Tender Details

Tender Details

Tender ID SkillTender808
Reference No. TrainingTender819
Tender Brief Request for Proposals (RFP) for Selection of Consultancy firm for development of Safety Training and Competency standards for Offshore Industry
Tender Description Selection of Consultancy Firm – Development of Safety Training & Competency Standards for Offshore Industry
Pre-Qualification Criteria

Selection of Consultancy Firm – Development of Safety Training & Competency Standards for Offshore Industry

RFP Ref No.: 25-63011/35/2025-NT-DGS (Comp. No. 34190)
Date of Issue: 10.11.2025
1️⃣ Scope of Work
The consultant will design a comprehensive national framework for safety training & competency standards for offshore industry personnel, aligned with global benchmarks and local requirements.
Key Scope Components
A. Global Benchmarking
Benchmark safety, training, and competency standards across minimum five global offshore jurisdictions, including:
  1. Gulf of Mexico (USA)
  2. North Sea (UK & EU)
  3. Norway
  4. Middle East (UAE, KSA, Qatar)
  5. Asia-Pacific (Singapore, Malaysia, Australia)
Covering international standards like:
STCW, OPITO, BOSIET, FOET, IWCF, IMCA, OCIMF, DNV, ISO EMS/OHSAS etc.
B. Vessel / Platform Categories
Benchmark standards for:
  1. OSV, AHTS, PSV
  2. Accommodation barges, derrick barges, pipe-lay vessels
  3. DSV, MSV, CSV (including DP & ROV operations)
  4. MODUs (jack-ups, drillships, FPSO)
C. Gap Analysis
Identify gaps between:
  1. Existing Indian offshore standards
  2. Global best practices
  3. Institutional capability gaps
  4. Training outcomes and competency levels
D. Development of Standards
Prepare India-specific frameworks for:
  1. Safety Training
  2. Competency & Certification
  3. Operational protocols
  4. Training structure, hierarchy, refresher cycles
  5. Skill & job role mapping
E. Recommendations for Implementation
Including:
  1. Phased roadmap
  2. Institutional framework
  3. Regulatory changes required
  4. Stakeholder consultation plan
2️⃣ Eligibility Criteria
A. Legal Status
  1. Indian registered entity: Pvt Ltd/ Ltd/ LLP
  2. JV/Consortium allowed (all members must be registered entities)
B. Statutory Compliance
  1. GSTIN & PAN mandatory for all members.
C. Minimum Experience
  1. Minimum 5 years in consultancy services.
D. Blacklisting
  1. Firm must not be blacklisted/debarred by any Govt./PSU/multilateral agency.
E. Conflict of Interest
  1. Must declare no conflict as per ITC rules.
F. Bid Security Compliance
  1. EMD or valid exemption + bid security declaration (mandatory).
3️⃣ Qualification Criteria
A. Turnover
  1. Avg. annual turnover: ₹10 Crore (last 3 FYs).
  2. JV:
    1. Lead member must meet 50% (i.e., ₹5 Cr).
    2. Combined = 100%.
  3. For MSEs: Minimum turnover = ₹4 Crore.
B. Net Worth
  1. Positive net worth for 3 consecutive FYs (FY 2022–23 to 2024–25).
  2. Lead partner must also show positive net worth in JV.
C. Experience in Similar Projects
One of the following:
  1. 1 project ≥ ₹1.6 Cr, or
  2. 2 projects ≥ ₹1 Cr, or
  3. 3 projects ≥ ₹0.8 Cr
Similar assignments = projects in training standards, competency frameworks for offshore/ maritime/ shipping.
MSE Relaxation:
  1. 1 project ≥ ₹1 Cr
  2. 2 projects ≥ ₹0.8 Cr
  3. 3 projects ≥ ₹0.5 Cr
4️⃣ Technical Evaluation Criteria (100 Marks)
Minimum qualifying score: 60/100
A. Similar Experience – 10 Marks
  1. Up to 3 assignments ≥ ₹0.8 Cr → 2 Marks
  2. Up to 5 assignments → 5 Marks
  3. More than 5 → 8 Marks
  4. +2 Marks for international assignments
B. Methodology & Work Plan – 40 Marks
  1. Methodology & approach → 30
  2. Understanding of client needs, challenges, mitigation → 10
C. Key Experts (50 Marks)
  1. Team Leader – 20
  2. Consultant 1 – 10
  3. Consultant 2 – 10
  4. Consultant 3 – 10

Qualifications:

  1. MBA/MTech/ME or advanced maritime/offshore qualifications
  2. Relevant experience (3–15 years depending on role)
5️⃣ Financial Evaluation Criteria
QCBS Method
  1. Technical Weight: 70%
  2. Financial Weight: 30%
Financial Score Formula:
Fn = (L1 Price / Consultant Price) × 100
Combined Score:
S = (Technical Score × 0.7) + (Financial Score × 0.3)
Highest score = Rank 1 = Awarded.
6️⃣ Deliverables (from ToR)
  1. Global benchmarking report
  2. Gap analysis report
  3. Draft India-specific standards
  4. Training & competency frameworks
  5. Implementation roadmap
  6. Stakeholder consultation inputs
7️⃣ Tender Fee and EMD
Tender Fee: Not specified (RFP does not mention tender cost)
EMD: ₹6,00,000
Accepted forms:
  1. Bank Guarantee
  2. DD / Banker’s Cheque
  3. FDR
  4. Online Transfer (NEFT/RTGS)
Exemptions:
  1. MSE
  2. Start-ups (DPIIT)
  3. Govt. registered vendors
    (Must provide Bid Security Declaration)
8️⃣ Performance Security
  1. 5% of total contract value
  2. To be submitted within 28 days of LoA
  3. Valid for 6 months beyond contract duration
9️⃣ Proposal Submission Guidelines
Mode:
  1. Online only via CPPP: https://eprocure.gov.in/eprocure/app
Documents Required in Technical Proposal (19 items)
Includes:
  1. Registration, GST, PAN
  2. Audited financials
  3. Turnover CA certificate
  4. Similar project proofs
  5. All Form T-1 to T-13
  6. Key personnel CVs
  7. Work plan & methodology
Financial Proposal:
  1. BOQ Excel only
  2. Fixed price, all-inclusive
🔟 Key Tender Dates (as per RFP Section 1)
Activity
Date & Time
RFP Publishing
10/11/2025 – 18:00
Start of Queries
11/11/2025 – 10:00
Last date for Queries
21/11/2025 – 18:00
Pre-Bid Meeting
21/11/2025 – 11:00 (online)
Proposal Submission Start
24/11/2025 – 13:00
Last Date of Submission
15/12/2025 – 17:00
Opening of Technical Bid
16/12/2025 – 17:00
Technical Presentation
To be informed
Opening of Financial Bids
To be informed
Expected Award Date
Not specified
 
Tender Fee (Number) NA
EMD (Number) ₹6,00,000
Mode of EMD Online
Estimated Cost NA
Start Date of Document Collection 24/11/2025 – 13:00
Pre-Bid Meeting Date 21/11/2025 – 11:00 (online)
Last Date for Submission 15/12/2025 – 17:00
Opening Date 16/12/2025 – 17:00
Download the Document View Document