42
TENDER ENQUIRY [ ] [WEB TENDER] ./Tender No 6000001057 /Purchase Exec. Hemant V. Chipkar /To ./Telephone ./Fax - /E-Mail /Department OTS(OUTSOURCING DEPT.) /Purchase Exec. Hemant V. Chipkar ./Telephone No 23763067 ./Fax No 23743198 - /E-Mail [email protected] ./Tender No 6000001057 ./RFQ No 2110001285 / Tender Date 01.02.2019 /Tender Closing Date 28.02.2019 /Tender Closing Time 15:00:00 /Tender Fee /Rs 0.00 /EMD Amount /Rs 300,000.00 /Pre Bid Meeting Date & Time ,00:00:00 /Tender Opening Date & Time 01.03.2019,15:30:00 /Offer should be valid up to /Security Deposit 5.00 % /PO value /Perf. Bank Guarantee 0.00 % /PO value ( , , , . 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 ) / Dear Sir / Madam , /SUB:- HIRING OF IT ENGINEERS, PAINT EXECUTIVES, FIRE EXECUTIVES, SECURITY OFFICERS AND TRAINING OFFICERS FOR ATS ON OUTSOURCE BASIS. / , ( - - ) 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 ). . SL.No. / Material / Service Details / Quantity / unit Delivery Date 00100 IT ENGINEERS/PAINT EXE/FIRE EXE/SECURITY 1 Activity unit 01.02.2021 The Line item 00100 covers the following services 000000001 ./Service Number :- 2 Number Page: 1 of 4

TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

  • Upload
    others

  • View
    19

  • Download
    0

Embed Size (px)

Citation preview

Page 1: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

TENDER ENQUIRY

[ ][WEB TENDER]

./Tender No 6000001057/Purchase Exec. Hemant V. Chipkar

/To

./Telephone

./Fax

- /E-Mail

/Department OTS(OUTSOURCING DEPT.)

/Purchase Exec. Hemant V. Chipkar

./Telephone No 23763067

./Fax No 23743198

- /E-Mail [email protected]

./Tender No 6000001057

./RFQ No 2110001285

/ Tender Date 01.02.2019

/Tender Closing Date 28.02.2019

/Tender Closing Time 15:00:00

/Tender Fee /Rs 0.00

/EMD Amount /Rs 300,000.00

/Pre Bid Meeting Date & Time ,00:00:00

/Tender Opening Date & Time 01.03.2019,15:30:00

/Offer should be valid up to

/Security Deposit 5.00 % /PO value

/Perf. Bank Guarantee 0.00 % /PO value

( , , ,

.

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 )

/Dear Sir / Madam ,

/SUB:- HIRING OF IT ENGINEERS, PAINT EXECUTIVES, FIRE EXECUTIVES, SECURITY OFFICERS ANDTRAINING OFFICERS FOR ATS ON OUTSOURCE BASIS.

/ , ( -- )

Mazagon Dock Shipbuilders Limited (MDL) invites Competitive Bid from reputed Supplier for the following in TWO BIDsystem ( Part - Techno - Commercial Bid & Part - Price Bid ).

.SL.No.

/Material / Service Details

/Quantity / unit Delivery Date

00100 IT ENGINEERS/PAINT EXE/FIRE EXE/SECURITY 1 Activity unit 01.02.2021

The Line item 00100 covers the following services

000000001 ./Service Number :- 2 Number

Page: 1 of 4

Page 2: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

./ Tender No:- 6000001057 / Tender Date:- 01.02.2019 ./RFQ No:- 2110001285

.SL.No.

/Material / Service Details

/Quantity / unit Delivery Date

0

/Short Description :- IT ENGINEERS

/Service Details :- HIRING OF IT ENGINEEERS ON OUTSOURCED BASIS.

POST NAME:- IT ENGINEER

QUALIFICATION:- DEGREE IN COMPUTER ENGINEERING / COMPUTER SCIENCE/INFORMATION TECNOLOGY.

DETAILS OF POST QUALIFICATION EXPERIENCE:-EXPERIENCE IN IT MAINTENANCE(HARDWARE AND SOFTWARE / NETWORKING /SERVER ADMINISTRATION) WITH MINIMUM 01 YEAR OF POST QUALIFICATION.ADDED ADVANTAGE OF SOFTWARE PROGRAMMING IN J2EE/. NET WITH DATABASESLIKE ORACLE / MS SQL/MS ACCESS IS PREFERRED.

0000000020

./Service Number :- 1 Number

/Short Description :- SR. IT ENGINEERS

/Service Details :- HIRING OF SENIOR IT ENGINEER ON OUTSOURCED BASIS.

POST NAME:- SENIOR IT ENGINEER

QUALIFICATION:-DEGREE IN COMPUTER ENGINEERING /COMPUTER SCIENCE/INFORMATION TECHNOLOGY.

DETAILS OF POST QUALIFICATION EXPERIENCE:- 02 YEARS EXPERIENCE IN ITMAINTENANCE(HARDWARE AND SOFTWARE / NETWORKING / SERVERADMINISTRATION).ADDED ADVANTAGE OF SOFTWARE PROGRAMMING INJ2EE/. NET WITH DATABASESLIKE ORACLE/MS SQL / MS ACCESS IS PREFERRED.

0000000030

./Service Number :- 2 Number

/Short Description :- PAINTEXECUTIVES

/Service Details :- HIRING OF PAINT EXECUTIVE ON OUTSOURCED BASIS.

POST NAME:- Paint Executive (2 Nos)

Page: 2 of 4

Page 3: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

./ Tender No:- 6000001057 / Tender Date:- 01.02.2019 ./RFQ No:- 2110001285

.SL.No.

/Material / Service Details

/Quantity / unit Delivery Date

QUALIFICATION:- Passed B tech/ BE in Paint Technology/ Chemical Technology with full timeminimum First Class or 60% marks or equivalent CGPA from a recognized/ Deemed University orInstitute recognized by AICTE.

DETAILS OF POST QUALIFICATION EXPERIENCE:- The Experience should be relevant workexperience of 1 year as Paint officer.Maximum age limit is 48 years.

0000000040

./Service Number :- 1 Number

/Short Description :- FIREEXECUTIVES

/Service Details :- HIRING OF FIRE EXECUTIVE ON OUTSOURCED BASIS.

POST NAME:- Fire officer (1 Nos)

QUALIFICATION:- NBCD(I) qualified CPO/Master Chief Petty officer of Indian Navy (Ex-Servicemen) or equivalent rank in Indian Army or Indian Air Force.ORIn Case the Officer is not Ex-Serviceman shall be "Graduate of the Institute of ire Engineers (India) orGraduate of any discipline having completed sub-officer's / Station officer's course from National FireCollege, Nagpur/Graduation in any discipline & must have passed one year diploma/ degree in Fire & Safety from anyGovt. recognized Institute.

DETAILS OF POST QUALIFICATION EXPERIENCE:- The experience should be relevant workexperience after qualifying NBCD(I) in Indian Navy or equivalent rank in India Army or Indian AirForce.OR1 year relevant work experience in industrial unit as Fire Officer, if not NBCD(I) Qualified.Maximum age limit 48 years.

0000000050

./Service Number :- 1 Number

/Short Description :- SECURITYOFFICER

/Service Details :- HIRING OF SECURITY OFFICER ON OUTSOURCED BASIS.

POST NAME:- Security officer (1 Nos)

QUALIFICATION:- Chief petty officer/Master chief petty officer of Indian Navy or equivalent rankin INDIAN Army or Indian Air Force.(Ex-Serviceman)ORIn Case the Officer is not an Ex-serviceman shall be Graduate in any discipline

Page: 3 of 4

Page 4: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

./ Tender No:- 6000001057 / Tender Date:- 01.02.2019 ./RFQ No:- 2110001285

.SL.No.

/Material / Service Details

/Quantity / unit Delivery Date

DETAILS OF POST QUALIFICATION EXPERIENCE:-Work experience should be in provost Arm of Indian Navy or equivalent in Indian Army or Indian Airforce.OR1 year relevant work experience in Industrial unit as Security Officer, if not form provost Arm ofIndian Navy or equivalent in Indian Army or Indian Air Force.Maximum age limit 48 years.

00200 ENGAGEMENT OF TRAINING OFFICERS FOR ATS 1 Activity unit 01.02.2021

The Line item 00200 covers the following services

0000000010

./Service Number :- 3 Number

/Short Description :- TRAININGOFFICERS

/Service Details :- TRAINING OFFICERS FOR ATS.

POST NAME:- Training Officer

QUALIFICATION:- B.TECH / B.E* IN MECHANICAL ENGINEERING.

EXPERIENCE:- Relevant 1 year in Design (Software) experience.

: | ,|

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.

/For Mazagon Dock Shipbuilders Ltd

Page: 4 of 4

Page 5: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 1 of 38

Part-“A”

MAZAGON DOCK SHIPBUILDERS LIMITED INVITES ON-LINE COMPETITIVE BIDS

from reputed Bidders / Suppliers in TWO BID SYSTEM (Part-I Techno Commercial Bid and Part-II

Price Bid) on our e-procurement portal https://eprocuremdl.nic.in for the following Scope of

Work/Supplies, terms and conditions:

1. Description of Work/Supplies/Services: BRC for Hiring of IT Engineers, Paint Executives, Fire

Executives, Security Officers and Training officers for ATS on Outsource basis.

1.1 The detailed scope of work is as per Enclosure-1

2. Pre-Qualification Criteria: List of following scanned image of documents to be uploaded by

Bidders along with their offer:

i) Bidders Company Profile and Shop & Establishment registration certificate.

ii) List of personnel with designation, qualification and experience.

iii) Bidders Audited Balance sheets and Profit & Loss A/c of the company for last 3 financial years

ending 31st March 2016, 2017 and 2018. The average minimum turn over for 3 years should be

atleast Rs. 22.5 lakhs.

iv) Bidder should have experience of having successfully completed similar works during last 7 years

ending December 2018 as stated below:

a) Three similar completed works as per SOW each costing not less than Rs. 60.00 Lakhs.

OR

b) Two similar completed works as per SOW each costing not less than Rs. 75 Lakhs.

OR

c)

d)

One similar completed work as per SOW costing not less than Rs. 120.00 Lakh.

OR

Cumulative work of similar nature of Rs. 37.5 within a continuous span of 12 months.

Note: Similar completed works means similar type of supply of manpower in the level of

Engineers/ officers .

v) Bidders have to submit scanned copies of supporting documents as per clause No. 8 of Scope

of Work of Enclosure - 1

NOTE:

1) If any cash transaction included in turnover (statement of profit & loss) the same will not

be considered for turnover value.

2) It is clarified that the work executed by the contractors for their in-house or capital use will not be

considered for the purpose of bidders’ experience of completion of similar works.

3) Bidders need to Upload supporting documentary evidence for Sr. No. 2 (i to v) in support of the

Pre-Qualification Criteria viz. Work Order, Work Completion Certificate issued by the party for

whom the work is done. MDL has a right to verify / cross verification of authenticity of the said

documents whenever felt necessary.

3. Earnest Money Deposit (EMD)

3.1 Bidders shall furnish EMD of Rs. 3,00,000 /- (Rupees Three Lakhs Fifty only) against this tender.

3.2 The EMD can be remitted directly to MDL Bank Account as per details given in Annexure-“A” of

this tender. Further, the bidder should specifically mention the details of company name as well

as nature of remittance, tender number/order number etc in the text/narration fields of Bank’s

NEFT remittance in order to identify the same

Page 6: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 2 of 38

3.3 EMD can also be submitted in the form of Bank Guarantee in the prescribed format drawn in favor

of MAZAGON DOCK SHIPBUILDERS LIMITED payable at Mumbai. The format of Bank

Guarantee for EMD is available on MDL Website. The bid bond / Bank Guarantee should be valid

for 4 more weeks beyond the offer validity period indicated in the tender. Bank Guarantee

should be drawn on reputed Nationalized / Scheduled Banks excluding co-operative banks. In case

of BG, Bidders to advise their bank/banker to send original BG directly to OTS department in sealed

envelope to dispense with additional step of verification of authenticity of signatories.

3.4 Bidders are requested to upload the scanned image of EMD i.e. Annexure-A/Bank Guarantee online

along with the bid. If bidders are submitting the Bank Guarantee, they are requested to inform us the

address, Tel. No., Fax No. of the issuing Bank. and forward the original of the scanned copy of

EMD enclosed in a envelop addressed to HOD (Outsourcing), 6th floor, Service Block, North

Yard, Mazagon Dock Shipbuilders Limited, Mumbai – 400 010, super scribing Tender No &

Tender date by Speed Post / Registered Post / Courier Service/Hand Delivery to reach the office of

HOD (Outsourcing) within seven days from the Tender closing date.

3.5. Timely submission of the EMD is the responsibility of the bidders and no reasons / excuses in this

regard will be entertained by MDL.

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

free. If bidders are submitting the Bank Guarantee, they are requested to inform us the address, Tel.

No., Fax No. of the issuing Bank.

