+ All Categories
Home > Documents > MAZAGON DOCK SHIPBUILDERS LIMITED DIVISION- …

MAZAGON DOCK SHIPBUILDERS LIMITED DIVISION- …

Date post: 01-Dec-2021
Category:
Upload: others
View: 4 times
Download: 0 times
Share this document with a friend
53
Tender no.: GM (M)/MTI/2000007647 Page 1 of 53 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/2000007647 for the Supply, Installation, Testing and Commissioning of Vertical Turbine Pump Set. िनिवदा .: जीएम( एम् )/एमटीआय/२०००००७६४७ फॉर साई, इंालेशन, टेंग एंड कमीशिनंग ऑफ़ वटकल टरबाइन पंप सेट Tender date: 21.10.2020 Tender Due Date: 11.11.2020 Time at: 1400 Hrs (IST) िनिवदा िदनांक:२१.१०.२०२० ि निवदा बंद होने की ितिथ: ११.११.२०२० समय: १४०० बजे Opening date & time: 12.11.2020 Time at: 1400 Hrs (IST) खुलने की ितिथ:१२.११.२०२० 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) GEM Report ID: GEM/GARPTS/25092020/G2UMMYKZ7E6B 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 and commissioning of Dry Dock Pump (vertical turbine pump capacity 420 m3/hr, power rating 40 HP) 1 Nos. Within 06 months from the receipt of PO date. 2 Installation of Drainage Pump which includes a. Installation of dry dock pump (Qty. 1 AU) b. Installation of panel (Qty. 1 AU) c. Laying piping with valves flanges (Qty. 30.000 M)
Transcript
Microsoft Word - Tender verticalMAZAGON 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: 21.10.2020 Tender Due Date: 11.11.2020 Time at: 1400 Hrs (IST)
:.. : .. :
Opening date & time: 12.11.2020 Time at: 1400 Hrs (IST)
:.. :
EMD: INR 1,59,300 (Rupees One Lakh Fifty Nine Thousand Three Hundred Only)
: 2. ,,/- (2 9)
GEM Report ID: GEM/GARPTS/25092020/G2UMMYKZ7E6B
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.
rating 40 HP)
2
Installation of Drainage Pump which includes a. Installation of dry dock pump (Qty. 1 AU)
b. Installation of panel (Qty. 1 AU)
c. Laying piping with valves flanges (Qty. 30.000
M)
d. Laying of cable (Qty. 50.000 M)
3
includes a. Commissioning of installed pump (Qty. 1 AU)
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 Swing Check Type Non return valve including flanges, bolts &
packing material.
• 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 material SS 316
(Wetted parts). Non return valve size 250 mm class 150 material SS 316 (Wetted parts).
• 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. Failing which firms offer will be rejected.
2. 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.
Tender no.: GM (M)/MTI/2000007647 Page 3 of 53
3. 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.
4. The bidders have to provide all the necessary instruments and required facilities to the
inspection authority for purpose of carrying out the inspection.
5. 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.
6. MDL inspection authority will have the right to check any additional point or carryout
additional test not stipulated here.
7. MDL inspection authority will check and clear parts for proper fittings and tolerance
before assembly at supplier's works / at MDL site.
8. This inspection also includes visual inspection of parts at site to ensure their safe arrival
and clearance for preparing them for erection / assembly.
9. Erection is to be carried out as approved by the MDL Inspection Authority.
10. Visual inspection and measurement of weld seams where ever it is essential
11. Mechanical testing of welded specimens and extension pieces as per ASME Std.
12. Radiographic / Ultrasonic / Dye-penetrate tests if necessary.
13. Welds shall have no cracks.
14. Electricity, Compressed Air, available cranes, 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.
15. Any spares / items required during commissioning to be supplied by the contractor and
to be quoted for at the time of submitting the tender.
16. 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.
17. All handling of materials including loading / unloading and storage / security will be
contractor's responsibility.
18. All test parameters are to be recorded and submitted as a part of documentation.
19. Any deviation from the scope requirement or any deviation from terms and conditions to
be listed separately before submission the offer.
