+ All Categories
Home > Documents > MAZAGON DOCK SHIPBUILDERS LIMITED Certified – ISO …

MAZAGON DOCK SHIPBUILDERS LIMITED Certified – ISO …

Date post: 01-Dec-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
Microsoft Word - Tender DraftMAZAGON DOCK SHIPBUILDERS LIMITED
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.
Turbine Pump Set.
.: ()// , , &

Tender date:18.09.2019 Tender Due Date: 09.10.2019 Time at: 1400 Hrs (IST)
: .. : .. :
Opening date & time: 10.10.2019 Time at: 1400 Hrs (IST)
: .. :
EMD: INR 1,59,300 (Rupees One Lakh Fifty Nine Thousand Three Hundred Only)
: 2. ,,,/- (2 8)
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.
(vertical turbine pump capacity 420 m3/hr) along with control panel.
1 Nos.
2
which includes
b. 50M Cable Laying.
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
MAKE MAKE KIRLOSKAR
Turbine Pump sets for
Liquid Sea Water
design
Recommended Motor Rating
design
MATERIAL OF CONSTRUCTION
Impeller Sup Dup SS CE3MN 5A
Imp. Shaft SS 410
Shaft sealing Gland packing
Tender no.: GM (M)/MTI/2000007296 Page 5 of 48
TECHNICAL DATASHEET FOR MOTOR
reputed make
design
Motor speed ( rpm) Vendor / Bidder to submit the
design
Size 250mm
Make KBL/BROSCO/IVC/VAG/H AWA / KENNEDY /
Standard BS 1868
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
Size 250mm
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
TECHNICAL DATASHEET FOR CONTROL PANEL
Make of Switchgears
Starter Type
Delta starter suitable for proposed New motor
Incomer MCB/SDF
protection, Dry run protection
Ammeter To be provided
Voltmeter To be provided
Cooling To be provided
(RYB)
Panel Thickness
2mm thick CRCA Sheet with powder coating with seven tank
process
Requirement
Operation
Paint shade Siemens Gray – RAL 7032/7035 (Powder Coating)
Cable (Motor to Control Panel) Cu Armoured cable of suitable size
Make
POLYCAB/FINOLEX/RR
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
3. pump house layout
6. Equipment and tools 7. Preparation for erection
8. Erection 9. Operation
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
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.
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.
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)
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:
Branch Mazagon Br.
Branch Code 9054
Telephone No. of Bank 23752802
Account No. 10005255246
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.
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
Contact details at "Invoicemart" TReDS platform are as below:
022 6235 7373 and a new mail id [email protected].
2. "M1xchange"
TReDS platform
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.
M. Tanweer Iqbal
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 - 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
MAKE MAKE KIRLOSKAR
Application Electric Motor driven vertical
Turbine Pump sets for
Liquid Sea Water
8.31
Pump Efficiency ( %) 80% +/- 10%
Recommended Motor Rating
design
Above Floor
MATERIAL OF CONSTRUCTION
Impeller Sup Dup SS CE3MN 5A
Imp. Shaft SS 410
Shaft sealing Gland packing
Tender no.: GM (M)/MTI/2000007296 Page 24 of 48
TECHNICAL DATASHEET FOR MOTOR
reputed make
design
Motor speed ( rpm) Vendor / Bidder to submit the
design
Size 250mm
Flanged End Type
Equivalent of reputed make
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
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
TECHNICAL DATASHEET FOR CONTROL PANEL
Make of Switchgears
Starter Type
Delta starter suitable for proposed New motor
Incomer MCB/SDF
protection, Dry run protection
Ammeter To be provided
Voltmeter To be provided
Cooling To be provided
(RYB)
Panel Thickness
2mm thick CRCA Sheet with powder coating with seven tank
process
Requirement
Operation
7032/7035 (Powder Coating)
Cable (Motor to Control Panel) Cu Armoured cable of suitable
size
Make
POLYCAB/FINOLEX/RR
Equivalent of reputed make
Enclosure-1
Illustrative format & guideline (FOR INDIGENIOUS BIDDERS) for quoting prices in online Price Bid:
Item Sr. no. 1 2
Material
Description
b. 50M Cable Laying.
