+ All Categories
Home > Documents > MAZAGON DOCK SHIPBUILDERS LIMITED Certified – ISO …mazagondock.in/writereaddata/tenders/...•...

MAZAGON DOCK SHIPBUILDERS LIMITED Certified – ISO …mazagondock.in/writereaddata/tenders/...•...

Date post: 02-Apr-2021
Category:
Upload: others
View: 2 times
Download: 0 times
Share this document with a friend
48
Tender no.: GM (M)/MTI/2000007296 Page 1 of 48 MAZAGON DOCK SHIPBUILDERS LIMITED (A Government of India Undertaking) Dockyard Road, Mazagon, Mumbai 400 010. INDIA Certified – ISO 9001: 2015 for Shipbuilding Division Tel. No.: (022) 23763249, 3256. Fax: (022) 2373 8151 E mail: [email protected], Website: www.mazagondock.in [email protected] E-Procurement Website: https://eprocuremdl.nic.in e- TENDER ENQUIRY (TWO- BID SYSTEM) FOR PURCHASE OF ITEMS FOR INDIGENEOUS BIDDERS ONLY. DIVISION- Shipbuilding DEPARTMENT-Material Purchase Tender no.: GM(M)/MTI/2000007296 for the Supply, Installation, Testing and Commissioning of Vertical Turbine Pump Set. िनिवदा .: जीएम(एम् )/एमटीआय/२०००००७२९६ फॉर साई, इंालेशन, टेंग एं ड कमीशिनंग ऑफ़ वटकल टरबाइन पंप सेट Tender date:18.09.2019 Tender Due Date: 09.10.2019 Time at: 1400 Hrs (IST) िनिवदा िदनांक: १८.०९.२०१९ िनिवदा बंद होने की ितिथ: ०९.१०.२०१९ समय: १४०० बजे Opening date & time: 10.10.2019 Time at: 1400 Hrs (IST) खुलने की ितिथ: १०.१०.२०१९ समय: १४०० बजे EMD: INR 1,59,300 (Rupees One Lakh Fifty Nine Thousand Three Hundred Only) बयाना राशी: . ,५९,३००,/- (पये एक लाख उनसठ हजार तीन सौ मा) MAZAGON DOCK SHIPBUILDERS LIMITED INVITES ON-LINE COMPETITIVE BIDS from reputed Bidders / Vendors in TWO BID SYSTEM (Part-I Techno Commercial Bid and Part-II Price Bid) on our e- procurement portal, for the following Supplies: Issue of Tender enquiry document: - The tender enquiry can be downloaded from our website https://eprocuremdl.nic.in / www.mazagondock.in (Path: - Tenders->Shipbuilding->Material Purchase) and from CPP portal / Government E- market Portal. Note: - This Tender is to be filled through E- tendering mode only on E-Procurement Portal. Online bids on our E- procurement portal only will be accepted. Bids submitted in any form other than online submission will not be accepted. 1. Description of work: Sr. No. Description of Item Quantity required Unit Delivery period 1 Supply, Installation & Commissioning Dry Dock Pump (vertical turbine pump capacity 420 m3/hr) along with control panel. 1 Nos. Within 06 months from the receipt of PO date. 2 Installation & Commissioning of Pump & Control panel which includes a. 30M Piping with valves & flanges b. 50M Cable Laying. 1 AU
Transcript
  • Tender no.: GM (M)/MTI/2000007296 Page 1 of 48

    MAZAGON DOCK SHIPBUILDERS LIMITED

    (A Government of India Undertaking)

    Dockyard Road, Mazagon, Mumbai 400 010. INDIA

    Certified – ISO 9001: 2015 for Shipbuilding Division

    Tel. No.: (022) 23763249, 3256. Fax: (022) 2373 8151

    E mail: [email protected], Website: www.mazagondock.in

    [email protected] E-Procurement Website: https://eprocuremdl.nic.in

    e- TENDER ENQUIRY (TWO- BID SYSTEM) FOR PURCHASE OF ITEMS FOR INDIGENEOUS

    BIDDERS ONLY.

    DIVISION- Shipbuilding DEPARTMENT-Material Purchase

    Tender no.: GM(M)/MTI/2000007296 for the Supply, Installation, Testing and Commissioning of Vertical

    Turbine Pump Set.

    िनिवदा �.: जीएम(एम्)/एमटीआय/२०००००७२९६ फॉर द स�ाई, इं�ालेशन, टे �ंग एंड कमीशिनंग ऑफ़ वट&कल टरबाइन पंप सेट Tender date:18.09.2019 Tender Due Date: 09.10.2019 Time at: 1400 Hrs (IST)

    िनिवदा िदनांक: १८.०९.२०१९ िनिवदा बंद होने की ितिथ: ०९.१०.२०१९ समय: १४०० बजे Opening date & time: 10.10.2019 Time at: 1400 Hrs (IST)

    खुलने की ितिथ: १०.१०.२०१९ समय: १४०० बजे EMD: INR 1,59,300 (Rupees One Lakh Fifty Nine Thousand Three Hundred Only)

    बयाना राशी: 2. १,५९,३००,/- (2पये एक लाख उनसठ हजार तीन सौ मा8)

    MAZAGON DOCK SHIPBUILDERS LIMITED INVITES ON-LINE COMPETITIVE BIDS from reputed

    Bidders / Vendors in TWO BID SYSTEM (Part-I Techno Commercial Bid and Part-II Price Bid) on our e-

    procurement portal, for the following Supplies:

    Issue of Tender enquiry document: - The tender enquiry can be downloaded from our website

    https://eprocuremdl.nic.in / www.mazagondock.in (Path: - Tenders->Shipbuilding->Material Purchase) and

    from CPP portal / Government E- market Portal.

    Note: - This Tender is to be filled through E- tendering mode only on E-Procurement Portal. Online bids on our E-

    procurement portal only will be accepted. Bids submitted in any form other than online submission will not be

    accepted.

    1. Description of work:

    Sr.

    No.

    Description of Item Quantity

    required

    Unit Delivery period

    1

    Supply, Installation & Commissioning Dry Dock Pump

    (vertical turbine pump capacity 420 m3/hr) along with control panel.

    1 Nos.

    Within 06 months from

    the receipt of PO date.

    2

    Installation & Commissioning of Pump & Control panel

    which includes

    a. 30M Piping with valves & flanges b. 50M Cable Laying.

    1 AU

  • Tender no.: GM (M)/MTI/2000007296 Page 2 of 48

    2. Technical Specifications & Scope of Supply: SCOPE OF SUPPLY AND WORK

    • Supply and fitment of new vertical turbine pump with column pipe, strainer & other accessories on

    pump mounting arrangement at site.

    • Supply and Installation of New Motor with motor stool for mounting.

    • Supply and fitment of pump shaft and prime mover shaft (motor) along with suitable coupling for

    perfect alignment will be firm liability.

    • Supply, fitment and commissioning of new suitable star delta starter as per new motor rating with all

    essential safety features as per IS standard at site.

    • Supply & installation of new suitable size cable as per new motor rating & other accessories from

    panel to Motor.

    • Supply & installation of Gate valve for delivery line including flanges, bolts & other allied

    accessories.

    • Supply & installation of Delivery pipe 250 NB SS 304 ERW schedule 40 with accessories like taper

    piece, flanges, fasteners etc. Sluice valve size 250 mm class 150.Non return valve size 250 mm

    class 150.

    • Supply & installation of delivery line up including bends, Tee Piece, distance pieces, flanges, bolts &

    packing material, also civil work if required.

    • Supply & installation of suitable panel along with Armored cable of suitable size (rating) and

    Length.

    • Commissioning of entire pump system and to measure the equipment performance, full load

    vibration test / trials of pump as per relevant IS standard

    • Site visit mandatory along with undertaking for understand the scope of work at MDL work shop C

    before submitting the technical bid.

    General Terms and Condition

    1. The existing foundation is to be modified by the firm to suit the new pump Firm should visit

    the site before quoting.

    2. Dismantling the complete main dewatering pumps associated valves and its fittings and keep

    it at designated place.

    3. Removal of existing cables, piping from the present locations and keep it at designated place

    and to supply new cables of appropriate standards and capacity.

    4. The contractor shall make own arrangements for safety of personnel employed for work. All

    associated civil works incidental to the job are to be borne within the quoted price.

    5. Contractor / firm employee or workmen shall comply the safety and security procedure for

    obtain the necessary passes for working at site. MDL inspection authority will check and clear parts

    for proper fittings and tolerance before assembly at supplier's works / at MDL site.

    6. Inspection will be carried out at various stages as per the time schedule mutually drawn

    between the bidders and MDL inspection authority in order to meet the delivery scheduled.

  • Tender no.: GM (M)/MTI/2000007296 Page 3 of 48

    7. MDL inspection authority will check and clear parts for proper fittings and tolerance before

    assembly at supplier's works / at MDL site.

    8. MDL will witness / inspect all tests / activities carried out at party’s premises and also at

    MDL, as per QAP submitted by bidder and approved by MDL. The bidders have to provide all

    the necessary instruments and required facilities to the inspection authority. Firm has to intimate

    to MTC – EY minimum10 days in advance.

    9. Complete unit including all accessories to be certified by third party competent authority for

    performance of the pump. (i.e. via IRS / DNV / BURO VERITOS / LLOYDS OR ABS).

    10. This inspection also includes visual inspection of parts at site to ensure their safe arrival and

    clearance for preparing them for erection / assembly.

    11. Erection is to be carried out as approved by the MDL Inspection Authority.

    12. Visual inspection and measurement of weld seams where ever done. Vendor / Bidder to

    submit the report on their letter head.

    13. Mechanical testing of welded specimens and extension pieces as per ASME Std.

    14. Radiographic / Ultrasonic / Dye-penetrate tests if necessary done. Vendor / Bidder to submit

    the report on their letter head.

    15. Welds shall have no cracks.

    16. Electricity, Compressed Air, Scaffolding materials, available cranes, Slings, Loads will be

    supplied by MDL free of cost. However, for lifting shifting, the manpower is to be arranged by

    the bidder only. All other materials, facilities including tools & tackles shall be arranged by the

    bidder.