3.7. "For making online payment please follow the following steps:

• Go to www.mazdock.com

• Click on Online payment tab available on home page

• 4 options viz. Career, Tender, Security, Scrap / Disposal will be available.

• Click on the respective tab and make the payment online using Debit cards, Credit Cards, Net

banking, BHIM/UPI etc. after filling the required details.

PS: Till the new online payment System is fully established, the receipts through the conventional

method of NEFT/RTGS etc may be accepted in case the remitter has any genuine difficulty with respect

to online payment"

3.8 Exemption from Submission of EMD

Following bidders shall be exempted from submission of EMD:

a) State & Central Government of India departments, Public Sector Undertakings.

b) Firms registered with Mazagon Dock Shipbuilders Limited (MDL). under Service group 1402385.

(Exemption will apply only to items/services for which they are registered) To qualify for EMD

exemption, firms should necessarily submit VALID copy of the Registration Certificate issued by

MDL, for the items for which the offer being submitted, in Part-I offer/bid. Firms in the process of

obtaining MDL registration will not be considered for EMD exemption.

c) Firms registered with NSIC under its “Single Point Registration Scheme”. (Exemption will apply only

to items/services for which they are registered). To qualify for EMD exemption, firms should

necessarily submit VALID copy of the Registration Certificate along with the list of items/services for

which they are registered, as issued by NSIC, in Part-I offer / bid. Firms in the process of obtaining

NSIC registration will not be considered for EMD exemption.

d) All Micro & Small Enterprises subject to their submitting the Registration Certificate from the

Competent Authority regarding their Micro/Small Industry status. Firms registered with Micro & Small

Enterprises under its “Single Point Registration Scheme”.

e) Common/Deemed DPSU registered vendors qualify for EMD exemption. Such firms shall submit valid

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

submitted in Part-I offer/bid. Firms in process of obtaining registration in other DPSUs will not be

considered for EMD Exemption

Page 7: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 3 of 38

f) Green Channel Status vendors qualify for EMD exemption. Such firms shall submit valid copy of the

Green Channel Certificate issued by MoD for the items for which the offer is being submitted in Part-I

offer/Bid. Firms in process of obtaining this certificate will not be considered for EMD exemption.

4. Validity Period: Bids / Offers shall have the validity period of 120 Days from the tender closing

date.

5. Online Submission of offer in Two Bid System: Offer must be submitted in two parts, Part - I

(Techno-Commercial Bid) & Part – II (Price Bid) on the MDL’s e-Procurement website

https://eprocuremdl.nic.in Offer in any other form will not be considered.

Techno-Commercial Bid Part-I: This part should contain the following:

i) Online Acceptance on clauses of Tender Enquiry, General Terms & Conditions (GT&C), Standard

Terms & Conditions (STACs) in the Prescribed Formats stating ‘Accepted OR Deviation’ as applicable

for each of the clause.

ii) Deviation sheet in case of any deviations from Terms, Conditions specified in the Standard Terms and

Conditions, Tender Enquiry & General Terms & Conditions shall be uploaded online.

iii) Any deviation with respect to Technical requirement shall be uploaded online by the bidder.

iv) The scanned image of Annexure-“A” / Bank Guarantee towards Earnest Money Deposit (EMD) / BID

BOND as stipulated in TEF clause no. 3 shall be uploaded.

v) Scanned image of valid GST Registration Certificate.

vi) Price schedule BLANKING the PRICES but clearly indicating ‘QUOTED / UNQUOTED’, also

indicating the % of actual taxes/ duties applicable, in the prescribed format available on MDL’s e-

Procurement website https://eprocuremdl.nic.in.

vii) Bidders / Vendors should upload scanned documents as per Para 2 in Part-A of the tender.

viii) Scanned Image of valid Registration or Approval certificates in case of Bidder’s/ firms registered with

MDL/ NSIC/ Micro or Small Enterprises/Industries.

ix) Scanned image of Vendor Declaration in bidder’s letterhead as per the format at Enclosure-4.

x) Scanned image of duly filled RTGS/NEFT as per Enclosure- 3.

Note: i) MDL has a right to verify / cross verification of authenticity of the scanned documents with respect

to original submitted against this tender.

ii) The bidder is requested to ensure that all the documents asked for are submitted and are clear, legible

& duly signed (i.e. self-attested), as it would save considerable time without necessitating the need for

furnishing of the documents again by them. The bidder is also requested not to submit unnecessary

documents not asked for, like signed & stamped copy of this Tender document, etc.

iii) The bidder is required to compulsorily select “ACCEPTED” or “DEVIATION” from the drop-down field

choices available against the relevant Para no. /Clause no. of TEF/STACS/GT&C (as applicable). In case

“DEVIATION” is selected against a particular Para no. /Clause no., it would be mandatory to explain the

deviation proposed by the bidder in the adjoining text field. Any deviation (s) mentioned elsewhere in the

Offer/Bid, other than in the said forms, will not be considered.

iv) Blank Rate Sheet form is required to be filled-up by the bidder online by selecting “QUOTED” or “NOT

QUOTED” from the drop-down field choices available, depending upon whether the bidder has quoted for

the particular Service/Item tendered. Therein, the bidder is also required to specify the Taxes & duties (if

any) quoted & the rate of the Taxes/Duties.

Page 8: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 4 of 38

Part-II: In this part bidders are requested to fill the PRICES for each of the listed items strictly in the

prescribed format/ Rate sheet provided in E-Procurement Portal. Offer in any other form shall not be

considered.

6. Bid Rejection Criteria.

a. Following bids shall be categorically rejected:

i) The Bids received after tender closing date and time.

ii) Bids received without EMD (other than those who are exempted from payment of EMD), as

specified in the tender

iii) Bidders not quoting for all the items in the Rate Sheet in the prescribed format available on

MDL’s e-Procurement website https://eprocuremdl.nic.in.

iv) If the date of remittance of EMD amount/issue of EMD BG is later than the tender Closing

date.

b. Following bid rejection criteria may render the bids Liable for Rejection.

i) 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 drawings / technical data which shall not however conflict with validity period.

However, over all time allowed in respect of normal procurement shall not exceed 3 weeks and

one week in case of emergency procurement.

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

iii) Bids with technical requirements and or terms not acceptable to MDL.

iv) Bids received without scanned copies of pre-qualification documents wherever required as per

the tender.

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

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

vii) Bidders not agreeing to furnish Security Deposit till completion of the supplies / services as

per contract.

viii) Bidders not submitting documents as per clause 5.

ix) The original of the uploaded copy of EMD BG if received after seven days of the tender

closing date.

7. Bid Evaluation Criteria: Lowest bidder (L1) will be determined on the basis total quoted price of

(excluding taxes) for entire tender quantity as per price bid rate sheet. The lowest bidder (L1) will be

considered for further commercial processing for placement of order.

On-line ranking visible to the bidder is without loading parameters. However, the Overall L1 bidder will

be evaluated offline after applying all applicable loading parameters as mentioned in the tender

documents & commercial terms.

Taxes are excluded for the purpose of ranking of price bids to determine L1 bidder. There may arise a

situation where overall cost inclusive of taxes of services by the adjudged L1 bidder may be higher

compared with any other bid(s) depending on the tax structure. Therefore, the adjudged L1 bidder has to

reduce the price to make it competitive both before including taxes. If the adjudged L1 bidder does not

agree to reduce the price to make it competitive after including taxes, duties and levies, then the next

lowest ranked bidder will be given the opportunity in the order (L2, L3, L4… and so On) of ranking so

that procurement is competitive.

Note: In case of any discrepancies observed in any Rate Sheets, or grand total in the price bid, evaluation

would be carried out by arriving on the grand total by considering the unit rate and quantity indicated in

Rate Sheets.

8. Contract Period: The Contract will be for a period of Two Years and Biennial contract may be

extended for a further period of three months on the same terms and conditions. However, if the

performance of contractor is not satisfactory then contract may be terminated with one-month notice

Page 9: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 5 of 38

period by applying relevant clauses of contract such as Risk Purchase, forfeiture of Security deposit

etc.

9. Mobilization: The successful bidders shall mobilize the required Manpower / Tools / Materials

within 10 working days from the placement of LOI/ Order whichever is earlier.

10. Pricing: 1. Bidder to quote rates per month of Personnel deployed for service charges & Employer

compensation Insurance premium. It shall be deemed to include Total salary consisting consolidated

salary as mentioned at 4.1 of Scope of Job, PF & leave encashment as per Rate sheet

2. The Monthly Total payment per Personnel to be made by Agency shall deemed to include all

salary/benefits payable to respective deployed Personnel other than tour reimbursements spelt out

explicitly under this contract. Statutory deductions like Employee PF contribution/ Income

Tax Deduction at Source etc. as per the applicable statutory norms may be made by the Agency

before making the net payment to respective engineers.

3. Agency’s margin (service charges) & Employer compensation Insurance premium shall remain

fixed / unchanged till the validity period of Contract. The Agency shall not be eligible to claim any

additional profit margin / administration charges during the validity of contract. GST to be quoted

separately as per applicability, all the proof for tax payment claimed in the bill to be provided to

MDL for records. The GST is payable for the entire billed amount, which includes the salary, service

charges & Employer compensation Insurance premium

4. Statutory deductions like Employer share ESIC & Bonus if applicable in future, shall be

reimbursed by MDL on actual.

5. MDL shall not be bound by any printed conditions or provisions in the bidder's bid forms or

acknowledgement of Order/Contract, invoices, packing list and other documents which purport to

impose any conditions at variance with or supplemental to Order/Contract.

11. Taxes & Duties: I. GST as per GST Laws shall be payable extra as quoted and agreed.

II. In case of purchases of goods/services from unregistered dealers under GST Laws, GST will be

paid by MDL under reverse charge mechanism.

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

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

dealers

under GST Law) have to submit declaration that they have complied with ‘Anti-profiteering clause’

under GST Law. Such declaration be given in technical bid.

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

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

responsibility of specifying correct HSN 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. Supplier /Contractor shall pay penalty and/ or interest imposed on MDL or any loss

due to delay in availing ITC by MDL or any loss of ITC to MDL due to errors by vendors at any

stage. MDL reserves right to recover any such interest, penalty or loss from any amount due to

Supplier /Contractor or otherwise.

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

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

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

services and / or tax invoice or expiry of timelines prescribed in GST Laws for availing ITC, non-

payment of taxes or non-filing of returns or any other reason not attributable to MDL, Supplier

/Contractor shall pay any loss of amount along with interest and penalty on MDL under GST Laws

for the number of days, the ITC was delayed. If the 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. MDL reserves right to recover any

interest, penalty or loss from any amount due to Supplier /Contractor or otherwise.

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

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

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

vertical which is involved in supply of goods and/or services. MDL GSTIN is 27AAACM8029J1ZA

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

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

Page 10: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 6 of 38

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 inters

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).

VIII. If the vendor is registered under GST, vendor shall file all applicable returns under GST

Laws 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.

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

wherever applicable. Bidders must clearly mention the applicable Taxes & Duties. The item-wise

rates (i.e Basic+P&F+F&I) quoted in the Rate Sheet should exclude Taxes & Duties. Bidder should

indicate GST rates as applicable separately under each of the head in the same Rate sheet, which will

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

rate of each item (i.e Basic + P&F + F&I).

12. Terms of Payment: - a) Payment will be made through NEFT/RTGS within 15 to 20 days on submission of bills in

triplicate to Invoice Receipt Section along with work completion certificate (SAP Service Entry

Sheet copy), log sheets etc duly signed by Chief Manager or officer of above level of HR

department.

b) No advance will be paid in any manner against the Contract.

c) WCC should confirm that work is completed in time or incase at delay the duration be specified

in WCC to invoke LD clause and to effect recoveries from contractor’s invoice

d) Alternate MSE vendor payment through TReDS:

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

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

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

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

registered on the "Invoicemart" TReDS platform. MSE bidders desirous to receive payments through

TReDS platform may avail the facility if they are already registered on "Invoicemart" TReDS

platform or by registering on it.

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

Mr Hitesh Popli, GM (Business Development) - +91-9930061225, +91-22-62357385

Mr Amit K Dutta, CM (Business Development) - +91-8600179668, +91-22-62357361

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

enclosures at MDL, Central Receipt Section. MSE vendors, desirous to receive payments through

"Invoicemart" TReDS platform, are to upload the invoice on "Invoicemart" TReDS platform and

submit the TReDS details along with the invoice at MDL, Central Receipt Section. Upon receipt and

acceptance of the supplied material and receipt of invoices with the mandated enclosures, MDL shall

process the invoice for payment on "Invoicemart" TReDS platform. Any unfinanced invoices /

invoices of MSE bidders seeking payment from MDL directly shall be processed as per the Standard

payment terms agreed in PO / contract.”

13. SITE VISIT FOR QUOTING: Prior to submission of your quotation, bidders are requested to

visit the site and if any clarification is required bidders may contact Mr. Shriniwas Sinha

DGM (HR& ER-CL), on Telephone No 2376 4177 and submit duly filled Vendor declaration as

per format at Enclosure 4 – along with the offer

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

Bidder can change the submitted bid any Time till the closing time through e-portal only and the

last changed bid will be considered for ranking of the bids.