Applicable GST To be quoted To be quoted
Rate of GST (%) To be quoted To be quoted
Total amount per
Total amount
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:
NIC,
•••• 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 the Purchaser to recover Liquidated Damages / penalty as provided for in these conditions
or to any other remedy for breach of contract, to terminate the contract either wholly or to the extent of such
default. Amounts advanced or part thereof corresponding to the undelivered supply shall be recoverable from the
Contractor / Bidder at the prevailing bank rate of interest.
222. The Purchaser shall also be at liberty to purchase, manufacture or supply from stock as it deems fit, other
articles of the same or similar description to make good such default and or in the event of the contract being
terminated, the balance of the articles of the remaining to be delivered there under. Any excess over the purchase
price, cost of manufacture or value of any articles supplied from the stock, as the case may be, over the contract
price shall be recoverable from the Bidder / Vendor / Contractor.
230. RECOPVERY ADJUSTMENT PROVISIONS 231. Payment made under one order shall not be assigned or adjusted to any other order except to the extent agreed
upon in writing by the Purchaser. During the currency of the contract, if any sum of money is payable by the
Bidder / Vendor / Contractor the same shall be deducted from any sum then due or thereafter may become due to
the Bidder / Vendor / Contractor under the contract or any other contract with the Purchaser.
Tender no.: GM (M)/MTI/2000007296 Page 31 of 48
240. ADDITIONAL BANK GUARANTEE 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 then 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.
250. INDEMNIFICATION 251. The Bidder / Vendor / Contractor, his employees, licencees, agents or Sub-Vendor / Sub-contractor, while on
site of the Purchaser for the purpose of this contract, indemnifies the Purchaser against direct damage and or injury
to the property and or the person of the Purchaser or that of Purchaser's employees, agents, Sub- Contractors /
Suppliers occurring and to the extent caused by the negligence of the Bidder / Vendor / Contractor, his employees,
licencees, agents or Sub-contractor by making good such damages to the property, or compensating personal injury
and the total liability for such damages or injury shall be as mutually discussed and agreed to.
260. TRANSFER OF VENDORS / CONTRACTOR’S RIGHTS: 261. The Bidder / Vendor / Contractor shall not either wholly or partly sell, transfer, assign or otherwise dispose of
the rights, liabilities and obligations under the contract between him and the Purchaser without prior consent of the
Purchaser in writing.
270. SUBCONTRACT & RIGHT OF PURCHASER 271. The Bidder / Vendor / Contractor under no circumstances undertake or subcontract any work / contract from
or to any other Sub-contractor without prior written approval of the Competent Authority of Purchaser. In the event
it is found that such practice has been indulged in, the contract is liable to be terminated without notice and the
Bidder / Vendor / Contractor is debarred all from future tender enquiries / work orders. However in no circumstances a contractor is permitted to subcontract any part of the contract to the bidders who had quoted for
the concerned tender.
280. PATENT RIGHTS 281. The Bidder / Vendor / Contractor shall hold harmless and keep the Purchaser indemnified against all claims
arising as a result of infringement of any patent / copy rights on account of manufacture, sale or use of articles covered by the order.
290. AGENTS / AGENCY COMMISSION:
291. The seller confirms and declares to the buyer that the seller is the original manufacturer or authorized
distributor/stockiest of original manufacturer of the stores referred to in this contract and has not engaged any
individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommended to
the Buyer or any of its functionaries, whether officially or unofficially , to the award of the Contract / Purchase
order to the Seller; nor has any amount been paid, promised or intended to be paid to any such individual or firm in
respect of any such intercession, facilitation or recommendation. The Seller agrees that if it is established at any
time to the satisfaction of the Buyer that the present declaration is in any way incorrect or if at a later stage it is
discovered by the Buyer that the Seller has engaged any such individual/firm, and paid or intended to pay any
amount, gift, reward , fees, commission or consideration to such person, party, firm or institution , whether before
or after the signing of this Contract / Purchase order, the Seller
will be liable to refund that amount to the Buyer.
The seller will also be debarred from participation in any RFQ/Tender for new projects/program with Buyer for a
minimum period of five years.
The buyer will also have a right to consider cancellation of the Contract either wholly or in part, without any
entitlement or compensation to the Seller who shall in such event be liable to refund all payments made by the
buyer in terms of the Contract along with interest at the rate of 2% per annum above LIBOR (London Inter Bank
Offer Rate) (for foreign vendors) and base rate of SBI plus 2% (for Indian Vendors).
The Buyer will also have the right to recover any such amount from any contracts concluded earlier with Buyer.