Tender no.: GM (M)/MTI/2000007647 Page 4 of 53
TECHNICAL DATASHEET FOR PUMP
MAKE KIRLOSKAR BROTHER /
FLOWSERVE
Type of Pump VERTICAL TURBINE
Liquid Sea Water
Recommended Motor Rating
LUBRICATED THORDON
BUSH BEARING
COLUMN ASSEMBLY
MATERIAL OF CONSTRUCTION
Impeller Sup Dup SS CE3MN 5A
Imp. Shaft SS 410
Shaft sealing Gland packing
Tender no.: GM (M)/MTI/2000007647 Page 5 of 53
TECHNICAL DATASHEET FOR MOTOR
Motor speed ( rpm) 960 +/- 10%
Enclosure TEFC
Size 250mm
Make KBL/BROSCO/IVC/VAG/HA WA / KENNEDY /
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 Spiral wound SS 304 +
Graphoil filled
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 Spiral wound SS 304 +
Graphoil filled
TECHNICAL DATASHEET FOR CONTROL PANEL
Make of Switchgears
L&T/HAVELLS/SCHNEIDE R/SIEMENS/LEGRAND /
Delta starter suitable for proposed New motor (30
KW/40 HP)
Incomer MCB/SDF
indicator (RYB)
Panel Thickness
powder coating with
seven tank process
Requirement
Operation Manual ON/OFF
Siemens Gray – RAL
7032/7035 (Powder Coating)
Cable (Motor to Control Panel) Cu Armoured cable of suitable size
Make
POLYCAB/FINOLEX/RR
SPARE PARTS
a) Critical and consumable spare parts list for Two-year maintenance spares from bidder. b) The bidder shall provide the product support for a minimum of 10 years.
c) MDL may witness / inspect at random or all tests / activities being carried out at party’s
premises or at MDL. Bidder has to arrange for all tests and inspections to be carried out
by MDL.
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 telephone / 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 equipments to MDL.
15 DOCUMANTATION
A) The manual containing following to be provided in triplicate with each equipment.
CONTENTS
3. pump house layout
12. Trouble shooting
14. Erection procedure
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 / Reports for following to be submitted.
1. Rubber 'O' rings.
6. Calibration certificate for measuring instruments like, pressure gauge, watt meter,
ammeters, voltmeter etc
7. raw material using for pipes , plates , elbow's clamps and other as required
8. Impeller
9. Bowl
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.
Prequalification Criteria: Bidders should upload following documents along with Part-I (Techno-Commercial Bid)
3.1 Technical Prequalification Criteria:
3.1.1 Firm should have executed supply, installation, testing and commissioning of vertical turbine pump/
sewage pump/ slurry pump/submersible pump/ Firefighting pump of capacity 40 HP and above
during last 3 years.
3.1.2 In proof, firm should submit Purchase order copy and work completion certificates.
3.2 Commercial Prequalification Criteria:
Tender no.: GM (M)/MTI/2000007647 Page 9 of 53
3.2.2 Bidders Supporting Documents for type of company such as: 1. Shop and Establishment certificate.
2. Factory License
4. Certificate of incorporation by registrar of company.
Registration certificate from local bodies for conducting business
3.2.3 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.
3.2.4 Audited / Certified Balance sheet, Profit / Loss account for past 3 years. (2016-17, 2017-18 &
2018-19).
3.2.5 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., (2016-17, 2017-18 & 2018-19) audited/certified
balance sheet & profit/loss account.
3.2.6 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 and Commissioning of vertical turbine pump/ sewage
pump/ slurry pump/submersible pump/ Firefighting pump of capacity 40 HP and above.”
3.2.7 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 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.
3. 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
4. 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.
Tender no.: GM (M)/MTI/2000007647 Page 10 of 53
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.
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 Enclosure-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.
5.6 No Exemptions towards Custom duty is applicable & hence no exemptions certificates will be
issued.