    17. Any spares / items required during commissioning to be supplied by the contractor and to be

    quoted for at the time of submitting the tender.

    18. Any consequential damage / defect or loss of items due to poor workmanship/ poor material

    quality/negligence etc. attributable to the bidder be made good by the party free of cost.

    19. All handling of materials including loading / unloading and storage / security will be

    contractor's responsibility.

    20. All test parameters are to be recorded and submitted as a part of documentation.

    21. Any deviation from the scope requirement or any deviation from terms and conditions to be

    listed separately before submission the offer.

    22. After the award of the contract / order from MDL, vendor / party to deployed its

    representative (Engineer) who has to submit their QAP, plan and procedure and GA drawing to

    execute the order in time, same shall be approved by MTC –EY in 5 working day.

  • Tender no.: GM (M)/MTI/2000007296 Page 4 of 48

    TECHNICAL DATASHEET FOR PUMP

    Type Vertical turbine pump sets Vendor to quote details

    MAKE MAKE KIRLOSKAR

    BROTHER / FLOWMORE /

    WPIL / M&P / SHERA

    /XYLEM / FLOWSERVE or

    Equivalent of reputed make

    Application Electric Motor driven vertical

    Turbine Pump sets for

    dewatering application

    Type of Pump VERTICAL TURBINE

    Liquid Sea Water

    Temperature Ambient

    Sp.Gravity 1.03

    No. of Pumps 1

    Total Suspension Length (Mtrs)

    including strainer

    8.31

    Rated Capacity (m3/hr) 420

    Total Head (Mtrs) 15

    No. of stages 1

    Speed (RPM) Vendor / Bidder to submit the

    design

    Pump Efficiency ( %) 80% +/- 10%

    Pump input (kW) 21.45 +/- 10%

    Recommended Motor Rating

    (kw)

    Vendor / Bidder to submit the

    design

    Type of discharge head

    above/below floor

    Above Floor

    Thrust Bearing type :

    Antifriction / Tilting

    Anti-friction

    Method of Lubrication : Self /

    Oil / Forced

    SELF WATER

    LUBRICATION

    COLUMN ASSEMBLY

    Column pipe size (mm) 250

    Delivery pipe size (mm) 250

    Column pipe thickness 5 mm

    MATERIAL OF CONSTRUCTION

    Bowl / Suction Bell Sup Dup SS CE3MN 5A

    Impeller Sup Dup SS CE3MN 5A

    Imp. Shaft SS 410

    Line shaft/Head shaft SS 410

    Column pipe Sup Dup UNSS32760

    Shaft sealing Gland packing

    Strainer M Sup Dup UNSS32760

  • Tender no.: GM (M)/MTI/2000007296 Page 5 of 48

    TECHNICAL DATASHEET FOR MOTOR

    Make KEC/MARATHON/CGL/B BL/KBL/BHEL or Equivalent of

    reputed make

    Rating Vendor / Bidder to submit the

    design

    Mounting Vertical solid shaft flange type

    Motor speed ( rpm) Vendor / Bidder to submit the

    design

    Enclosure TEFC

    Frequency 50 Hz (+/-5%)

    Voltage 415 Volts ( +/- 10%)

    Protection IP55

    Insulation Class F

    TECHNICAL DATASHEET FOR NON RETURN VALVE

    Size 250mm

    Type Swing Check Non Return Valve Flanged End Type

    Make KBL/BROSCO/IVC/VAG/H AWA / KENNEDY /

    GLENFEILD / LEADER or Equivalent of reputed make

    Standard BS 1868

    Class 150

    Body CS ASTM A216 Gr. WCB

    Disc CS WCB + 13% Cr

    Body seat ring CS WCB + 13% Cr

    Bonnet & Hinge CS ASTM A216 Gr. WCB

    Hinge pin & Split Nut SS AISI 410

    Gasket Non asbestos material

    Flanges drilling ANSI B16.5

    Cover Stud / Nut SS ASTM A 193 Gr B7 / A194

    Gr. 2H

    TECHNICAL DATASHEET FOR GATE VALVE

    Size 250mm

    Type Gate Valve

    Make KBL/FOURESS/IVC/VAG/

    HAWA / KENNEDY /

    GLENFIELD / LEADER or

    Equivalent of reputed make

    Standard API-600

    Class 150

    Body CS ASTM A 216 Gr WCB

    Bonnet CS ASTM A 216 Gr WCB

    Wedge CS WCB + 13% Cr

    Body seat ring SS CA15 / CS WCB +13% Cr.

    Spindle & Gland Bush SS AISI type 410

    Body Studs ASTM A 193 Gr B7

    Body Bolts ASTM A 194 Gr 2H

    Gasket Non asbestos material

    Flanges drilling ANSI B16.5

  • Tender no.: GM (M)/MTI/2000007296 Page 6 of 48

    TECHNICAL DATASHEET FOR CONTROL PANEL

    Make of Switchgears

    L&T/HAVELLS/SCHNEIDER/S IEMENS/LEGRAND / ABB

    or Equivalent of reputed make

    Starter Type

    Motor control panel with Star

    Delta starter suitable for proposed New motor

    Incomer MCB/SDF

    Voltage 415 V +/- 10%

    Frequency 50 Hz +/- 5%

    Protection Over load, Single phase

    protection, Dry run protection

    Ammeter To be provided

    Voltmeter To be provided

    Cooling To be provided

    Indication (LED Type) On / Off / Trip / Phase indicator

    (RYB)

    Ambient Temp 45 +/- 1 Degree Celsius

    Panel Thickness 2mm thick CRCA Sheet with powder coating with seven tank

    process

    Cable Entry Bottom / As Per Site

    Requirement

    Mounting of Control Panel Wall Mounted

    Operation

    Manual ON/OFF and

    Emergency switch to be

    provided.

    Protection IP42

    Door Access Front Door

    Paint shade Siemens Gray – RAL 7032/7035 (Powder Coating)

    Cable (Motor to Control Panel) Cu Armoured cable of suitable size

    Make

    POLYCAB/FINOLEX/RR

    CABLES /HAWELS / CABLE

    CORPORATION OF INDIA or

    Equivalent of reputed make

    SPARE PARTS a) Critical and consumable spare parts list to be submitted with unit rates for Two year

    maintenance spares.

    b) The bidder shall provide the product support for a minimum of 10 years.

    13 COMPLETION:

    The entire order has to be executed (including SITC) within 06 months from the date of

    placement of order.

    14 WARRANTY

    i) Warranty of one year to be given for the satisfactory performance of the equipment. During warranty any parts / items supplied by the party have to be repaired / replaced free of cost if found

    defective. During warranty period any breakdown call to be attended to within 24 hours of intimation over E mail/ fax and to be rectified within 24 hours. Any further delay in attending to /

    rectification of defect and breakdown beyond 24 hours is liable to extend the warranty period.

    ii) All consumables are to be warranted till handing over the equipment’s to MDL.

  • Tender no.: GM (M)/MTI/2000007296 Page 7 of 48

    15 DOCUMENTATION

    A) The manual containing following to be provided in triplicate with each equipment.

    CONTENTS

    1. Introduction

    2. Precautions for satisfactory working

    3. pump house layout

    4. Storage handling 5. Foundation

    6. Equipment and tools 7. Preparation for erection

    8. Erection 9. Operation

    10. Maintenance 11. Important notes on lubrication and packing

    12. Trouble shooting

    13. List of special tools supplied with the pump 14. Erection procedure

    15. Pre-lubrication 16. Technical data

    17. Warranty certificate 18. Performance curve, torque speed curve (Enclosed) in the pocket of the

    manual 19. General arrangement drawing and cross - sectional drawing with part list

    (Enclosed) in the pocket of the manual

    20. Procedure for Installation / dismantling / testing and commissioning

    B) General layout arrangement of pumping equipment to be submitted in triplicate with equipment.

    Various performance reports / curves and design calculations to be submitted.

    C) TC'S / Factory TC'S / Manufactures TC'S / Reports for following to be submitted.

    1. Electric motor

    2. Control panel

    3. Power & control cables.

    4. Pump units such as Impeller, valve etc.

    5. Calibration certificate for measuring instruments like, pressure gauge, watt

    meter, ammeters, voltmeter etc

    6. Raw material using for pipes, plates and other as required

  • Tender no.: GM (M)/MTI/2000007296 Page 8 of 48

    FOLLOWING TOOLS ARE TO BE PROVIDED ALONG WITH

    Sr.

    No. Description Quantity per Set

    1 Spanner for impeller nut 1

    2 Spanner for impeller shaft / line shaft 1

    3 Spanner for threaded barrel coupling 1

    4 Spanner for nuts and thrust collar 2

    5 Spanner for coupling bolts 1

    6 Eye bolt for head shaft 1

    7 Clamp for impeller shaft / line shaft 1

    8 Clamp in two halves for column pipe 2

    9 Puller for coupling 1

    10 Puller for coupling 1

    11 Lifting bolts for thrust collar 2

    NOTE: Tools not suitable from the above list are to be deleted.

    Civil work Any kind of civil work pertaining to the execution of above order will be in the contractor scope.

    Cabling Power cables and control cables of appropriate capacity and of reputed make to be procured /

    arranged and connect from existing power supply panel available in the dry dock pump house in East

    Yard.

    Piping and Allied Fitting / Accessories Piping as per IS / DIN, code including bends, elbows, fittings, flanges, nut, bolts, washers, clamps,

    supports require for commissioning the equipments to be arranged by the firm.

    Training

    Bidder has to impart the training to maintenance personnel on operation, preventive maintenance and

    trouble shooting at MDL site.

    3. Prequalification Criteria: Bidders should upload following documents along with Part-I (Techno-Commercial Bid)

    3.1 Technical Prequalification Criteria:

    3.1.1 The pump manufacturer / Bidder should have experience of Supply, Installation, Testing &

    Commissioning of Vertical Turbine Pump set and be in the business of heavy duty vertical turbine

    pump of same or above capacity in past, subject to our requirement (Only sea water application).

    The bidder has to submit purchase order along with work done certificate.

