder, if order / contract is not finalised from the
present tender.

Note:
i) If the Performance Guarantee Bond is submitted in the form of Bank Guarantee, then the same shall be
issued by a Scheduled Bank / Nationalized Bank from its Local Branch at Bokaro Steel City as per
format available on www.bpscl.com.

ii) In case, the Bank Guarantee is issued from an outstation Branch, its confirmation must be given by its
local operating branch.
iii) There must be a clause in the BG stating “Claims, if any, will be lodged by BPSCL to the local
representing Branch of the Bank at Bokaro Steel City”. The Local representing Branch shall be required

BPSCL/MM/23-24/C-129/NIT-1362 dated 12.10.2023 Page 12 of 17


SECTION –V

iv) to confirm accordingly and name of the confirming branch at Bokaro Steel City must be mentioned in
Bank Guarantee itself.
v) In case of forfeiture of Performance Guarantee Bond, the Bidder shall be required to reimburse the
applicable GST to BPSCL.

29. Penalty for violation of Safety Rules & Regulations: You shall be liable for penalties mentioned below for
violation of safety norms:
a) Up to Rs. 5,000/- by Head of Safety Engineering Department / Head of the Department where work is
being done for 1st violation of safety norms, non-use of PPEs (Personal Protective Equipment) like safety
shoes, hand gloves, safety helmets, goggles, etc., as per requirement of work, by you or your workers.
This condition is applicable in case of violations of Road Safety norms also.
b) Fine up to Rs. 20,000/- on 2nd violation as mentioned in Clause (a) above.
c) You shall be debarred for one year / deregistered from taking up further contractual work in BPSCL from
the date of issue of debarring / deregistering order on 3rd violation as mentioned in Clause (a) above.
d) Fine up to Rs. 10,000/- for violation in use of Full Body Harness by you or your worker for working at
height (above 1.8 meter from immediate floor).
e) Fine of Rs. 25,000/- (minimum) to Rs. 50,000/- (maximum) for serious injuries and disabilities caused by
violations as mentioned in Clause (a) and (d) above.
f) Independent of the above, you shall be fined Rs. 1,00,000/- (One Lakh) or more and debarred /
deregistered from taking up further contractual work in BPSCL from the date of issue of debarring /
deregistering order in case any fatal accident occurs due to violations as mentioned in Clause (a) and
(d) above.
30. Force Majeure: You shall not be considered in default if delay occurs due to causes beyond your control
such as acts of God, natural calamities, civil wars fire, strike, frost, floods, riot and acts of unsurpassed
power. Only those causes which have duration of more than seven days shall be considered in force majeure
clause. In the event of delay due to such cause the delivery / completion period will be extended for a length
of time equal to the period of force majeure without imposition of LD at the option of BPSCL.
31. Work accident:
a) You will be fully responsible for the safety of the workers employed by you. In the event of any work-
accident, major or minor, your representative must take care of the injured person immediately and
provide him the required treatment as suggested by the doctor. If you or your representative is not
available for medical care, the injured worker will be treated in Bokaro General Hospital and the cost of
treatment will be recovered from you.
b) You shall be fully responsible for making payment of compensation to your own workmen in respect of
any accident or injury occurring to them. BPSCL will in no way be responsible for it and will remain
indemnified against all such claims of compensation in such cases.
32. You shall also maintain all records, register, return, cards such as:
a) Register of workmen employed by contractor
b) Employment card
c) Muster Roll
d) Register of wages-cum-muster roll
e) Submission of Return & Order book
33. L1 Bidder/s for each item will have to produce the documents (original/self authenticated and attested by
Public Notary), as specified in the NIT, in support of the information furnished by him/them on-line, for
verification, if required, on any working day within 10 days of intimation. The L1 bidder/s shall submit an
affidavit (original) on a non judicial stamp paper of Rs.10 regarding genuineness of the information
furnished by him/them online and authenticity of the documents being produced by him/them, within
10 days of Price Bid Opening if so asked for by BPSCL. No additional time will be allowed to the bidder for
producing the required documents
34. In case the L1 bidder for any item fails to produce the documents within the specified period of 10 days if
required, or if any of the information furnished by L1 bidder on-line is found to be false during verification of
documents, which changes the eligibility status of the bidder, then EMD of the L1 bidder will be forfeited along
with banning of L1 bidder for one year from participating in future tenders.

BPSCL/MM/23-24/C-129/NIT-1362 dated 12.10.2023 Page 13 of 17


SECTION –VI

SPECIAL TERMS & CONDITIONS OF CONTRACT


1. Minimum Indicative manpower to be deployed on daily basis for a year :

Sl. No. Type of Manpower No. of Manpower To be deployed for


Supervisor (Non diploma) In each shift (A, B & C) on daily basis,
a 01 No.
i.e. for 365 days in a year.
Skilled worker In each shift (A, B & C) on daily basis,
b 02 Nos.
i.e. for 365 days in a year.
Skilled worker In daily basis excluding weekly off (i.e.
c 01 No.
for 313 days in a year) in general shift.

