HSE TECHNICAL ASSESSMENT QUESTIONNAIRE
TENDER: 16459.01-UPGRADE OF PAGA, CCTV, TRANSMISSION NETWORK AND PLANT SIREN
SYSTEMS AT FUJAIRAH TERMINAL, JEBEL DHANA TERMINAL AND BU HASA
Name of the company EMIRATES NATIONAL CONSTRUCTION AND PROJECTS MANAGEMENT EST
Tender No: 16459.01
Contractor Representative (Designation/email/Phone) MR. RASHEED SIDDIQUI , HSE MANAGER,
[email protected]Current agreement( contract) with ADNOC Group Company if any
Note: Company providing false or misleading information will be automatically disqualified from the bidders list.
I hereby certify that the details provided in this assessment questionnaire are true and correct to the best of my knowledge.
Signature, Stamp & Date
Note: Bidder shall respond to the HSE Technical Assessment Questionnaire under the response column of the bidder response in line with all applicable HSE and
welfare requirements. If Bidder states “NO” as an answer for any applicable question, a negative scoring will be applied and shall have impact on the overall
Pass /Fail criteria. If answer is YES in any category, bidder shall submit supporting evidences.
Bidders response detailed
(Supporting evidence submitted)
Mandatory
HSE Evaluation Factor Yes
requirement
(Briefly explain the response
No
and refer attachment
number)
1 Leadership and commitment
1.1 Visibility (Evidence of Leadership HSE site visits) M
1.2 Proactive Target Setting (HSE KPIs) M
2 Policy and strategic objectives
2.1 Policy (Evidence of signed copy of HSE policy and evidence of communication) M
3 Organization, resources and Competence
3.1 Roles & Responsibilities M
3.2 Contractor Organization with HSE reporting lines M
3.3 Competency Assurance Process (Ongoing verification of in-house competencies of key M
personnel)
3.4 Sub-Contractors Selection process M
3.5 HSE Communication (MOM of HSE meetings etc.) M
3.6 HSE Training Matrix(proposed HSE Training Matrix) M
4 Risk Evaluation and Management
4.1 Risk assessment /Management procedure including Risk Register
4.2 Task Risk Assessment ( Preliminary TRA as per scope) M
4.3 HSE Studies (Evidence of Hazop/Hazid/QRA etc) -
5 Planning, Standards and procedures
5.1 HSE Plan (Preliminary Proposed HSE Plan) M
5.2 Welfare management plan M
5.3 Equipment maintenance (Evidence of PM schedules) M
5.4 Standards, Procedures & work Instructions applicable to scope of work M
5.5 HSE-Manual (copy of the manual) -
5.6 Management of Change procedure -
5.7 Emergency response plan /procedure M
5.8 Transportation Safety (Evidence of Travel/Journey Management Plan) M
5.9 Short Service Employee Procedure (SSE) -
6 Implementation and monitoring
6.1 HSE Performance Statistics (Previous 5 years) M
6.2 Incident trend improvement rate over the previous 3 years M
6.3 Incident Reporting & Investigation M
7 Auditing (Audit System / Procedure / System of handling non-compliance)
7.1 Audit procedure /Plan (proposed for the work) M
7.2 Auditor Competency M
7.3 Sub-Contractor Auditing M
8 Management Review
8.1 Management Review Meetings M
NOTE: M stands for the mandatory requirement which will be evaluated as part of HSE Technical evaluation
1. Bidder shall provide a brief explanation against each question and attach the supporting evidence
2. Bidder shall submit their response with reference to each section above
3. Bidder shall achieve a score of 70% to pass in the HSE evaluation