Page 11: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 7 of 38

15. Security Deposit (SD): SECURITY DEPOSIT (SD): The successful bidder shall submit a

Security Deposit @ 5% of the value of the Order within 25 days from date of Order / Contract. The

SD can be remitted directly to MDL Bank Account as per details given in Annexure-“A” of this

tender. Further, the bidder should specifically mention the details of company name as well as

nature of remittance, tender number/order number etc in the text/narration fields of Bank’s NEFT remittance in order to identify the same. The duly filled & signed copy of Annexure-“A”

is to be submitted to OTS Department. SD can also be submitted in the form of Bank Guarantee in

the prescribed format drawn in favor of MAZAGON DOCK SHIPBUILDERS LIMITED & the same

should be drawn on reputed Nationalized / Scheduled Banks excluding co-operative banks. The

format of Bank Guarantee for SD is available on MDL Website. Any delay in submission of SD shall

result into charging of interest by MDL on the contract @ prevailing PLR of SBI + 2% on the security

deposit amount for the delayed period. The Security Deposit will be returned only after the successful

execution of the order / contract. Refund of Security Deposit whenever considered admissible by

MDL, shall be without interest only. In case of BG, Bidders to advise their bank/banker to send the

BG directly to OTS department in sealed envelope to dispense with additional step of verification of

authenticity of signatories

16. Guarantee/Warranty: NA

17. Inspection: - Quality and Quantity of work will be checked and Inspected by DGM (HR-REC).

Final work completion certificate in respect of completion of entire scope of work will be

certified by Respective user department & concurred by HR department. Any objection raised by

MDL inspection team against workmanship shall be satisfactorily corrected by the Vendor at his

expenses including as explained in Scope of Work.

18. Liquidated Damages or Penalty: In case, the services are not provided at any time on any

particular day or period for whatsoever reasons, payment will be deducted on prorata basis for that

services in addition to deducting of 110% of service charge on prorata basis. Deductions shall be

made of the contract from Invoice.

The agency shall provide substitute against the personnel remaining absent for continuous 15 days.

On the next working day (sixteenth day) penalty @ Rs. 250/- per person per day shall be levied.

19. Loading Criteria.: Deviations sought by the bidder in respect of Payment terms and delivery

period shall be loaded on the bidder/s quoted prices during price evaluation by MDL as per

MDL Norms. It is desirable that the bidder accepts the Payment Terms indicated by the company

in the Tender document. Varied payment terms quoted by bidders as compared to the terms

stated in the Tender document shall be normalized by loading the Prime Lending Rate of State Bank

of India plus 2% on the quoted price.

Note: Online ranking visible to bidders after opening part II price bids is without loading

parameters. However, the L1 bidder will be evaluated offline by applying all applicable loading

parameters as mentioned in the tender document.

20. Freak low Quotes: In case after opening of price bid of technically cleared firms, it is noted that L-

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

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

quoted are less than MDL estimates by 40% or so and if the difference in rate between L1 and L2 is

30%(with respect to L1) or more then the firm will have to give additional BG of 20% of the PO

value as additional security. Bank charges for this additional BG shall be borne by MDL and

reimbursed against proof of payment.

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

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

Contractor.

22. Risk Purchase: If the article / service or any portion thereof be not delivered / performed by

the scheduled delivery date / period, any stoppage or discontinuation of ordered supply / awarded

Page 12: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 8 of 38

contract without written consent by Purchaser or not meeting the required quality standards the

Purchaser shall be at liberty, without prejudice to the right of the Purchaser to recover Liquidated

Damages / penalty as provided for in these conditions or to any other remedy for breach of contract,

to terminate the contract either wholly or to the extent of such default. Amounts advanced or part

thereof corresponding to the undelivered supply shall be recoverable from the Contractor / Bidder at

the prevailing bank rate of interest.

MDL shall also be at liberty to purchase, manufacture or supply from stock or utilize the services as

it deems fit, other articles of the same or similar description to make good such default and/or in

the event of the contract being terminated, the balance of the articles of the remaining to be

delivered there under. Any excess over the purchase price, cost of manufacture or value of

any articles supplied from the stock, as the case may be, over the contract price shall be

recoverable from the Bidder / Contractor.

23. Public Grievance Cell: - A Public Grievance Cell headed by Shri H. V. Karekar ED (EY) 4th

floor, D-1 Building, East Yard, MDL 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, D-1 Building, East Yard,or send their complaints /

grievances to him in writing for redressal. His Telephone No. is 23763506 & 23738368.

24. Working on MDL Holidays: Request for permission for working 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.

25. Instructions to the Bidders:

Note: Before quoting against this Tender, the prospective bidder is requested to go through the

Tender Enquiry document (& Annexes, if any) thoroughly & carefully. Deviations to the Terms &

Conditions of the Tender are highly discouraged. Therefore, any doubts arising in respect of any of

the Terms & Conditions stipulated, Qualification Criteria, Eligibility for exemption from submission

of EMD, clarification if any w.r.t Documentation / Procedural requirements, etc. shall get clarified

by the prospective bidder through the Dealing Executive invariably before the submission of the

Bid.

25.1 Submission of bids against e-Tenders: The bidder is required to quote online on the e-Procurement

website (www.eprocuremdl.nic.in) by the deadline, by submitting the Techno-commercial Bid &

Price Bid in Electronic format only. The prices/quotes & a few declarations shall have to be

entered/uploaded by the bidder online in the Tender’s entry forms & other bid documents’ scanned

/soft copies shall have to be uploaded as part of the bid. All bids should be digitally signed using

DSC (as explained below).

25.2 To be able to participate in e-Tender (s), every bidder must register themselves on the ASP’s website

(registration is free of cost) & must possess a legally valid Class-IIB or above Digital Signature

Certificate (DSC) (also known as Class-II B or above DSC with encryption& signing authority) as

per IT Act-2000, using which they can sign their electronic bids. The DSC can be procured from any

Certifying Authority (CA) authorized by Controller of Certifying Authorities (CCA) of Govt. of

India.

25.3 National Informatics Centre (NIC) have been appointed by MDL as the Application Service Provider

(ASP).

25.4 In order to familiarize prospective bidders to e-tendering / e-procurements other aspects, etc., regular

orientation training programs {of two (2) hours duration} are being organized at MDL. The

interested bidders are requested to get themselves acquainted with all the requisite aspects & be

prepared by attending the training by conducting the ASP/MDL official(s). The firms may

nominate only one representative from their organization to attend such training. Training shall be

conducted every Friday between 2 & 4 PM in MDL.

Page 13: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 9 of 38

25.5 Besides the training bein organized, Online User Manual is available on the website for the guidance

of users & for participating in the e-Procurement/ e-Tendering, the bidder must ensure having the

requisite (IT) infrastructure at their office premises.

25.6 In case of any difficulties during online submission of offer, bidders are requested to contact the

Undersigned, before the closing date of the tender to Mr. Akshay Vichare, 022-23763251, Mb No:

9022422364. Bidders can also contact toll free customer help line no 0120-4200462, 120-4001002

of e-procurement portal http://eprocuremdl.nic.in . In case of any further problems / issues are

being faced during online bidding on e-procurement portal, maintained by NIC, you may contact to

Mr. Sagar U Shende, Manager Ph NO 022 23763249 for facilitating the addressal of your problem /

issues. Also a training program is arranged in MDL Premises on every working Fridays in one

session (1400 – 1600 hrs) for prospective/willing Bidders and those bidders should have sent request

email to [email protected]

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

avoid the last minute difficulties in uploading the bids. Request for extension, if at all to be made,

shall be forwarded at least 3 working days in advance to the tender closing date / time with proper

reasoning. MDL reserves all rights in this regard & decision of MDL shall be binding to the applicant.

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

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

25.8 MDL will not be responsible for an error in downloading of tender documents from web by the bidders.

The version appearing on MDL website will be considered final and authentic.

25.9 All bidders are requested to get their technical queries, if any, clarified in advance (3 days in advance to

tender closing date) before bidding to avoid last minute delay. For any technical clarification, bidders are

requested to contact Mr. H.V.Chipkar DGM. (OTS), Tel. no. 23763067.

25.10 Entry Pass for Contractors and their workmen: Bidders shall comply with the “MDL Security Procedures

laid down in MDL for entry passes in respect of Contractors and their workmen” which is available in the

home page of OUTSOURCING DEPT. of MDL Website www.mazagondock.gov.in Shipbuilding →

Outsourcing→ Tenders. A copy of same (11 pages) is attached herewith at Enclosure.

25.11 Bidders can participate in online bidding

• By registering with https://eprocuremdl.nic.in for User ID and password.

• By obtaining class IIB or above DSC (Digital Signature Certificate) with encryption & signing

authority (for secured bidding.

25.12 Bids received against online participation shall only be accepted. Bids submitted in any other mode

will not be considered.

25.13 MDL bidder’s earlier quoted for MDL tender on website https://mdl.eprocure.in have to register

again (free of cost) on website https://eprocuremdl.nic.in

25.14 The contractor has to abide by all statutory requirements and submit the proof when called for. Any

penalty levied on MDL due to contractor’s failure to abide by statutory requirement shall be

recoverable from the contractor

25.15 MDL reserves the right to consider placement of Order / Contract in part or in full against the tendered

quantity or reject any or all tenders without assigning any reason.

We look forward to receive your most competitive and reasonable offer against this tender.

Yours faithfully,

For Mazagon Dock Shipbuilders Limited,

DGM (OUTSOURCING)

Page 14: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 10 of 38

Annexure – “A” Earnest Money Deposit (EMD)/Security Deposit format

Enclosure –1 Scope of Work

Enclosure –2 Rate sheet

Enclosure –3 RTGS/NEFT Form

Enclosure –4 Vendor Declaration

Enclosure –5 STACS

Enclosure –6 GTC

Enclosure –7 TEF Acceptance Format

Enclosure –8 STACS Acceptance Format

Enclosure –9 GTC Acceptance Format

References: Terms & Conditions (Also available on MDL Website - www.mazagondock.gov.in/ →Tenders

→Shipbuilding→ Outsourcing

1) Official Secrets Act 1923 (Extract)

Formats: (Available on MDL Website - www.mazagondock.gov.in/ →Tenders →Shipbuilding→

Outsourcing

(1) OTS -F-05 Bank Guarantee for E.M.D.

(2) OTS -F-07 Order acceptances Format.

(3) OTS -F-08 Bank Guarantee for Security Deposit.

MAZAGON DOCK SHIPBUILDERS LTD

Page 15: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 11 of 38

DOCKYARD ROAD

MUMBAI 400010

----------------------------------------------------------------------------------------------------------------

ANNEXURE “A”

. "For making online payment please follow the following steps:

• Go to www.mazdock.com

• Click on Online payment tab available on home page

• 4 options viz. Career, Tender, Security, Scrap / Disposal will be available.

• Click on the respective tab and make the payment online using Debit cards, Credit Cards, Net

banking, BHIM/UPI etc. after filling the required details.

PS: Till the new online payment System is fully established, the receipts through the conventional

method of NEFT/RTGS etc may be accepted in case the remitter has any genuine difficulty with respect

to online payment"

2. DETAILES OF REMITTANCE TO MDL’S BANK ACCOUNT:

(To be filled in by the vendors/firms making remittance of funds in MDL’S Bank Account)

Date of

Remittance

Name of Firm Vendor Code MDL

tender/PO. Ref

No.

Nature of

Remittance viz.

EMD/SD etc.

Amount

Remitted (Rs.)

Signature of Vendor/Representative

3. SAP Parked document No: ____________________ Date: _____________

(To be filled in by MDL’s Commercial Executive)

Sr. No.2 and 3 above will be filled in by the Vendor and MDL commercial Executive respectively and the

form forwarded to Treasury Section for posting of SAP Document to the respective Bank Account.

The bidder should specifically mention the details of company name as well as nature of remittance,

tender number/order number etc. in the text/narration fields of Bank’s NEFT remittance.

ENCLOSURE –1

Page 16: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 12 of 38

SCOPE OF JOB Supply of Manpower (Engineers) on temporary basis

1. Introduction:

Mazagon Dock Shipbuilders Limited (MDL) is India’s leading Shipbuilding Company with ISO

9001:2008 accreditation. It is a Central Government Schedule ‘A’ PSU under the Ministry of Defence,

Department of Defence Production, engaged primarily in the building of Warships and Submarines for

the Indian Navy. MDL has a consistent growth, both in physical as well as financial parameters and has

an ambitious growth plan.

1.1 MDL intends to engage engineers with Computer Science / Computer Engineering/Information

Technology background with prior experience / skill on temporary basis. The requirement is for

02 years, which may be extendable upto 3 Months on same the rates, terms & Conditions at the

sole discretion of MDL and contract can be terminated by giving one month notice.

2. Scope of Supply

2.1 The Agency shall provide Executives as per following Educational Qualification and relevant

work experience:

Sr.