2. Contractor will have to carry-out the job by deploying experienced persons after proper safety certification
issued by BPSCL before the start of the work.

3. All the jobs (except record keeping work) are required to be carried out throughout round the clock in all the
shifts (A, B, C) on all 365 days in the year. Job of Record keeping of all the pumps, Deaerators and Bulk
Chemicals needs to be carried out in General shift on all the days excluding weekly off (i.e. except Sundays).
4. VDA Clause: During the operation of contract, if there is an upward revision of minimum wages, VDA by the
appropriate government, the contractor shall be entitled to reimbursement of such additional amount on
actual basis, subject to production of documentary evidence. The base date shall be date of (a) Bid
submission or (b) Revised bid submission in case of RA/price negotiation. Further if the base date falls
between the effective date and the notification date of such an upward revision, then the rate to be
considered for reimbursement from the base date, shall be effective rate under the said notification.
5. BPSCL will provide consumables (as free supply) like Servo Oil 46, Gear Oil 90, Gear Oil 320 etc. as per
requirement of job.
6. Any defects due to lack of workmanship is to be attended by the contractor at his own cost immediately.
7. Penalty Clause:
S.
CASES PENALTY AMOUNT
No.
1. Bearing failure due to improper monitoring of pumps and other Rs. 3000/- for each incident.
drives.
Negligence in maintaining the desired level and temperature of Rs. 3000/- for each incident.
2
Deaerators.
Negligence in maintaining the desired percentage of alum dozing Rs. 3000/- for each incident.
3
in clarifiers

4 Negligence in maintaining the levels in clarifier storage tanks and Rs. 3000/- for each incident.
Degassifiers.
For supplying less manpower than the indicative manpower mentioned above, a penalty of Rs.
200.00 per man day will be imposed in addition to deduction of BPSCL wage rate (as on bid
5.
opening date / RA date/Revised offer date (in case of negotiated prices) whichever is later) for
respective category of manpower.

6. If work is not started within 15 days of intimation. Rs. 8000/- per day for each
day delay.

8. Payment Terms :
90% of contract value will be paid on pro-rata basis duly certified by Engineer In-Charge and balance 10%
will be retained as security deposit which will be released after satisfactory execution of order.
The expression satisfactory execution of the order shall mean fulfilment of all obligations arising out of and
in connection with the Contract. In case of default in satisfactory execution of the order, the security deposit
shall be forfeited.
Amount of penalty and or Liquidated Damages imposed (if any) will be recovered from Bill / Security
Deposit. If the amount of Bill / Security Deposit is not sufficient, the bidder will be required to pay the
balance amount to BPSCL. If you do not pay the balance amount, the same shall be deducted from any
sum or sums which may be due or may become due to you from BPSCL on any account whatsoever.

BPSCL/MM/23-24/C-129/NIT-1362 dated 12.10.2023 Page 14 of 17


Annexure I

Format for Self-Declaration

I, ……………………………………………………, son / daughter of Shri ……………………………………………,

aged …………… years, resident of …………………………, PS …………………………, District:

…………………………, State: …………………………, do hereby declare that:

1. I am the authorized representative and signatory of M/s………................................................................ (name

of the firm / company).

2. All document(s) submitted / information provided by M/s …………………………………………, along with the

Bid Document submitted against Tender No. ……………………………………………………………………

dated …………………… for …………………………………………………………………………………………...

…………………………………………………………………………………………………………… (Name of work)

has / have been submitted under my knowledge and are authentic, genuine and true. No part of the

document(s) / information is false, forged or fabricated.

3. The above declaration in respect of genuineness of the documents / information has been made having full

knowledge of provisions of bidding conditions which entitle the Owner / BPSCL to initiate action in the event

of such declaration turning out to be a false one.

4. I undertake to produce all documents in original for verification as and when asked for the same by BPSCL.

Name & signature of authorized person: ……………………………………………………………

Designation: ……………………………………………………………

BPSCL/MM/23-24/C-118/NIT-1362 dated 12.10.2023 Page 15 of 17


ANNEXURE - II

TECHNO-COMMERCIAL SHEET

BIDDER'S NAME AND ADDRESS

NIT NO. BPSCL/MM/23-24/C-129/NIT-1362 dated 12.10.2023


Assistance in monitoring, isolation & normalization of Pumps, Deaerators &
Name of work
Clarifiers at WCTP (TPP & CPP).