    3.1.2 The manufacturer should have following certificates valid as on the tender due date.

    a. ISO 9001: 2015 for quality management system.

    b. ISO 14001:2015 for environmental management system.

    c. OHSAS 18001:2007

    for occupational health safety assessment series. In case the vender is authorized dealer of above

    type pumps manufacturer, then his principal (that means the pump manufacturer) should full fill the

    above stated.

    3.2 Commercial Prequalification Criteria:

    3.2.1 Bidders Company Profile and shop & establishment registration certificate/ registration certificate

    from local body for conducting business/Factory license/certificate of incorporation.

    3.2.2 List of equipment held by them with model / year / working status along with details of their

    manufacturing facilities and personnel with designation, qualification and experience to determine

    their capabilities. SSI/NSIC units can alternatively submit valid certificate indicating their capacity.

  • Tender no.: GM (M)/MTI/2000007296 Page 9 of 48

    3.2.3 Audited / Certified Balance sheet, Profit / Loss account for past 3 years.

    3.2.4 The bidder should have a minimum average turnover of at least for Rs. 24 Lakhs during the last

    three years and shall submit last three years i.e., 2015-16, 2016-17 & 2017-18 audited/certified

    balance sheet & profit/loss account. If any cash transaction is included in turnover (statement of

    profit & loss) the same will not be considered for turnover value.

    3.2.5 The bidder should have executed orders of similar supplies with minimum value of at least for

    Rs. 40 Lakhs during the last three years from the tender closing date and shall submit Purchase

    order copies along with work completion certificate.

    Similar supplies defined as “Supply, Installation, Testing and Commissioning of Vertical

    Turbine Pump Set.”

    3.2.6 Declaration by bidders that the firm is GST registered/ Non GST registered/ registered under composition scheme.

    Note: 1. Submission of documents mentioned above is mandatory for every bidder. Bidders need to submit

    supporting documentary evidence in support of the Pre-Qualification Criteria Viz. Work Order,

    Work Completion Certificate issued by the party for whom the work is done.

    2. Bidders registered with MDL will be exempted for 3.2.1 & 3.2.2

    3. Bidders registered with MAZAGON DOCK SHIPBUILDERS LIMITED should furnish copy of valid registration certificate and they are exempted only for submission of documents indicated 3.2.1

    to 3.2.3.

    4. MDL has a right to demand for hard copy of any of the above documents/ any other document & verify / cause verification of authenticity of the said documents whenever felt necessary or visit their

    site / works. Bidders shall comply with the same

    5. The assessment (for acceptance or rejection) of the bidders offer will be subject to physical verification/witness by MDL, as felt necessary by MDL, and MDL’s decision in this regard will be

    final and binding on the bidders

    4. Validity Period: Bids / Offers Shall have a validity period of 120 days from the tender closing date. A bid

    valid for a shorter period will be liable for rejection by MDL as non-responsive. Technically accepted bidder

    will be given opportunity to accept validity as per tender in case of short validity. In case of non-acceptance of validity as per tender term thereafter the firm offer will be rejected as non-responsive.

    5. On-line submission of bids in Two-Bid System: Bids must be in Two parts, i.e. Part-I (Techno-Commercial

    bid) and Part-II (Price Bid), as appearing on-line.

    5.1 Part I Bid (Techno-Commercial bid)

    5. 1.1 Detailed Technical offer for technical scrutiny along with point-wise acceptance or

    offered specifications against required specification. Technical details, catalogues,

    drawings, data sheets, calculations, as applicable to be enclosed/attached in attachment

    provision given online.

    5. 1.2 Bidders to carefully fill all listed online forms providing their

    comments/Acceptance/deviations, if any, in the space provided online against respective

    clauses of Tender terms & conditions (TEF), GT&C and STACS etc.

    Un-priced format stating ‘Quoted’ or ‘Not quoted’ or ‘Not Applicable’ but without mentioning prices against each item/s of price format/rate sheet.

    Scanned copy of bank details for payment of NEFT/RTGS.

    5.1.3 Pre-qualification documents as listed at Para 3 above.

    5.1.4 Deviation Sheet if any, shall be uploaded on-line for TEF, STACS and GT&C.

  • Tender no.: GM (M)/MTI/2000007296 Page 10 of 48

    5.1.5 Enterprises status (If any) to be indicated in Part-I: Micro/ Medium/ Small.

    5.1.6 The scanned image of receipt of NEFT/RTGS/BG/Bid bond/Swift message towards

    Earnest Money Deposit or Documents towards which EMD exemption is being claimed

    as stipulated in TEF clause no. 6 shall be uploaded at Part-I tender stage.

    The original of the NEFT/RTGS/BG/Bid bond/ swift message shall be forwarded to GM

    (M) in sealed envelope super scribing Tender Enquiry No. and Due date, so as to reach

    within 7 MDL working Days from the tender closing date, addressed To,

    GM (M)

    II FLOOR MOGUL HOUSE

    SOUTH YARD

    MAZAGON DOCK SHIPBUILDERS LTD.

    DOCKYARD ROAD,

    MUMBAI- 400010.

    5.2 Part-II (Price Bid)

    5.2.1 Indigenous bidders to quote in INR on door delivery basis. Indigenous bidders quoting

    in currency other than INR will be liable for rejection.

    5.2.2 Bidder to fill their prices online, strictly, in the online price bid form only. Prices &

    other charges (as listed in form) to be entered/filled in the applicable head/cell/columns

    only, as prices in wrong head/cell/column which are not applicable to you (bidder) will

    finally affect your (bidders) total landed cost & accordingly ranking. Wherever any

    charges from the listed charges are not applicable to bidder, then ‘zero’ to be entered in

    that respective head/cell/column.

    Refer 'Illustrative format and guideline” at Encolsure-1 for quoting prices in online

    price bid form.

    5.2.3 In case of any discrepancy in the Blank Rate Schedule Format and actual On-line Price

    Bid after opening of the Price Bids, the details (GST and any charges) mentioned in the

    On-line Price bid shall prevail over the details in blank rate schedule format

    5.3 Bidders in their own interest are requested to upload their bids well in advance of tender closing

    date to avoid the last minute difficulties in uploading the bids

    5.4 Problems in hardware/software, internet connectivity, system configurations, Browser setting etc,

    for whatsoever reason shall not be considered for extension of tender closing date and time.

    5.5 Bidders quoting on behalf of overseas principals should quote in INR (Indian Rupees) on FOR,

    Door delivery basis, with their principal’s authorization letter.

    6. Earnest Money Deposit (EMD) / BID BOND:

    6.1 a) Bidders shall have to make payment towards EMD amount of Rs.1,59,300/- (Rupees One Lakh

    Fifty Nine Thousand Three Hundred Only). Payment can be made directly from MDL payment

    Gateway or in the form of NEFT/RTGS well before Tender closing date and time for which Bank

    details are given below:

    Beneficiary’s Name Mazagon Dock Shipbuilders Limited

    Name of Bank State Bank of India

    Branch Mazagon Br.

    Branch Code 9054

    Bank Address Mazagon Branch, Mazagon, Mumbai - 400 010.

    Telephone No. of Bank 23752802

    Account No. 10005255246

    Account Type Current Account

    IFSC Code SBIN0009054

    RTGS Code SBIN0009054

    NEFT Code SBIN0009054

    MICR / NECS Code 400002120

  • Tender no.: GM (M)/MTI/2000007296 Page 11 of 48

    Income Tax PAN No. AAACM8029J

    b) It is mandatory for bidders to make EMD payment through NEFT / RTGS and therefore DD / Pay

    Order will not be accepted against this Tender. Bidders have to enter Vendor Name, Nature of

    Payment and Tender No. in Text / Narration Field while making NEFT / RTGS payment to

    Mazagon Dock Shipbuilders Limited Bank Account No. 10005255246 and a scanned copy of

    payment made to our Account should be uploaded in Techno-commercial bid (Part-I) towards proof

    for submission of EMD against this tender.

    c) EMD payment can also be submitted as Bank Guarantee(BG)

    d) Bidder’s offer will be categorically rejected if EMD payment will be made after tender due

    date and time to Mazagon Dock Shipbuilders Limited Account and bid will be liable for rejection if EMD payment details made online are not uploaded in Part-I bid. However, bank

    guarantee drawn in favor of MAZAGON DOCK SHIPBUILDERS LIMITED, Mumbai from the list

    of Banks approved by SBI / Canara Bank published on MDL Website or bid bond/ swift message of

    equivalent foreign currency for foreign bidders shall be forwarded GM (M) in sealed envelope

    super-scribing Tender Enquiry No. and Due date, so as to reach us within 7 MDL working days

    from the tender closing date. The scanned image of NEFT/RTGS/ BG /Bid bond/swift message shall

    be uploaded at Part-I tender stage. The bid bond / Bank Guarantee should be valid for 120 days from

    the tender closing date. Similarly authorized Indian agent can submit BG from bank as per list of

    banks approved by SBI / Canara bank as bank of international repute published on MDL website on

    behalf foreign bank. Bidders to advise their bank/banker to send EMD directly to commercial

    department or through SWIFT to dispense with additional step of verification of authenticity of

    signatories. In case of EMD transmitted through SWIFT, it shall be the responsibility of the bidder

    that he directs the receiving banker to forward the message duly authenticated to the concerned

    commercial officer mentioned in the tender. Bids without EMD, other than those who are exempt

    from payment of EMD will not be considered. EMD of unsuccessful bidders will be returned after finalization of the tender and shall be interest free. Bids without EMD will not be considered.

    e) EMD of unsuccessful bidders will be returned after finalization of the tender and shall be interest

    free.

    6.2 EXEMPTION FROM SUBMISSION OF EMD/BID BOND: Following bidders shall be exempt

    from submission of EMD/Bid Bond;

    6.2.1 State & central Government of India departments, Public sector Undertakings.

    6.2.2 Firms registered with MAZAGON DOCK SHIPBUILDERS LIMITED (MDL) for the items for which the offer is being submitted. To qualify for EMD exemption, firms

    should necessarily upload VALID copy of the registration certificate issued by MDL in

    Part-I offer/bid. Firms in process of obtaining MDL registration will not be considered

    for EMD exemption.