No. Post name Qualification* Details of Post Qualification Experience No. of

Person

1 IT Engineer

Degree in

Computer

Engineering/Comp

uter Science

/Information

Technology

01 year Experience in IT Maintenance

(Hardware and Software/Networking/ Server

administration).

Added advantage of Software Programming in

J2EE/. Net with Databases like Oracle/MS

SQL/MS Access is preferred.

2

2 Senior IT

Engineer

Degree in

Computer

Engineering/Comp

uter Science

/Information

Technology

02 years Experience in IT Maintenance

(Hardware and Software/Networking/ Server

administration).

Added advantage of Software Programming in

J2EE/. Net with Databases like Oracle/MS

SQL/MS Access is preferred.

1

3 Paint Officer

B.Tech / B.E.* in

Paint Technology

or Chemical

Technology

1 Year relevant work experience as Paint

Officer. 2

4

Fire Officer

NBCD(I) qualified

CPO/Master Chief

Petty officer of

Indian Navy (Ex-

Servicemen) or

equivalent rank in

Indian Army or

Indian Air Force.

OR in case the

officer is not Ex-

serviceman shall

be “Graduate of

the Institute of Fire

The experience should be relevant work

experience after qualifying NBCD(I) in Indian

Navy or equivalent rank in India Army or Indian

Air Force.

OR

1 year relevant work experience in industrial unit

as Fire Officer, if not NBCD (I)Qualified 1

Page 17: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 13 of 38

Sr.

No. Post name Qualification* Details of Post Qualification Experience No. of

Person

Engineers (India)

or Graduate of any

discipline having

completed sub-

officer’s/Station

officer’s course

from National Fire

service college,

Nagpur/

Graduation in any

discipline& must

have passed one

year

diploma/degree in

Fire & Safety from

any Govt

recognized

Institute

5

Security

Officer

Chief petty

officer/Master

chief petty officer

of Indian Navy or

equivalent rank in

INDIAN Army or

Indian Air

Force.(Ex-

Serviceman) OR

in case the officer

is not an Ex-

serviceman shall

be Graduate in any

discipline

Work experience should be in provost Arm of

Indian Navy or equivalent in Indian Army or

Indian Air force.

OR

1 year relevant work experience in Industrial unit

as Security Officer, if not from provost Arm of

Indian Navy or equivalent in Indian Army or

Indian Air Force. 1

6

Training

officer

B. Tech/ B.E* in

Mechanical

Engineering

Relevant 1 year in Design (Software) experience.

3

* The qualification should be full time with minimum 60% marks or First Class or equivalent from a

recognized University / Deemed University or Institute recognized by AICTE.

Engineering Disciplines to be considered under Computer Engineering/Information Technology shall

be as under:

Sr. Discipline To include

i Computer Engineering/

Information Technology Computer/ Information Technology/Computer Science

2.2 The requirement as indicated at Column (2.1) above is only tentative and may vary (augmented

or reduced) depending upon the volume of work, functional requirements etc during the course

of contract. Any variation in the requirement shall be communicated to the Agency at the sole

discretion of MDL.

Page 18: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 14 of 38

2.3 The candidates shall be Citizens of India.

2.4 The Executives will be engaged in MDL (Mumbai / Delhi office/MOD) to perform various

activities as per requirement.

2.5 The deployed Personnel should be physical fit, having attained an age of minimum 18 years and

maximum 48 years at the time of being deployed for services as per the tender terms and

conditions.

2.6 The Agency to provide medically fit Personnel & has to submit the Medical certificate for the

Personnel deployed which has to be obtained from Registered Medical Practitioner before

commencement of the job. Another medical fitness certificate shall be submitted on expiry of one

year of medical certificate submitted earlier. Failure to submit fitness certificate shall result in

rejection of person for deployment.

2.7 The Agency has to offer eligible candidates with relevant CVs, educational qualifications and

experience certificates at least three times MDL's requirement.

2.8 Candidates not found to be meeting the eligibility criteria shall be rejected at the sole discretion

of MDL and MDL's decision in this regard shall be final and binding on the party. Agency has

to place services of additional Personnel at its own expenses. Conveyance/ accommodation or

any other related expenses will not be payable by MDL.

2.9 MDL will provide suitable on the job training for two weeks to the shortlisted candidates. After

the training, MDL will deploy the Personnel based on the suitability and requirement.

2.10 Charges for attending interview including travel and accommodation, travel to location of work

will be borne by the Agency / candidates.

2.11 The Agency shall furnish the particulars viz. Name, Father's Name, Age, Photograph,

Permanent Address, etc. of the Personnel to be engaged by them for deploying at MDL.

(Annexure-I)

2.12 The Agency will also arrange antecedent verification of Personnel to be deployed from police at

his own cost and also ensure that they are suitable as far as conduct is concerned. The Agency

shall submit the records of appointment of his personnel (as per Annexure-I) and the proof of

submission of application for Police Verification Report from the local Police Stations, before

the start of the contract.

2.13 Agency shall have to coordinate for proper accommodation and travel, if any, for their

Personnel and loss of time in deployment of their services for such administrative reasons shall

not be acceptable. The performance and the quality of services rendered by the Personnel

deployed will be reviewed on monthly basis. In case the performance is not satisfactory, Agency

has to arrange for alternatives in form of replacement at its own cost within 15 days.

2.14 Personnel deployed will be the employees of Agency and at no point of time shall claim any

Temporary or Permanent employment with MDL. The personnel so engaged for the services

shall take their remuneration/wages from the Agency.

They will have no right whatsoever regarding monetary benefits or any other benefits from

MDL. It is clearly understood by both the parties that for providing services under this

agreement, Personnel engaged by the Agency shall be the employees of the Agency only and

not of MDL and there shall be no master servant relationship between MDL and the personnel

so engaged by the Agency. The personnel engaged should not be an employee of Contractor

working in MDL

2.15 The Agency shall make its own arrangement for housing and conveyance, if any, for the

Personnel provided against this agreement.

2.16 The Agency and his personnel shall keep the information pertaining to matters of MDL strictly

confidential during and after expiry of contract period. The documents issued to Technical

Personnel for delivering the assigned work shall not be reproduced in any form or used for other

Page 19: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 15 of 38

purposes unless explicit approvals are given by MDL. All such materials/ data shall be returned

to MDL at the end of contract or demitting of the concerned deployed Personnel.

2.17 Candidate will have to give undertaking to follow Official Secret Act.

2.18 Agency shall provide following services to Personnel deployed:

Issue Appointment letters

Induction

Associate Handbook (Benefits booklet, Claim forms etc.)

Worksite rules and process documents

Create and maintain Employee Master Database

Payroll processing and Benefits administration

Reimbursement and claims processing

Record management

Comprehensive Statutory & Regulatory compliance (PF, ESI, PT, TDS, Factories Act)

Exit interview and & final settlements

Medical, Accident insurance benefits monitoring

2.19 Agency shall provide Uniform & PPE as given below to Personnel deployed-

Paint Officer – 3 White Boiler Suit & 1 pair Safety Shoes & required PPEs.

Security Officer – 3 sets of Uniform & 1 pair of Safety Shoes & required PPEs.

Fire Officer – 3 sets of Uniform & 1 pair of Safety Shoes & required PPEs.

Training Officer -3 sets of Uniform & 1 pair of Safety Shoes & required PPEs.

2.20 The service is required for all working days (company normally works for 5 days i.e. Monday to

Friday and Weekly offs on Saturday & Sunday) during working hours of MDL i.e. Sr.No.1 & 2,

09.00 am to 06.30 pm or any shift as desired by the company & for Sr.No. 3 to 6, 07.30am

to 05.00pm or any shift as desired by the company. In cases, where need arises, services may

be required to be provided beyond the working hours on weekdays, Saturday Sunday and

Holidays without any additional costs. Extra Working shall be paid on pro rata man day rate

basis or will be given a compensatory off in lieu off working on Saturdays, Sundays &

Holidays. The service shall be provided in flexible working hours (staggered) if need arises.

Biometric attendance shall be applicable.

2.21 Other than regular weekly offs, the Personnel deployed may be allowed regularization of

absence of Casual nature for not more than 12 days (twelve) in a calendar year (1 day per

month). Leave can be granted in units of half days. The deployed Personnel shall also be

allowed late coming by 2 hours in a month, which will not be accumulative in nature.

3. GENERAL TERMS AND CONDITIONS:

3.1 The Agency shall at his own cost deploy suitably qualified Personnel as mentioned in scope of

work, who shall meet the job specifications, for all the jobs required to be carried out by him

under this contract. The Personnel so appointed shall not be construed under any circumstances

to be working under MDL. No person below the age of 18 (eighteen) years shall be deployed on

the work by the Agency at MDL premises.

3.2 The Agency has to ensure that there is no shortage of deployed Personnel at any point of time.

Agency has to provide suitable reliever in case of absenteeism for 15 days in continuation of any

Personnel deployed by him so that there is no hamper in work and also Agency shall ensure that

quality of service is not compromised.

3.3 The agency shall provide substitute against the personnel remaining absent for continuous 15

days on the next working day (i.e. Sixteenth Day). Failing to which a penalty @ Rs 250/- per

person per day shall be levied. Further, necessary action will be taken against the Agency for

violation of terms and condition of the contract.

Page 20: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 16 of 38

3.4 The Agency shall ensure compliances with all applicable Labour laws such as the Contract

Labour (Regulation & Abolition) Act, 1970 & Central Rules, 1971; the Employees Provident

Fund and Miscellaneous Provisions Act, 1952; the Employees’ State Insurance Act, 1948 or the

Employees’ Compensation Act, 1923 as the case may be; the Factories Act, 1948 & relevant

Factories Rules, as applicable or the Shops and Establishment Act as the case may be; the

Maternity Benefit Act, 1961; the Child Labour (Prohibition & Regulation) Act, 1986 etc.

3.5 The Agency shall maintain all books, registers, Forms & other related documents, which are

prescribed under various applicable laws but not limited to the Laws/Acts mentioned in Clause

3.4 above.

3.6 MDL shall have access to verify Agency's book of Accounts including documents/returns

submitted to the various Statutory Authorities under the provisions of the above Act/Rules there

to. Any liability arising or imposed under the Municipal/ State / Central Government Laws/

Rules & Regulations/ Acts will be entirely the responsibility of the agency and MDL shall not

be responsible for any such liability.

3.7 In case some of the working locations fall within non-coverage area of the Employees’ State

Insurance Act, in those areas the Agency shall obtain an Insurance policy to cover its personnel

in respect of injuries and for any other claims arising under the Employees’ Compensation Act,

1923, before commencement of job. The Agency shall, from time to time, keep such insurance

policies renewed and furnish a copy of the same to MDL. In no circumstances Agency shall be

allowed to commence the job until he obtains Employees’ Compensation Insurance Policy.

3.8 MDL shall not be responsible and/or liable for any damages / injury sustained by the personnel

of the Agency while on duty. In case of any accident resulting in death and/or injury to any

personnel deployed by the Agency, while on duty, the liabilities and all kinds of legal

consequences or compensation shall solely be of the Agency irrespective of the reasons and

circumstances of the accident. In case of death and / or injury to any personnel of the Agency,

the insurance claim shall be dealt by the Agency. In addition to this, any civil or criminal

proceedings before a Court/ Tribunal of competent jurisdiction shall be undertaken by the

Agency together with the punitive and / or pecuniary consequences arising there from in such

litigations or judicial proceedings.

3.9 The Agency shall keep MDL indemnified against all claims arising out of violation of any

provision of applicable law, due to default, negligence or lapse on the part of the Agency or any

of its employees.

3.10 MDL shall issue a necessary Certificate in prescribed Form to the Agency for obtaining License

as provided under the Section 12 of the Contract Labour (R&A) Act, if required.

3.11 Any claims arising out of non-compliance of any applicable Law/Act/ Rules pertaining to short

payment, non-payment etc shall be dealt solely by the Agency. The Agency hereby undertakes

to indemnify MDL from any such claims arising out of and pertaining to the period of contract

awarded to him.

3.12 Agency shall ensure that the Personnel deployed maintain orderly and disciplined behavior

towards all including the MDL employees. The Agency's Personnel reporting for providing the

services should be well behaved, punctual and should not be under influence of alcohol during

duty hours. In case any disorderly or indiscipline / indecent or any other misconduct is

committed by any of his personnel, Agency shall have to replace the said person from the

concerned location and provide replacement personnel within 15 days so as to ensure smooth

functioning of the jobs.

3.13 The Agency should ensure that all Personnel deployed are required to follow the security and

general rules and regulations of MDL.

Page 21: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 17 of 38

3.14 The Agency shall comply with all rules and regulations regarding safety and security of its

employees and MDL will not be responsible in any manner in case of any mis-happening to its

employees.

3.15 The Personnel Deployed at sr.1 & 2 (IT Engineers) is required to be in formal dress while

providing their services at MDL.

3.16 Agency shall ensure that any dispute between them and their personnel is settled outside the

MDL premises, and they shall not utilize the premises/property etc. for this purpose.

