-
िनिवदा पूछताछTENDER ENQUIRY
[वेब िनिवदा][WEB TENDER]
िनिवदा सं./Tender No 1200001830य अिधकारी/Purchase Exec.
Jayprakash Sankhe
सेवा म /To
दरूभाष सं./Telephoneफै स सं./Faxई-मेल/E-Mail
िवभाग/Department EY COMMERCIALय अिधकारी/Purchase Exec.
Jayprakash Sankhe
दरूभाष सं./Telephone No 23762620फै स सं./Fax No
23741386ई-मेल/E-Mail [email protected]
िनिवदा सं./Tender No 1200001830
आरएफ यू सं./RFQ No 2050001987
िनिवदा ितिथ/ Tender Date 03.07.2019िनिवदा बदं क ितिथ/Tender
Closing Date 24.07.2019िनिवदा बदं होने का समय/Tender Closing Time
12:00:00
िनिवदा शु क/Tender Fee /Rs 0.00बयाना रािश/EMD Amount /Rs 0.00पुव
िबड बठैक ितिथ और समय/Pre Bid Meeting Date & Time
24.07.2019,00:00:00िनिवदा खोलने क ितिथ और समय/Tender Opening Date
& Time 24.07.2019,15:00:00
ताव वैधता ित िथ ह/ैOffer should be valid up toसुर ा जमा/Security
Deposit 0.00 %आदेश मू य का/PO valueवरीय बक जमानत /Perf. Bank
Guarantee 0.00 %आदेश मू य का/PO value
( आगे के िववरण हेतु कृपया स बं िनयम शत को पढ़े । सुिनि त कर क
कोटेशन और संबंिधत प ाचार के िलए िवभाग का नाम, य अिधकारी का नाम
,िनिवदा सं या,बंद होने का समय एवं ितिथ एवं आरएफ यू सं. अपने कोटेशनम
िलख ।Kindly read and refer relevant terms & conditions for
further details. Do ensure to Quote Department Name, Purchase
Executive ‘s Name , TenderNumber, closing date & time and RFQ
Number in your Quotation & related correspondence )
ि य महोदय/महोदयाDear Sir / Madam ,
िवषय /SUB:- PROCUREMENT OF GODREJ SAFE (MODEL-1060)-1 NO
STT(MBI)SINGLE NOMINATED BRANDOPEN TENDER BASIS.
माझगाँव डॉक िशपिब डस िलिमटेड िति त/संभािवत आपू तकता से िन न
हेतु, ितयोिगता मक दो बोली णाली म ( भाग -।तकिनक - वािण य बोली एवं
भाग ।। मू य बोली ) बोली आमंि त करती ह।ैMazagon Dock Shipbuilders
Limited (MDL) invites Competitive – Bid from reputed Supplier for
the following in TWO BIDsystem ( Part - । Techno - Commercial Bid
& Part - ।। Price Bid ).
सं.SL.No.
साम ी / सेवा िववरणMaterial / Service Details
मा ा / इकाईQuantity / unit
आपू त ितिथDelivery Date
00010 साम ी सं./ Material Number :- 310000000000003049Godrej
Safe Model No: 1060
1 Number 07.08.2019
साम ी वणन/Material Description :Godrej Safe Model No: 1060
Page: 1 of 2
-
िनिवदा सं./ Tender No:- 1200001830 िनिवदा ितिथ/ Tender Date:-
03.07.2019 आरएफ यू सं./RFQ No:- 2050001987
सं.SL.No.
साम ी / सेवा िववरणMaterial / Service Details
मा ा / इकाईQuantity / unit
आपू त ितिथDelivery Date
2 Key LocksLockable Drawer & adjustable ShelfPowder Coated
Finish
Dimensions (HxWxD in Inches):- 49.3 x 23 x 23 All dimensions in
InchesWeight (Kg):- 236Volume (Liters):- 169
िनयम और शत : भाग ए मे िलखी ई और इतर संल प े इस िनिवदा एक अिभ अंग
ह |हम आशा ह क ,हम ितयोिगि मक और उिचतताव इस िनिवदा के िलए ा होगा
|
Terms & Conditions as indicated in Part A of this tender and
other enclosures / annexures form an integral part of this
tenderdocument. We look forward to receive your most competitive
and reasonable offer against this Tender.
माझगाँव डॉक िशपिब डस िलिमटेड के िलए /For Mazagon Dock
Shipbuilders Ltd
Page: 2 of 2
-
EY/CD/JPS/PROJ/1200001830 Procurement of Godrej Safe
(Model-1060)-1 no STT(MBI)Single nominated Brand open tender
basis.
Page 1 of 17
PART-A
WEB-TENDER TENDER ENQUIRY (TWO - BID SYSTEM)
DIVISION: SUBMARINE DEPARTMENT- COMMERCIAL (EAST YARD) TENDER
NO: EY/CD/JPS/PROJ/1200001830 TENDER DATE: - 03/07/2019 CLOSING
DATE: -24/07/2019 CLOSING TIME: - 15.00 HRS SECURITY DEPOSIT: - NIL
TENDER FEE: - NIL EMD: - NIL MAZAGON DOCK SHIPBUILDERS LIMITED
(MDL), INVITES COMPETITIVE BIDS from reputed Indian Bidders /
Vendors only in SINGLE BRAND , TWO – BID SYSTEM (Part-I Techno
Commercial Bid and Part-II Price Bid) for the following Work /
Supplies:
1. Description of Work / Supplies: The detailed scope is
attached herewith as Enclosure-1.Any technical
clarifications,if required can be obtained by informing in
writing to CM (PLG-EY) Tel No.2376 3609 for queries.
Sr. No
Description & Specification of Item.
1
Procurement of Godrej Safe (Model-1060)-1 no STT(MBI)Single
nominated Brand open tender basis.
2. Duplicate Supply Clause: In case of supply of duplicate
supply/spurious/substandard items by the firm, MDL
will resort to prosecution of the firm by taking legal action
with all the stringent measures against the firm for supplying such
items which has lead to delay of the project of national importance
and has endangered the national security. The firm will also be
blacklisted in MDL & will be debarred from quoting in future
MDL tenders and the same will be intimated to all other public
sector undertakings and other Government Organizations.
