open tender enquiry (for engaging a transition partner to … · (for engaging a transition partner...
TRANSCRIPT
OPEN TENDER ENQUIRY
(For engaging a Transition Partner to assess of level in line with People
Capability Maturity Model [P-CMM] Level 3.,of KIOCL Limited)
No.HR/PCMM/2018/708
Date: 10.07.2018
Sub: Engaging Transition Partner to Assess of Level in line with People Capability
Maturity Model [PCMM] Level 3.
***
1. KIOCL Limited, a schedule „A‟ Mini Ratna Company, profit
earning/dividend paying CPSU under the Ministry of Steel, Government of
India, was formed on 2nd April 1976. The company operates country's
prestigious 100% Export Oriented Unit having expertise in Iron Ore
Mining, Filtration Technology & Production of high quality Pellets. An ISO-
9001:2008, ISO-14001:2004 certified company and also compliance with
OHSAS: 18001:2007 certifications for occupational Health and Safety
Management System, has its Corporate Office at Bengaluru and Plants at
Mangaluru, Karnataka.
2. KIOCL is proposed to carryout assessment of level in line with People
Capability Maturity Model [P-CMM] Model Level 3 in respect of Executives
working at Bengaluru and Mangaluru Locations.
3. In this connection, please find herewith enclosed the tender documents
consisting of:
i. Pre Qualification Criteria Appendix „A‟ ii. Terms & conditions of the Bid at Appendix „B‟ iii. Fee format at Appendix “C”
iv. Scope of work at Appendix „D‟
4. The Bid submitted shall contain two parts. The Bidders shall submit the
offer in two inner envelopes as indicated below which shall be sealed
in one outer Envelope. All the envelopes shall be super-scribed with the
Invitation to Bid number (ITB no.) and the bid submission closing date and
time. In addition to the information required above, the inner and outer
envelopes shall also indicate the name and address of the Bidder:
First Envelope -
First sealed Envelope Super scribed as Un Priced- „Engaging Transition Partner to
Assess of Level in line with People Capability Maturity Model [PCMM] Level 3 at KIOCL
Limited, Bengaluru and Mangaluru Locations‟ Shall contain one set of all the above tender documents including all Annexure dully filled-in
and other relevant documents in support of your bid with official seal & Signature on all pages but
without mention of rates & Prices. It also contain „Earnest Money Deposit‟ for the value Stated Sl.No.5 below to be paid by Demand Draft. DD
should be drawn in favour of „KIOCL LIMITED‟ payable at Bengaluru.
This envelope has to be marked on the outer side as First Envelope. Technical Bid- Unpriced
Second Envelope -
Second Sealed Envelop Super scribed as Priced „Engaging Transition Partner to Assess of Level in line with People Capability Maturity Model [PCMM] Level 3 at KIOCL Limited, Bengaluru and Mangaluru Locations‟ shall contain prices filled in strictly as per price bid format with official seal & signature and no other additional papers to be enclosed there in.
This envelope has to be marked on the outer side as Second Envelope –-priced bid.
Third Envelope -
Both of the above envelops should be kept in another cover and sealed and supercribed as BID - „Engaging Transition Partner to Assess of
Level in line with People Capability Maturity Model [PCMM] Level 3 at KIOCL Limited, Bengaluru and Mangaluru Locations‟ shall be
addressed to the following.
Sealed bids will be received till 09.08.2018, up to 15.00 hours at the
office of the
Dy. General Manager (HR&A), HR Department
KIOCL Limited, 2nd Block, Koramangala, Bengaluru - 560034.
5. The Technical Bid shall be accompanied by an Earnest Money Deposit
(EMD) of Rs.2000/- (Rupees two thousand only) which shall be furnished
in the form of a Demand Draft from a Nationalized / Scheduled Bank /
Private bank drawn in favour of KIOCL Limited, Bengaluru or through wire
transactions as per the payment details mentioned below. Bids not
accomplished with EMD are liable for rejection. EMD shall be returned
without interest after submission of the Security Deposit in the case of
successful bidder. However, the same shall be returned to the
unsuccessful bidders immediately after the award of work to the successful
bidder.
