Tender No: 6000001313 - Mazagon Dock Shipbuilders Limited
-
Upload
khangminh22 -
Category
Documents
-
view
0 -
download
0
Transcript of Tender No: 6000001313 - Mazagon Dock Shipbuilders Limited
Tender No: 6000001313
1
Part-A
MAZAGON DOCK SHIPBUILDERS LIMITED (MDL) INVITES ON-LINE
COMPETITIVE BIDS from reputed Bidders 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: ARC for supply of Ration Items
during Sea/Harbour Trials of Submarines at MDL,MBPT,Naval Dockyard Mumbai
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 equipment held by them with model / year / working status along with details of
their facilities and personnel with designation, qualification and experience to determine
their capabilities.
iii) Bidders Audited Balance sheets and Profit & Loss A/c of the company for last 3 financial
years ending 31st March 2017, 2018 and 2019. The average minimum turn over for 3 years
should be at least Rs. 22.5 Lacs.
iv) Bidder should have experience of having successfully completed similar works business
during last 7 years ending on 30st April 2019 as stated below:
a) Three similar completed works each costing not less than Rs. 30 Lacs.
OR
b) Two similar completed works each costing not less than Rs. 37.5 Lacs.
OR
c)
One similar completed work costing not less than Rs. 60 Lacs.
OR
d) Jobs of similar nature completed in a continuous span of 12 months costing not less
than
Rs. 37.5 Lakh Note: Similar completed works referred above means service of supplying ready to
eat & ready to serve food
v) Bidder should submit copy of valid FSSAI license in their name along with the bid
for qualification.
Note: 1) Sr. no. (i) and (ii) above not required for permanent registered vendors.
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 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.
Tender No: 6000001313
2
3. EARNEST MONEY DEPOSIT (EMD)
3.1 Bidders shall furnish EMD of Rs. 1,50,000/- (Rupees One Lakhs Fifty Thousand 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
3.3 EMD can also be submitted in the form of Bank Guarantee in the prescribed format drawn in
favour 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, superscribing 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.
3.7 "For making online payment please follow the following steps: • Go to www.mazdock.in
• 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.
3.8 EXEMPTION FROM SUBMISSION OF EMD
Following bidders shall be exempt from submission of EMD:
a) State & Central Government of India departments, Public Sector Undertakings.
b) Firms registered with Mazagon Dock Shipbuilders Limited (MDL (i.e EMD is exempted for the vendor
who are permanently registered under material /service group 1402211 only).To qualify for EMD
exemption, firms should necessarily submit VALID copy of the Registration Certificate issued by MDL
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”.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 .
Tender No: 6000001313
3
e) Common/Deemed DPSU registered vendors qualify for EMD exemption. Such firms shall submit valid
copy of the registration certificate issued by DPSUs (other than MDL) for the items / services for which
the offer is being submitted in Part-I offer/bid. Firms in process of obtaining registration in other
DPSUs will not be considered for EMD exemption.
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 (TEF), 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 Goods and Service Tax 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 should upload scanned documents as per clause 2.
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-5.
x) Scanned image of duly filled RTGS/NEFT authorization as per para 6.
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
Tender No: 6000001313
4
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. v)Opening of Techno-Commercial Bid (Part-I): Techno-Commercial bid (Part-I) will be opened online on the tender closing date or extended tender closing date or next working day if closing date happens to be holiday declared by MDL. The participant bidder can also witness opening of the bids online from their locations by logging on MDL E-Portal website with their Class IIIB Digital Signature Certificate (DSC) or higher version. Bidders may be called for attending TNC meeting at MDL if MDL desires so. Opening of Price Bid (Part–II): After completion of the Techno-Commercial scrutiny of the received bids, intimation for opening of price bid (s) will be communicated only to the Techno-commercially qualified bidders, with the date & time of opening declared in such intimation. Such intimation may be given at a short notice by Fax, E-mail or even by telephone. The participant bidders can also witness the opening of the bids online from their location by logging on to the portal with their Class-IIIB Digital Signature Certificate (DSC).
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) If the date of remittance of EMD amount/issue of EMD BG is later than the tender Closing
date.
iv) 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
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 on the date of intimation by MDL on the deficiencies noticed in the bid
documents.
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 above.
ix) The original of the uploaded copy of EMD BG if received after seven days of the tender
closing date.