    6.2.3 Firms registered with NSIC under its “Single Point Registration Scheme” Exemption

    will apply only to items /services for which they are registered with NSIC). To qualify

    for EMD exemption, Firms should necessarily upload VALID copy of the registration

    certificate issued by NSIC in Part-I offer / Bid. Firms in process of obtaining NSIC

    registration will not be considered for EMD exemption.

    6.2.4 Firms registered with Micro and Small Enterprises (MSEs). To qualify for EMD

    exemption, firms should necessarily upload VALID copy of the registration certificate

    from the competent authority regarding their Micro/ Small Industry status in Part-I

    offer/bid”

    6.2.5 Common/Deemed DPSU registered vendors qualify for EMD exemption. Such firms

    shall submit valid copy of the registration certificate issued by DPSUs (other than MDL)

    for the items / services for which the offer is being submitted in Part-I offer/bid. Firms in

    process of obtaining registration in other DPSUs will not be considered for EMD

    exemption.

  • Tender no.: GM (M)/MTI/2000007296 Page 12 of 48

    6.2.6

    Green Channel Status vendors qualify for EMD exemption. Such firms shall submit valid

    copy of the Green channel certificate issued by MoD for the items for which the offer is

    being submitted in Part-I offer/bid. Firms in process of obtaining this certificate will not

    be considered for EMD exemption.

    7. Bid Rejection Criteria:

    7.1 Following bids shall be categorically rejected;

    7.1.1 Bids received without EMD (other than those who are exempt from payment of

    EMD), as specified in the tender

    7.1.2 Bidders not agreeing to provide assistance for installation, Testing, Commissioning &

    other such Technical activities of equipment supplied by them.

    7.1.3 Bids received in any form other than through e-Portal

    7.1.4 In case of e-tenders, if the date of issue of EMD BG is later than the tender closing date.

    7.1.5 Bids received after tender closing date & time.

    7.2 Following bid rejection criteria may render the bids liable for Rejection

    7.2.1 Bidder’s failure to submit sufficient or complete details for evaluation of the bids within

    the given period.

    7.2.2 Incomplete / misleading / ambiguous bids in the considered opinion of TNC.

    7.2.3 Bids with technical requirements and or terms not acceptable to MDL / Customers /

    External agency nominated as applicable.

    7.2.4 Bids received without pre-qualification documents where required as per the tender.

    7.2.5 Bids not meeting the pre-qualification parameters stipulated in the tender enquiry.

    7.2.6 Bidders not agreeing to supply spares / post sale product support / post work completion

    support.

    7.2.7 Unreasonably longer delivery period quoted by the firm

    7.2.8 Validity period indicated by bidders is shorter than that specified in the tender enquiry.

    7.2.9 Bidders not agreeing to furnish required Security Deposit / Required Contract

    Performance Guarantee till completion of the supplies / services as per contract.

    7.2.10 Bidders not agreeing to furnish Performance Bank Guarantee for Equipment supplied /

    Services rendered or not agreeing for retention of equivalent amount by MDL up to the

    period till completion of contractual & Guarantee / Warranty obligations.

    7.2.13 Bidders not agreeing warranty/guarantee Clause of tender (clause no. 10).

    7.2.14 Bidder not quoting as a single point responsibility for whole scope of work (i.e. Supply,

    installation, Third party inspection, Testing and commissioning of Vertical Turbine

    Pump set)

    8. Pricing: The prices quoted shall remain firm and fixed during the currency of the order.

    Bidder shall quote the prices of all items / services listed in the price sheet format of the tender enquiry for

    delivery of the items in MDL store / completion of the work at MDL site. The prices quoted shall remain

    firm and fixed during the currency of the order / contract unless agreed otherwise by MDL

    9. Terms of Payment: - 1. MDL does not pay any advance Payment to bidders.

  • Tender no.: GM (M)/MTI/2000007296 Page 13 of 48

    1. MDL does not pay any advance Payment to bidders. Payment for the 100% value of the order, as reduced by any deductibles and/ or the amount leviable towards

    liquidated damages, if any and after including taxes, etc. as may be payable through RTGS /NEFT/ECS

    between 15 to 20 days after receipt of complete set of the items / Equipment, work completion certificate

    certified by the executive of the Rank CM & above of the user deptt. etc as per the ordered terms and against

    submission of documents in Triplicate including Delivery challan(s), Release note from the nominated

    Inspection Agency, Test reports / Certificates, Packing Lists, Invoice, Submitting and subsequent

    confirmation of Performance Guarantee (PBG), Storage / Preservation / Demonstration / Maintenance

    Procedures & other Technical documentation in requisite sets as relevant. Bidders shall furnish all the

    necessary details like name of the bank / branch, branch code No, bank account no. in their technical bid as

    per the RTGS/NEFT/ECS format provided with the tender enquiry.

    2. TReDS: "Alternate MSME vendor payment through TReDS:

    “In order to address the financial needs of MSME firms, GoI has introduced a platform for

    facilitating the financing of trade receivables of MSMEs from buyers, through multiple financiers

    which is termed as Trade Receivables Discounting System (TReDS). At TReDS, auctioning of invoices

    at competitive & transparent environment is done by financers based on Buyer’s credit profile.

    MDL is registered on the "Invoicemart" TReDS platform and M1xchange of M/s Mynd Solutions Pvt

    Ltd.

    MSME bidders desirous to receive payments through TReDS platform may avail the facility if they

    are already registered on

    1."Invoicemart" TReDS platform or by registering on it.

    Contact details at "Invoicemart" TReDS platform are as below:

    022 6235 7373 and a new mail id [email protected].

    2. "M1xchange"

    TReDS platform

    or by registering on it.

    Contact details at "M1xchange" TReDS platform are as below:

    +91 9920455374 MsAshwathi Jayandran email id [email protected]

    +91 8839915724 Ms Prinyaka Shah email id [email protected]

    MSE bidders upon successful delivery shall submit their invoices along with the mandated enclosures at

    MDL, Central Receipt Section. MSE vendors, desirous to receive payments through "Invoicemart" TReDS

    platform or "M1xchange" TReDS platform shall submit their TReDS details along with the invoice at

    MDL, Central Receipt Section. Upon receipt and acceptance of the supplied material and receipt of invoices

    with the mandated enclosures, MDL shall process the invoice for payment on "Invoicemart" TReDS

    platform. Any unfinanced invoices / invoices of MSE bidders seeking payment from MDL directly shall be

    processed as per the Standard payment terms agreed in PO / contract.”

    10. Guarantee/Warranty: Supplied item shall be warranted for 1 year from the date of commissioning & valid

    Warranty certificate must be submitted. During this period, all defects arising out of defective material and

    faulty workmanship will be rectified by repairing or replacing part or whole material as necessary, free of

    charge on door delivery basis. Any consequential damage/defect or loss of items due to poor

    workmanship/poor material quality/negligence etc. attribute to the bidder to be rectified/ replaced by the

    bidder free of cost.

    11 Delivery Period / Completion Schedule and Delivery Term: - The entire scope of work is to be completed within 06 months from the date of receipt of PO.

    Delivery Term: Door Delivery/FOR, MDL EY Stores.

    Installation of Pump : At site.

    12 Security Deposit (SD): The successful bidder/s shall have to submit Security Deposit for an amount of 5%

    of the Order value excluding taxes, electronically through NEFT / RTGS or in the form of Bank Guarantee

  • Tender no.: GM (M)/MTI/2000007296 Page 14 of 48

    drawn in favor of MAZAGON DOCK SHIPBUILDERS LIMITED, Mumbai from the list of Banks

    approved by SBI / Canara Bank published on MDL Website within 25 days from the date of Order & must

    be valid up to contract period plus one month. No interest will be paid on Security Deposit. Please note that

    MDL does not extend any concession such as exemption in payment of Security Deposit etc. to any

    organization irrespective of their status, like registration with MDL, NSIC, SSI, and MSME etc. In case of

    failure to submit Security Deposit within 25 days from the date of order placement, EMD submitted will be

    encashed and risk purchase clause would be invoked. The Security Deposit will be returned only after

    successful execution of the order and shall be interest free. In the event of failure to execute the order

    satisfactorily, the Security Deposit will be encashed by MDL. If order is fully executed within 25 days from

    the date of purchase order, submission of security deposit is not applicable. For delayed period of submission

    of SD beyond 25 days from date of order, bidder has to pay applicable interest. In case the bidder is Indian Public Sector Unit, they shall submit the indemnity bond instead of Security Deposit. Bidders may advise

    their bank/banker to send BG directly to commercial department or through SWIFT to dispense with

    additional step of verification of authenticity of signatories. In case of BG transmitted through SWIFT, it

    shall be the responsibility of the bidder that he directs the receiving banker to forward the message. For

    delayed period of submission of SD beyond 25 days from date of order, interest will be recovered as

    mentioned below;

    For Indian suppliers, it will be SBAR plus 2%.

    13 Performance Bank Guarantee (PBG): The Successful bidders will have to submit PBG in the prescribed

    format from the list of Banks approved by SBI / Canara Bank published on MDL Website for 10% of the

    Order value excluding taxes etc., valid for 13 months (validity 12 months + 1 month claim period) from the

    date of commissioning or offer your consent to MDL for retention of 10 % of order value towards PBG.

    Bidders may advise their bank/banker to send BG directly to commercial department or through SWIFT to

    dispense with additional step of verification of authenticity of signatories. In case of BG transmitted through

    SWIFT, it shall be the responsibility of the bidder that he directs the receiving banker to forward the message

    duly authenticated to the concerned commercial officer mentioned in the tender.

    14 Bidder shall abide by all Standard Terms and Conditions of Supply (STACS), GT&C and Acceptance

    formats as per Enclosures 3 & 4 contained therein should be properly filled, signed and returned by the

    bidder along with techno-commercial (Part-I) bid. The bidder shall also abide statutory requirements, Official

    Secret Act 1923 and Safety clause as per Enclosure-10.