6. Exemption from Payment of EMD:
Exemption from submission of EMD by small scale unit registered with the
National Small Scale Industries Corporation Limited [NSIC] or Micro, Small
and Medium Enterprises [MSME] or affiliated to Small Industries Services
Institutions etc., shall be governed by the guidelines issued by the
statutory authorities from time to time and those bidders seeking such
exemption shall necessarily furnish requisite documents along with the
tender.
7. Security Deposit: The successful bidder shall deposit 10% of contract value
as a Security Deposit within 15 days of issue of work order .The security
deposit shall be valid for a period of contractual delivery period + 3
months. The deposited amount will be returned after successful completion
of the contract after making deductions if any.
8. Payment details:
Name of the Bank: Union Bank of India,
Koramangala,Bengaluru
Name of the Beneficiary: KIOCL Limited
Account No: 515401010022015
IFSC Code: UBIN0551546
9. Acceptance of the bid will be intimated to successful bidder through a work
order. The bidder shall acknowledge the work order. In the event of failure
on the part of the successful bidder to accept the work order, the EMD
shall be liable to be forfeited at the sole discretion of KIOCL Ltd.
10. Bids received after the due date and time shall not be considered. Bids
received through Fax/E-mail will not be accepted. The Bidder shall bear all
the costs associated with the preparation and submission of the Bid and
KIOCL Limited will, in no case, be responsible or liable for these costs,
regardless of the conduct or outcome of the Bidding Process.
11. Further to the submission of the offer, un-priced bids will be opened for
scrutiny and on ascertaining suitability, price bids will be opened in the presence of bidders on a date to be intimated to the bidders in due course.
12. On submission of the offer, it shall be deemed that the bidder has read,
understood, obtained details and agreed to all the points mentioned in the tender documents. The bidders shall acquaint themselves with the nature of the job to be carried out before submission of the bid.
13. The bids shall be free from correction, over-writing, error and valid for a period of 60 days from the due date of receipt of the bid.
14. KIOCL Limited reserves the right to reject or accept any or all the tenders without assigning any reason whatsoever.
Thanking you, Yours faithfully, For KIOCL Limited
Sd/-
(Shankar Karnam)
Dy. General Manager (HR&A)
Encl: as above.
Seal and Signature of the Bidder Page 1 of 11
APPENDIX - A
PRE-QUALIFICATION CRITERIA
1. The bidder should be a Software Engineering Institute (SEI)/CMMI Institute authorised Transition Partner and should have successfully executed in the last five years, project of end to end Process Consulting Training and Assessment of level in line with People Capability Maturity Model (P-CMM) Maturity Level 2 / Level 3 framework and completed PCMM assessment successfully in at least two organizations in India with employee size over 300 employees.
A copy of Work Order is required to be enclosed for each of the project implemented.
2. Annual turnover should exceed Rs. two Lakhs every year in past three years.
3. Party should have PAN and Service Tax Number.
4. The Bidder shall furnish the following documentary evidence along with the bid in support of meeting the pre-qualification criteria at 1, 2 and 3 above respectively:
a. Profile of the organization
b. Copy of annual report for last three years
c. Certificate issued by client(s) (showing reference no. of work order/agreement), name and contact details like telephone no‟s, e-mail address of the client‟s representative for whom the job referenced for meeting pre-qualification criteria.
d. Curriculum Vitae (CV) of Consultant‟s Representative mentioning details of the implementation of PCMM Level 2 / Level 3 (indicating name of the Client(s), Period of Project, Location, brief description of the Project, etc.) handled for job referenced for meeting pre-qualification criteria. The documents evidencing that the above named professionals have executed implementation of PCMM - Level 2 / Level 3.