Tender No: 6000001313
5
7. Bid Evaluation Criteria: Lowest bidder (L1) will be determined on the basis of total quoted value
of all line item (exclusive of GST) of rate sheet. The lowest bidder (L1) will be considered for further
processing for placement of order. On-line ranking visible to the bidder is without loading parameters.
However, overall lowest L1 bidder will be evaluated offline after applying all applicable loading
parameters as mentioned in the tender document and 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 and after 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 of
ranking so that procurement is competitive.
Note: In case of any discrepancies observed in any Rate Sheet, on 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 One years and may be extended for a
further period of Three months on MDL discretion on same rates and terms and conditions. However
if the performance of contractor is not satisfactory then contract may be terminated with one month
notice period by applying relevant clauses of contract such as Risk Purchase, forfeiture of Security
deposit etc.
9. Mobilization: The successful bidders shall mobilize and started the service within 10 days
from the placement of LOI/ Order whichever is earlier.
10. PRICING: Bidder shall quote the prices of all items listed in the tender enquiry which will be
inclusive of all costs such as labour, material, packing charges, transportation, all incidental expenses
etc. However the applicable taxes/duties & levies will be indicated separately in the rate sheet. The
prices quoted shall remain firm and fixed during the currency of the order/contract.
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: Bidder shall indicate GST no. and HSN/SAC no. separately the
percentage of the applicable taxes and Govt. levies in blank Price Bid submitted in Part I (Techno
Commercial Bid) as well as in Part-II Price Bid. Details as under;
1. GST No.:
2. Type of dealer (composition/ Normal):
3. SAC/HSN NO.:
4. % of GST:
Following GST standard terms and conditions need to be accepted.
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 you. You shall pay penalty
Tender No: 6000001313
6
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 you or otherwise .
V. In case, MDL is unable to avail ITC, You at your 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, you 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 you and MDL ends up in reversal of credits and / or payments,
you are 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 you or otherwise.
VI. If you are registered under GST, the GST registration number (15 digit GSTIN) issued by
GOI shall be mandatorily provided by you. You are 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 the provisions / requirement / timeline promulgated by GOI in relation to GST Law with all
required supporting documents to enable MDL to avail input tax credit promptly. The vendors invoice
inter alia should contain GSTIN of vendor, GSTIN of MDL (i.e. 27AAACM8029J1ZA), GST tax rate
separately, HSN code wise goods or services, place of supply, signature of vendor, etc. Original
invoice needs to be submitted to Bill Receipt Centre at MDL gate, and a copy of the invoice should be
given to the goods receiving section(GRS).
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 you, MDL retains right to withhold payments
towards tax portion until the same is corrected & complied by you 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 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 .
12. TERMS OF PAYMENT: - a) Payment for actual quantity of completed work will be made through RTGS/NEFT
between 15 and 20 days and on submission of set of Original + 2 copies of ink signed monthly Tax
Invoice to be submitted to Invoice Receiving Section along with work completion certificate, Log
Sheets etc. duly certified by executive of user department of MDL not below the rank of Chief
Manager . The bills shall be preferably submitted within four weeks of certification of Work
Completion Certificate ‘WCC’ to Outsourcing Department along with service entry through SAP
system from user department.
b)Work Completion certificate, Log Sheets/Service Report etc. shall be duly certified by Chief
Manager of above of administration dept of MDL.
c)Work completion certificate should confirm that the work is completed in time or In case of
delays, the duration be specified in this certificate to invoke LD Clause and effect recoveries from
Contractors’ invoice.
d) No advance will be paid in any manner against the Contract.
Tender No: 6000001313
7
e) "Alternate MSME vendor payment through TReDS:
“In order to address the financial needs of MSME firms, GoI has introduced a platform for facilitating
the financing of trade receivables of MSMEs from buyers, through multiple financiers which is termed
as Trade Receivables Discounting System (TReDS). At TReDS, auctioning of invoices at competitive
& transparent environment is done by financers based on Buyer’s credit profile.
MDL is registered on the "Invoicemart" TReDS platform and M1xchange of M/s Mynd Solutions Pvt
Ltd.
MSME bidders desirous to receive payments through TReDS platform may avail the facility if they
are already registered on
1."Invoicemart" TReDS platform or by registering on it.Contact details at "Invoicemart" TReDS
platform are as below:
022 6235 7373 and a new mail id [email protected].
2. "M1xchange" TReDS platform or by registering on it.