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:
Tender no.: GM (M)/MTI/2000007647 Page 11 of 53
Beneficiary’s Name Mazagon Dock Shipbuilders Limited
Name of Bank State Bank of India
Branch Mazagon Br.
Branch Code 9054
Telephone No. of Bank 23752802
Account No. 10005255246
Income Tax PAN No. AAACM8029J
b) The original receipt of EMD amount transferred electronically. EMD in the form of Bank Guarantee drawn in favour of MAZAGON DOCK SHIPBUILDERS
LIMITED or bid bond/SWIFT Message of equivalent foreign currency for foreign bidders shall be forwarded to GM (M) / HOD (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. Bank Guarantees from banks other than list of Banks
approved by SBI/Canara Bank published on MDL Website will not be accepted.
c) It is mandatory that the scanned image of proof of Electronic transfer/NEFT with bank transaction/transfer reference / BG / Bid bond / SWIFT Message shall be
uploaded at Part-I tender stage. If the scanned image is not uploaded in Part-I stage, bid shall be rejected.
d) Bidder to note that the Direct Electronic transfer/NEFT to be effected prior to tender closing date & time. The scanned image of proof of Electronic transfer/NEFT shall
reflect bank transaction/transfer reference. The original receipt of EMD amount transferred electronically or EMD BG shall reach MDL within 7 MDL working
days from the tender closing date.
e) The bid bond / Bank Guarantee should be valid for 120 Days from the tender closing
date. Either of these instruments should be drawn on as per the list of banks
approved by SBI /Canara bank published on MDL website, payable at Mumbai for
indigenous bidders.
f) Bidders to advise their bank/banker to send EMD BG 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.
g) Bids without EMD/Bid Bond will not be considered.
h) 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
Tender no.: GM (M)/MTI/2000007647 Page 12 of 53
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.
7.1.6 Bidder who are debarred under PPP MII order 2017
7.1.7 Bidders not meeting the eligibility criteria given in tender regarding the Class of
Supplier as per PPP MII Order 2017.
7.1.8 Bidders not submitting the declaration certificate or not indicating / declaring / specifying the local content percentage in the declaration certificate.
7.1.9 Bidder submitting Incomplete declaration certificate or declaration not certified
by appropriate authority as per tender.
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.
Tender no.: GM (M)/MTI/2000007647 Page 13 of 53
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)
7.2.15 Bidders not submitting Declaration of Compliance of Order (Public Procurement No.1, 2
& 3) dtd 23 Jul 2020 & 24 Jul 2020 on Restrictions under Rule 144 (xi) of the General
Financial Rules (GFRs), 2017 (Annexure-C)
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.
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 Invoice, guarantee/Warranty certificate, Installation &
commissioning certificate and inspection &acceptance report and submission & subsequent confirmation of performance bank guarantee for 10% of the total order value excluding tax. If PBG is not submitted, 10% of
the total order value excluding tax will be retained from invoice amount.
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
Tender no.: GM (M)/MTI/2000007647 Page 14 of 53
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
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. Bank Guarantees from banks other than list of Banks
approved by SBI/Canara Bank published on MDL Website will not be accepted. 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.
Bank Guarantees from banks other than list of Banks approved by SBI/Canara Bank published on
MDL Website will not be accepted. 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
Tender no.: GM (M)/MTI/2000007647 Page 15 of 53
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.
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.
Tender no.: GM (M)/MTI/2000007647 Page 16 of 53
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).
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.
Tender no.: GM (M)/MTI/2000007647 Page 17 of 53
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
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 UNDER MAKE IN INDIA POLICY OF GOI:
As per revised Public Procurement order Ref No. P-45021/2/2017-PP (BE-II) Dtd.04.06.2020
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 are as below:
(i) “Local content” means the amount of value added in India which shall be the total value of
item/s (goods, services or works or their combination) being procured (excluding net domestic
indirect taxes) in this tender minus the value of imported content in the item (including all customs
duties) as a proportion of the total value in percent.
(ii) “Class-I Local Supplier” means a supplier or service provider, whose goods, services or works
offered for procurement, has local content equal to or more than 50%.