3. INSTRUCTIONS TO THE BIDDERS:
3.1 Before submitting the bid please visit our website for any
change in tender closing date or any other
notice.
3.2 Bidders have to supplied material “Godrej” brand as per
scope of work encloser no-1.
4. Pre – Qualification documents and criteria: Bidders should
submit the following documents along with their offer:
4.1 Bidders not registered with Mazagon Dock Shipbuilders
Limited should submit Valid Bidders
Company Profile and Shop & Establishment registration
certificate / Registration Certificate from local body for
conducting business, duly self attested,stamped with their company
seal.
4.2 If Bidders registered with Mazagon Dock Shipbuilders Limited
then furnish copy of valid
Registration Certificate. Note: a) Sr No.(4.1) not required for
permanent registered vendors with MDL. b)Bidders need to submit
supporting documentary evidence in support of the Pre-Qualification
Criteria viz. Purchase Order/Work Order.MDL has a right to verify /
cause verification of authenticity of the said documents whenever
felt necessary. c) Start-ups are exempted from submission of prior
turnover details and prior experience / PO copies. This exemption
will be granted only for the items identified & displayed on
MDL website under start-up icon which can be purchased from
start-ups without compromising on quality & technical
specifications.
5. Earnest Money Deposit (EMD): Not Applicable 6. 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 at the
discretion of MDL.
-
EY/CD/JPS/PROJ/1200001830 Procurement of Godrej Safe
(Model-1060)-1 no STT(MBI)Single nominated Brand open tender
basis.
Page 2 of 17
7. Submission of offer in TWO - Bid System : Offer must be
submitted in Two parts, each offer securely closed (sealed)
separately, in Two Envelopes Part - I & Part – II as stated
below;
7.1 Part-I Bid: This Envelope super scribing the Tender No, Due
date & Time should contain the
following; ( Note: Following documents should be page numbered
from First page to Last page like 1/x to
x/x)
7.1.1 Technical Bid in Original duly signed. 7.1.2 Acceptance on
clauses of Tender Enquiry, GT&C in the Prescribed Formats duly
stamped,
signed & filled ‘Accepted OR Not Accepted’ as applicable for
each of the clause. 7.1.3 STACS Acceptance in the Prescribed Format
duly stamped, signed & filled ‘Accepted OR
Not Accepted’ as applicable for each of the clause. 7.1.4 Price
schedule BLANKING the PRICES but clearly indicating ‘QUOTED /
UNQUOTED’
as applicable against each of the listed item in the prescribed
format duly Stamped & Signed.
7.1.5 Deviation Sheet in the prescribed format in case of any
deviations from Terms, Conditions & Technical requirements
specified in the STACS, Tender Enquiry & GT&C.
7.1.6 Bidders / Suppliers should submit the additional documents
as applicable and described at para 3 above.
7.1.7 Copies of valid Registration or Approval certificates in
case of Bidder’s firms registered with MDL/NSIC.
7.1.8 Bank Details for payment by RTGS/NEFT in the format
enclosed. 7.1.9 Start-ups need to submit supporting documentary
evidence in support of being Start-
up firm.
7.2 Part-II Bid: This securely closed (sealed) Envelope super
scribing Tender Enquiry No., Due date &
Time should contain only the PRICES for each of the listed items
strictly in the prescribed format provided with the tender. If the
space provided is not sufficient, bidder may attach additional
sheets. Offer in any other format shall not be considered.
Both these securely closed Envelopes i.e. Part-I & Part-II
should be put in a Third Bigger Envelope securely closed (Sealed),
super scribing Tender Enquiry No., Due date & Time and
addressed To Ganeral Manager (Commercial-East Yard), Mazagon Dock
Shipbuilders Limited, Dockyard Road, Mumbai 400 010, INDIA.
7.3 The offers shall be deposited ONLY in TENDER BOX for East
Yard Commercial, situated at MDL
Reception Centre MAZAGON DOCK SHIPBUILDERS LTD, Dockyard Road,
Mumbai-10 on / or before The Closing Date & Closing Time and
addressed Ganeral Manager (Commercial-East Yard) (offers deposited
in any other tender box in MDL other than the one indicated above
shall be rejected). In case of Bulky Offers / Bids, which cannot be
accommodated in the designated Tender Box, such bids / offers shall
be sent by post / courier so as should reach the undersigned well
before the due date and time.
7.4 The bids may also be sent by Speed Post / Courier Service
well in advance so as should reach the
Undersigned / Department (address as mentioned above) well
before the due date and time. Timely by submission of the Bids is
the responsibility of the bidders and no reasons / excuses in this
regard will be entertained by MDL.
8. Bid Rejection Criteria:
8.1 Following bids shall be categorically rejected; 8.1.1 The
Bids received after tender closing date and time.
8.2 Following bid rejection criteria may render the bids liable
for Rejection.
8.2.1 Bidder’s failure to submit sufficient or complete details
for evaluation of the bids within the
given period which may range in between two to three weeks
depending on the deficiencies noticed in the scope of work /
technical data which shall not however conflict with validity
period.
8.2.2 Incomplete / misleading / ambiguous bids in the considered
opinion of TNC/CNC. 8.2.3 Bids with technical requirements and or
terms not acceptable to MDL / Customers / External
agency nominated as applicable.
-
EY/CD/JPS/PROJ/1200001830 Procurement of Godrej Safe
(Model-1060)-1 no STT(MBI)Single nominated Brand open tender
basis.
Page 3 of 17
8.2.4 Bids received without pre – qualifications documents where
required as per the tender. 8.2.5 Validity Period indicated by the
bidders is shorter than that specified in the tender enquiry. 8.2.6
Unreasonably longer delivery period quoted by the firm. 8.2.7
Material genuinity certificate from OEM,
9. Delivery Period / Completion Schedule:
(i) Procurement of Godrej Safe (Model-1060)-1 no STT(MBI)Single
nominated Brand open tender basis within 2 weeks from date of
order.