3.17 Contact telephone number and address of the Agency / Liasoning representative(s) should be

provided to MDL.

3.18 The Agency will be responsible for compliance to all of the relevant and applicable laws and

compliances to any or all of the obligations required in their fulfilment.

3.19 Any liability arising or imposed under the Municipal, State or the Central Govt. Laws, Acts,

rules and regulations will be entirely the responsibility of Agency and MDL shall not be

responsible for any such liability.

3.20 The Agency shall submit records of medical Health check-up covering basic tests and also carry

out periodic checks (at least once in a year) and submit medical report summary to ensure

fitness of its employees at its own cost.

3.21 The Agency shall not sub-contract the services assigned to them.

3.22 MDL reserves the right to accept/reject the personnel deployed for the above services without

assigning any reason.

3.23 The Agency Personnel once deployed as per the PO terms and conditions should be replaced by

the Agency only in consultation /approval with and after acceptance from officer in charge of

MDL and in due compliance with Contractual terms.

3.24 Service Charge quoted by the Agency shall remain firm and fixed.

3.25 In case the Agency fails to pay the contributions payable or if there is any short payment, MDL

shall recover from the monthly bills of the Agency the said amounts along with applicable

interest and demurrages as assessed by the concerned authorities. The amounts so recovered

shall be paid to the concerned authorities against the actual contribution payable.

3.26 All the safety and security regulations and other statutory rules as applicable in area shall be

complied by deployed personnel in totality. In the event of any damage caused due to non-

observance of such rules and regulations, the Agency shall be solely responsible for the same

and shall keep MDL indemnified against all cases and claims arising out of the same.

3.27 The Agency shall be responsible to keep all records of payment, attendance, leaves etc. as

necessary under law or otherwise about the employee and MDL shall not be responsible for the

same in any manner.

3.28 The Agency shall comply with all acts, laws and other statutory rules, regulations, bye-laws as

applicable or which might become applicable to respective locations with regard to performance

of the work included herein or touching upon this contract, including but not limited to

Minimum Wages Act, 1948, ESI Act, 1948 (if applicable), Provident Funds and MP Act,1952,

Workmen's Compensation Act, Payment of Bonus Act, maintain records pertaining to PF, ESI,

attendance Musters, registers etc. and make them available to MDL for verification. Wherever

ESIC is not applicable, the Agency shall take insurance cover for all their employees, under

Employee compensation act. A Group Insurance against accident or death during the contract

period for a minimum amount of Rs. 10 Lakhs covering deployed employees of the Agency

with respect to providing manpower services on temporary basis shall be taken by the Agency

and a copy of the same shall be made available to MDL. The quoted rates shall be inclusive of

all these requirements.

Page 22: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 18 of 38

3.29 Agency should have valid Goods & Service Tax Registration for providing these services and

shall keep it valid during the pendency of the Contract.

3.30 The deployed Personnel shall be the employees of the Agency under their payroll with

appropriate agreement for this temporary deployment. There should not be any other obligation

or liability to MDL other than to the extent defined under this Contract.

3.31 The deployed Personnel shall be required to operate either independently or render assistance to

any officer/staff of MDL.

3.32 During the execution of contract, any issues related to the payment, statutory Compliance, etc

shall be taken up and resolved with the Authorised representative of MDL. In the event of any

un-resolved issues, the same shall be referred to HoD(HR) MDL - Mumbai Office.

4. Payment to the deployed Personnel:

4.1 The deployed Personnel are to be paid a consolidated payment as under:

Post Consolidated payment

Software Engineer Rs. 35,000/- per month with annual increment of 3% every

year

Senior Software Engineer Rs. 36,100/- per month with annual increment of 3% every

year

Paint Officer Rs. 35,000/- per month with annual increment of 3% every

year

Fire Officer Rs. 35,000/- per month with annual increment of 3% every

year

Security Officer Rs. 35,000/- per month with annual increment of 3% every

year

Training Officer Rs. 35,000/- per month with annual increment of 3% every

year

4.2 The Personnel to be paid through e-payment directly to their Bank Accounts by the Agency.

4.3 Agency shall quote its service charges & Employee compensation insurance premium without

tax per person per month as per rate sheet. This shall remain firm and fixed as quoted &

Negotiated.

5. Payment Structure to the Agency towards deployment of Personnel:

5.1 For reimbursement in respect of services received from the deployed Personnel, the billing cycle

will be on monthly basis. Invoices for preceding month to be raised and sent to MDL by 15th

day of every month.

5.2 The quoted rates per month of Personnel deployed and services charges shall be deemed to

include consolidated salary as mentioned at 4 above payable per deployed Personnel & all

expenses and profit margins of the Agency including the statutory contributions, if any, payable

by them as an Employer viz. PF/ Insurance etc. and the deductions to be made as per the

statutory norms. Statutory tax revisions or any other statutory revisions / introduction of new

statutory payments, if any, after the Bid Due date shall be considered for reimbursement against

submission of proof of payment with all details.

5.3 The Monthly consolidated payment per Personnel to be made by Agency shall deemed to

include all salary/benefits payable to respective deployed Personnel other than tour

Page 23: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 19 of 38

reimbursements spelt out explicitly under this contract. Statutory deductions like Employee PF

contribution/ Income Tax Deduction at Source etc. as per the applicable statutory norms may be

made by the Agency before making the net payment to respective personnel’s.

5.4 The Agency shall not be eligible to claim any additional profit margin / administration charges

during the validity of contract. Taxes to be quoted separately as per applicability, all the proof

for tax payment claimed in the bill to be provided to MDL for records. The GST is payable for

the entire billed amount, which includes the wages and service charges. TDS as per law will be

deducted.

5.5 Invoices shall be raised based on actual number of Personnel deployed during the month as per

the contract term only. For any absence during the month other than weekly offs or any partial

deployment, pro-rata reduction shall be made considering the effective working days in the

month as 30.

5.6 Agency shall attach following documents along with the bills:

a) Proof of having deposited employee’s as well as employer’s contribution towards EPF

and remittance thereof to the concerned Authorities by 15th of each month for every

completed previous month. Agency shall also attach online EPF statements along with

the Challan showing individual contribution of each personnel engaged by him.

b) Proof of having paid wages to his personnel by 7th day of the each month for every

completed previous month.

c) Copy of Attendance sheet of personnel concerned.

5.7 Agency will be reimbursed actual cost incurred by him towards the salary notified by MDL,

Employees Provident Fund contribution, actual charges towards Insurance Policy under

Employees’ Compensation Act, 1923, Leave with wages and any other statutory benefit as per

the provisions of applicable laws.

5.8 The duly certified Monthly bills need to be raised in duplicate enclosing the certificates in

support of statutory deductions/ payments, which shall be duly certified by the Officer-in charge

of MDL. For the purpose of deployment of Personnel at MDL, the names of the authorized

executives from MDL will be informed from time to time.

5.9 All eligible payments as per the Contract shall be made by e-payments only and the bills shall

be paid within 15 days of receipt of certified bills by MDL, Mumbai Office. Agency shall be

required to submit the e-mandate for the same.

5.10 In case, the services are not provided at any time on any particular day or period for whatsoever

reasons, the Agency shall make alternative arrangements so as to enable the work to be done

satisfactorily at no extra cost to the MDL. If no such alternate arrangements are made,

proportionate deductions shall be made out of the contract amount. MDL shall be free to make

alternate arrangement, the cost of which shall be recovered from Agency at the cost and risk of

Agency.

5.11 In case of non-payment of monthly wages by the Agency to its Personnel and on being satisfied

that such payments have not been made by Agency to them, MDL shall have the right to settle

the dues of such contract Personnel directly and recover the amount thus paid from the bills

submitted by the Agency or their due payments.

5.12 Any loss, theft or damage to the life and/or property of the MDL or employee of the MDL shall

be compensated by the Agency, if the cause of such loss, theft or damage is on account of

default, negligence and/or lapses by the Agency or the Personnel deployed.

6. PERIOD OF CONTRACT:

6.1 Contract Period shall be for two years from the date mentioned in the contract which may be

extendable up to 3 months on same the rates, terms & conditions at the sole discretion of MDL.

Page 24: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 20 of 38

6.2 MDL reserves the right to cancel the contract during contract period with 1-month notice

without assigning any reason thereof.

7. PENALTY:

In case any of the above services is not provided on any day to the satisfaction to MDL, payment will be

deducted on prorate basis for that services in addition to deducting of 110% of service charge on prorate

basis.

8. Qualifying Requirements:

The Agencies meeting the following conditions shall only apply. Non submission of Proof / not meeting

the below mentioned criteria shall invite summarily rejection of the quotes.

Sr. TECHNICAL PRE-REQUISITES / CRITERIA Supporting Documents to

be submitted Basic Requirement Criteria

1 Legal Entity Agency should be a Company

registered under The

Companies Act 1956 or

Societies, registered under The

Society Registration Act 1860

or Trust, registered in India

under The Indian Trust Act.

Shop & Establishment Act

Certificate of Incorporation

/ Registration / Trust

Deed/Shop & Establishment

Certificate.

2 Offering similar

manpower services in

India

Minimum Last 3 years from the

last date of submission of

tender

Details regarding work

orders completed in last 03

years and the details of

manpower outsourced

presently being outsourced

under execution as per

format at Annexure-1.

3 Satisfactory

Performance Certificate

From at least 2 Company other

than MDL

Copy of the certificate

4 Registrations GST Registration

PF Account No/Registration

ESIC Registration

Income Tax Registration

Copy of the Registration

5 Blacklisting Agency should neither have

been debarred or blacklisted in

the last 5 years by any central /

state/Govt Dept / University /

Educational Institutions /

Organizations etc. nor should

have any litigation enquiry

pending with any of these

departments or court of law

with regards to works executed

by it in last 5 years.

Undertaking on letter head

by Agency.

6 PAN No. & TAN No. Company Should have valid

PAN & TAN No.

Copy to be attached

Annexure- I

Page 25: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 21 of 38

FORMAT FOR PERSONAL DETAILS OF CANDIDATE/

ATTESTATION FORM FOR VERIFICATION/RE/VERIFICATION

1. Name in full (In capital Letters):

2. Husband’s/Father’s Name :

3. Present Address :

4. Permanent Address :

5. Particulars of the places (With the record of residence where ever

resided more than one year at times during preceding three year)

From To Residential Address

________________________________________________________________________________

________________________________________________________________________________

________________________________________________________________________________

6. Particulars of close relations

Relations Full Name Nationality Place of Birth Present Address

And Date of Birth

________________________________________________________________________________

________________________________________________________________________________

________________________________________________________________________________

___________________________________________________________

FORMAT FOR PERSONAL DETAILS OF CANDIDATE/

ATTESTATION FORM FOR VERIFICATION/RE/VERIFICATION

PHOTO

Page 26: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 22 of 38

7. Nationality :

8. Date of Birth :

9. District and State of which belongs :

10. (a) Religion :

(b) Whether member of S.C. /S.T. (Yes/No) :

(If yes state Full details)

11. Education Qualification

(Also maintained name of school and Institution)

12. Have you ever been employed at any time? If so give details or Post held, Period,

Description of work and full address of firm/installation.:

13. Have you ever been prosecuted or kept under detention or bound down of finder Conviction

by court of law of any offence or debarred/ disqualified by any public Service commission

from appearing in any examination?

14. If any case pending against you in any court of law at the time of filling of the Attestation

from? If yes give full particulars of the case.

15. Applied for the post at present:

16. I certify that the following information is correct and complete to the best of my knowledge

and belief. I am not aware of any circumstances, which may impair my fitness for

Employment under Governments.

Place: Signature of Candidate

Date :

Signature of Authorized

Representative of Agency

Page 27: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 23 of 38

ENCLOSURE –2 Sub : Hiring of IT Engineers, Paint Executives, Fire Executives, Security Officers and Training officers for

ATS on Outsource basis. ILLUSTRATION RATE SHEET FORMAT

Sr

.

no

.

Service Qty

(Nu

mbe

r of

Pers

ons)

Unit

s

(Mo

nths

)

Total

Salary

in Rs.