300. USE OF UNDUE INFLUENCE / CORRUPT PRACTICES:
301. The Bidder / Supplier / Contractor undertakes that he has not given, offered or promised to give, directly or
indirectly any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of
the Purchaser or otherwise in procuring the contract or forbearing to do or for having done or forborne to do any
Tender no.: GM (M)/MTI/2000007296 Page 32 of 48
act in relation to the obtaining or execution of the Contract with the Purchaser for showing or forbearing to show
favour or disfavour to any person in relation to the Contract or any other Contract with the Purchaser. Any breach
of the aforesaid undertaking by the Bidder / Supplier / Contractor or any one employed by him or acting on his
behalf (whether with or without the knowledge of the Bidder / Supplier / Contractor) or the commission of any
offence by the Bidder / Supplier / Contractor or any one employed by him or acting on his behalf, as defined in
Chapter IX of the Indian Penal Code, 1980 or the Prevention of Corruption Act, 1947 or any other Act enacted or
the prevention of corruption shall entitle the Purchaser to cancel the contract and all or any other contracts with the
Bidder / Contractor / Supplier and recover from the Bidder / Supplier / Contractor the amount of any loss arising
from such cancellation. Decision of the Purchaser or his nominee to the effect that a breach of the undertaking has
been committed shall be final and binding on the Bidder / Supplier / Contractor.
302. The Bidder / Supplier / Contractor shall not offer or agree to give any person in the employment of Purchaser
any gift or consideration of any kind as "Inducement" or "reward" for doing or forbearing to do or for having done
or forborne to do any act in relation to the obtaining or execution of the contract/s. Any breach of the aforesaid
condition by the Bidder / Supplier / Contractor or any one employed by them or acting on their behalf (whether
with or without the knowledge of the Bidder / Supplier / Contractor) or the commission of any offence by the
Bidder / Supplier / Contractor or by any one employed by them or acting on their behalf which shall be punishable
under the Indian Penal Code 1980 and/or the Prevention of Corruption by Public Servants, shall entitle Purchaser
to cancel the contract/s and all or any other contracts and then to recover from the Bidder / Supplier / Contractor
the amounts of any loss arising from such contracts' cancellation, including but not limited to imposition of penal
damages, forfeiture of Security Deposit, encashment of the Bank Guarantee and refund of the amounts paid by the
Purchaser.
303. In case, it is found to the satisfaction of the Purchaser that the Bidder / Supplier / Contractor has engaged an
Agent or paid commission or influenced any person to obtain the contract as described in clauses relating to Agents
/ Agency Commission and use of undue Influence, the Bidder / Supplier / Contractor, on a specific request of the Purchaser shall provide necessary information / inspection of the relevant financial document / information.
310. IMMUNITY OF GOVERNMENT OF INDIA CLAUSE 311. It is expressly understood and agreed by and between M/s. (Bidder / Supplier / Contractor) and MAZAGON
DOCK SHIPBUILDERS LIMITED, Dockyard Road, Mumbai - 400 010 (MDL) is entering into this Agreement
solely on its own behalf and not on the behalf of any person or entity. In particular, it is expressly understood and agreed that the Government of India is not a party to this Agreement and has no liabilities, obligations or rights
hereunder. It is expressly understood and agreed that MDL is an independent legal entity with power and authority
to enter into contracts solely in its own behalf under the applicable of Laws of India and general principles of
Contract Law. The (Bidder / Supplier / Contractor) expressly agrees, acknowledges and understands that MDL is
not an agent, representative or delegate of the Government of India. It is further understood and agreed that the
Government of India is not and shall not be liable for any acts, omissions and commissions, breaches or other
wrongs arising out of the contract. Accordingly, (Bidder / Supplier / Contractor) hereby expressly waives, releases
and foregoes any and all actions or claims, including cross claims, impleader claims or counter claims against the
Government of India arising out of this contract and covenants not to sue Government of India in any manner,
claim, cause of action or thing whatsoever arising of or under this Agreement.
320. EXPORT LICENCE 321. The export licenses that may be required for delivery of the various items/equipment to MDL shall be
arranged by the Bidder / Supplier / Contractor from the concerned authorities in their country without any time &
cost implications on the Purchaser.
330. BANNED OR DE-LISTED CONTRACTORS / VENDORS. 331. The Bidder / Vendor / Contractor declares that they being Proprietors / Directors / Partners have not been any
time individually or collectively blacklisted or banned or de-l

Recommended