(ii) Time is the essence of contract bidders are requested to
confirm the work completion schedule in
their bid.All items as per specification should be installed
within 2 weeks from the date of purchase order.Bidders are
requested to quote acceptance of the work completion period in the
offer. Delayed completion schedule beyond stipulated period shall
attract LD as per tender terms.
(iii) Items to be Free Door delivered to MDL & installed as
per scope of work. (iv) Delivery/completion date mentioned in the
RFQ is tentative date.Delivery/completion date
mentioned in PO will be final. Note: Work completion date to be
considered for the purpose of Liquidated Damages.You are
requested to confirm the work completion schedule in the
offer.In case the proposed completion of schedule is unable to
achieve, you shall submit minimum delivery lead time from date of
placement of order.
10. Pricing:
Bidder shall quote the prices as per the Rate Sheet Format at
Enclosure -2. The quoted prices shall remain firm and fixed during
the currency of the order / contract unless agreed otherwise by
MDL.The prices quoted shall be as delivered at MDL stores. Taxes,
Duties and levies shall be indicated separately.
11. Terms of Payment:
11.1 No Advance in any manner will be paid to the Supplier /
Bidder / Vendor / Contractor. Payment through NEFT/RTGS between 15
to 20 days after receipt & acceptance of complete set of the
items (after successful receipt inspection as applicable) as per
the scope of supply/work and against submission of documents in
Triplicate including Delivery challan (s), Invoice. 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
NEFT/RTGS format at Enclosure-8.
1 11.2 Part Supply Part Payment will not be acceptable.
11.3 Following documents to be submitted to Commercial-EY
through Receipt Section for release of
Payment and copy to Commercial – East Yard. a. Tax Invoice
(Original).
b. Delivery Challan (Endorsed by Stores). c. Guarantee/ Warranty
certificate valid for 1 year from the date of supply. d. Work
completion reports/SAP entry sheets to be submitted by EY-PLG
(Which is certified
duly stamped & signed by CM & above level executive)and
SOT(MBI). e. Material genuinity certificate from OEM (M/s
Godrej).
12. Guarantee/ Warranty: The supplied items shall be
guaranteed/warrantee for a minimum period of 12
months from the date of installation of material at MDL.For any
manufacturing defects, the supplier will have to rectify any
defects noticed during guarantee period at no extra cost to
MDL.During Guarantee/ Warranty period, material damage need to
replace spare parts in vendor premises at that FIMBG (Free issue
material bank guarantee) to be submitted equivalent to the value of
Purchase order.
13. Performance Bank Guarantee (PBG): Bidder will have to submit
a performance guarantee of an amount
equivalent to 10% on the value of the contract/order excluding
taxes, duties, freight etc in a prescribed format for the period
covering the guarantee of the product. The performance Bank
Guarantee should be valid for additional 1 month beyond expiry of
Guarantee period (i.e. 12 months + one month claim period).
NOTE: If firm is not submitting PBG@10% of total order value
than equivalent amount will be retained for the duration of
warranty/ Guarantee period of 12 months.
14. Security Deposit: Not Applicable.
-
EY/CD/JPS/PROJ/1200001830 Procurement of Godrej Safe
(Model-1060)-1 no STT(MBI)Single nominated Brand open tender
basis.
Page 4 of 17
15. Taxes & Duties: GST Compliance: Due to implementation of
GST, Suppliers /contractors shall agree unconditionally to
mandatorily pass on the any / all benefits arising in terms of
reduction in goods/service’s prices to MDL under anti-profiteering
provisions of GST Law.
a) 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 these verticals involved in
supply of goods and/or services. MDL GSTIN is 27AAACM8029J1ZA
and shall mention the same while
invoicing and avoid any data entry error on GST portal.
b) 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 Law and responsibility of specifying
correct HSN codes 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. However if any penalty is
levied on MDL or any loss of ITC to MDL occurs or any delay in
availing ITC by MDL occurs due to such
error, supplier / contractor shall reimburse such loss after
intimation by MDL or the amount shall be
recovered from the SD or any outstanding payments to the
party.
c) If the vendor is registered under GST, Vendor shall ensure
timely submission of invoice as per the
provisions / requirement / timeline promulgated by GOI in
relation to GST Law 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 goods receiving section
(GRS).
d) If the vendor is registered under GST, vendor shall file all
applicable returns under GST Law in the
stipulated time & any losses of tax credit to MDL arising
due to delay in filing 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/contractor, MDL retains right to
withhold payments towards tax portion until
the same is corrected & complied by the supplier/contractor
with the requirement of GST along with
satisfactory evidence.
e) 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 Law due to non / delayed receipt of
goods and / or services and / or tax invoice
or expiry of timelines prescribed in GST Law for availing ITC,
non-payment of taxes or non-filing of returns
or any other reason not attributable to MDL, such amount shall
be recoverable from supplier / contractor
along with interest and penalty as levied on MDL under GST Law
for the number of days the ITC was
delayed. This amount shall be recovered from the SD or any
outstanding payments. If the short coming 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 as a result of default.
f) If the GST rating of supplier /contractor on GST portal /
Govt. website is found to be negative /
blacklisted then MDL shall reimburse GST to the vendor only
after he makes the payment of GST and
fulfils all requirements as per GST Law for successful availment
of ITC by MDL. Further, MDL is entitled to
deduct / recover such GST along with penalties / interest, if
any, incurred by MDL.
g) If the vendor is registered under GST, vendor shall be
responsible for financial and non- financial
consequences in case of non- compliance of GST provisions /
requirements / timelines on their part. MDL
shall pay the applicable GST taxes to the vendor at actual &
supplier/contractor shall pass on the
reduction in prices to MDL on account of change in the tax
structure.
h) The applicable taxes shall be clearly indicated. The Item
wise rates quoted in the rate sheet should
exclude taxes. Bidder should indicate taxes and levies as
applicable separately under each of the head in
the same rate sheet.
i) Wherever all-inclusive prices are quoted by the bidder(s) and
accepted without bifurcation of tax
elements, no escalation shall be considered in respect of any
variation in statutory levies arising
subsequently in the absence of required base figures.