    15 Taxes & Duties: - The item-wise rates quoted in the Rate Sheet should exclude GST.

    15.1 For Indigenous bidders: The rate sheet to be enclosed with the tender will indicate the rates

    under each tax head viz.: GST

    a) Only those bidders who indicate the taxes & duties separately as above all shall be entitled for consideration of change in corresponding rates in case of variation in statutory levies.

    b) Supplier/bidder will not be entitled to any increase in rate of taxes occurring during the period of extended delivery schedule if there is delay in supply / completion attributed to

    him, however, if there is a decrease in taxes, the same must be passed on to MDL.

    c) Wherever all-inclusive prices are quoted by the bidders without bifurcation of tax elements, no escalation can be considered in respect of any variation in statutory levies arising

    subsequently because of the absence of the required base figures in the purchase order/

    contract.

    15.2 GST as per GST Laws shall be payable extra as quoted and agreed.

    15.3 In case of Purchase of goods/services from unregistered dealers under GST laws, GST will be

    paid by MDL under reverse charge mechanism.

    15.4 Benefits from reduction in rate of tax/ITC are required to be passed on to consumer. Where

    “applicable GST” has been quoted as extra, Goods and service providers (except un-registered

    dealers under GST Law) have to submit declaration that they have complied with ‘Anti –

    profiteering clause’ under GST Law. Such declaration be given in technical bid.

  • Tender no.: GM (M)/MTI/2000007296 Page 15 of 48

    15.5 If the vendor is registered under GST, vendor shall mention the HSN code for goods&/or

    \services in their tax invoice, etc. These codes must be in accordance with GST Laws and

    responsibility of specifying correct HSN code for goods&/or services is that of the vendor.

    MDL shall not be responsible for any error in HSN code for goods&/or services specified by

    supplier/contractor. Supplier/contractor shall pay penalty and/or interest imposed on MDL or

    any loss due to delay in availing ITC by MDL or any loss of ITC to MDL due to error by

    vendors at any stage. MDL reserve right to recover any such interest , penalty or loss from any

    amount due to supplier /contractor or vendor shall reimburse /make good such loss within

    15days after intimation by MDL or otherwise.

    15.6 In case, MDL is unable to avail ITC, supplier/contractor at their own cost shall rectify the

    shortcoming in the returns to be filed immediately thereafter. Further, if the ITC is delayed

    /denied to MDL/reversed subsequently as per GST Laws due to non/delayed receipt of goods

    and/or services and/or tax invoice or expiry of timelines prescribed in GST Laws for availing

    ITC, non-payment of taxes or non-filling of returns or any other reasons not attributable to

    MDL, supplier /contractor shall pay any loss of amount along with interest and penalty on MDL

    under GST Laws for the number of days the ITC was delayed. If the shortcoming is not

    rectified by supplier/contractor and MDL ends up in reversal of credits and/or payments,

    supplier/contractor is fully liable for making good all the loss incurred by MDL. MDL reserve right to recover any interest, penalty or loss from any amount due to supplier/contractor or

    otherwise.

    15.7 If the vendor is registered under GST, the GST registration number (15 digit GSTIN) issued by

    GOI shall be mandatorily provided by the vendor. Vendor having multiple business verticals

    within state /at multiple states with separate GST registration numbers shall forward GSTIN of

    only that vertical which is involved in supply of goods and/or services. MDL GSTIN is

    27AAACM8029J1ZA and vendor shall mention the same while invoicing and avoid any data entry error on GST portal.

    15.8 If the vendor is registered under GST, vendor shall ensure timely submission of invoice as per

    the provisions/requirements/timeline promulgated by GOI in relation to GST Laws with all

    required supporting documents to enable MDL to avail input tax credit promptly. The vendors

    invoice inter alia should contain GSTIN of vendor, GSTIN of MDL (i.e.

    27AAACM8029J1ZA), GST tax rate separately, HSN code wise goods or services, Place of

    supply, signature of vendor etc. Original invoice needs to be submitted to Bill Receipt Centre at

    MDL gate, and a copy of the invoice should be given to the EY-Stores.

    15.9 If the vendor is registered under GST, vendor shall file all applicable returns under GST Laws

    in the stipulated time and any losses of tax credit to MDL arising due to delay in filling will be

    recovered from their invoice wherever MDL is eligible to avail tax credit. Any default towards

    payment of tax and/or uploading of monthly returns by supplier /contractors, MDL retains right

    to withhold payments towards tax portion until the same is corrected and complied by the

    supplier/contractor with the requirement of GST along with satisfactory evidence.

    15.10 Where the quoted price is claimed to be inclusive of taxes (by other than composite vendor),

    MDL consider it as net price on which GST is payable. In such cases , the GST may be paid by

    MDL directly to GSTN under reverse charge mechanism or otherwise for which no input tax

    credit will be available to vendor and vendor is deemed to have confirmed that he will not claim

    ITC for such items

    15.11 The rate sheet enclosed with the tender will indicate the rates to be entered under each head

    wherever applicable. Bidder must clearly mention the applicable taxes & duties. The item-wise

    rates (i.e. Basic + P&F + F&I) quoted in the rate sheet should exclude taxes & duties. Bidder

    should indicate GST rates as applicable separately under each of the head in the same rate sheet,

    which will be paid extra based on tax invoice to the extent applicable. The GST will be

    applicable on total basic rate of each item (i.e. Basic +P&F +F&I).

  • Tender no.: GM (M)/MTI/2000007296 Page 16 of 48

    16 Loading Criteria: Deviations sought by the bidder in respect of Custom Duty exemption, Freight,

    Insurance, Payment terms shall be loaded on the bidder/s quoted prices during price evaluation by MDL.

    Among the equal bids, bidders with ISO 9000 series accreditation over Non-ISO bidders, firstly

    Manufacturers then their authorized dealers will be given preference. The loading criteria that will be

    adopted are detailed below & also as per Enclosure-5:

    16.1 It is desirable that the bidder accepts the Payment Terms indicated in clause 9 above. Varied payment terms quoted by bidders as compared to the terms stated in the Tender document shall be

    normalized by applying S.B.I. Prime Lending Rate (prevailing at the time of opening of Price bid)

    plus 2% p.a. rate of interest for the period at variation for ranking of the bids.

    16.2 Delivery of the goods at MDL premises should be the responsibility of the vendor. However, for

    unavoidable reasons, if bids are exclusive of transport and/or insurance, the same will be loaded at

    the cost to be incurred by MDL.

    16.3 For the additional delivery period sought by the bidder over the stipulated date of delivery as per

    Tender, 0.50% per completed week will be loaded to the quoted price.

    16.4 Deviations sought in respect of Liquidated Damages (L D) Deviations sought in respect of rate per

    week and / or maximum ceiling in respect of liquidated damages shall be loaded to the quoted

    price. For e.g. The maximum ceiling towards liquidated damages speculated in the tender is 5%

    and the bidder seeks to limit it to, say 3.5% then the price quoted will be loaded by 1.5%. If the rate

    of L.D per week is 0.5% per week or part thereof as per tender and the bidder seeks it as, say, 0.4%

    per week or part thereof, the maximum ceiling on L D as per tender will first be equated to weeks

    (10 weeks in this case) and the rate proposed by the bidder i.e. 0.4% will be multiplied by the so

    equated maximum period (which works out to 4%) and the quoted price will be loaded accordingly

    by 1%. Delivery being the essence of the contract, it is desirable if the bidder/s adhere to the

    stipulated clause.

    16.5 Deviations in respect of the period of Warranty shall be loaded to the quoted price @ 0.25% per

    month or part thereof. This does not arise if the bidder quotes additional price for the differential

    period.

    17 Ranking of Bids & Determination of L-1 Bidders: Ranking of price bids shall be done on Overall L1 basis with exclusive of GST considering following

    heads: -

    Supply, Installation, Testing and Commissioning of Vertical Turbine Pump Set.

    If any variations in statutory levies, the break up in respect of taxes, duties and levies is clearly and separately

    furnished in the bid and the MDL is satisfied that the rates of taxes, duties & levies indicated therein are in

    line with the tax law: so that escalation due to variation in the taxes, duties & levies can be justifiably

    considered to the extent legitimately allowable on the base amount(s) indicated in the bid. Therefore, bidder

    is requested to show the break up regarding taxes, duties & levies as applicable in the bid.

    In case of composition dealer, since composition dealers are not allowed to charge GST, in such cases

    evaluation bids will be on the basis of rates quoted by bidders.

    Note: 1. Techno-Commercially Qualified Overall basis lowest bidder exclusive of GST will be considered for the

    placement of order. 2. On-line Ranking visible to the bidders after opening part II price bid is without loading parameters.

    However, the L1 bidder will be evaluated offline after consideration of all applicable loading parameters as

    mentioned in the tender document and commercial terms.

    3. In case of any discrepancy in the Blank Rate Schedule Format and actual On-line Price Bid after opening

    of the Price Bids, the details (GST and any charges) mentioned in the On-line Price bid shall prevail over the

    details in blank rate schedule format. However, the negotiated commercial terms before price bid opening will be considered for ranking and evaluation. 4. “Basic cost” is defined as “Door delivery cost (excluding GST)” which includes packing & forwarding,

    Delivery, insurance, registration charges and any cost involved as per scope of work towards material and

    services, basic cost of Installation/ commissioning and inspection & testing.

    5. ITC can be availed by MDL for the items as notified under GST ACT 2017. ITC can be availed by MDL

  • Tender no.: GM (M)/MTI/2000007296 Page 17 of 48

    for registered bidder and for unregistered bidder under reverse charge mechanism. Since no ITC can be

    availed in case of bidders registered under composition scheme, their quoted cost will be considered for

    ranking/ comparison purpose.

    18 Consignee: The Successful bidder/s shall arrange dispatch of goods by appropriate Rail / Road / Sea / Air

    transport mode as per the order to MDL EY STORES’ and further to User dept. on working days (Monday

    to Friday) between 8.00 hrs to 15.00 hrs (Lunch Time 11.30 to 12.00 hrs). In case truck/tempo reaches our

    yard beyond above time the same may be retained over night at your risk & cost. Unloading and stacking the

    receipt store shall be to bidders account.

    An advance copy of invoices along with other relevant documents shall be forwarded to the purchaser

    sufficiently in advance to enable clearance of cargo within allowed demurrage free days to avoid demurrage.