Contact details at "M1xchange" TReDS platform are as below:
+91 9920455374 MsAshwathi Jayandran email id
+91 8839915724 Ms Prinyaka Shah email id [email protected]
MSE bidders upon successful delivery shall submit their invoices along with the mandated
enclosures at MDL, Central Receipt Section. MSE vendors, desirous to receive payments through
"Invoicemart" TReDS platform, 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: All correspondence before placement of order shall be
addressed to Purcahse executive of OTS Dept. Post placement of Order, contractor shall address all
corresponce to user Dept with a copy to OTS Dept for information. For any query regarding tender,
bidder shall contact dealing executive/ purchase executive only on the e-mail id
([email protected]) and tele no (02223743326)given in tender and submit duly filled Vendor
declaration as per format at Enclosure–7 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.
15. SECURITY DEPOSIT (SD): The successful bidder (Contractor) shall submit the Security
Deposit @ 5 % of the value of order (excluding Taxes) within 25 days from the date of
Order/Contract.
Security deposit on reducing balance can be accepted on completion of services. Reducing
balance bank guarantee towards security deposit is to be submitted by successful bidder
where it will be valid for at least one year with claim period of three months within which t he
same can be extended for further period by amendment.
Tender No: 6000001313
8
i. Submission of SD is exempted for Indian PSUs. In lieu, Indemnity Bond in favour of MDL is
required to be submitted (Format of the same would be forwarded with the Order).
ii. Please note that MDL does not extend any concession such as exemption in payment of Security
Deposit to any organization (Except PSU) irrespective of their status, like registered with MDL,
NSIC, SSI, MSE, etc.
iii. No interest will be paid on Security Deposit. The security deposit will be returned only after
successful execution of the order and shall be interest free.
iv. Mode of SD : Security Deposit to be submitted in the form of NEFT / DD/ Pay Order/ Bank
Guarantee drawn in favor of MAZAGON DOCKSHIPBUILDERS LIMITED from the list of banks
approved by SBI/ Canara bank published on MDL website within 25 days from the date of
contract. Crossed DD / Pay Order issued by Cooperative banks however will be accepted
subject to realization. In case of SD-BG, the same shall be valid for one year from the start date
of contract plus three months claim period. Bidders to advise their bank/banker to send SD-BG
directly to Outsourcing Department to dispense with additional step of verification of authenticity
of signatories. No change/modification in the text of the prescribed format of the BG is
permissible.
v. SD through NEFT- remittance through Bank: In case of online remittance of SD amount, scanned
image of Annexure-VI, duly filled is to be submitted to Outsourcing Department. 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.
vi. Any delay in submission of SD shall result into charging of interest by MDL on the Contractor @
PLR of SBI + 2 % on the SD amount for the delayed period. Additionally, in case of failure to
submit SD within twenty five (25) days from the date of order placement, the EMD submitted by
the Contractor will be encashed and the Order would be liable for cancellation/termination with
the invocation of Risk Purchase provisions of the Tender/Order. In case of failure to submit
revised-rolling SD within twenty five (25) days from the date of intimation by MDL, the
previously submitted SD by the contractor will be encashed by MDL. Additionally, SD amount
could be withheld from the payable Invoice (s) of the Contractor, if any.
vii. In case the completion of work is likely to be delayed beyond the Order completion
period/Contractual completion period or this period is required to be extended, the Contractor
shall have to extend the validity of the Bank Guarantee for SD till such extended period. In case
of failure to comply with such extension of the Bank Guarantee for SD by the Contractor, the
Bank Guarantee is liable for encashment by MDL.
viii. Non-performance of the Terms & conditions of Order and/or default/breach by the Contractor will
result in forfeiture of the SD with application of Risk Purchase provisions.
16. Inspection:- Final work completion certificate in respect of completion of entire scope of work will be certified
by Chief Manager or above level of AGM(SM-2)/DGM(Admin-EY). Any objection raised by
MDL inspection team against quality of material or workmanship shall be satisfactorily corrected
by the Vendor at his expenses including replacement as may be required within shortest possible
time within 7 days.
17. Liquidated Damages or Penalty: 1. In case, quality/quantity of any one of the items served is found to be poor, cost of such items shall
not be paid. In addition penalty of Rs. 2000/- shall be levied per reported & proved incident. The
Admin Department will verify and examine the complaints for deciding applicability and levying of
penalty. The decision of Admin department shall be final and binding.