(iii) “Class-Il Local Supplier” means a supplier or service provider, whose goods, services or works offered for procurement, has local content more than 20% but less than 50%.
Tender no.: GM (M)/MTI/2000007647 Page 18 of 53
(iv) “Non - Local Supplier” means a supplier or service provider, whose goods, services or works offered for procurement, has local content less than or equal to 20%.
(v) “L1” bid means the lowest tender or lowest bid or lowest quotation received in a tender,
bidding process or other procurement solicitation as adjudged in the evaluation process as per the
tender or other procurement solicitation. MDL reserves right to negotiate with evaluated L1
bidders on the quoted prices as the need be.
(vi) “Margin of Purchase Preference” means the maximum extent to which the price quoted by
“Class-I Local Supplier” may be above the evaluated L1 (non-negotiated price) for the purpose of
considering them for purchase preference. The margin of purchase preference for the present
tender is 20%.
(vii) “Works” means all works as per Rule 130 of GFR-2017 and will also include “turnkey
works”, Engineering, Procurement and Construction (EPC) contracts.
(viii) “Services” includes System Integrator (SI) contracts among other services.
(b) Minimum local content: The minimum local content in the scope as per offer is to be more
than 20% as stated in the body of this tender for the present tender for a bidder to be considered for
evaluation. Note: 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.
(c) Eligibility: Only Class-I Local Suppliers & Class-II Local Suppliers are eligible to bid.
(d) Local Content Declaration by Local Supplier:
(i) All bidders including MSE bidders should mandatorily submit the local content declaration
certificate as per Annexure-A mandatorily in technical offer-Part-I bid. Bidders should declare
that percentage of local content for each item and service offered by the bidders. This declaration is
necessary even if Custom Duty Exemption and / or ERV (if applicable) are not being sought.
Bidders shall declare the details of the location(s) at which the local value addition is made. Bidders
shall give the price break-up in percentage for “Local Component” and “Foreign / Imported
Component”. Local content declaration shall be Self-certification as per Annexure-A, by Chief
Financial Officer or Other legally responsible person nominated in writing by the Chief Executive
or Senior Member / Person with Management Responsibility of Corporation / Partnership / Individual. Local content percentage shall be declared item wise or tender wise strictly as per the
terms of the tender. In cases of tender value is in excess of Rs. 10 Crores, the bidders shall provide Local content declaration certificate as per Annexure-A, from statutory auditor or cost auditor of the
company (in case of companies) or from a practicing cost accountant or practicing charted accountant jointly signed by the bidder (in respect of supplier other than companies) giving the
percentage of local content. (ii) Bidders shall be categorised as “Class-I Local Supplier” or “Class-Il Local Supplier” or “Non -
Local Supplier” based on the local content declared by them in their declaration certificate. Declared Local Content shall be the basis for categorization of the vendors and tender evaluation.
However, MDL reserves the right to undertake detailed examination of declared local content and
may call vendor to submit relevant documents.
(iii) On opening of the price bids, if it is identified that there is difference in local content
declaration made in bid & local content percentage as per price quoted is now not meeting (i.e.
lesser than) the specified tender requirement (i.e only on the quoted price without any loading) then
such offer shall be disqualified on non-receipt of clarification by stipulated time or unsatisfactory
clarification and offer shall not be considered for ranking purpose. The bidders would be treated /
considered as given false declaration and necessary action for debarment shall be initiated.
(iv) “Non - Local Supplier” (local content less than or equal to 20%) shall be categorically rejected
except in case of Global Tender.
(v) Bidders not submitting the declaration certificate or not indicating / declaring / specifying
the local content percentage in the declaration certificate or Bidder submitting Incomplete
declaration certificate or declaration not certified by appropriate authority as per tender or
Tender no.: GM (M)/MTI/2000007647 Page 19 of 53
Bidders submitting Erroneous or ambiguous or blank declaration of local content shall be categorically rejected.