    In case of door delivery orders, the supplier shall categorically direct the transporter to deliver the ordered

    items without insisting for consignee copy of the Lorry Receipt.

    19 Modifications to the Bids: - Bidder will not be allowed to bid after the closing time is over. Bidder can

    change the submitted bid any number of times till the closing time and the last changed bid will be

    considered for ranking of the bids.

    20 PURCHASE PREFERENCE TO MAKE IN INDIA: As per Public Procurement Order Ref No. P-45021/2/2017-B. E-II Dtd 15.06.2017 issued by Govt of India

    to encourage “Make in India” policy, Purchase Preference shall be given to local suppliers in the following

    manner.

    (a) The terminology/ definitions used in the said order is as below:

    (i) “Local content” means the amount of value added in India, be the total value of items procured excluding

    net domestic indirect taxes) minus the value of imported content in the item (including all customs duties) as

    a proportion of the total value in percent.

    (ii) “Local Supplier” means a supplier or service provider whose product or service offered for procurement

    meets the minimum local content, as prescribed under the said Order or by the competent Ministries /

    Department in pursuance of said order. A Local Supplier can be an Indian or Foreign bidder.

    (iii) “Margin of Purchase Preference” means the maximum extent to which the price quoted by local

    supplier may be above the L1 for the purpose of purchase preference. The margin of purchase preference for

    the present tender is 20%.

    (b) Minimum local content:

    (i) The minimum local content in the offer is to be not less than 50% for the present tender for a bidder to be

    considered as a Local Supplier.

    (ii) The local content can be increased through partnerships, cooperation with local companies, establishing

    production units in India or Joint Ventures (JV) with Indian suppliers, increasing the participation of local

    employees in services and training them.’

    (iii) On opening of the price bids, if it is identified that there is difference in price receive & declaration made and local content is now not meeting the specified tender requirement (i.e. only on the quoted price without

    any loading) then such case will be processed without any purchase preference.

    (c) Declaration by Local Supplier: Local Supplier should declare that the item and service offered meets

    the minimum local content & indicate its percentage in their offer which shall meet (or even offer more)

    required content as specified in tender. This declaration is necessary even if Custom Duty Exemption and / or ERV (if applicable) are not being sought. Following documents are to be submitted in technical offer –

    Part-I bid:

    (i) Local Component list i.e. Items and services which are being procured / produced domestically by

    supplier in the system / equipment / service offered against tender. This list shall include all the components,

    raw materials, sub services etc.

    (ii) Foreign / Imported Component list i.e. Items and services which are being supplied by bidder from

    outside India in the system / equipment / service offered against tender. This list shall include all the

    components, raw materials sub services etc.

    (iii) Bidders shall give the details of the location(s) at which the local value addition is made. Additionally,

    location(s) details from where foreign / imported components are being supplied be also informed.

    (iv) Bidders shall give the price break-up in percentage for “Local Component” and “Foreign / Imported

  • Tender no.: GM (M)/MTI/2000007296 Page 18 of 48

    Component”.

    (v) Custom duty applicable on FE component for all foreign items.

    (vi) The Local Suppliers are required to provide self-certification as per Enclosure-11

    Note: In cases of procurement for value in excess of Rs. 10 Crores, the local supplier shall be required to provide a

    certificate from statutory auditor or cost auditor of the company (in case of companies) or from a practicing

    cost accountant or practicing charted accountant (in respect of supplier other than companies) giving the

    percentage of local content & applicable item wise custom duty.

    Once the declaration / certification is committed at tender submission stage, the same cannot be altered at

    technical negotiation stage or after award of contract otherwise would be treated / considered as false declaration by bidder.

    In the event of bidders not declaring or declaring less local content percentage in the offer, MDL will

    consider quote / bid of such bidders with local content as “0” or “NIL” i.e. the offers of such bidders will be

    treated as a “Non Local Supplier” where no purchase preference shall be granted to these bidders.

    (d) If the Local Supplier is also a MSE Vendor seeking the benefit of Public Procurement Policy for MSEs

    Order 2012, then such bidders should not seek benefits against the Preference to Make in India policy –

    Order 2017. Such bidders should categorically seek benefits of only one policy which cannot be modified

    subsequently, once declared in the Annexure-A referred above while submitting the bid

    (e) Custom duty issue: Imported / FE content is inclusive of all custom duties which is required for arriving

    local content. Bidders to note the following about declaration of FE Content.

    (i) All bidders should upfront declare line item wise custom duty duly certified. Such declared custom duty

    percentage will only be considered for arriving local content.

    (ii) In the event if the rate of custom duty is found higher than the declared custom duty by bidder, then the

    bidder’s declaration shall be final for arriving L1 bid. Also in such case the difference in custom duty would

    be to bidders account. In case of foreign bidders, the same would be to bidders account and shall not be borne

    or reimbursed by Shipyard.

    (iii) In the event of rate of custom duty happens to be lower at the time of clearance of goods, then actual

    custom duty shall be payable.

    (iv) Notwithstanding above, local content shall be calculated based on the declared custom duty by the bidder

    in techno-commercial bid.

    (f) Preference to Local Supplier: The following procedure will be adopted for deciding on preference to

    Local Supplier over a non-local supplier w.r.t. Public Procurement (Preference to Make in India) order 2017.

    (i) Among all qualified bids, the lowest bid will be termed as L1. If L1 is from a local supplier, the contract

    will be awarded to L1.

    (ii) If L1 is not from a local supplier, the lowest bidder among the local suppliers, will be invited to match the

    L1 price subject to local supplier’s quoted price falling within the margin of purchase preference and contract

    shall be awarded to such local supplier subject to matching the L1 price.

    (iii) In case such lowest eligible local supplier fails to match the L1 price, the local supplier with the next

    higher bid within the margin of purchase preference shall be invited to match the L1 price and so on and

    contract shall be awarded accordingly. In case none of the local suppliers within the margin of purchase

    preference matches the L1 price, then the contract may be awarded to the L1 bidder.

    (g) Preference between LS and MSE Bidder: {This clause is applicable only if line items are separable

    and MSE preference clause is also applicable} Between the MSE and Local Supplier, the MSE bidder will be given preference to match with L1 bidder as per Public Procurement Policy for MSEs Order 2012. MSE

    vendor will be evaluated with L1+15%. MSE doesn’t fall under Public Procurement (Preference to Make in

    India) Order 2017 Local Supplier will be evaluated with L1+20% (Margin of Purchase Preference ordinary)

    as per Public Procurement (Preference to Make in India) Order 2017.

    (h) After the contract is awarded and the supplies are completed, each supplier shall provide the supporting

    documentation towards realization of committed Local Content as per the contract / order terms &

    conditions.

    In addition to these documents, a “Local content certificate” also shall be submitted stating the percentage of

    local content in the items or services measured. The “Local content certificate” shall be submitted along with

    the invoice.

    Note: In cases of procurement for value in excess of Rs. 10 Crores, the local supplier shall be required to

  • Tender no.: GM (M)/MTI/2000007296 Page 19 of 48

    provide a certificate from statutory auditor or cost auditor of the company (in case of companies) or from a

    practicing cost accountant or practicing charted accountant (in respect of supplier other than companies)

    giving the percentage of local content.

    (i) False declaration will be in breach of Code of Integrity under Rule 175(1)(i)(h) of GFR 2017 for which a

    bidder or its successor can be debarred for up to 2 years as per Rule 151(iii) of GFR 2017 along with such

    other actions as may be permissible under law.

    (j) Complaints / Grievance: Any complaints / grievances relating to implementation of this order shall be

    taken up by Public Grievance Cell of MDL headed by ED(EY). Fees for filing a complaint under the

    order shall be Rs. 10,000/- per case. The complaints shall be filed to the Chairman, Public Grievance Cell.

    The fee shall be deposited in MDL’s Account by NEFT.

    21 Public Grievance Cell: A Public Grievance Cell headed by ED (East Yard) has been set up in the Company.

    Members of public having complaints or grievances are advised to contact him on Wednesday between 10.00

    hours and 12.30 hours in his EY-office , MAZAGON DOCK SHIPBUILDERS LIMITED, Dockyard Road,

    Mumbai - 400010 (022 – 23763506 , 23738368) or send their complaints / grievances to him in writing for

    redressal.

    22 Supply on MDL Holidays: Request for permission for delivery on Saturday / Sunday / holidays if required,

    should be submitted 3 working days prior to the date of holiday, to Personnel department and Security

    through concerned Dept.

    23 Liquidated Damages: Time is an essence of the contract therefore the job, as ordered (Complete Scope of

    supply), should be completed on the dates mutually agreed upon in accordance with the

    delivery/completion schedule. In cases of delay not attributable to Purchaser beyond the agreed schedule,

    the Successful bidder shall pay liquidated damages, a sum representing 0.5% (Half per cent) per week or part

    thereof, subject to maximum of 5% of the final Order / Contract value.

    Vendor / Contractor (Seller) will also be liable to pay Liquidated Damages for late delivery of Manuals,

    Drawings and Documentation as agreed to by Purchaser and Vendor / Contractor (Seller) and as stated in the

    Purchase Order. The amount of such damages will be clearly defined in the Purchase Order and may extend

    up to 5% of the Order Value.

    Date of successful completion of entire scope as mentioned in tender (including, supply, installation / erect,

    testing, commissioning and training, submission of documents, etc. whichever is applicable) shall be

    considered as date of delivery for purpose of levy of liquidated damages unless specifically mentioned

    otherwise.

    In case of any delay attributable to MDL as certified by the officer in the rank of Chief Manager and above

    from the concerned department, such period will not be considered for the purpose of levy of liquidated

    damages.

    Part levying LD on item-wise and/or quantity-wise may be considered at the sole discretion of MDL. However, request for levying of LD on activity basis (i.e. separately for receipt of item in MDL, installation

    & commissioning, training, submission of documents, etc.) shall not be considered.

    24 Hindrance Register: All hindrances with date of occurrences and removal shall be noted in the Hindrance

    Register. The Hindrance Register shall be signed by the reps of both MDL as well as Contractor.

