Top Banner
िनिवदा पूछताछ TENDER ENQUIRY [वेब िनिवदा] [WEB TENDER] िनिवदा सं ./Tender No 1200001830 ᮓय अिधकारी/Purchase Exec. Jayprakash Sankhe सेवा मᱶ /To दूरभाष सं ./Telephone फै स सं ./Fax -मेल/E-Mail िवभाग/Department EY COMMERCIAL ᮓय अिधकारी/Purchase Exec. Jayprakash Sankhe दूरभाष सं ./Telephone No 23762620 फै स सं ./Fax No 23741386 -मेल/E-Mail [email protected] िनिवदा सं ./Tender No 1200001830 आरएफयू सं ./RFQ No 2050001987 िनिवदा ितिथ/ Tender Date 03.07.2019 िनिवदा बंद कᳱ ितिथ/Tender Closing Date 24.07.2019 िनिवदा बंद होने का समय/Tender Closing Time 12:00:00 िनिवदा शु᭨क/Tender Fee /Rs 0.00 बयाना रािश/EMD Amount /Rs 0.00 पुवᭅ िबड बैठक ितिथ और समय/Pre Bid Meeting Date & Time 24.07.2019,00:00:00 िनिवदा खोलने कᳱ ितिथ और समय/Tender Opening Date & Time 24.07.2019,15:00:00 ताव वैधता ितिथ है /Offer should be valid up to सुरᭃा जमा/Security Deposit 0.00 %आदेश मू᭨य का/PO value वरीय बᱹक जमानत /Perf. Bank Guarantee 0.00 %आदेश मू᭨य का/PO value ( आगे क े िववरण हेतु क ृ पया स᭥बं िनयम शतᲃ को पढ़े । सुिनित करᱶ ᳰक कोटेशन और संबंिधत पाचार क े िलए िवभाग का नाम, ᮓय अिधकारी का नाम ,िनिवदा संया, बंद होने का समय एवं ितिथ एवं आरएफयू सं . अपने कोटेशनमᱶ िलखᱶ Kindly read and refer relevant terms & conditions for further details. Do ensure to Quote Department Name, Purchase Executive s Name , Tender Number, closing date & time and RFQ Number in your Quotation & related correspondence ) िमहोदय/महोदया Dear Sir / Madam , िवषय /SUB:- PROCUREMENT OF GODREJ SAFE (MODEL-1060)-1 NO STT(MBI)SINGLE NOMINATED BRAND OPEN TENDER BASIS. माझगाँव डॉक िशपिब᭨डसᭅ िलिमटेड ᮧितित/संभािवत आपूᳶतᭅकताᭅᲐ से िन᭥न हेतु , ितयोिगता᭜मक दो बोली ᮧणाली मᱶ ( भाग -तकिनकᳱ - वािण᭔य बोली एवं भाग ।। मू᭨य बोली ) बोली आमंित करती है। Mazagon Dock Shipbuilders Limited (MDL) invites Competitive Bid from reputed Supplier for the following in TWO BID system ( Part - Techno - Commercial Bid & Part - ।। Price Bid ). ᮓ सं . SL.No. सामᮕी / सेवा िववरण Material / Service Details माा / इकाई Quantity / unit आपूᳶतᭅ ितिथ Delivery Date 00010 सामᮕी सं ./ Material Number :- 310000000000003049 Godrej Safe Model No: 1060 1 Number 07.08.2019 सामᮕी वणᭅन/Material Description :Godrej Safe Model No: 1060 Page: 1 of 2
19

7(1'(5(148,5< § - Mazagon Dock Shipbuilders · EY/CD/JPS/PROJ/120000 1830 Procurement of Godrej Safe (Model-1060)-1 no STT(MBI)Single nominated Brand open tender basis. Page 3 of

Oct 12, 2020

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
  • ि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.

    -------