5. The above documents shall be duly stamped with the Company‟s seal and signed i.e., self attested.
Seal and Signature of the Bidder Page 2 of 11
APPENDIX - B
Terms and Conditions of the Bid.
A. General Information’s:
i. Following officials may be contacted for obtaining requisite information‟s / data on details for scope of job.
Shri. Shankar Karnam, Dy.General Manager (HR&A)
KIOCL Limited, 2nd Block, Koramangala Bengaluru – 560 034 Phone: 080-25521104
Fax: 080-25535941
Email:[email protected]/
Shri.Murgesh S
Manager[HR&A]
KIOCL Limited,
Pellet Plant Unit
Panambur
Mangaluru – 575010
Phone: 0824-2403225
Fax: 0824-2408224
Email:[email protected]
ii. Locations for Transition Partner to Assess of Level in line with People Capability Maturity Model [PCMM] Level 3 of KIOCL Limited: As mentioned below:
Executives of KIOCL Ltd., Corporate Office, Bengaluru.
Executives of KIOCL Ltd., Pellet Plant Unit and Blast Furnace Unit of Mangaluru
B. Time Schedule The entire jobs to be completed within 90 days from the date of placing the
work order.
C. Terms and Conditions of the contract.
1. Fees: The fees quoted shall be on lumpsum basis as per Schedule of Items at Appendix-C. The lumpsum fees quoted shall cover the complete Scope of Work at “Appendix D” exclusive of applicable GST.
Note: The travel expenses incurred to visit Mangaluru Location by
road/train will be paid separately for maximum two persons on submission
of proof.
2. The fee shall be firm and binding without any escalation whatsoever till completion of works in all respects.
Seal and Signature of the Bidder Page 3 of 11
3. The quoted lump sum fee shall be exclusive of applicable GST, which will be payable by KIOCL at applicable rates along with Bill/tax invoice.
4. Fees shall be filled in the Price Schedule with ink/ball pen. There shall not be any corrections or over writings. Please ensure that the columns where fees need to be mentioned are filled up.
5. Price schedule shall be signed and sealed on each page and shall not contain any alterations/conditions/notes whatsoever.
6. Fee Evaluation: The bidder who has quoted L-1 price in the price-format will be L-1 bidder for the job. There is no negotiation for the job. Hence, it is requested to the bidders to quote the competitive fee for the job. The applicable GST will be paid by KIOCL separately.
Note: The evaluation of L-1 bidder will be identified without
considering GST.
7. Payment Terms: Payment will be made by KIOCL through ECS to the organisation carrying
out the consultancy assignment within 30 days of submission and
acceptance of report of the assignment. Bills have to be submitted in
duplicate to the Executing Authority. All bills have to be duly signed and
stamped. Order number and date, PAN no. and GSTIN no., as applicable,
should be clearly mentioned in the bills. TDS, if applicable, will be
deducted as per government rules.
KIOCL GST No: 29AAACK8438M1ZX
8. Income tax: Statutory deduction towards Income Tax as applicable will be made as per rules. The TDS certificate will be issued during the end of financial year.
9. Confidentiality and Secrecy:
The successful bidder will have to maintain complete confidentiality of all the information collected/provided during the execution of this contract and not to part with any information in any manner, to anyone, without prior written permission from KIOCL. Any breach of confidentiality or secrecy will be construed as failure of delivery of the service and KIOCL will be free to initiate any action permissible under this contract and/or as per law of the land and/or as per the prevalent rules of the Company.
The above contract liability is limited to discharge of the scope of work as
specified in the NIT.
10. Infrastructure support: Boarding and lodging at Company guest houses and local conveyance at Bengaluru & Mangaluru locations will be arranged by KIOCL on non chargeable basis. Facility such as Conference room will be provided for conducting Training/Assessment of P-CMM/ discussion/interaction.