    25 Assistance for Installation & other Technical activities: a. Services of engineers/Manpower in connection with assistance of delivery, loading/unloading, installation,

    setting-in-work, testing, tuning, commissioning to be considered in the scope of supply.

    b. The entire maintenance / repair job shall be carried out by experienced service engineers & technicians.

    The supply of all necessary tools, tackles and instruments required for the preventive and breakdown

    maintenance of the equipment covered by this contract shall be in contractor’s scope. No sub-contracting will

    be allowed.

    c. Crane assistance for Loading/Unloading of items at the site inside the shop of MDL, Power supply and compressed air will be provided by MDL.

    26 Spares / Post sale product support:

  • Tender no.: GM (M)/MTI/2000007296 Page 20 of 48

    1. The Bidder shall assure a continuous supply of spare parts for at least 10 years from the date of

    acceptance of the machine at MDL.

    2. List of Service centers & Setup details to be provided.

    3. Standard accessories required for making item/equipment/machine operational & ready to use should be

    included in the scope of supply.

    4. All defective parts / spares can either be repaired or replaced by new parts. Spares replaced will be either

    of same make or equivalent as suggested by the OEM after consultation with MDL. However, the total

    responsibility of the quality of spares supplied or parts repaired, shall be with the Contractor.

    5. If any defective part/item/equipment required to be taken out to the service center by the firm for the

    further repairing, the firm shall be asked to submit the necessary indemnity bond/BG as required. Taking out

    defective part/item/equipment from MDL and bringing back repaired part/ item/ equipment to MDL is in the firm’s scope of work. The firm has to bear all the transportation charges & transit insurance.

    27 Inspection - A) Inspection and Certification:

    1. Pre-Dispatch inspection: Factory acceptance trials shall be witness by representatives of MDL at supplier premises for which supplier has to send the prior information, of at least 20 days in advance.

    The charges for MDL personnel will borne by MDL. The charges for third party inspection will be borne by the Vendor/Supplier.

    2. MDL will witness / inspect all tests / activities carried out at party’s premises and also at MDL, as per QAP submitted by bidder and approved by MDL. The bidders have to provide all the necessary

    instruments and required facilities to the inspection authority. Firm has to intimate to MTC – EY

    minimum10 days in advance.

    3. (a) Inspection will be carried out by Inspection dept and user department, on receipt of material in MDL. MDL shall carry out necessary inspection of the items on receipt in the MDL

    Yard on the basis of appropriate MDL Inspection system requirements along with the

    representative of user dept. & the Inspection documents submitted by suppliers. Any objection

    raised by MDL inspection team against quality of material or workmanship shall be satisfactorily

    corrected by the supplier at his expenses including replacement as may be required within

    shortest possible time within 30 days. Items damaged during transit shall also be rectified or

    replaced by the supplier within shortest possible time.

    (b) Rejection of the material: Any portion of the equipment found defective/rejected, the

    supplier shall collect the same at his cost from the MDL Yard, all incidental charges being born

    by supplier, (inclusive of custom duty, if payable), within 30 days from the date of intimation to

    the supplier of such rejection. The MDL reserves the rights to dispose off the rejected item at the

    end of a total period of 90 days in any manner, to the best advantage to the MDL& recover

    storage charges & any consequential damages, from sale proceeds of such disposal.

    (c) Final work completion certificate in respect of completion of entire scope of work will be

    certified by MDL user dept.

    28 In case of improper on-line filling of Acceptance Formats for Tender Enquiry Form, General Terms &

    Conditions (GT&C) and Standard Terms & Conditions (STACS), it shall be presumed that all our tender

    terms & conditions are acceptable to you.

    29

    Invoices should be submitted immediately within two to three MDL working days to Receipt Section, In front of MDL Reception Cell, Mazagon Dock Shipbuilders Ltd, Mumbai 400010 (preferably the invoices

    should accompany supply) after execution of the orders/expiry of contract. Thereafter any

    discrepancies/pending claims regarding payment or any other matter related to this order/contract should be

    brought to MDL’s notice in writing within 30 days of otherwise final payment by MDL, beyond which no

    claims whatsoever will be entertained

    30 The contract will be governed by STACS and General Terms and conditions while executing work. In case

    of discrepancy, clauses mentioned in Tender, Technical Scope and Rate sheet will override the clauses mentioned in other annexure including STACS & GT&C.

    31 MDL shall not be bound by any printed conditions or provisions in the sellers bid forms or

    acknowledgement of contract, invoices, packing list and any other documents which purport to impose any

    conditions at variance with the tender terms / final negotiated & accepted terms.

  • Tender no.: GM (M)/MTI/2000007296 Page 21 of 48

    32 Provision for Purchase Preference to MSE Manufacturers: Not Applicable

    33 Risk Purchase Clause: - In case of delay beyond agreed schedule, MDL reserve the right to cancel the

    order and procure the order material from any available source at MDL’s option and discretion and

    entirely at your risk and cost. Extra expenditure incurred by MDL in doing so will be recovered from

    You. MDL also reserve the right to cancel the order at your risk and cost if the progress of work is

    not considered satisfactory and it is felt that you are not likely meet the agreed delivery date.

    34 Indemnity: - You shall hold harmless and keep MDL indemnified against all claims arising as a result

    of infringement of any patent rights on account of manufacture, sale or use of article covered by the

    order.

    35 Freak Low Quotes: In case after opening of price bid of technically cleared firms, it is noted that L-1

    firm has quoted very low rates and indicates to withdraw from the tender then EMD shall be forfeited

    and firm may be given tender holiday including intimation to other PSUs. If the rates quoted are less

    than MDL estimates by 40% or so and if the difference in rate between L1 and L2 is 30% or more

    than the firm will have to give additional BG of 20% of the PO value as additional security. Bank

    charges for this additional BG shall be borne by MDL and reimbursed against proof of payment.

    36 In case of any clarifications, bidders are requested to contact the undersigned, before the closing date of the

    tender. Bidders can also contact toll-free customer help line of e-procurement portal

    https://eprocuremdl.nic.in

    37 Bidders can participate in online bidding

    • By registering with above referred portal for User ID and password. • By obtaining class II / III DSC (Digital Signature Certificate) for secured bidding.

    38 Bidders intending to witness the Tender opening shall log on to https://eprocuremdl.nic.in using digital

    signatures for witnessing the opening.

    39 We look forward to your participation in on-line bidding by offering your most competitive and reasonable

    bid against this tender.

    Yours faithfully,

    For MAZAGON DOCK SHIPBUILDERS LIMITED,

    M. Tanweer Iqbal

    Chief Manager

    (Commercial–Material Purchase)

  • Tender no.: GM (M)/MTI/2000007296 Page 22 of 48

    Enclosures:

    Annexure - I : Technical Datasheets

    Enclosure - 1 : Illustrative format & guideline for quoting prices in online Price Bid.

    Enclosure - 2 : Instructions to the Bidders

    Enclosure - 3 : STACS

    Enclosure - 4 : GTACS

    Enclosure - 5 : Loading Factors

    Enclosure - 6 : Electronic Payment Mandate Form

    Enclosure - 6A : Payment of EMD/SD through MDL Payment Gateway

    Enclosure - 7 : Bank Guarantee Format for EMD

    Enclosure - 8 : Bank Guarantee Format for SD

    Enclosure - 9 : Bank Guarantee Format for PBG

    Enclosure - 10 : Statutory requirements, Official Secret Act 1923 & Safety clause*

    Enclosure - 11 : Declaration Certificate For Local Content

    Note: * These documents to be down loaded from our Website. (www.mazagondock.in

    Path � Tenders � Ship Building-Material Purchase SB-MP STACS/Formats )

  • Tender no.: GM (M)/MTI/2000007296 Page 23 of 48

    Annexure - I

    TECHNICAL DATASHEET FOR PUMP

    Type Vertical turbine pump sets Vendor to quote details

    MAKE MAKE KIRLOSKAR

    BROTHER / FLOWMORE /

    WPIL / M&P / SHERA

    /XYLEM / FLOWSERVE or Equivalent of reputed make

    Application Electric Motor driven vertical

    Turbine Pump sets for

    dewatering application

    Type of Pump VERTICAL TURBINE

    Liquid Sea Water

    Temperature Ambient

    Sp.Gravity 1.03

    No. of Pumps 1

    Total Suspension Length (Mtrs) including strainer

    8.31

    Rated Capacity (m3/hr) 420

    Total Head (Mtrs) 15

    No. of stages 1

    Speed (RPM) Vendor / Bidder to submit the design

    Pump Efficiency ( %) 80% +/- 10%

    Pump input (kW) 21.45 +/- 10%

    Recommended Motor Rating

    (kw)

    Vendor / Bidder to submit the

    design

    Type of discharge head above/below floor

    Above Floor

    Thrust Bearing type :

    Antifriction / Tilting

    Anti-friction

    Method of Lubrication : Self /

    Oil / Forced

    SELF WATER

    LUBRICATION

    COLUMN ASSEMBLY

    Column pipe size (mm) 250

    Delivery pipe size (mm) 250

    Column pipe thickness 5 mm

    MATERIAL OF CONSTRUCTION

    Bowl / Suction Bell Sup Dup SS CE3MN 5A

    Impeller Sup Dup SS CE3MN 5A

    Imp. Shaft SS 410

    Line shaft/Head shaft SS 410

    Column pipe Sup Dup UNSS32760

    Shaft sealing Gland packing

    Strainer M Sup Dup UNSS32760

  • Tender no.: GM (M)/MTI/2000007296 Page 24 of 48

    TECHNICAL DATASHEET FOR MOTOR

    Make KEC/MARATHON/CGL/B BL/KBL/BHEL or Equivalent of

    reputed make

    Rating Vendor / Bidder to submit the

    design

    Mounting Vertical solid shaft flange type

    Motor speed ( rpm) Vendor / Bidder to submit the

    design

    Enclosure TEFC

    Frequency 50 Hz (+/-5%)

    Voltage 415 Volts ( +/- 10%)

    Protection IP55

    Insulation Class F

    TECHNICAL DATASHEET FOR NON RETURN VALVE

    Size 250mm

    Type Swing Check Non Return Valve

    Flanged End Type

    Make KBL/BROSCO/IVC/VAG/H

    AWA / KENNEDY / GLENFEILD / LEADER or

    Equivalent of reputed make

    Standard BS 1868

    Class 150

    Body CS ASTM A216 Gr. WCB

    Disc CS WCB + 13% Cr

    Body seat ring CS WCB + 13% Cr

    Bonnet & Hinge CS ASTM A216 Gr. WCB

    Hinge pin & Split Nut SS AISI 410

    Gasket Non asbestos material

    Flanges drilling ANSI B16.5

    Cover Stud / Nut SS ASTM A 193 Gr B7 / A194

    Gr. 2H

  • Tender no.: GM (M)/MTI/2000007296 Page 25 of 48

    TECHNICAL DATASHEET FOR GATE VALVE

    Size 250mm

    Type Gate Valve

    Make KBL/FOURESS/IVC/VAG/

    HAWA / KENNEDY /

    GLENFIELD / LEADER or

    Equivalent of reputed make

    Standard API-600

    Class 150

    Body CS ASTM A 216 Gr WCB

    Bonnet CS ASTM A 216 Gr WCB

    Wedge CS WCB + 13% Cr

    Body seat ring SS CA15 / CS WCB +13% Cr.