Tender No: 6000001313
9
2. Time is an essence of contract. If the item is not delivered within 30 minutes of the stipulated
delivery date and time then the penalty of Rs. 250/- levied.In case of further a penalty of Rs. 500/- will
be levied per hour against the item.
18. 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.
19. 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% (w.r.to L1) or more then the firm will have to give additional BG of 20% of the Freak Low value as additional security. Additional BG will not be applicable for values upto Rs. 25 Lakhs. Bank charges for this additional BG shall be borne by MDL at actual subject to maximum of 0.125% of BG value per quarter (0.5% per annum) as per required validity period and reimbursed against proof of payment.
20. 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.
21. 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
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.
22. PUBLIC GRIEVANCE CELL: - Public Grievance Cell headed by Shri H.V.Karekar Executive
Director (EY) 4th floor ,D1 Building, 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 or send their complaints/grievances to him in writing for redressal. His Telephone
No. is 23763506 or 23738368
23. Working on MDL Holidays: Items are to be supplied when requested irrespective of MDL
holiday
24. Instructions to the Bidders:
Tender No: 6000001313
10
24.1 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-III 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.
24.2 National Informatics Centre (NIC) have been appointed by MDL as the Application Service Provider
(ASP).
24.3 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. In case of any difficulty during online submission of offer, Bidders can contact toll-free customer help line no
0120-4200462, 0120-4001002 of e-procurement portal http://eprocuremdl.nic.in
24.5 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.
24.6 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.
24.7 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.P.RAM ,M. (OTS), Tel. no. 23763326.
24.8 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.mazdock.in→Tenders
→ Shipbuilding Outsourcing → SB-OTS Notification
24.9 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.
24.10 Bids received against online participation shall only be accepted. Bids submitted in any other mode
will not be considered.
24.11 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
24.12 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,
Tender No: 6000001313
11
M (Outsourcing)
Annexure – “A” Earnest Money Deposit (EMD)/Security Deposit format
Enclosure –1 Scope of Work
Enclosure –2 Illustration of Rate Sheet Format for Ration item
Enclosure –3 RTGS/NEFT authorization formate
Enclosure –4 Vendor Declaration
Enclosure-5 Detail of prequalification documents
Enclosure-6 GTC
Enclosure-7 STACS
Enclosure-8 TEF
References: Terms & Conditions (Available on MDL Website - www.mazdock.in→Tenders
→Shipbuilding→ Outsourcing
1 Standard Terms & Conditions (STACS)
2) General Terms And Conditions while executing work.
3) Official Secrets Act 1923 (Extract).
Formats: (Available on MDL Website - www.mazdock.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.
Tender No: 6000001313
12
ANNEXURE “A”
1. For payment of various remittances online, the following links are available to the vendors/
contractors through MDL website: • 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.
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.
Tender No: 6000001313
13
ENCLOSURE –1
SCOPE OF WORK
A: Contractor’s Scope
Rate Contract for supply of Ration items on Submarines during Sea / Harbour Trials.
Contractor's Scope
1. The firm shall supply ready to eat / raw materials / ready to serve food onboard the ship at Naval
Dockyard or MDL as per the List of Items which will be given to you as per requirement 12 hours in
advance.
2. The instructions regarding menus and quantity of each item will be issued from Administration
Department or Controlling Authority of the Contract. The instructions would be communicated
telephonically or in writing.
3. The firm shall contact Administration Department for obtaining the instructions for supply of food.
4. The food shall be fresh at all times and should not smell stale at any time.
5. The approximate quantity of food packets required when the ship is berthed at MBPT, Naval
Dockyard would be for approximately 50 to 100 persons.
6. The firm shall load food early in the morning / as required basis onboard the ship in Naval
Dockyard. The firm shall provide the services in two or three shifts as per the requirement.
7. Delivery of food onboard shall be arranged by the firm at Naval Dockyard or MDL as per
requirement.
8. The firm shall submit a list of personnel to be deployed to user with name and addresses for supply
and distribution of food at Harbour.
Special Instructions
1. Accounting of unused rations. All rations would be disembarked from the submarine on returning
to harbour and embark again prior to next sorties. No rations would be stored onboard in the Harbour.
The contractor can account for the returned ration in consultation with submarine's EXO.
2. Usage of ready to eat meals
The same would be used to the extent feasible. Having more than two ready to eat items in a day is
considered impractical.