Seal and Signature of the Bidder Page 4 of 11
11. Governing laws: The contract shall be governed and interpreted in accordance with the laws of the India for the time being in force and as modified from time to time and shall be subject to the jurisdiction of the Courts situated at Bangalore. Any provision, required to be included in a contract of this type by and applicable through valid law, ordinance, rule or regulation, shall be deemed to be incorporated herein.
12. Unsolicited letters / canvassing / post tender corrections: Canvassing by tenderer in any form, including unsolicited letters on tenders submitted or post tender corrections shall render their
tenders liable for summary rejection.
13. Termination: This contract shall continue to be in force unless and until terminated by KIOCL by a 7 days written notice duly served on the agency/firm.
a. In the event of termination of services of the Transition Partner for any reason whatsoever by KIOCL due to reasons not attributable to Transition Partner, Part payment for the portion of the jobs done will be paid and no liability shall exist for any payments or contractual obligations thereafter.
b. In the event Transition Partner is unable to complete the process of
certification including delivery of certificate and maintenance of the service due to reasons attributable to them, the Transition Partner shall be liable to refund all payments made up to that point and the Security Deposit amount will be forfeited.
14. Penalty Clause: If, Consultant / Bidder fails to complete the work or the
component part of the work within the stipulated completion date or the component milestone stipulated in the CONTRACT, Consultant /Bidder shall pay to KIOCL, as damage for such default (unless extension of time is granted by KIOCL) as below for the time duration, which lapse between the date of completion as prescribed in the order and the actual date of completion of the work. The amounts shall be determined on the basis of the percentages of the proportioned value as specified herein.
a) Delay for first 10 days - 0.15% per day to a maximum of 1.5 % of the total CONTRACT VALUE.
b) Delay beyond 10 days - maximum of 2.5% of the total CONTRACT VALUE.
c) KIOCL reserves the right to waive the penalty clause either in part or in full at its sole discretion.
Seal and Signature of the Bidder Page 5 of 11
15. The bidders are requested to furnish the following general informations:
1. Name of the Consultant / firms / agency: 2. Address for communication: 3. Contact Person: 4. Contact Nos: 5. Land Line: 6. Mobile: 7. Fax No: 8. Email id: 9. Ownership of the firm: Whether the firm is proprietary,
partnership or company. In case of partnership or company, the details of partnership/company along with agreement copies and the authorized signatory on behalf of the firm should be furnished.
10. GST No. : 11. Income tax PAN number: 12. Any other information if applicable:
16. BANK DETAILS: a) Name of the Beneficiary: b) Name of the Bank: c) Branch Address: d) Type of Account: e) Account No.: f) MICR No.: g) Branch Code: h) IFSC/RTGS No.
17. Fraud Prevention Policy of respective PSU: “Fraud Prevention Policy” is being followed by KIOCL, which provides a system for
prevention/detection/reporting of any fraud. It also forbids everyone from involvement in any fraudulent activity and that where any fraudulent activity is suspected by anyone, the matter
must be reported to the `Nodal Officer` (Chief Vigilance Officer) as soon as he / she comes to know of any fraud or suspected fraud.
------
Seal and Signature of the Bidder Page 6 of 11
APPENDIX – "C" UNPRICED BID (Sample)
Sub: Engaging Transition Partner to Assess of Level in line with People Capability
Maturity Model [PCMM] Level 3 of KIOCL Limited in respect Bengaluru &
Mangaluru locations”..
Sl.No. Item Description Unit Total Amount
(Rs.)
1 As per the Scope of Work mentioned at
Appendix „D‟
Phase I : Gap assessment
Phase II : Training
Lumpsum
QUOTED
2 Applicable GST:
IGST………… % OR
CGST…………% and
SGST………….%
QUOTED
3
Total amount (Rs.) (1+2)
QUOTED
(Rupees in words: …………………………………………… QUOTED ……………..)
Note: The quoted total amount under Sl. No.3 shall be inclusive of applicable GST.