(Per

Person

per

Month)

Service

Charge

s &

Employ

ee

Compe

nsation

Insuran

ce

Premiu

m

without

tax (In

Rs.) per

person

per

month

Empl

oyee

Comp

ensati

on

Insur

ance

Premi

um

Witho

ut tax

(In

Rs. )

Per

Perso

n Per

Mont

h

GST

as

applic

able

in

(%)

on

total

salary

HS

N

for

Sala

ry

GST

as

applic

able

(in%)

on

Servic

e

Charg

es

HSN

For

Servic

e

Charg

e

GST

as

applic

able

(in %

on

Insur

ance

Premi

um

HSN/

SAC

No.

for

Insur

ance

Premi

um

Total

without

GST

Total with

GST

A B C D E G K H L I M (F=(C+D+E)

*A*B)

J=(C*A*B*G

%)+(D*A*B*

H%+(E*A*B*

I%)+F

10

IT

Engineer

(1st Year)

2 12 41514

20

IT

Engineer

(2nd Year)

2 12 42759

30

Senior IT

Engineer

(1st Year)

1 12 42818

40

Senior IT

Engineer

(2nd Year)

1 12 44111

50

Paint

Officer

(1st Year)

2 12 41514

60

Paint

Officer

(2nd

Year)

2 12 42759

70

Fire

Officer

(1st Year ) 1 12 41514

80

Fire

Officer

(2nd Year) 1 12 42759

90

Security

Officer

(1st Year) 1 12 41514

10

0

Security

Officer

(2nd Year) 1 12 42759

11

0

Training

Officer

(1st Year) 3 12 41514

12

0

Training

Officer

(2nd Year) 3 12 42759

Page 28: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 24 of 38

TOTAL in Rs. (A)

Note: Total Payment mentioned at column C includes Consolidated Payment as per clause 4.1 of SOW, & Employer Share PF

@13.6% & Leave Encashment @ 5 % of Payment..

Statutory deductions like Employers Share ESIC & Bonus if applicable in future, shall be reimbursed by MDL on actual.

ENCLOSURE –3

MAZAGON DOCK SHIPBUILDERS LIMITED

DOCKYARD ROAD,

MUMBAI – 400 010

RTGS / NEFT – Mandate Authorisation Form

1. VENDOR NAME

2. PAN No.

3. VENDOR ADDRESS

4. VENDOR'S TELEPHONE

5. E-MAIL ADDRESS

6. BANK NAME

7. BANK ADDRESS

8. ACCOUNT NO.

9. ACCOUNT TYPE

10. NEFT CODE

11. RTGS CODE

12. MICR NO

13. Excise No.

14. GST No.

15. SAC/HSN No.

We hereby declare that the particulars given above are correct and complete. If the transaction is

delayed for reason of incomplete or incorrect information, we would not hold MDL responsible.

Date Suppliers Seal Authorised Signature of the suppliers

Page 29: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 25 of 38

Certified that the particular as per Serial No. 1 & 6 to 12 are correct as per our records.

Date Bank's Stamp Authorised Signatories of Bank Officers

ENCLOSURE–4

VENDOR DECLARATION

Sub:. Hiring of IT Engineers, Paint Executives, Fire Executives, Security Officers & Training officers for

ATS on Outsourced basis.

We have visited your site and understood the Scope of Work and requirement given in the tender. We also

confirm herewith that our quoted price/rates are in line with the above scope of work.

M/s..............................................................

SIGNATURE.........................................

NAME................................................

DESIGNATION

STAMP

DATE:

Page 30: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 26 of 38

ENCLOSURE - 5

STANDARD TERMS AND CONDITIONS (STACS)

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

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

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

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

its successors or assignees.

103 The word 'Owner' means the person or authority with whom Mazagon Dock Limited (Purchaser) has

contracted to carry out work in relation to which orders are placed by the Purchaser on the Sub-contractor /

Supplier / Supplier under this contract for supply or manufacture of certain items and would include

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

Guard and any other specified authority.

120 GENERAL

121. Unless otherwise indicated specifically by the bidder / contractor in his bid, it shall be construed as his

acceptance of all the conditions mentioned in this stacs.

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

known address mentioned in the offer / order shall be deemed to be valid communication for the purpose of

the order/contract. Unless stated otherwise by the purchaser, Language for communication & all

documentation shall be same that the Purchaser has used in the tender enquiry.

210. PURCHASER’S PROPERTY.

211. All property (such as materials, drawings, documents etc) issued by the Purchaser or any other

individual or firm on behalf of the Purchaser in connection with the contract shall remain confidential, being

the property of the Purchaser and the Bidder / Contractor shall undertake to return all such property so issued

and will be responsible for any or all loss thereof and damage thereto resulting from whatever causes and

shall reimburse the Purchaser the full amount of loss and damage.

212. On completion of work in any compartment / location, the contractor must ensure that the place is left

in a reasonably clean state and all scrap/Rubble/Debris/refuse is transferred to nearby scrap/Garbage/refuse

bins.

213. The Purchaser would provide on demand the requisite material to be supplied as per the Contract. On

completion / execution of the contract a reconciliation statement detailing quantity of material issued,

quantity used for the contract, scrap generated, quantity returned to Stores and certificate regarding

protection of Intellectual Property Rights will have to be submitted along with certified Invoice/s before

Page 31: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 27 of 38

payment/s are effected. Any excess consumption of material on account of wastage / damage, re - work not

attributable to Purchaser will be suitably recovered from the Bidder / Contractor.

220. RISK PURCHASE.

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

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

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

prejudice to the right of the Purchaser to recover Liquidated Damages / penalty as provided for in these

conditions or to any other remedy for breach of contract, to terminate the contract either wholly or to the

extent of such default. Amounts advanced or part thereof corresponding to the undelivered supply shall be

recoverable from the Contractor / Bidder at the prevailing bank rate of interest.

222. The Purchaser shall also be at liberty to purchase, manufacture or supply from stock or utilize the

services as it deems fit, other articles of the same or similar description to make good such default and/or in

the event of the contract being terminated, the balance of the articles of the remaining to be delivered there

under. Any excess over the purchase price, cost of manufacture or value of any articles supplied from the

stock, as the case may be, over the contract price shall be recoverable from the Bidder / Contractor.

230. RECOVERY-ADJUSTMENT PROVISIONS:

231. Payment made under one order shall not be assigned or adjusted to any other order except to the extent

agreed upon in writing by the Purchaser. During the currency of the contract, if any sum of money is payable

by the Bidder / Contractor the same shall be deducted from any sum then due or thereafter may become due

to the Bidder / Contractor under the contract or any other contract with the Purchaser.

240. ADDITIONAL BANK GUARANTEE 241. In case after opening of price bid of technically cleared firms, it is noted that L-1 firm has quoted very

low rates and indicates to withdraw from the tender then EMD shall be forfeited and firm may be given

tender holiday including intimation to other PSUs. If the rates quoted are less than MDL estimates by 40% or

so and if the difference in rate between L1 and L2 is 30% or more then the firm will have to give additional

BG of 20% of the PO value as additional security. Bank charges for this additional BG shall be borne by

MDL and reimbursed against proof of payment.

250. INDEMNIFICATION 251. The Contractor / Bidder, his employees, licenses, agents or Sub-Supplier / Subcontractor, while on site

of the Purchaser for the purpose of this contract, indemnifies the Purchaser against direct damage and/ or

injury to the property and/or the person of the Purchaser or that of Purchaser's employees, agents, Sub-

Contractors / Suppliers occurring and to the extent caused by the negligence of the Contractor / Bidder, his

employees, licenses, agents or Sub-contractor by making good such damages to the property, or

compensating personal injury and the total liability for such damages or injury shall be as mutually discussed

and agreed to.

260 TRANSFER OF SUPPLIER’S / CONTRACTOR’S RIGHTS:

261. The Contractor / Bidder shall not either wholly or partly sell, transfer, assign or otherwise dispose of the

rights, liabilities and obligations under the contract between him and the Purchaser without prior consent of

the Purchaser in writing.

270 SUBCONTRACT & RIGHT OF PURCHASER 271. The Contractor / Bidder shall under no circumstances undertake or subcontract any work / contract from

or to any other Sub-contractor without prior written approval of the Competent Authority of Purchaser. In

the event it is found that such practice has been indulged in, the contract is liable to be terminated without

notice and the Contractor / Bidder is debarred all from future tender enquiries / work orders. However in no

circumstances a contractor is permitted to subcontract any part of the contract to the bidders who had quoted

for the concerned tender.

280. PATENTRIGHTS.

281. The Contractor / Bidder shall hold harmless and keep the Purchaser indemnified against all claims

arising as a result of infringement of any patent / copy rights on account of manufacture, sale or use of

articles covered by the order.

Page 32: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 28 of 38

290. Agents / Agency Commission: 291. The seller confirms and declares to the buyer that the seller is the original manufacturer or authorized

distributor/stockiest of original manufacturer of the stores referred to in this contract and has not engaged

any individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to

recommended to the Buyer or any of its functionaries, whether officially or unofficially , to the award of the

Contract / Purchase order to the Seller; nor has any amount been paid, promised or intended to be paid to any

such individual or firm in respect of any such intercession, facilitation or recommendation. The Seller agrees

that if it is established at any time to the satisfaction of the Buyer that the present declaration is in any way

incorrect or if at a later stage it is discovered by the Buyer that the Seller has engaged any such

individual/firm, and paid or intended to pay any amount, gift, reward , fees, commission or consideration to

such person, party, firm or institution , whether before or after the signing of this Contract / Purchase order,

the Seller will be liable to refund that amount to the Buyer. The seller will also be debarred from

participation in any RFQ/Tender for new projects/program with Buyer for a minimum period of five years.

The buyer will also have a right to consider cancellation of the Contract either wholly or in part, without any

entitlement or compensation to the Seller who shall in such event be liable to refund all payments made by

the buyer in terms of the Contract along with interest at the rate of 2% per annum above LIBOR (London

Inter Bank Offer Rate) (for foreign vendors) and base rate of SBI plus 2% (for Indian Vendors). The Buyer

will also have the right to recover any such amount from any contracts concluded earlier with Buyer.

300. USE OF UNDUE INFLUENCE / CORRUPT PRACTICES:

301. The Contractor / Bidder undertakes that he has not given, offered or promised to give, directly or

indirectly any gift, consideration, reward, commission, fees, brokerage or inducement to any person in

service of the Purchaser or otherwise in procuring the contract or forbearing to do or for having done or

forborne to do any act in relation to the obtaining or execution of the Contract with the Purchaser for

showing or forbearing to show favour or disfavour to any person in relation to the Contract or any other

Contract with the Purchaser. Any breach of the aforesaid undertaking by the Contractor / Bidder or any one

employed by him or acting on his behalf (whether with or without the knowledge of the Contractor / Bidder)

or the commission of any offence by the Contractor / Bidder or any one employed by him or acting on his

behalf, as defined in Chapter IX of the Indian Penal Code, 1980 or the Prevention of Corruption Act, 1947 or

any other Act enacted for the prevention of corruption shall entitle the Purchaser to cancel the contract and

all or any other contracts with the Contractor / Bidder and recover from the Contractor / Bidder the amount

of any loss arising from such cancellation. A decision of the Purchaser or his nominee to the effect that a

breach of the undertaking has been committed shall be final and binding on the Contractor / Bidder.

302. The Contractor / Bidder shall not offer or agree to give any person in the employment of Purchaser any

gift or consideration of any kind as "Inducement" or "reward" for doing or forbearing to do or for having

done or forborne to do any act in relation to the obtaining or execution of the contract/s. Any breach of the

aforesaid condition by the Contractor / Bidder or any one employed by them or acting on their behalf

(whether with or without the knowledge of the Contractor / Bidder) or the commission of any offence by the

Contractor / Bidder or by any one employed by them or acting on their behalf which shall be punishable

under the Indian Penal Code 1980 or the Prevention of Corruption by Public Servants, shall entitle Purchaser

to cancel the contract/s and all or any other contracts and then to recover from the Contractor / Bidder the

amounts of any loss arising from such contracts' cancellation, including but not limited to imposition of

penalty damages, forfeiture of Security Deposit, encashment of the Bank Guarantee and refund of the

amounts paid by the Purchaser.

303 In case, it is found to the satisfaction of the Purchaser that the Contractor / Bidder has engaged an Agent

or paid commission or influenced any person to obtain the contract as described in clauses relating to Agents

/ Agency Commission and use of undue Influence, the Contractor / Bidder, on a specific request of the

Purchaser shall provide necessary information / inspection of the relevant financial documents / information.

310. IMMUNITY OF GOVERNMENT OF INDIA. (APPLICABLE ONLY FOR ORDERS /

CONTRACTS WITH USA / OTHER FOREIGN COMPANIES

311. It is expressly understood and agreed by and between M/s. (Contractor / Bidder / Supplier) and

Mazagon Dock Limited, Dockyard Road, Mumbai - 400 010 (MDL), is entering into this Agreement solely

on its own behalf and not on the behalf of any person or entity. In particular, it is expressly understood and

Page 33: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 29 of 38

agreed that the Government of India is not a party to this Agreement and has no liabilities, obligations or

rights hereunder. It is expressly understood and agreed that MDL is an independent legal entity with power

and authority to enter into contracts solely in its own behalf under the applicable of Laws of India and

general principles of Contract Law. The (Contractor / Bidder) expressly agrees, acknowledges and

understands that MDL is not an agent, representative or delegate of the Government of India. It is further

understood and agreed that the Government of India is not and shall not be liable for any acts, omissions and

commissions, breaches or other wrongs arising out of the contract. Accordingly, (Contractor / Bidder) hereby

expressly waives, releases and foregoes any and all actions or claims, including cross claims, imp leader

claims or counter claims against the Government of India arising out of this contract and covenants not to

sue Government of India in any manner, claim, cause of action or thing whatsoever arising of or under this

Agreement.