-
EY/CD/JPS/PROJ/1200001830 Procurement of Godrej Safe
(Model-1060)-1 no STT(MBI)Single nominated Brand open tender
basis.
Page 5 of 17
j) Supplier / contractor will not be entitled to any increase in
rate of taxes occurring during the period of
extended delivery completion schedule if there is delay in
supplies / completion attributed to him.
However, if there is a decrease in taxes, the same must be
passed on to MDL.
Note: Any change in tax component/structure due to government
regulation during the execution
of contract/order within contractual delivery period the same
will be applicable at actual ruling at
the time of supply/service/execution (This will however not be
applicable in case of extended
delivery/completion schedule) of contract after Government
Notification. In absence of any such
stipulation in the bid, it will be considered that the prices
quoted by the bidder are inclusive of
Taxes & Duties and no separate liability for payment of
Taxes & Duties will devolve upon MDL.
Duties will not be reimbursed wherever exemption certificates
can be issued by MDL.
16. Loading Criteria: As per Enclosure-7.
17. Ranking of Bids & Determination of L-1 Bidders: The line
items being inseparable, ranking of price
bids shall be done on overall item cost basis exclusive of
taxes, duties and levies per annexure wise. 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 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.
18. Consignee: The Successful bidder/s shall arrange dispatch of
goods by appropriate transport mode as per the order to ‘Mazagon
Dock Shipbuilders Limited Stores’ at East Yard Stores 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.
19. Split/Parallel Order: No. 20. Modifications to the Bids: -
Bidders desirous of submitting modified bids prior to the closing
date & time
may do so by sending a modification notice by fax, e-mail etc.
but followed by a signed confirmation copy of their request so as
to reach the undersigned not later than the deadline for submission
of bids. However, it shall be the responsibility of the bidder to
ensure that the covers containing modified bids are clearly marked
as “Modified / Revised Bid” and deposited in the designated tender
box before the tender closing date & time.
21. Public Grievance Cell: A Public Grievance Cell headed by
Executive Director (EY-C), Shri.H.V.Karekar 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 office on 4th floor, project Building,
East yard or send their complaints / grievances to him in writing
for redressal. His Telephone No. is 022 23733506.
22. Liquidated Damages: Time is an essence of the contract
therefore the job, as ordered, should be completed on the dates
mutually agreed upon in accordance with the delivery 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 Value. NOTE: MDL User Dept
PLG-EY will submit delay analysis report (CM & Above level
executive) for calculation of liquidated damage to dealing
executive. For any objection regarding LD, firm may contact to MDL
User Dept CM PLG-EY) Tel No.022-2376 3598/3609.
23. Option Clause: MDL retains the right to place orders for
additional quantities up to a maximum of 50% of the originally
contracted quantity at the same rate and terms of the contract.
Such an option shall be available during the original period of
contract. Option quantity during extended Delivery period is
limited to 50% of balance quantity after original delivery
period.
24. Inspection: a) Receipt of Inspection:
The items will be inspected by SOT & QA-EY on the basis of
Guarantee/Warrantee certificate submitted by supplier & as per
scope of work Enclosure-1 in the tender.
b) Rejection of the material: Any portion of the supply found
defective/rejected, the supplier shall collect the same at his cost
from the MDL Yard, all incidental charges being born by
supplier,
-
EY/CD/JPS/PROJ/1200001830 Procurement of Godrej Safe
(Model-1060)-1 no STT(MBI)Single nominated Brand open tender
basis.
Page 6 of 17
(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 of 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.
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 representative of both MDL (PLG-EY)
as well as bidder.
26. 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.
27. Purchase Preference:
(i) MDL has right to place order on MSE Manufacturer meeting
following criteria: In tenders, if participating MSEs quoted prices
are within price band of L1+15%, such MSEs shall also be allowed to
supply a portion up to 20% of requirement by bringing down their
prices to L1 price where L1 is non MSEs. If more than 1 MSEs fall
under such criteria then this 20% shall be distributed
proportionally. This preference shall not be applicable where MSE
firm is L1 firm. MSEs involved in trading activity are not eligible
to avail benefits of PPP for MSEs.
(ii) MDL has right to place order on Start-ups meeting following
criteria: 20% of the of the tendered quantity can be ordered on
techno-commercially qualified Start-ups
in case emerged L1 bidder is other than Start-up and Start-up
firm agrees to match L1 prices. In case if Start-up firm emerges as
L1, an initial order for 20% shall be released to monitor
performance & subsequently upon successful execution order for
balance 80% quantity shall be placed.
28. The bidder also hereby confirms acceptance and compliance of
the Scope of Supply and all other
enclosures attached herewith. The bidder hereby confirms that
any deviation taken have been recorded / listed in a separate
sheet(s) indicating all relevant details such as Number and
description of the clause, reasons of deviation and suggested
alternatives in the following format and submitted in the Technical
Bid of the offer and only these deviations thus recorded and
submitted need to be considered by MDL for evaluation of the bids.
BIDDERS TO ALSO NOTE THAT DEVIATIONS TAKEN BY THEM IF ANY BUT NOT
APPEARING OR LISTED IN THE FOLLOWING FORMAT OF THE DEVIATION SHEET
AS SUBMITTED AS A PART OF THE TECHNICAL BID BUT LISTED ELSEWHERE
WILL NOT BE CONSIDERED BY MDL. Bidder shall abide by all Standard
Terms and Conditions of Supply (STACS), GT&C, and Acceptance
formats as per Enclosures contained therein should be properly
filled, signed and returned by the bidder along with Techno-
Commercial Bid. The bidder shall also abide statutory requirements,
Official Secret Act 1923 and Safety Clause. In the event we do not
receive the Acceptance Formats duly filled Signed & Stamped it
shall be Presume that all Tender Terms & Condition mentioned
herein are Acceptable by the Bidders. 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.