Signature with Seal of the Bidder
Name:
Address:
Telephone No:
Seal and Signature of the Bidder Page 7 of 11
APPENDIX – "C" PRICED BID
Sub: Engaging Transition Partner to Assess of Level in line with People Capability
Maturity Model [PCMM] Level 3 of KIOCL Limited in respect Bengaluru &
Mangaluru locations”.
Sl.No. Item Description Unit Total Amount
(Rs.)
1 As per the Scope of Work mentioned at
Appendix „D‟
Phase I : Gap assessment
Phase II : Training
Lumpsum
2 Applicable GST:
IGST…………% OR
CGST…………% and
SGST………….%
3
Total amount (Rs.) (1+2)
(Rupees in words:…………………………………………………………………………..)
Note: The quoted total amount under Sl. No.3 shall be inclusive of applicable GST.
Signature with Seal of the Bidder
Seal and Signature of the Bidder Page 8 of 11
APPENDIX ‘D’
SCOPE OF WORK FOR PEOPLE CAPABILITY MATURITY MODEL
Overview of KIOCL Limited
We, KIOCL Limited, a flagship Company under the Ministry of Steel,
Government of India, with Mini Ratna status was formed in 2nd April 1976.
The country's prestigious Export Oriented Unit having expertise in Iron Ore Mining, Filtration Technology & Production of high quality Pellets has its
Corporate office at Koramangala, Bangalore & Pelletization Complex at Mangalore, the coastal city of Karnataka. The annual capacity of the Pellet Plant is to produce about 3.5 Million tons of Iron
ore Pellets. Other facilities include Reclaimer to load Pellets directly from Stockyard
to vessel. Pellets produced at the Mangalore Plant have excellent metallurgical
properties and are an ideal feed for Blast Furnace and DRI Units. KIOCL has to its
credit ISO 9001:2008, ISO 14001:2004 & OHSAS 18001:2007 certifications.
KIOCL has dedicated and experienced senior level staff having more than 25 years
of experience in Operation and Maintenance of Beneficiation and Pelletization
Plant. KIOCL has already entered into several O&M works across India. It has
entered O&M contract with NMDC for Iron Ore Beneficiation and Pelletization
Plant, O&M contract with M/s Orissa Mining Corporation (OMC) to operate and
manage 1.4 MTPA Chrome Ore Beneficiation plant at Kaliapani Odisha and
had Operated Coke Handling System (Crusher Conveyors) of M/s MRPL,
Mangaluru.
Organisational objectives of the assignment:
As a part of the endeavor to achieve oragnisational excellence by leveraging the
Human Capital, KIOCL Limited intends to conduct Assessment of Level in line with
People Capability Maturity Model [P-CMM] to provide High level awareness of the P-
CMM architecture, Process areas and practices and to identify the gaps with
respect to P-CMM level 3.
The detail Scope of work is as follows:
The location wise number of employees as on 1st July 2018 is as follows:
Location Executives Supervisors Total
Bengaluru 63 10 73
Mangaluru[PPU] 114 19 133
Mangaluru[BFU] 19 5 24
GRAND TOTAL 230
Seal and Signature of the Bidder Page 9 of 11
Scope:
Phase I Current State Assessment of Level in line with People Capability
Maturity Model [P-CMM] Level 3 Gap Analysis covering executives of
KIOCL Limited Bengaluru & Mangaluru Locations.
Purpose
To obtain an understanding of the state of people related policies, processes and practices in the oragnisation in
order to identify the gaps with respect to P-CMM level 3 and establish action.
To conduct the Gap Analysis.
To identify the Gaps for Assessment of Level 3 Model of P-CMM
Develop recommendations for addressing the key findings and moving towards level 3.
Inputs Existing HR Manual, People related policies and procedures of the Organization.
Evidences related to implementation of people policies and
processes. Current state Assessment Report.