    Spindle & Gland Bush SS AISI type 410

    Body Studs ASTM A 193 Gr B7

    Body Bolts ASTM A 194 Gr 2H

    Gasket Non asbestos material

    Flanges drilling ANSI B16.5

  • Tender no.: GM (M)/MTI/2000007296 Page 26 of 48

    TECHNICAL DATASHEET FOR CONTROL PANEL

    Make of Switchgears

    L&T/HAVELLS/SCHNEIDER/S IEMENS/LEGRAND / ABB

    or Equivalent of reputed make

    Starter Type

    Motor control panel with Star

    Delta starter suitable for proposed New motor

    Incomer MCB/SDF

    Voltage 415 V +/- 10%

    Frequency 50 Hz +/- 5%

    Protection Over load, Single phase

    protection, Dry run protection

    Ammeter To be provided

    Voltmeter To be provided

    Cooling To be provided

    Indication (LED Type) On / Off / Trip / Phase indicator

    (RYB)

    Ambient Temp 45 +/- 1 Degree Celsius

    Panel Thickness 2mm thick CRCA Sheet with powder coating with seven tank

    process

    Cable Entry Bottom / As Per Site

    Requirement

    Mounting of Control Panel Wall Mounted

    Operation

    Manual ON/OFF and

    Emergency switch to be

    provided.

    Protection IP42

    Door Access Front Door

    Paint shade Siemens Gray – RAL

    7032/7035 (Powder Coating)

    Cable (Motor to Control Panel) Cu Armoured cable of suitable

    size

    Make

    POLYCAB/FINOLEX/RR

    CABLES /HAWELS / CABLE CORPORATION OF INDIA or

    Equivalent of reputed make

  • Tender no.: GM (M)/MTI/2000007296 Page 27 of 48

    Enclosure-1

    Illustrative format & guideline (FOR INDIGENIOUS BIDDERS) for quoting prices in online Price Bid:

    Item Sr. no. 1 2

    Material

    Description

    Dry Dock Pump

    (vertical turbine

    pump capacity 420

    m3/hr) along with

    control panel

    Installation &

    Commissioning of Pump &

    Control panel which

    includes

    a. 30M Piping with valves & flanges

    b. 50M Cable Laying.

    HSN No.

    Quantity 1 1

    Unit of

    measurement

    Nos. AU

    Currency INR INR

    BASIC UNIT

    RATE

    To be quoted To be quoted

    Applicable GST To be quoted To be quoted

    Rate of GST (%) To be quoted To be quoted

    Total amount per

    unit

    To be quoted To be quoted

    Total amount

    (Rs.)

    To be quoted To be quoted

  • Tender no.: GM (M)/MTI/2000007296 Page 28 of 48

    Enclosure–2

    Instructions to the Bidders for uploading the Techno-Commercial Bid and the Price Bid through E-

    Procurement Portal:

    •••• Official service provider for the website is

    NIC,

    E-mail: [email protected]

    Office Ph. No.: 0120-4200462, 0120-4001002, Ph. No.: +91-8826246593

    •••• Pre-requisites for up-loading the Techno-Commercial Bid

    (i) Compatible computer hardware software set-up to access e-procure website.

    (ii) “Digital Signature Certificate” class III B (DSC) is a must for downloading the tender and

    uploading the techno commercial offer from our website https://eprocuremdl.nic.in.

    (iii) “Digital Signature Certificate” class III B (DSC) can be obtained from our service provider.

    •••• To ensure availability of above prerequisite is bidders responsibility

    (i) It is mandatory to upload the complete techno-commercial offer and the price bid on

    e-procurement.

    (ii) No part of the bid other than original EMD (if applicable) shall be accepted physically / hard copy

    outside e-procurement.

    (iii) Price bids shall strictly be uploaded in appropriate / allotted place in the tender, available in e-

    procurement so that it remains secured encrypted unreadable in the system.

    (iv) In no circumstances, the price bids shall be forwarded or uploaded in any other form.

    (v) Entire responsibility of the uploading of the complete techno-commercial bid along with the price bid shall be that of the bidder.

    (vi) No request / complaint shall be entertained after the due date/time of the tender.

    (vii) Non availability of any of the prerequisites or last minute calls seeking clarifications / projecting

    problems shall not entitle a bidder to seek request for extension of due date.

    (viii) Any problem with regard to uploading of the tender shall be intimated to NIC at least 24 hours in

    advance to the tender closing time & date. However, it will not be considered as reason for

    extension of due date of the tender.

    (ix) Request for extension, if at all to be made, shall be forwarded at least 3 working days in advance to

    the tender closing date / time with proper reasoning. The request shall be put up to the competent

    authority for consideration on the merit of the case. MDL reserves all rights in this regard &

    decision of MDL shall be binding to the applicant.

    It is important to note that the bidders can upload their bids right from the time the tender is

    available at website. It is advisable that the bidder uploads the bid well in time rather than wait till

    last minute to avoid situations wherein he is unable to successfully upload the bid for various reasons

    which cannot be addressed then due to lack of time.

    •••• Special instructions to Bidders for online bidding:

    (i) Bidders should login well in advance to enable them to complete their bid submission before the

    closing time of the tender.

  • Tender no.: GM (M)/MTI/2000007296 Page 29 of 48

    (ii) Bidders should submit their bid well in advance to avoid last minute frantic calls.

    (iii) Bidders should follow all the instructions enlisted on the front page of e-procure web page.

    (iv) Bidders should ensure Hardware & Software compatibility as well as Digital Signature available

    on front page of e-procure web site. Request for extension of due date shall not be entertained due

    to non-availability of these tools.

    •••• Bidders to participate in on-line bidding

    (i) By registering with above referred portal for User ID and password.

    (ii) By obtaining class III DSC (Digital Signature Certificate) for secured bidding

    NOTE: In case any vendor intending to respond against the tender and is not having the DSC to facilitate

    uploading of his bid, should approach the Service Provider at least 10 working days in advance of the

    tender closing date requesting DSC. The request so made to the Service Provider should simultaneously be

    forwarded to MDL Dealing Officer. In case the DSC is not received within 3 to 4 working days, the GM

    (M) be informed and the DSC if not received from the Service Provider three working days in advance, for

    suitable extension to tender closing date then only the tender due date shall be considered.

  • Tender no.: GM (M)/MTI/2000007296 Page 30 of 48

    Enclosure-3

    STANDARD TERMS AND CONDITIONS (STACS)

    101. The word 'Purchaser' refers to MAZAGON DOCK SHIPBUILDERS LIMITED, (MDL), a Company

    registered under the Indian Companies Act, 1913 and it includes its successors or assignees.

    102. The word 'Bidder/Vendor/Contractor' means the person / firm / Company who undertakes to manufacture

    and or supply and or undertake work of any nature assigned by the Purchaser from time to time and includes its

    successors or assignees.

    103. The word 'Owner' means the person or authority with whom MAZAGON DOCK SHIPBUILDERS

    LIMITED (Purchaser) has contracted to carry out work in relation to which orders are placed by the Purchaser on

    the Bidder/Vendor/Contractor under this contract for supply or manufacture of certain items and would include

    Department of Defence Production, Ministry of Defence, Government of India, the Indian Navy, the Coast Guard

    and any other specified authority.

    120. GENERAL 121. UNLESS OTHERWISE INDICATED SPECIFICALLY BY THE BIDDER / CONTRACTOR IN HIS BID,

    IT SHALL BE CONSTRUED AS HIS ACCEPTANCE OF ALL THE CONDITIONS MENTIONED IN THIS

    STACS.

    200. COMMUNICATION & LANGUAGE FOR DOCUMENTATION 201. Any letter, facsimile message, e-mail intimation or notice sent to the Bidder/Vendor/Contractor at the last

    known address mentioned in the offer / order shall be deemed to be valid communication for the purpose of the order/contract. Unless stated otherwise by the purchaser, Language for communication & all documentation shall

    be same, which the Purchaser has used, in the tender enquiry.

    210. PURCHASER’S PROPERTY 211. All property (such as materials, drawings, documents etc) issued by the Purchaser or any other individual or

    firm on behalf of the Purchaser in connection with the contract shall remain confidential, being the property of the Purchaser and the Bidder/Vendor/Contractor shall undertake to return all such property so issued and will be

    responsible for any or all loss thereof and damage thereto resulting from whatever causes and shall reimburse the

    Purchaser the full amount of loss and damage.

    212. On completion of work in any compartment / location of the purchaser’s premises, the

    Bidder/Supplier/Contractor must ensure that the place is left in a reasonably clean state and all scrap is transferred

    to nearby scrap-bins.

    220. RISK PURCHASE 221. If the equipment / article / service or any portion thereof be not delivered / performed by the scheduled

    delivery date / period, any stoppage or discontinuation of ordered supply / awarded contract without written

    consent by Purchaser or not meeting the required quality standards the Purchaser shall be at liberty, without

    prejudice to the right of t


Recommended