29. 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.
30. Issue of Tender Enquiry Document: - The Tender Enquiry can
be downloaded from our website www.mazdock.com.
31. In case of any clarifications, bidders are requested to
contact the undersigned, before the closing date of the tender.
We look forward to receive your most competitive and reasonable
offer against this tender.
Yours faithfully, For MAZAGON DOCK SHIPBUILDERS LIMITED
Jayprakash sankhe,M(C-EY) Enclosures: Enclosure1: Scope of works
Enclosure2: Rate Sheet Format. Enclosure3: Tender Enquiry Terms and
Acceptance Format. Enclosure4: General Terms & Conditions with
Acceptance Format. Enclosure5: Standard Terms & Conditions
(STACS) with Acceptance Format.
-
EY/CD/JPS/PROJ/1200001830 Procurement of Godrej Safe
(Model-1060)-1 no STT(MBI)Single nominated Brand open tender
basis.
Page 7 of 17
Enclosure6: Deviation Sheet. Enclosure7: Loading Factors.
Enclosure8: RTGS/NEFT Format. Enclosure9: Check List for Bidder’s.
Enclosure10: Official secretS Act. Bidders to refer following
documents of this Tender from MDL website “www.mazdock.com” under
Heads – Tenders / EY Submarine and reading “Standard Annexure for
EY-Tenders”.
� Vendor Registration Form (VRF) and prescribed form of
Declaration.
� Standard Terms & Conditions (STACS) for purchase of
items.
� General Terms & Conditions (GT&C).
� Statutory Requirements, Official Secret Act 1923 & Safety
clause.
• Bidders are requested to submit their offer; clearly
mentioning all the details required and enclose all the desired
documents as mentioned in the tender, to avoid clarification/delay
at the later stage in processing of the tender.
• No multiple options to be offered other than mentioned above
by any firm in their offer.
• Bidder is to be submitted signed and sealed copy of conformity
matrix(Enclosure-10)
-------
-
EY/CD/JPS/PROJ/1200001830 Procurement of Godrej Safe
(Model-1060)-1 no STT(MBI)Single nominated Brand open tender
basis.
Page 8 of 17
Enclosure – 1
Scope of Supply
TENDER ENQUIRY NO.: EY/CD/JPS/PROJ/1200001830
Sr. No
Description & Specification of Item
Unit
Quantity Required
Delivery of item from the date of
order
A
Procurement of Godrej Safe (Model-1060)-1 Nos for STT (MBI)
under Single Nominated Brand Open Tender basis. Receipt Inspection
by QA-EY & SOT (MBI) User Acceptance by STT (MBI)
Guarantee/Warranty certificate of 1 year from the date of supply of
item to MDL Delivery within 2 weeks
100 odrej Safe Model No: 1060 2 Key Locks Lockable Drawer &
adjustable Shelf Powder Coated Finish Dimensions (HxWxD in
Inches):- 49.3 x 23 x 23 All dimensions in Inches Weight (Kg):- 236
Volume (Liters):- 169
NO 1
Within 2222 weeks from date of PO.
-------
-
EY/CD/JPS/PROJ/1200001830 Procurement of Godrej Safe
(Model-1060)-1 no STT(MBI)Single nominated Brand open tender
basis.
Page 9 of 17
Enclosure - 2
RATE SHEET FORMAT
TENDER ENQUIRY NO.: EY/CD/JPS/PROJ/12000018730
Sr. No.
Material / Details Unit Quantity
Unit Price in
Rs./-(Excluding taxes &
duties)
Total Price
in Rs./-
HSN/SAC code
GST
Total price
in Rs./- including tax
10 Godrej Safe Model No: 1060 2 Key Locks Lockable Drawer &
adjustable Shelf Powder Coated Finish Dimensions (HxWxD in
Inches):- 49.3 x 23 x 23 All dimensions in Inches Weight (Kg):- 236
Volume (Liters):- 169
NO 1
IMPORTANT NOTES TO THE BIDDERS: i) Supplier should clearly
indicate “QUOTED” or “NOT QUOTED” as applicable against the
above listed item. ii) TAXES & DUTIES:
The rates / price quoted by Indigenous Bidder are to be
exclusive of duties and taxes. However, nature / type and rate of
duties & taxes are to be clearly indicated in the offer by the
bidder separately.
iii) All pages of the tender document including scope of supply,
terms & conditions must be signed, stamped with Co. seal and
submitted along with the Part-I of the offer as a token of
acceptance of the terms and conditions. In case your offer deviates
from our requirement and terms and conditions in any manner, these
deviations must be clearly indicated in your PART-I in a separate
sheet, failing which our requirement and terms and conditions will
be binding on bidder.
Company’s Seal
(Signature, Name & Designation) Date:
-------
-
EY/CD/JPS/PROJ/1200001830 Procurement of Godrej Safe
(Model-1060)-1 no STT(MBI)Single nominated Brand open tender
basis.
Page 10 of 17
Enclosure - 3 TEF ACCEPTANCE FORMAT
To, MAZAGON DOCK SHIPBUILDERS LIMITED COMMERCIAL DEPARTMENT-
EY
TENDER ENQUIRY NO.: EY/CD/JPS/PROJ/1200001830
TEF
CLAUSE No.
BIDDER’S REMARK
TEF
CLAUSE No.
BIDDER’S REMARK
TEF
CLAUSE No.
BIDDER’S REMARK
ACC/DEV
ACC/DEV
ACC/DEV
1.
ACC/DEV
2.
ACC/DEV 3.
ACC/DEV
4.
ACC/DEV
5.
Not Applicable
6.
ACC/DEV
7.
ACC/DEV
8.
ACC/DEV
9.
ACC/DEV
10.
ACC/DEV
11.
ACC/DEV
12.
Not Applicable
13.
Not Applicable
14.
Not Applicable 15.
ACC/DEV
16.
ACC/DEV
17.
ACC/DEV 18.
ACC/DEV
19.
Not Applicable
20.
Not Applicable 21.
ACC/DEV
22.