320. EXPORT LICENCE 321. The export licenses that may be required for delivery of the various items / equipment / services to

MDL shall be arranged by the bidder from the concerned authorities in their country without any time & cost

implications on the Purchaser.

330. BANNED OR DE-LISTED CONTRACTORS / FIRMS / SUPPLIERS.

331. The bidders declares that they being Proprietors / Directors / Partners have not been any time

individually or collectively blacklisted or banned or de-listed by any Government or quasi Government

agencies or PSUs. If a bidder’ entities as stated above have been blacklisted or banned or de-listed by any

Government or quasi Government agencies or PSUs, this fact must be clearly stated and it may not

necessarily be a cause for disqualifying him.

340. DUTY OF PERSONNEL OF SUPPLIER / SUPPLIER 341. MDL being a Defence Organization, Contractor / Bidder undertakes that their personnel deployed in

connection with the entrusted work will not indulge in any activities other than the duties assigned to them.

350. DISPUTE RESOLUTION MECHANSIM AND ARBITRATION

351. DISPUTE RESOLUTION MECHANISM (DRM) (i) Any dispute/differences between the parties arising out of and in connection with the contract shall be

settled amicably by mutual negotiations.

(ii) In case of non-settlement by (i) above, if at any time, before, during or after the contract period any

unsettled claim, dispute or difference arose between the parties, upon or in relation to or in connection with

or in any way touching or concerning this tender/agreement/order/contract, the same shall be referred to the

concerned Functional Director.

The Functional Director shall then nominate an Executive of the rank of General Manager whom he thinks

fit and competent or a Committee of Executives who/which shall then scrutinise the claims/disputes that

have been referred to the concerned functional Director and make efforts for amicable settlements by mutual

discussions/negotiations.

(iii) In case no amicable settlement is arrived by (ii) above within a period of three months, then the

contractor shall approach Public Grievance Cell and address the disputes as per the provisions made under

the relevant clause of the contract.

(iv) In case the issues/disputes do not get settled within a period of six months from the date of submission

of the dispute to the Grievance Cell, then the contractor may invoke Arbitration Clause of the contract.

352. ARBITRATION

Unresolved disputes/differences, if any, shall then be settled by arbitration. The Arbitration proceedings shall

be conducted at Mumbai, India, in English Language, under the Arbitration & Conciliation Act, 1996.

MDL prefers to have arbitration through Institutes such as Indian Council of Arbitration (ICA)/ICA-DR,

with the mutual consent of the parties.

Page 34: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 30 of 38

353. In case of unresolved difference/dispute between the Purchaser and Supplier, being Central Public

Sector Enterprises / Central Govt. departments, the disputes shall be resolved firstly through mutual

discussion or through the empowered agencies of the Govt. or through arbitration by reference by either

party to the department of Public Enterprises, as per extant guidelines. If disputes/differences remain

unresolved / unexecuted, the same shall be referred first to the Cabinet Secretariat and then, if necessary to

the PMO.

354. Any changes to arbitration clause must be vetted by HOD (Legal) before incorporation in contract/PO.

360. JURISDICTION OF COURTS 361. All contracts shall be deemed to have been wholly made in Mumbai and all claims there under are

payable in Mumbai City and it is the distinct condition of the order that no suit or action for the purpose of

enforcing any claim in respect of the order shall be instituted in any Court other than that situated in Mumbai

City, Maharashtra State, India i.e. courts in Mumbai shall alone have jurisdiction to decide upon any dispute

arising out of or in respect of the contract.

370. CONTRACT LABOUR (REGULATION & ABOLITION) ACT 1970 371. Contractor / Bidder shall obtain license under Section 12 and 13 of the Contract Labour (Regulation &

Abolition) Act, 1970 and rules made there under and the same should be kept valid at least until the expiry of

contract with Purchaser. The registration and Licence under the Contract Labour (Regulation and Abolition)

Act 1970 shall be renewed in time every year and if work continues for more than a year, a copy of the

Licence is produced as and when demanded by the concerned authorities of Purchaser.

372. The Contractor / Bidder shall carryout his obligations and duties under the Contract Labour (Regulation

& Abolition) Act, 1970 and the rules framed there under, but not limited to :-

i. Pay in time, on or before 7th of every succeeding month not less than the prescribed minimum wages (as

stipulated under item V (a) or V (b) of the Form VI prescribed Under Rule (25) 1 of the Act as applicable.

ii. Disburse Wages in respect of workers working on Purchaser’s jobs inside the premises under the

supervision of nominated representative of the Purchaser.

iii. Production of Wage / Attendance Register along with E. S. I. & P. F. Statements to Corporate Personnel

Department (from 8th to 15th of every succeeding month) for verification of the same as required under the

Contract Labour (Regulation and Abolition) Act 1970.

iv. Forwarding to the respective Divisional Personnel Department a list of deductions and contributions duly

effected from the salary / wages on Contract Labour engaged on Purchaser’s jobs in respect of Employees’

Provident Fund, Employees’ Family Pension Fund and Employees’ State Insurance Scheme, with reasons for

non-deduction, if any, duly clarified by passing suitable remarks against the name of concerned employee on

the list.

v. Comply with all the statutory regulations and requirements concerned with employment of contract labour

on Purchaser’s jobs and shall follow all orders / decisions of the Government in this respect. Contractor /

Bidder shall furnish all the statutory half yearly returns / six monthly statements concerning with such

contract labour to the Licensing Executive in Form No. XXIV as per Rule 82 (1) of Contract Labour

(Regulation & Abolition) Act 1970 and also forward a copy of these with necessary statistical information of

manpower employed to the Corporate Personnel Department.

373. In the event any employee/s of Contractor / Bidder is advised by the concerned Department to deploy

their employees for job during weekly-off, Sundays and holidays, the Contractor /Bidder must inform

through Concerned Department the name/s of the employee/s in the prescribed format to CISF / Security and

to the concerned Divisional Personnel by mentioning specifically ‘Compensatory - Off’, before 3 days from

the date actual payment.

380. MINIMUM WAGES ACT 381. The Contractor / Bidder shall pay to his employees not less than the minimum wages and allowances

applicable to the Engineering Industry as notified from time to time by the State Government under the

Minimum Wages Act. Contractor / Bidder shall be responsible for timely payment of wages of all his

employees engaged in the Purchaser’s Yard, not less than the prescribed minimum wages in each case and

without any deductions of any kind, except as specified by Government or permissible under the Payment of

Wages Act.

Page 35: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 31 of 38

382. The Contractor / Bidder must settle all the pending dues of the employees i.e. arrears of wages,

proportionate leave wages, proportionate bonus payment, etc.

383. Before winding up the site, the Contractor / Bidder shall pay all terminal dues to his employees such as

Notice pay, Gratuity, Retrenchment compensation, etc.

390. Bonus Act 391. The Contractor / Bidder shall pay to his eligible employees a Statutory Bonus as per ‘Payment of Bonus

Act’ at the rate prescribed by the Statutory Authorities from time to time.

400. Factories Act

401. The Contractor / Bidder shall observe all applicable Rules and Regulations stipulated under Factories

Act applicable to contract labour.

402. The Contractor / Bidder shall maintain a separate register prescribed under the Act and pay Privilege

Leave wages to all eligible employees.

403. On completion of execution of the contract and before winding up, the Contractor / Bidder shall pay

proportionate Privilege Leave wages to all eligible employees.

410. Employees’ Provident Funds and Miscellaneous Provisions Act, 1952 411. The Contractor / Bidder, where applicable, shall cover his employees deployed in the Purchaser’s Yard

i. under the Employees’ Provident Funds and Miscellaneous Act, 1952,

ii. under the Family Pension Scheme, and

iii. under the Employees’ Deposit Linked Insurance Scheme and pay the contributions both in respect of his

employees and his own. He shall submit all the necessary returns and other particulars periodically as

prescribed under the said Act. Contractor / Bidder shall cover from the first day working all his contract

labour on MDL jobs by filling requisite returns to concerned Statutory authorities and obtaining Code

Numbers / Account Numbers. Contractor / Bidder shall remit employees’ and employers’ contributions

directly to the concerned authorities along with Inspection and Administrative Charges as per relevant

provisions of the concerned Acts and Schemes made there under within 15 days from the close of every

month. The Contractor / Bidder must submit copies of P. F. dues payment challans, copy of Form No. 12

(A), copy of form No. 6 (A) (Annually) & copies of Muster Roll of their workmen every month to Corporate

Personnel Department before renewal of passes for entry into the yard. The Contractor / Bidder must also

attend to P. F. Inspections by concerned authorities and submit copy of the Inspection Report. 412. The

Contractor / Bidder through his own P. F. code number shall fill in P. F. / Pension settlement forms of all the

employees engaged in Purchaser’s Yard, well in advance of last working day and forwards the said

settlement forms to the respective P. F. Commissioner’s office for settlement. Contractors who are yet to

obtain PF code shall apply for Code no s to PF Commissioners Office & furnish copies of the same to

Corporate Personnel Department. Purchaser shall recover PF dues from the contractors running bills till such

time the PF Code no is obtained.

413. The Contractor / Bidder may contact Corporate Personnel Department for the purpose to seek any / all

clarification / necessary advice for completion of procedural work such as filling labour challans, E. S. I., P.

F. - declaration forms, covering their labour under Group Insurance Policy, etc. An Administrative charge @

Rs. 10/- per employee per month for such consultancy will be recovered from all the contractors from the

bills of the respective contracts

420. Employees’ State Insurance Act 421. The Contractor / Bidder should also cover all the eligible contract labourers working on MDL jobs,

under the Employees’ State Insurance Act and Scheme by furnishing necessary returns to appropriate

authority and pay both employees’ and employers’ contributions in respect of these employees to the

concerned authorities within 20 days from the close of every month. The contractor shall produce copy of R.

D. F. duly acknowledged by ESI local office for confirmation that the workmen are covered under ESI Act

and Scheme.

422. Contractor / Bidder should produce proof of such remittances to Corporate Personnel Department of

MDL along with full details of contributions etc. within 25 days from the close of month. He shall also give

an undertaking that he will not engage any one on our work who is not duly covered under the said Act &

Page 36: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 32 of 38

Scheme. The contract employees who are out of coverage of ESI Act & Scheme should be covered under

Group Insurance Policy linked with workman compensation Act. Those Bidders / contractors do not have

their ESI Code No.; they should submit documentary evidence of application for obtaining ESI Code no to

Corporate Personnel Department.

430. SAFETY: 431. The Contractor / Bidder must observe all safety precautions in connection with the work to be

performed by him, his agents or labourers. In the event of any accident happening in our yard resulting in

loss of lives or otherwise damaging any part of the property, the contractor shall be required to make good

the loss to the Company and shall be responsible for all consequences that follow from the loss and / or

injuries to the persons involved in such accidents. The standard of safety to be observed in the Company

shall be decided by the Executive-in-Charge Safety, or any Executive appointed for the purpose before the

commencement of work in the yard. It will be essential for contractor to ascertain the standard precautions

which contractor is required to observe in discharging his work as per the standards prevalent in MDL. The

decision of MDL in matters concerning Safety shall be final and binding on the contractor.

432. The Contractor / Bidder shall be required to provide his workmen with Boiler Suits of any suitable

colour other than blue or white, with the Name of the Contractor in prominent letters on the boiler suits along

with personal protection gears like safety shoes, hand gloves etc. workmen of the Contractor / Bidder must

wear throughout their working while in the premises of MDL. Contractor’s workmen working without safety

gears are likely to be disallowed for work.

440. POLICE VERIFICATION OF EMPLOYEES 441. Contractor / Bidder shall have to produce and submit to the Chief Security Executive of Purchaser,

verification through Mumbai Police of Character and Antecedents of their employees / workers for while

working on ships under construction in Purchaser’s Yards, for working onboard ships under modernization /

refit / repairs at Mumbai Ports / Naval Dockyard. Entry passes will not be issued in the absence of Police

Verification Report and employees without Police Verification shall not be employed by them in Purchaser’s

Yard / Mumbai Ports / Naval Dockyard and any lapse on the part of Contractor / Bidder shall be viewed

seriously as per applicable laws of the land. Employment of any Foreign National during the contract period

would be permitted with prior permission of Purchaser.

450 451. The Purchaser may extend the delivery schedule as mutually agreed, on receipt of written

communication from the Contractor / Bidder regarding occurrence of 'Force Majeure' conditions, but not

exceeding six months from the scheduled delivery date. If the 'Force Majeure' conditions extend beyond this

period, the Purchaser shall have the right to cancel the order without any financial implication to the

Purchaser or on terms mutually agreed to.

************

Page 37: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 33 of 38

ENCLOSURE - 6 GENERAL TERMS & CONDITIONS (GT&C) FOR ITEMS & SERVICES

A10. BLANK A11. With the acceptance of the successful bidder’s offer by the purchaser, which is as per the Terms &

Conditions of the tender, by means of Order/Contract, the tender is concluded. The Supplier /

Subcontractor / Supplier shall, on receipt of the Order/Contract, communicate their unconditional

acceptance to the purchaser in the prescribed format immediately within 10 days.