Key activities by the
Transition partner
Gather preliminary data to understand business objectives, Organizational Business context and arrive at the sampling approach and detailed plan for current state
assessment. Decide the Architecture of the HR/ people systems, define
and agree on the Process documentation formats and styles.
Discuss with Process owners and teams on gaps with
respect to their respective process areas. Compare the as is system to the 6 process areas of PCMM
level 2 and 7 process areas of PCMM Level 3.
Develop solutions and practices to bridge the gaps. Validate the solutions with key KIOCL Stakeholders
Review the drafts of the new/refined processes. Baseline review of Processes. Consolidate and prepare an integrated Current State
Assessment report and presentation. Develop high level of Roadmap in terms of the oragnisation
addressing all system design gaps and issues for implementation and attaining a state of readiness to undergo a formal PCMM level 3.
Deliverables and
responsibilities of
the Transition
Partner
Detailed plan for conducting the Current State Assessment[Excel format]
To conduct current state Assessment in line with the plan. Current state assessment Report covering:
Strength against each of the 13 process areas at P-CMM
Level 3. Gaps and key action recommendations against each of the
13 process areas at P-CMM Level 3.
Seal and Signature of the Bidder Page 10 of 11
Indicative bench marking using a Red-Amber-Green legend
against each of the 13 process areas. Proposed Roadmaps in [Excel format] with key milestones and recommended timelines for achievement of rating
against the requirements of P-CMM Level 2 and Level 3.
KIOCL
Responsibilities
To identify a single point of contact for coordination with Transition Partner for the period of Gap Analysis.
To share the organization chart, head count and other
connected details requested by Transition Partner towards Gap Analysis planning relevant to the Scope.
To ensure stake holders participation as per the Gap Analysis plan shared by Transition Partner.
To make logistical arrangements related to the conduct of
the Gap Analysis at Bengaluru and Mangaluru Locations of KIOCL Limited.
Role involvement of
Transition Partner
Senior Consultant with over 10years of consultancy experience and
with minimum 5 years of experience of end to end rollout of PCMM,
SEI authorized PCMM Lead Appraiser
Effort Man days 5-10 mandays
Phase II Trainings - Overview to PCMM workshop & other specialized train the
trainer training for Minimum 30 participants.
Purpose
To provide an understanding to the Core Team [task force] on the requirements of the PCMM architecture,
process areas and practices enable them champion the journey.
To provide specialized training that will enable KIOCL
team on the PCMM Level 3 journey. To provide an understanding of the roadmap for a P-CMM
based improvement journey. Inputs List of participants for the Training
Date and Venue Confirmation Key activities by the
Transition partner
To conduct the training as per the Schedule To obtain Feedback from the participants
To make available the master hard copy of the Training Courseware a week in advance of the training.
To travel by the Transition partner to the other location of the KIOCL Ltd.,
Deliverables and
responsibilities of the
Transition Partner
To provide expertise faculty for the training program.
Training courseware(one master hard copy) To issue Participation certificates to the training
participants within a week of completion of the training. Conducting the training program & obtain feedback.
Seal and Signature of the Bidder Page 11 of 11
KIOCL
Responsibilities
To identify 30 participants for the Training
Identify the Venue and time schedule Arranging Projector and Training aids like white board,
Stationary etc.,
To arrange for replication of the master Training Courseware shared by Transition Partner for the participants.
Logistical arrangements.
Role involvement of
Transition Partner
Training shall be conducted by an experienced P-CMM trainer
(Senior consultant) with over 10 years of consultancy experience
and with minimum 5 years of experience of end to end rollout of
P-CMM.
Effort Man days Overview to P-CMM workshop for 2 days. To train the KIOCL core team on the requirements of the
PCMM architecture, Process areas, practices and implementation.
To provide an understanding of the roadmap for a P-CMM
based improvement journey. This will help the team in fixing the findings from their
Current state Assessment and enable them to adopt best practices in streamlining the HR Systems.
***