Offer No. & Date

Phone No., FAX No. and e-mail


address of the Bidder

Sl.
Clause Option to Select Bidder Compliance
No.

Scope of works and all terms and ACCEPTED / NOT


1
conditions of the NIT ACCEPTED

Documents as per Qualifying SUBMITTED / NOT


2
Requirements of NIT SUBMITTED

ACCEPTED / NOT
3 Validity period of the offer as per NIT
ACCEPTED

ACCEPTED / NOT
4 Payment terms as per NIT
ACCEPTED

Commencement of Work /Completion/ ACCEPTED / NOT


5
Contract Period ACCEPTED

Whether Bidder has taken any deviation


6 YES / NIL DEVIATION
from NIT Terms and Conditions?

GSTIN:
HSN / SAC:
CGST (in %):
7 GST Details:
SGST in %):

IGST (in %):

Note: In case the bidder opts for any deviation from the Terms & Conditions laid down in the NIT, such
deviations should be indicated on a separate sheet and uploaded along with the techno-commercial
offer.

BPSCL/MM/23-24/C-129/NIT-1362 dated 12.10.2023 Page 16 of 17


ANNEXURE-III

ENVIRONMENT, HEALTH AND SAFETY

EHS (Environment, Health and Safety) Clause for contracts where overall site is under BPSCL’s control:
Your Responsibilities:

You shall during the entire term of contract undertake to perform the following obligations relating to environment,
health and safety:
1. Ensure that your workforce is not exposed to asbestos or asbestos containing atmosphere.
2. Take suitable control measures to ensure that the workers are protected from dust emission.
3. Monitor and ensure that the working area is free from any toxic gas, vapour and fume. Take adequate
measures to reduce level of concentration below permissible limit. Exposure to any particular toxic gas,
vapour or fume shall not exceed the maximum permissible limit prescribed in local regulation for any
particular period of time. Ensure adequate ventilation and no immediate danger to life and health of personnel
working at site.
4. Ensure that there is no flammable atmosphere and uncontrolled fire hazard in and around the work place. In
case it is required to work in flammable atmosphere, implement safe working procedure and suitable control
measures in order to work safely.
5. Ensure that the workers are protected from excessive noise and heat. Take adequate measures to reduce
noise/heat level below the permissible limit.
6. Ensure safe access and egress in and around work place. Ensure proper maintenance of platforms,
staircases, ramps etc. special care and all safety measures should be taken while working at height. Roof
work and access to roofs must not be undertaken without prior permit.
7. All Personal Protection Equipments supplied by you should be of internationally recognized standards. All
tools and tackles bought by you for use during the contract period should have proper and valid certification
by competent authority.
8. All lifting equipment, tools and accessories provided by BPSCL should be maintained and returned by you in
sound condition after the completion of contract period.
9. Ensure that the illumination in and around workplace and access areas are maintained properly. Make sure to
switch off the light, fan and air conditioners after use.
10. You must ensure that all machinery and equipment are provided with earth fault circuit breakers at all times
when using electrical leads. Use of electrical tape for temporary repair is prohibited.
11. Guards and covers for equipment/machineries are to be provided where ever necessary.
12. Gas cylinders shall be securely stored, transported, identified and used in line with legislation and EHS
requirements.
13. Fire extinguishers and other firefighting equipments provided in different locations should never be misused.
14. You must ensure optimum use of water with minimum wastage.
15. You shall ensure that the work area is kept clean, tidy, & free from debris. You are also fully responsible for
protection of ground and underground from pollution.
16. Identify and highlight potential hazards / risks existing.
17. Ensure suitable corrective actions are implemented for identified issues.
18. Provide adequate emergency and first-aid facilities and it should be available in all shifts.
19. All your workers should be trained and communicated about the onsite emergency and evacuation plan.
20. All equipments and plant should be maintained in safe condition.
21. You and your personnel admitted to site must conduct themselves in an orderly and safe manner and
conform at all times to the EHS Requirements. Fighting, engaging in horseplay, being under the influence of
or possessing alcohol or drugs, gambling, soliciting, stealing, immoral or otherwise undesirable conduct is not
permitted and shall not be tolerated. Upon knowledge of such conduct, BPSCL shall exclude the concerned
person from the site and take all other appropriate measures as deemed necessary. BPSCL reserves the
right to perform random drug and alcohol tests.
22. You shall immediately notify BPSCL of any environmental incident, injury, illness, near-miss, unsafe condition
or practice and any loss or damage to property, including incidents related to your personnel. An investigation
report assessing the root cause, corrective action, and preventative action shall be submitted by to BPSCL
within 24-hours of the incident's occurrence.

BPSCL/MM/23-24/C-118/NIT-1362 dated 12.10.2023 Page 17 of 17

You might also like