3. Processed Food Packets / Drinks
There are a number of items such as breakfast cereals, curds, ice creams, lassi, flavoured milk, cold
cuts, cheese, jams, sausages / salamis, chocolates etc. those that requires minimal cooking and are
acceptable to the palate.
4. Ready to cook frozen packaged food
The submarine needs to be provided with frozen food packets readily available in the market that ease
the burden of cooking and minimise production of waste onboard e.g. boneless, pre-cut frozen
chicken, fish/paneer mixed vegetable packets, pureed tomatoes, pureed palak, fried onion packets, pre
cut frozen salads, gravy for chicken / fish / paneer etc.
5. Dry rations
Cooking onboard would be restricted to cooking of rice and lentils. These dry rations need to be
provided in airtight stainless steel containers by the contractors to prevent rat / insect menace onboard.
Tender No: 6000001313
14
6. Fresh rations
Seasonal fresh fruits, eggs etc. which are easy to store, serve and consume should be provided
onboard.
7. Provision of one cooked meal
The submarine should be provided one/two cooked meals (Breakfast/Lunch/Dinner) one hour prior to
leaving Harbour to cater to immediate requirement post leaving harbour. These meals should include
dry items such as sandwiches, biryani etc. which can be transported easily to the submarine and loaded
onboard one hour prior cast off.
General Instructions.
i) The non-veg items i.e. chicken should be fresh broilers and mutton that of goat. Fish must be
pomfret. In case of nonavailability of pomfret, halwa, rawas, surmai can be supplied with prior
permission of AGM SM 2 or CM(Admn). Other substitute will not be accepted.
ii) Edible oil should be of good brand. No Palmolien oil to be used.
iii) Fruits should be fresh. No overripe fruites to be served.
iv) Kolam rice to be used and packed in aluminium foil container.
v) Delivery at specific time at the specified location. Lunch & Dinner packets to be delivered at site
at two different timings.
vi) The food must be packed hygienically in appropriate containers made of aluminium foil, plastic
laminated cardboard boxes, paper napkins, disposable plates and plastic spoons and forks are to be
provided in the boxes.
vii) The caterers brand, name and address must be stamped on the box.
viii) The food must be prepared in hygienic conditions and must be capable of remaining unspoilt.
MDL Medical Officer reserves the right to inspect the kitchen premises periodically.
ix) The non-veg and veg items to be packed in plastic containers.
x) Bread should be large slices and fresh.
xi) The garbage bags required for disposal of waste shall be organized by the vendor.
Liquidated Damages or Penalty.
1. In case, quality / quantity of any one of the items served is found to be poor, cost of such items
shall not be paid. In addition penalty of Rs. 2000/- shall be levied per reported and proved incident.
The Admn Dept. will verify and examine the complaints for deciding applicability and levying of
penalty. The decision of Admn Dept. shall be final and binnding.
2. Time is an essence of contract. If the product is not delivered within 30 minutes of the stipulated
delivery date and time, then the penalty would be Rs. 250/-. Further more delay, a penalty of Rs. 500/-
will be charged per hour.
Above mentioned penalty will be "per item and per unit"
Tender No: 6000001313
15
ENCLOSURE –2
Illustrative Rate Sheet For Arc For Supply Of Ration Items During Sea/Harbour Trials Of Submarines
At Mdl,Mbpt,Naval Dockyard Mumbai
Sr Item
Total
Qty
(A)
unit Unit
Rate
SAC
no./HS
N No.
% of
GST
Total
value in
Rs.
(without
GST)
Total
value in
Rs.