ACC/DEV
23.
ACC/DEV
24.
ACC/DEV
25.
ACC/DEV
26.
ACC/DEV
27.
ACC/DEV
28. Not Applicable
29. ACC/DEV 30.
ACC/DEV
31. ACC/DEV
COMPANY’S NAME & ADDRESS__: _____________________________
SIGNATURE: DATE: _____________________________ NAME: DESIGNATION:
____________________________ BIDDER’S COMPANY SEAL:
NOTES: 1. Bidders should carefully read the Terms &
Conditions of the Tender Enquiry Form (TEF) prior to filling
up this acceptance format. 2. This format should be properly
filled, signed and returned by the bidder(s) along with their
technical offer
for considering their Bid. 3. Bidder(s) should indicate “ACC”
for Accepted, “DEV” for Deviation Taken for each clause
number in the above table. 4. Bidder(s) to attach Separate Sheet
indicating all relevant details such as Number & description of
the
Clause, Reasons for Deviation and Alternative suggested for any
deviations taken by them. 5. Clause numbers shown in the above
format also includes the sub-clauses under these clauses. For
example Clause no. ‘3’ means – Clause nos. 3.1, 3.1.1, 3.1.2
-------
-
EY/CD/JPS/PROJ/1200001830 Procurement of Godrej Safe
(Model-1060)-1 no STT(MBI)Single nominated Brand open tender
basis.
Page 11 of 17
Enclosure - 4 ACCEPTANCE FORM FOR GENERAL TERMS AND
CONDITIONS
To, MAZAGON DOCK SHIPBUILDERS LIMITED COMMERCIAL DEPARTMENT
(EY)
TENDER ENQUIRY NO.: EY/CD/JPS/PROJ/1200001830
GT&C
CLAUSE No.
BIDDER’S REMARK
GT&C
CLAUSE No.
BIDDER’S REMARK
GT&C
CLAUSE No.
BIDDER’S REMARK
ACC/DEV
ACC/DEV
ACC/DEV
A20 (Security Deposit)
Not Applicable
A30 (Forfeiture of EMD/BID BOND)
Not Applicable
A40 (Forfeiture of SD)
Not Applicable
A50 (Forfeiture of Performance guarantee)
A60 (Supplies)
A70 (Progress report and monitoring)
A80 (Cancellation of order)
A90 (Preservation and Maintenance)
A100 (Freight and Insurance)
Not Applicable
A110 (Taxes and duties)
A120 (Demurrage)
Not Applicable
A130 (Inspection, Testing)
A140 (Receipt Inspection by MDL)
A150 (Rejection of Material)
A160 (Technological developments and modification)
A170 (Purchaser Right)
A180 (Bank Guarantee/Insurance Cover)
A190 (Bidders response in case of no participation
A200 (Facility Provision)
Not Applicable
A210. INDIGENIZATION BANK GUARANTEE (INDBG)
Not Applicable
A220 FORFEITURE OF INDIGENIZATION BANK GUARANTEE (INDBG)
Not Applicable
A230 PREFERENCETIAL PURCHASE FROM MSE- MANUFACTURERS &
START-UPS:
COMPANY’S NAME & ADDRESS__: _____________________________
SIGNATURE: DATE: _____________________________ NAME: DESIGNATION:
____________________________ BIDDER’S COMPANY SEAL: NOTES:
1. Bidders should carefully read the General Terms &
Conditions (GT&C) of the Tender Enquiry prior to filling up
this acceptance format.
2. This format should be properly filled, signed and returned by
the bidder(s) along with their technical offer for considering
their Bid.
3. Bidder(s) should indicate “ACC” for Accepted, “DEV” for
Deviation Taken for each clause number in the above table.
4. Bidder(s) to attach Separate Sheet indicating all relevant
details such as Number & description of the Clause, Reasons for
Deviation and Alternative suggested for any deviations taken by
them.
5. Clause numbers shown in the above format also includes the
sub-clauses under these clauses. For example Clause no. ‘8’ means –
Clause nos. - 8.1, 8.2, 8.3.
-
EY/CD/JPS/PROJ/1200001830 Procurement of Godrej Safe
(Model-1060)-1 no STT(MBI)Single nominated Brand open tender
basis.
Page 12 of 17
Enclosure - 5
STACS ACCEPTANCE FORMAT
To, MAZAGON DOCK SHIPBUILDERS LIMITED COMMERCIAL DEPARTMENT
(EY)
TENDER ENQUIRY NO.: EY/CD/JPS/PROJ/1200001830
STACS
CLAUSE No.
BIDDER’S REMARK
STACS CLAUSE No.
BIDDER’S REMARK
STACS CLAUSE No.
BIDDER’S REMARK
ACC/DEV
ACC/DEV
ACC/DEV
120 (General)
200 (Communication and Language)
210 (Purchasers Property)
220 (Risk Purchase)
230 (Recovery Adjustment Provision)
240 (Additional Bank Guarantee)
NA
250 (Indemnification)
260 (Transfer of Supplies/Contract)
270 (Sub contractor and Right of Purchase)
280 (Patent Rights)
290 (Agents/Agency Commission)
300 (Use of undue influence/corrupt practice)
310 (Immunity of Government of India Clause)
320 (Export License)
NA 330 (Banned or de-Listed contractors)
340 (Duty of personnel of supplier/supplier)
350 (Arbitration)
360 (Jurisdiction of Court)
COMPANY’S NAME & ADDRESS__: _____________________________
SIGNATURE : DATE : _____________________________ NAME : DESIGNATION
: ____________________________ BIDDER’S COMPANY SEAL:
NOTES: 1. Bidder(s) should carefully read the Standard Terms
& Conditions (STACS) included in the
tender prior to filling up this acceptance format. 1 This format
should be properly filled, signed and returned by the bidder(s)
along with their
technical offer for considering their Bid. 2 Bidder(s) should
indicate “ACC” for Accepted, “DEV” for Deviation Taken for each
clause
number in the above table. 3 Bidder(s) to attach Separate Sheet
indicating all relevant details such as Number &
description
of the Clause, Reasons for Deviation and Alternative suggested
for any deviations taken by them.