Note:
Once the declaration / certification is committed at tender submission stage, the same cannot be
altered subsequently at technical negotiation stage or after award of contract. Doing so would be
treated / considered as false declaration by bidder and necessary action shall be initiated as per Para
9 of the said Order for debarment.
(e) Preference between Class-I Local Supplier and MSE Bidder: { This clause is applicable
only if line items are separable and MSE preference clause is also applicable }
(i) Purchase Preference under PPP MSE Order 2012 shall prevail over Purchase preference under
PPP MII Order 2017. (ii) Between the MSE and Class I 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 considered with L1+15% as per Public Procurement Policy for MSEs Order 2012 and Class I Local
Supplier will be considered with L1+20% as per Public Procurement (Preference to Make in India) Order 2017.
(iii) MSE bidders shall seek benefit of either Public Procurement Policy for MSEs – Order
2012 or Public Procurement Preference to Make in India – Order 2017 and cannot seek
benefit under both. Such bidders should categorically seek benefits of only one policy which, once declared in the Annexure-A referred above while submitting the bid, cannot be modified
subsequently.
(f) 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 FE & custom duty duly self-certified. Such
declared custom duty percentage will only be considered for arriving local content.
(ii) If there is variation in declared custom duty percentage and the actuals, the consequence shall be
borne by the bidder including penalty, if any.
(g) Preference to Local Supplier: The following procedure will be adopted for deciding on
preference to Class-I Local Supplier / MSE Manufacturers:
Where Eligibility to bid is Both Class I & Class II Local Suppliers and Non Divisible tender: i) Among all qualified bids, the lowest evaluated bid will be termed as L1 and if L1 is “MSE
Manufacturer”, the contract for the full quantity will be awarded to L1. ii) If L1 is other than “MSE Manufacturer”, then first MSEs eligible for PP under PPP MSE
Order 2012 (ie techno-commercially accepted MSEs within evaluated L1+15%) will be invited to match the L1 price (negotiated price, if negotiation was conducted) and the contract for full
quantity shall be awarded to such MSE bidder who matches the L1 price (negotiated price, if negotiation was conducted). If more than one MSEs fall under such criteria and are willing to
match the L1 price, then order of preference for according contract shall be MSEs owned by
women entrepreneurs, then MSEs owned by SC / STs & then other MSEs and among the
multiple MSE bidders in each of the above category the preference shall be to the bidder whose
evaluated price is nearest to the L1 price (negotiated price, if negotiation was conducted).
iii) In case MSE bidders decline to match L1 price and the L1 is “Class-I Local Supplier” then
the order for the full quantity shall be awarded to the L1 “Class-I Local Supplier”. However, if
the L1 is not a “Class-I Local Supplier” then the “Class-I Local Suppliers” whose price falls
within the margin of purchase preference under PPP MII Order 2017 (within evaluated L1+20%)
will be invited to match the L1 price (negotiated price, if negotiation was conducted) in the order
of ranking of Class I Local Supplier and the contract for full quantity shall be awarded to such
“Class-I Local Supplier” who first matches the L1 price (negotiated price, if negotiation was conducted).
iv) In case none of the “Class-I Local Supplier” or MSEs are within the margin of purchase
Tender no.: GM (M)/MTI/2000007647 Page 20 of 53
preference or do not agree to match the L1 price or there is no Class I Local Supplier or MSE bidder, the contract for full quantity will be awarded to the L1 bidder.
(h) Documentation on completion of contract or PO:
(i) After the contract is awarded and the supplies are completed, the supplier shall provide a “Local
content certificate” (Annexure-B) declaring the actual Local content percentage achieved while
executing the contract. In case of failure to provide Local Content Certificate for the executed order
within reasonable time, the issue be referred for debarment.
(ii) Supporting documentation towards realization of committed Local Content as per the contract /
order terms & conditions shall be maintained by the Supplier for a period of seven years from the
date of completion of the contract for audit purpose. Nodal Ministry may constitute committees with internal & external experts for independent verification of self-declarations and auditor’s /
accountant’s certificates on random basis and in the case of complaints.