With
GST
1 Baked beans(250 gms can) 280 CAN
2 Sprouted Moong Dal (1kg Pack) 50 PAC
3 Sprouted Chana Black (1 kg Pack) 40 PAC
4 Sprouted Chana Kabuli (1 kg Pack) 40 PAC
5 Raw Dal Moong whole (1 kg Pack) 50 PAC
6 Raw Dal Moong Split (1 kg Pack) 50 PAC
7 Raw Dal Ahar (1 kg Pack) 90 PAC
8 Raw Dal Urad (1 kg pack) 50 PAC
9 Raw Dal Masoor Split (1 kg Pack) 90 PAC
10 Raw Dal Masoor whole (1 kg Pack) 70 PAC
11 Raw Dal Kabuli Chana (1 kg Pack) 50 PAC
12 Raw Dal Black Chana (1 kg Pack) 40 PAC
13 Raw Dal Yellow Chana (1 kg Pack) 70 PAC
14 Rajma (1 kg Pack) 200 PAC
15 Dal Makhni (200 Gms Pack) 750 PAC
16 Rice Basmati (5 kg Pack) 420 PAC
17 Veg Biryani (1 plate per person)350 gms 350 BT
18 Chicken Biryani (1 plate per person)chi 880 BT
19 Chicken Fried Rice (1 plate per person)c 750 BT
20 Veg Fried rice (1 plate per person)350 g 400 BT
21 Veg gravy (1 plate per person)300 gms 1,300 NOS
22 Laccha Parata (1 pack-3 pieces) 700 PAC
23 Plain Parata (1 pack-3 pieces) 600 PAC
Tender No: 6000001313
16
24 Jeera Parata (1 pack-3 pieces) 750 PAC
25 Malabar Parata(1 pack-3 pieces) 800 PAC
26 Methi Parata(1 pack-3 pieces) 800 PAC
27 Pav(1 pack-6 pieces) 600 PAC
28 Chapati(1 pack-3 pieces) 2,000 PAC
29 Noodles(1 kg pack) 20 PAC
30 Pizza (Medium) 800 NOS
31 Bread White (800 gms pkt) 575 PAC
32 Brown Whole Wheat (800 gms pkt) 675 PAC
33 Muesli Fruit Magic(1 kg pkt) 130 NOS
34 Muesli Crunchy (1 kg pkt) 110 NOS
35 Muesli All Bran(1 kg pkt) 100 NOS
36 Corn Flakes mango (1 kg pkt) 30 NOS
37 Butter (Salted) (500 gms pkt) 270 PAC
38 Nutella Spread (500 gms pkt) 175 NOS
39 Cheese Spread (200 Gms Pkt) 250 PAC
40 Cheese (500 gms) 150 PAC
41 Juice Guava (1 Ltr pkt) 475 PAC
42 Juice Lichi (1 Ltr Pkt) 525 PAC
43 Juice Mixed Fruit(1 Ltr Pkt) 425 PAC
44 Juice Mango (1 Ltr Pkt) 425 PAC
45 Juice Pineapple (1 Ltr Pkt) 325 PAC
46 Juice Orange (1 Ltr pkt) 275 PAC
47 Juice Grapes (1 Ltr pkt) 275 PAC
48 Tomato Sauce (400 Gms pkt) 60 PAC
49 Honey Dabur (200 Gms Bottle) 75 PAC
50 Sugar (5 kgs Pkt) 100 PAC
51 Tea Leaves (500 Gms Pkt) 300 BT
52 Coffee Powder (250 gms pkt 140 PAC
53 Egg Thermacole Box-30 nos 20,000 PAC
54 Chicken Sausages Pepper (1 kg pkt) 80 PAC
55 Chicken Sausages Original (1 kg pkt) 80 PAC
56 Chicken Sausages Garlic (1 Kg Pkt) 80 PAC
57 Chicken Salami garlic (1 kg Pkt) 88 PAC
Tender No: 6000001313
17
58 Chicken Salami Pepper (1 kg Pkt) 160 PAC
59 Chicken Salami Original (1 kg Pkt) 90 PAC
60 Chicken Leg/Breast (1 kg Pkt) 1,300 PAC
61 Malabar Chicken (250 gms pkt) 940 PAC
62 Chicken Kheema (250 gms pkt) 400 PAC
63 Seekh Kabab (500 gms Pkt) 150 PAC
64 Chicken (Tikka Masala) (5 kg Pkt) 120 PAC
65 Chicken (Tandoori Masala) (3 kg Pkt) 42 PAC
66 Frozen Fish Boneless Pomfret (1 kg Pkt) 250 PAC
67 Frozen Fish Boneless Surmai (1 kg Pkt) 105 PAC
68 Frozen Fish Boneless Basa (1 kg Pkt) 120 PAC
69 Mutton Kolhapuri (400 gms pkt) 530 PAC
70 Frozen Paneer (400 gms pkt) 200 PAC
71 American Corn frozen (1 kg Pkt) 130 PAC