A12. If nothing to the contrary is heard by purchaser within 10 days from the date of placement of order,

it will be understood that the order has been accepted by the Bidder/Supplier/Contractor.

A13. Any delay in acknowledging the receipt & acceptance of the Purchase Order/Contract from the

specified time limit or any qualification or modification of the purchase order/Contract in its

acknowledgment acceptance by the Supplier / Sub-contractor /Supplier shall be termed as breach

And would be liable for forfeiture of EMD, Bid Bond, Security deposits etc.

A50. FORFEITURE OF PERFORMANCE GUARANTEE A51. In the event of Bidder/Supplier/Contractor failure to attend the Guarantee defects within a

reasonable period of time, the Performance Bank Guarantee will be encashed by the Purchaser. The

Purchaser’s decision shall be final and binding on Bidder/Supplier/Contractor in this regard.

A60. SUPPLIES A61. The equipment / products / items / Services to be supplied shall be strictly in accordance with the

Drawings / Specifications / Requirements indicated in the Tender Enquiry / Order with deviations,

if any, as mutually accepted.

A70. PROGRESS REPORTING & MONITORING

A71. Where so stipulated in the order, the Bidder / Supplier / Contractor shall render such reports from

time to time as regards the progress of the contract and in such a form as may be called for by the

Purchaser.

A80. CANCELLATION OF ORDER A81. The Purchaser reserves the right to cancel an order forthwith without any financial implications on

either side,if on completion of 50% of the scheduled delivery/Completion period the progress of

manufacture/Supply is not to the satisfaction of Purchaser and failure on the part of the

Bidder/Supplier/Contractor to comply with the delivery schedule is inevitable. In such an event the

Bidder/Supplier/Contractor shall repay all the advances together with interest at prevailing bank

rates from the date of receipt of such advances till date of repayment. The title of any property

delivered to Purchaser will be reverted to the Bidder/Supplier/Contractor at his cost.

A82. In case of breach / non-compliance of any of the agreed terms & conditions of order / contract. MDL

reserves the right to recover consequential damages from the Supplier / contractor on account of

such premature termination of contract.

A83. In case of delay beyond agreed period for liquidated damages or 10weeks from contractual delivery

period whichever is earlier, MDL reserves the right to cancel the order and procure the order items/

services from any available source at MDL’s option & discretion and entirely at your risk and cost.

Extra expenditure incurred by MDL in doing will be recoverable from Bidder/Supplier/Contractor.

A100. FREIGHT & INSURANCE.

A101. For Indigenous Bidders. In cases where the offers are for 'Door Delivery to Purchaser,' transit

freight & Insurance charges shall be borne by the Bidder / Supplier / Contractor. In other agreed

cases of Ex-works / Ex-Transporter's warehouse or Railway godown offers, the Bidder / Supplier /

Contractor on dispatch, shall give details of materials with dispatch particulars and their value in

time to Purchaser's Insurance Company on the contact details as provided in the order. In such

Agreed cases, the freight & insurance charges will be paid by the purchaser directly to the parties

concerned.

A110. TAXES & DUTIES / STATUTORY LEVIES.

A111. Taxes and duties applicable, if any, shall be regularized by MDL by issuing necessary

exemption certificates in respect of procurement for Defence Projects. Bidder shall indicate

Page 38: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 34 of 38

separately the taxes and duties applicable in their offer. When the items qualify for

exemption partly/fully but the supplier did not avail of the same, the amount of taxes and

duties on such supplies shall be to supplier’s account. In cases where exemption certificates

are not issued for any reason, taxes shall be paid as indicated in the Purchase Order /

Contract. Tax deduction at source will be effected wherever applicable (e.g. TDS under

Income tax Act, TDS on Works Contract under MVAT Act etc.) from the bills of the

Supplier as per statutes. Octroi duty exemption certificate issued by Customer’s

representative will be provided on Supplier’s written intimation with relevant details

regarding readiness of items for dispatch. Where payment of Octroi duty is agreed to and

stipulated in the Purchase Order / Contract, the same will be reimbursed by Purchaser at

actual after receipt of Supplier’s bills along with 'Original Octroi paid money receipt' and

copy of Form ‘B’. Octroi receipts are to be drawn/issued in the name of ‘ Mazagon Dock

Limited’ only. Similarly where payment of Custom duty is agreed to and stipulated in the

Purchase Order / Contract, the same will be paid by the Purchaser on receipt of supplier’s

bills along with Custom Certified Duty Paid Challan-Money Receipt in original or carbon

copy as relevant. These Challans/ Receipts, Bill of Entry are to be drawn/ issued in the

name of ‘Mazagon Dock Limited’ only. Where payment of VAT, is agreed to and

stipulated in the Purchase Order / Contract, the same will be paid by the Purchaser. on the

basis of Suppliers' TAX INVOICE wherein the VAT TIN Number and declaration in

accordance with the provisions of Maharashtra Value Added Tax Act, 2002, is indicated in

the Invoice and where payment of Central Sales Tax (CST) is agreed to, the Supplier will be

paid CST on the basis of the Invoice indicating particulars of his CST Registration Number

and such Invoice should also indicate the VAT TIN Number and CST Number of the

Purchaser. Where Central Excise Duty is agreed to be paid by the Purchaser in the Purchase

Order/Contract, the Suppliers will be paid Excise Duty claimed in the Invoice on the basis of

Central Excise Invoice issued as per Rule 11indicating the ECC/Excise Registration number

to be enclosed along with Commercial Invoice/Tax Invoice. In the case of payment of

Service Tax agreed to as per purchase order/contract, the same will be paid on the basis of

Tax Invoice indicating the Service Tax Registration number and the category of service for

which the contractor/Vendor is registered with the Service Tax Department. A copy of the

Service Tax Registration certification will be submitted by the contractor/Vendor as a

onetime requirement in support of the Registration number indicated in the Invoices. Based

on requirement, the Vendor/contractor may be called upon to produce evidence of validity

of the Service Tax Registration at any point of time during the currency of the contract.

A120. DEMURRAGE

A121. Storage and Demurrage charges will be payable by the Bidder / Supplier / Contractor for all

shipments that reach purchaser without proper dispatch documentations, Lorry Receipts not

accompanied by packing lists, invoices etc. The Supplier shall be responsible for fines due to

errors or omissions in description, weight or measurements and for increased handling

charges due to improper packing.

A130. # INSPECTION, TESTING.

A131. The ordered items will be inspected either by Classification Society / Nominated Agency

and or by Inspection Officer nominated by Purchaser at stages defined in the tender /

Purchase Order or as agreed to be defined subsequently in terms of the Purchase Order.

A132. The decision of the Inspecting Authority or their representatives, as the case may be, on any

question of the intent, meaning and the scope of Specifications / Standards shall be final,

conclusive and binding on the Bidder/ Supplier / Contractor.

A133. The Bidder / Supplier / Contractor shall accord all facilities to Purchaser's Inspectors /

Nominated Agency to carry out Inspection / Testing during course of manufacture / final

testing.

A140. RECEIPT INSPECTION BY MDL. A141. MDL shall carry out necessary inspection of the items on receipt, on the basis of an

appropriate quality assurance system and inspection system requirements along with

representative of the Owner. Any objection raised by MDL Quality Control Team against

quality of materials or workmanship shall be satisfactorily corrected by the Contractor at his

Page 39: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 35 of 38

expense including replacement as may be required within shortest possible time within 30

days. Items damaged during transit shall also be rectified/replaced by the Contractor within

Shortest possible time, payment for which shall be made at mutually agreed rates.

A150. REJECTION OF MATERIALS.

A151. Should the articles, or any portion thereof of the equipment be found defective / rejected, the Bidder

Supplier / Contractor shall collect the same from the Purchaser's Stores, all incidental charges being

borne by him (inclusive of Custom duty, if payable), within 30 days from the date of intimation to

the Bidder / Supplier / Contractor of such rejection. The Purchaser reserves the right to dispose off

the rejected items at the end of a total period of 90 days in any manner to the best advantage to the

Purchaser and recover storage charges and any consequential damages, from sale proceeds of such

disposal.

A160. TECHNOLOGICAL DEVELOPMENTS / MODIFICATIONS A162. If the Purchaser be desirous of getting incorporated all post supply modifications /improvements

arising out of technological developments to the original equipment supplied by the Bidder

/Supplier / Contractor, the Bidder / Supplier / Contractor, shall quote for and carry out all such

modifications to the equipment.

A163. Where the whole or a portion of the equipment has been specifically developed by the Bidder /

Supplier / Contractor for the Owner and the latter would through the Purchaser be bearing the entire

or part of the development cost incurred by the Bidder / Supplier / Contractor, the design rights for

the whole or portion thereof, of the equipment as appropriate, shall vest in the Owners.

A164. Prior approval of the Owner should be obtained before similar articles are sold / supplied to any

other party other than the Owner. If such approval is given and sale is effected, the Bidder /

Supplier /Contractor shall pay to the Owner royalty at the rate mutually agreed to.

A165. The Sub-contractor / Supplier / Supplier shall continue to support the equipment for a minimum

period of 20 years from the date of supply by making available spare parts and assemblies of the

equipment supplied. Should the Sub-contractor / Supplier / Supplier decides to discontinue the

product, for any reason whatsoever, adequate notice shall be given to the Purchaser / Owner to

Enable procurement of the requisite lifetime spares.

A170 PURCHASER’S RIGHT TO ACCEPT ANY BID, PART OF BID AND TO REJECT ANY

OR ALL BIDS. A171. The Purchaser reserves the right to accept and or reject any or all tenders and or to withdraw the

tender in to to and or award the contract / order in full or part to more than one Supplier / contractor

without assigning any reason whatsoever and without thereby incurring any liability to the affected

Bidder or Bidders or any obligations to inform the affected Bidder or Bidders of the grounds for

MDL action.

A190 BIDDER’S RESPONSE IN CASE OF NO PARTICIPATION A191 the Sub-contractor / Supplier / Supplier shall inform the Purchaser in advance in case he is unable to

participate in the tender for whatsoever reason. Failure to comply with this will be viewed seriously

and consecutive three failures on the part of Sub-contractor / Supplier / Supplier to do so is liable for

disqualification / debarring of the Sub-contractor / Supplier / Supplier from all future tender

enquiries and or delisting from the list of 'Approved Registered Suppliers.

Page 40: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 36 of 38

ENCLOSURE - 7 TEF ACCEPTANCE FORMAT

(ILLUSTRATIVE FORMAT)

To,

MAZAGON DOCK SHIPBUILDERS LIMITED

PURCHASE DEPARTMENT.

TEF

CLAUSE No.

BIDDER’S

REMARK

TEF

CLAUSE No.

BIDDER’S

REMARK

TEF

CLAUSE No.

BIDDER’S

REMARK

1 ACC./ DEV. 10 ACC./ DEV. 19 ACC./ DEV.

2 11 20

3 12 21

4 13 22

5 14 23

6 15 24

7 16 25

8 17

9 18

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, 3.1, 3.2 a), b), I), ii) & iii).

Page 41: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 37 of 38

ENCLOSURE - 8 STACS ACCEPTANCE FORMAT

(ILLUSTRATIVE FORMAT)

To,

MAZAGON DOCK SHIPBUILDERS LIMITED

OUTSOURCING DEPARTMENT.

STACS CLAUSE

No.

BIDDER’S

REMARK

STACS

CLAUSE

No.

BIDDER’S

REMARK

STACS

CLAUSE No.

BIDDER’S

REMARK

101 ACC./ DEV. 260 ACC./ DEV. 360 ACC./ DEV.

102 270 370

103 280 NOT

APPLICABLE

380

120 290 390

200 300 400

210 NOT

APPLICABLE

310 NOT

APPLICABLE

410

220 320 NOT

APPLICABLE

420

230 330 430

240 340 440

250 350 450

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.

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. STACS clause numbers shown in the above format also includes the sub-clauses under these

Clauses. For example 220 means – clause nos. 220, 221, 222.

Page 42: TENDER ENQUIRY · TENDER ENQUIRY [ § § ] [WEB TENDER] e./Tender No 6000001057 g w /Purchase Exec

Page 38 of 38

ENCLOSURE - 9

ACCEPTANCE FORM FOR GENERAL TERMS AND CONDITIONS (ILLUSTRATIVE FORMAT).

To,

MAZAGON DOCK SHIPBUILDERS LIMITED

OUTSOURCING DEPARTMENT.

GT&C

CLAUSE

No.

BIDDER’S

REMARK

GT&C

CLAUSE

No.

BIDDER’S

REMARK

GT&C

CLAUSE

No.

BIDDER’S

REMARK

A10 ACC./ DEV. A90 NOT

APPLICABLE

A140 NOT APPLICABLE

A50 A100 NOT

APPLICABLE.

A150 NOT APPLICABLE

A60 A110 A160 NOT APPLICABLE A70 A120 NOT

APPLICABLE A170

A80 A130 NOT

APPLICABLE A190

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. A10 means – Clause nos. A11, A12, A13.