Note: In cases of procurement for value in excess of Rs. 10 Crores, the local supplier shall 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 duly attested by the vendor.
(j) Debarment of bidders / suppliers
(i) False Declaration: 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 successors 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
(ii) A supplier who has been debarred by any procuring entity for violation of said Order shall not
be eligible for preference under said Order for procurement by any other procuring entity for the
duration of debarment. The debarment for such other procuring entities shall take effect
prospectively from the date on which it comes to the notice of other procurement entities, in such a
manner that ongoing procurements are not disrupted.
(k) 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. Verification of Declared Local Content shall be carried out by seeking additional info as deemed necessary and the bidders (including unsuccessful bidders) against the tender shall
be obliged to furnish the necessary documents. Failing to do so, the vendor may invite penal action as per the provisions of the Order. The fee shall be deposited in MDL’s Account by NEFT.
However, if in the opinion of MDL matter needs to be dealt at higher level, then the complaint shall be referred to Nodal Ministry and their fees / expenses / charges applicable as per the Nodal
Ministry shall be borne by the complainant and paid by the complainant before referring the matter. The bank account details of MDL are as follows:
Beneficiary’s Name Mazagon Dock Shipbuilders Limited
Name of Bank State Bank of India
Branch Mazagon Br.
Branch Code 9054
Telephone No. of Bank 23752802
Account No. 10005255246
21 RESTRICTIONS ON VENDORS FROM LAND BORDERS
A) Any bidder from a country which shares a land border with India will be eligible to bid in this
tender only if the bidder is registered with the Competent Authority. The Competent Authority for
the purpose of registration under this Order shall be the Registration Committee constituted by the
Department for Promotion of Industry and Internal Trade (DPIIT). The Bidder shall submit
declaration / certificate as per Annexure “C” towards compliance of Public Order on Restrictions under Rule 144 (xi) of the General Financial Rules (GFRs), 2017. However, Order
will not apply to bidders from those countries (even if sharing a land border with India) to which the
Government of India has extended lines of credit or in which the Government of India is engaged in
development projects. Lists of countries to which lines of credit have been extended or in which
development projects are undertaken are given in the website of the Ministry of External Affairs
B) "Bidder" for the purpose of this Order (Public Procurement No.1, 2 & 3) (including the term
'tenderer’, ‘consultant' 'vendor' or 'service provider’ in certain contexts) means any person or firm or company, including any member of a consortium or joint venture (that is an association of several
persons, or firms or companies), every artificial juridical person not falling in any of the descriptions of bidders stated hereinbefore, including any agency, branch or office controlled by
such person, participating in a procurement process.
C) "Bidder from a country which shares a land border with India” for the purpose of this Order (Public Procurement No.1, 2 & 3) means
a) An entity incorporated, established or registered in such a country; or
b) A subsidiary of an entity incorporated, established or registered in such a country; or
c) An entity substantially controlled through entities incorporated, established or registered in such
a country; or
d) An entity whose beneficial owner is situated in such a country; or
e) An Indian (or other) agent of such an entity; or
f) A natural person who is a citizen of such a country; or
g) A consortium or joint venture where any member of the consortium or joint venture falls under
any of the above
Note: "Beneficial owner" for the purpose of above paragraph (C) will be as under:
(i) In case of a company or Limited Liability Partnership, the beneficial owner is the natural person(s), who, whether acting alone or together, or through one or more juridical person(s), has a
controlling ownership interest or who exercises control through other means. Explanation-
a. "Controlling ownership interest" means ownership of, or entitlement to, more than
twenty-five per cent of shares or capital or profits of the company;
b. "Control" shall include the right to appoint the majority of the directors or to control the
management or policy decisions, including by virtue of their shareholding or management
rights or shareholder’s agreements or voting agreements;
(ii) In case of a partnership firm, the beneficial owner is the natural person(s) who, whether
acting alone or together, or through one or more juridical person, has ownership of entitlement to
more than fifteen percent of capital or profits of the partnership;
(iii) In case of an unincorporated association or body of individuals, the beneficial owner is the
natural person(s), who, whether acting alone or together, or through one or more juridical person,
has ownership of or entitlement to more than fifteen percent of the property or capital or profits of such association or body of individuals;
Tender no.: GM (M)/MTI/2000007647 Page 22 of 53
(iv) Where no natural person is identified under (i) or (ii) or (iii) above, the beneficial owner is the relevant natural person who holds the position of senior managing official;
(v) In case of a trust, the identification of beneficial owner(s) shall include identification of the
author of the trust, the trustee, the beneficiaries with fifteen percent or more interest in the trust and
any other natural person exercising ultimate effective control over the trust through a chain of
control or ownership.