5. STACS clause numbers shown in the above format also includes
the sub-clauses under these clauses. For example ‘6’ means – clause
nos. 6.1, 6.2.
-------
-
EY/CD/JPS/PROJ/1200001830 Procurement of Godrej Safe
(Model-1060)-1 no STT(MBI)Single nominated Brand open tender
basis.
Page 13 of 17
Enclosure - 6
DEVIATION FORMAT
(Bidders to fill, sign, stamp and RETURN this form in PART- I
bid)
To,
MAZAGON DOCK SHIPBUILDERS LIMITED
COMMERCIAL DEPARTMENT-EY
TENDER ENQUIRY NO.: EY/CD/JPS/PROJ/1200001830
Deviation Sr. No.
Page Sr. No. or Enclosure Reference of the Tender Enquiry
Clause Number for Which the
Deviation is Sought
Brief Text Description of
the Clause
Reasons for Deviation
Suggested Alternative
1.
2.
& so on…
Note: Bidder to mention all deviation in aforesaid format. Any
deviation taken/Written elsewhere in the offer will be not
considered and stand null & void.
COMPANY’S NAME & ADDRESS__:
_____________________________ SIGNATURE : DATE :
_____________________________ NAME : DESIGNATION :
____________________________ BIDDER’S COMPANY SEAL:
-------
-
EY/CD/JPS/PROJ/1200001830 Procurement of Godrej Safe
(Model-1060)-1 no STT(MBI)Single nominated Brand open tender
basis.
Page 14 of 17
Enclosure - 7
Bid Evaluation Criteria
1 The Prices will be compared on total cost (Table A) (including
Taxes, Duties, Levies, sea and inland freights, insurance, port
clearance)
2 A
Sr. No.
Description
1 Basic price Quoted a) Ex Works b) Delivered to MDL Stores
2
Add: insurance charges In case of 1(a)
3
Add: Inland Road Transport In case of 1(a)
4 Cost excluding taxes & duties without loading towards any
deviations
Sr.Nos.(1+2+3)
B. Loading due to variations in financial Term
5 Variation in payment Terms
6
Cost excluding Taxes & duties after loading for variations
in financial terms.
Sr.Nos.4 + 5
C. Loading on Account of deviations in following commercial
terms.
7 Additional delivery period sought over stipulated period as
per Tender
8 Liquidated damages per week rate / maximum ceiling
9 Warranty / Guarantee
10 Cost excluding Taxes & duties after loading for
variations on account of financial & Commercial Terms
Sr.Nos. 6+7+8+9
D Landed Cost
11 Taxes & Duties
12 Landed cost Sr.Nos. 10+11 Deviations sought by the bidder in
respect of following 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 as
detailed
below
7.1 Payment Terms it is desirable that the bidder accepts the
Payment Terms indicated by the company in the Tender
document. Varied payment terms quoted by indigenous bidders as
compared to the terms stated in the Tender
document shall be normalized by adopting the Prime Lending Rate
of State Bank of India plus 2% thereon on the
amount (s) at variation and / or for the period (in no. of days)
at variation.
7.2 Delivery of the goods at MDL premises should be
responsibility of the supplier. 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.
7.3 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.
7.4 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 example, the maximum ceiling
towards liquidated damages stipulated in the Tender
is 5% and the bidder seeks to limit it to, say 3.50% then the
price quoted will be loaded by 1.5%. If the rate of LD
per week is 0.50% per week or part thereof as per tender and the
bidder seeks it as, say, 0.40% per week or part
thereof, the maximum ceiling on LD as per tender will first be
equated to weeks (10 weeks in this case) and the rate
proposed by the bidder i.e. 0.40% 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.
7.5 Deviations in respect of the period of Warranty / Guaranty
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.
-------
-
EY/CD/JPS/PROJ/1200001830 Procurement of Godrej Safe
(Model-1060)-1 no STT(MBI)Single nominated Brand open tender
basis.
Page 15 of 17
Enclosure - 8
RTGS/NEFT – MANDATE AUTHORISATION FORM (ILLUSTRATIVE FORMAT)
1. Supplier’s / Vendor’s Name:
2. Supplier’s / Vendor’s Name as per Bank Records:
3A. Supplier’s Code 3B. Supplier’s PAN Number: #
# Quoting PAN No. in all the e-returns has become 100% mandatory
w.e.f. 14-02-2008 hence, ensures to fill - up this and also send a
photocopy of PAN duly self-attested. If there is any difference
between the name given in the supplier’s name and name given in the
PAN card, then a note to explain the reason for the difference and
the correlation between both. 4. Supplier’s / Vendor’s Complete
Postal Address:
Door No. Street:
Location: District:
City: State PIN
5. Supplier’s / Vendor’s E-mail ID:
6. Supplier’s / Vendor’s Telephone Number & Mobile Phone
Number:
M
7. Name of the Bank:
8. Bank (Branch) Postal Address:
9. RTGS*/NEFT** - Code of the Branch:
RTGS:
NEFT:
RTGS* - “Real Time Gross Settlement”, NEFT** - “National
Electronic Fund Transfer”. These “IFSC” Codes are unique numbers of
each Branch – “Indian Financial Services Code”. For some Branches
both the codes are the same and some Banks, may maintain one Code
No. for RTGS and another Code No. for NEFT. Hence, please fill-up
both the rows, even if it is the same. 10. Nature of the Account:
(Tick whichever is applicable & put ‘x’ mark for the balance
two accounts)
Saving Bank Account: Cash Credit Account: Current Account:
11. Bank Account Number of the Supplier: ©
© Fill up from the 1st column. For the balance left out blank
columns, please mention ‘x’ mark. 12. GST Number
We hereby declare that the particulars given above are correct
and complete. If the transaction is delayed for reasons of
incomplete or incorrect information, we would not hold MDL
responsible. Date: Supplier’s Seal: Authorized Signature of the
Supplier: Certified that the particulars as per Serial Numbers 2, 7
to 11 are correct as per our records. Date: Bank’s Stamp Authorized
Signature of the Officer of the Bank.