D) "Agent" for the purpose of this Order (Public Procurement No.1, 2 & 3) dtd 23 Jul 2020 & 24 Jul
2020 is a person employed to do any act for another, or to represent another in dealings with third
persons.
22 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.
23 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.
24 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.
25 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.
26 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.
Tender no.: GM (M)/MTI/2000007647 Page 23 of 53
27 Spares / Post sale product support: 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.
28 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.
29 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.
30
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
31 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.
Tender no.: GM (M)/MTI/2000007647 Page 24 of 53
32 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.
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*
Annexure - A Declaration Certificate For Local Content
Annexure - B Actual Local Content Certificate
Annexure - C Declaration of Compliance of Order under rule 144
Note: * These documents to be down loaded from our Website. (www.mazagondock.in
Path Tenders Ship Building-Material Purchase SB-MP STACS/Formats )
Annexure - I
Type Vertical turbine pump sets Vendor to quote details
MAKE KIRLOSKAR BROTHER / FLOWMORE / WPIL / M&P
/ SHERA /XYLEM / FLOWSERVE
dewatering application
Liquid Sea Water
Recommended Motor Rating (kw)
LUBRICATED THORDON
BUSH BEARING
COLUMN ASSEMBLY
MATERIAL OF CONSTRUCTION
Impeller Sup Dup SS CE3MN 5A
Imp. Shaft SS 410
Shaft sealing Gland packing
TECHNICAL DATASHEET FOR MOTOR
Make KEC/MARATHON/CGL/BB
Motor speed ( rpm) 960 +/- 10%
Enclosure TEFC
Size 250mm
Flanged End Type
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 Spiral wound SS 304 +
Graphoil filled
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 Spiral wound SS 304 + Graphoil filled
Flanges drilling ANSI B16.5
Tender no.: GM (M)/MTI/2000007647 Page 28 of 53
Make of Switchgears
Delta starter suitable for proposed New motor (30
KW/40 HP)
Incomer MCB/SDF
protection, Dry run protection
Ammeter To be provided
Voltmeter To be provided
Cooling To be provided
(RYB)
Panel Thickness
powder coating with
seven tank process
Requirement
Operation Manual ON/OFF
7032/7035 (Powder Coating)
Cable (Motor to Control Panel) Cu Armoured cable of suitable
size
Make
POLYCAB/FINOLEX/RR
Enclosure-1
Illustrative format & guideline (FOR INDIGENIOUS BIDDERS) for quoting prices in online Price Bid:
Enclosure–2
Material
Description
b. Installation of panel (Qty. 1 AU)
c. Laying piping with
50.000 M)
Commissioning of
AU)
To be quoted To be quoted To be quoted
Applicable GST To be quoted To be quoted To be quoted
Rate of GST (%) To be quoted To be quoted To be quoted
Total amount per
Total amount
Tender no.: GM (M)/MTI/2000007647 Page 30 of 53
Instructions to the Bidders for uploading the Techno-Commercial Bid and the Price Bid through E-
Procurement Portal:
E-mail: [email protected]
•••• 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.
(ii) Bidders should submit their bid well in advance to avoid last minute frantic calls.
Tender no.: GM (M)/MTI/2000007647 Page 31 of 53
(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/2000007647 Page 32 of 53
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/2000007647 Page 33 of 53
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

Recommended