-
EY/CD/JPS/PROJ/1200001830 Procurement of Godrej Safe
(Model-1060)-1 no STT(MBI)Single nominated Brand open tender
basis.
Page 16 of 17
Enclosure - 9 Bidders are requested to check and fill up the
followings before they submit their bids:-
CHECK LIST FOR BIDDER’S/SUPPLIER’S
TENDER NO. 1200001830 DTD. 28.06.2019 CLOSING
DATE.19.07.2019
Scope of Supply/Work: Procurement of Godrej Safe (Model-1060)-1
no STT(MBI)Single nominated Brand.
Sr. No.
Description Tender Requirement
Supplier
Strike off whichever is
not applicable
Remark (if any)
1 Offer Ref. No. Supplier has to mention their offer no.
_________________________________
2 Technical Acceptance
Supplier has to mention about total technical acceptance of
Tender. (as per Encl. 1)
Accepted / not accepted
3 Registered Whether supplier is Temporarily or Permanently
registered / not registered with MDL.
4
Registration &Document as per TEF 3.
Whether supplier submitted copy of Registration duly attested
(If he is Temp. or Permanent Registered) along with Document
required as per Tender Enquiry Format (TEF – 4).
Submitted /not
submitted
5 Payment Terms
Supplier has to mention whether payment terms are acceptable or
not acceptable as per Tender Enquiry Clause no.11. If any deviation
is there, same has to be mentioned.
Acceptable /Not
acceptable / Deviation
seeks
6 Blank Price bid format
Whether supplier/contractor submitted Blank Price-Bid Format
(stating only quoted/not quoted) as in Encl. 2.
Submitted /not submitted
7 Offer Validity
Supplier has to mention validity of their offer (in terms of
days) from the closing date of Tender (for 120 days).
8 Delivery Period / Completion Schedule
Supplier has to mention delivery / completion period for Scope
of work (In terms of week – i.e. 2 weeks).
9 TEF Acceptance Whether Supplier accepted/ not accepted
/accepted but deviation seeks for TEF Clause no. ----.
Acceptable / Not
acceptable /Deviation
sought for TEF Clause no.---
10 STAC Acceptance Whether Supplier accepted/ not accepted
STAC.
Accepted/Not Accepted
11 GT&C Acceptance Whether Supplier accepted/ not accepted
GT & C.
Accepted/Not Accepted
12 Deviation deviation seeks, same has to be mention in
Remark.
Submitted & it is Nil
13 Taxes & Duties Supplier has to mention applicable taxes
& duties in terms of % in Encl 2. If not, write nil.
14 Delivery terms
Supplier has to mention about free delivery of material to MDL
Stores or if any deviation is there, same has to be mentioned.
-
EY/CD/JPS/PROJ/1200001830 Procurement of Godrej Safe
(Model-1060)-1 no STT(MBI)Single nominated Brand open tender
basis.
Page 17 of 17
Enclosure -10
EXTRACT OF PROVISIONS OF THE OFFICIAL SECRETS ACT, 1923
SECTION 2(B); “PROHIBITED PLACE” It is defined as the place of
any work of Defence Dockyard and other so belonging or occupied and
used for the purpose of building, repairing, making or storing any
ammunitions of war. For the purpose of the above definition, sketch
includes any photograph or other mode of representing any place or
thing. SECTION 3: “PENALTIES FOR SPYING” If any person unlawfully
-
a) approaches, inspects, passes over or is in the vicinity of
any clear place; or b) make any sketches intended to be directly or
indirectly useful to an enemy ; or c) Obtains collects records or
communicates to any other person any secret official code. Shall be
liable for imprisonment of 14 years in case of Defence
Installation.
SECTION 4: “COMMUNICATION WITH FOREIGN AGENTS” If any person has
been in communication with or attempted to communicate with foreign
agents regarding the vital information of any “PROHIBITED PLACE”
would be guilty of violating the provisions of this Act. SECTION 5:
“WRONGFUL COMMUNICATION OF INFORMATION” If any person having in his
possession or control any official document;
a) Willfully communicates to any person, other than a person,
who is authorized to communicate it. b) Used the information in his
possession for the benefit of any foreign power. c) Retain in his
possession when he has no power to retain it d) Fails to take
reasonable care of it.
Shall be guilty of an offence under this Act. SECTION 6:
“UNAUTHORISED USE OF UNIFORMS” If any person for the purpose of
gaining admission or of assisting any other person to gain
admission to a “PROHIBITED PLACE” wears uniforms without lawful
authority shall be guilty of offence under this Section. SECTION 7:
“INTERFERING WITH OFFICERS OF POLICE” No person in the vicinity of
any “PROHIBITED PLACE” shall abstract any Police Officer engaged on
guard, sentry or similar duty. If any people move in the provisions
of this section, shall be punishable with imprisonment, which may
extend up to 3 years. SECTION 8: “DUTY OF GIVING INFORMATION” It
shall be duty of every person to give on demand to a superintendent
of Police or any other Police Officer not below the rank of
Inspector, any information in his power relating to an offence
under this Act. If any person fails to give such information, shall
be punishable with imprisonment to 3 years or fine or with both.
SECTION 9: “INCITEMENT” Any person who attempts to commit or debate
the commission of an offence under this Act shall be punishable
with the same punishment and be liable to be proceeded against in
the same manner as if he had committed such offence. SECTION 10:
“PENALTY FOR HARBOURING SPIES” If any person whom he knows or has
reasonable grounds for supposing to be person who is about to
commit or who has committed offence under this Act shall be guilty
of offence under this Section. SECTION 11: “SEARCH WARRANTS”
If a presidency Magistrate, Magistrate First Class or
Sub-Divisional magistrate is satisfied with the information that
there is reasonable ground for suspecting that an offence under
this Act has been or is about to be committed, he may grant search
warrant to any Police Officer to enter at any time any premises to
force to search premises or the places.
-------