72 Peas Mushroom (400 gms pkt) 290 PAC
73 Palak Paneer (200 gms pkt) 500 NOS
74 Malai Paneer (original) (400 gms pkt) 700 PAC
75 Alu Methi (400 gms pkt) 40 PAC
76 Vegetable Fresh Precut Carrot (3 kg pkt) 70 PAC
77 Vegetable Fresh Precut Cauliflower(3 kg 90 PAC
78 Vegetable Fresh Precut Capsicum(3 kg pkt 90 PAC
79 Vegetable Fresh Precut Broccoli(3 kg pkt 80 PAC
80 Vegetable Fresh Precut Babycorn(3 kg pkt 70 PAC
81 Vegetable Fresh Precut Mushroom(3 kg 90 PAC
82 Vegetable Fresh Precut Cabbage(3 kg pkt) 80 PAC
83 Vegetable Precut bottleguord (3 kg pkt) 80 PAC
84 Safal green peas (5 kg pkt) 40 PAC
85 Fresh Potato (2 kg pkt) 300 PAC
86 Fresh Onion (2 kg pkt) 300 PAC
87 Cooked Onion Fried Birista (500 gms pkt) 200 PAC
88 Beet Root (1 kg Pkt) 130 PAC
Tender No: 6000001313
18
89 Fresh Carrots (1 kg pkt) 140 PAC
90 Fresh Radish (1 kg Pkt) 140 PAC
91 Fresh Cucumber (1 kg Pkt) 50 PAC
92 Fresh Tomato (1 kg pkt) 160 PAC
93 Fresh Capsicum (1 kg pkt) 70 PAC
94 Fresh Coconut (500 gms pkt) 48 PAC
95 Fresh Ginger (1 kg pkt) 30 PAC
96 Fresh Garlic (1 kg pkt) 45 PAC
97 Fresh Green Chillie (1 kg pkt) 30 PAC
98 Dhaniya Patta (1 kg pkt) 40 PAC
99 Fresh Lemon (1 kg Pkt) 80 PAC
100 Fresh Spring Onion (1 kg Pkt) 20 PAC
101 Fresh Soya Patta (1 kg Pkt) 30 PAC
102 Badam milk (200 ml pkt) 240 PAC
103 Chach Butter milk (200 ml pkt) 1770 PAC
104 Lassi (200 ml pkt) 1800 PAC
105 Cold Coffee (200 ml pkt) 1500 PAC
106 Tetra Pack Milk (1 kg pkt) 2,500 PAC
107 Milk Powder (1 kg Pkt) 90 PAC
108 Milk maid tin (400 ml pkt) 200 PAC
109 Minute Maid Nimbu (500 gms bottle) 100 NOS
110 Minute Maid Orange (500 gms Bottle) 100 NOS
111 Soft Drinks Pepsi (500 gms Bottle) 200 NOS
112 Soft Drinks 7 up(500 ml bottle) 300 PAC
113 Soft Drinks Miranda (500 gms bottle) 200 BT
114 Soft drink horlick 1 kg pack 25 pac
115 Energy drink bournvita 1 kg pack 50 pac
116 Energy drink nutramule 1 kg pack 75 pac
117 Energy drink complain 1 kg pack 65 pac
118 Wafers Haldi Ram (500 gms pkt) 100 PAC
119 Panch Ratan Haldi Ram (100 gms pkt) 1020 PAC
120 Biscuits Good Day cashew (200 gms) 600 PAC
121 Biscuits Brittania 50 50 (200 400 PAC
Tender No: 6000001313
19
gms)
122 Biscuits Black Fantasy (200 gms) 400 PAC
123 Biscuits OREO(200 gms) 550 PAC
124 Biscuits Hide & Seek (200 gms) 500 PAC
125 Biscuits Good Day Chunky (200 gms) 540 PAC
126 Biscuits Bourbon(200 gms) 560 PAC
127 Biscuits Krackjack (200 gms) 300 PAC
128 Plum Cake monginis (100 GMS) 520 PAC
129 Namkeen Haldiram (100 gms) 170 PAC
130 Patties Paneer (02 pcs in pkt)100 gm per 240 PAC
131 Patties Chicken (02 pcs in pkt)100 gm p 200 PAC
132 Puffe Veg (2 pcs in pkt)100 gm per piece 200 PAC
133 Puffe Chicken (2 pcs in pkt)100 gm per p 200 PAC
134 Brownie (2 pcs in pkt)100 gm per piece 200 PAC
135 Pastry (2 pcs in pkt)100 gm per piece 200 PAC
136 Veg Chutney Sandwich (2 pcs in pkt)Two s 100 PAC
137 Veg Cheese Sandwich (2 pcs in pkt)Two sl 100 PAC
138 Mix Veg Sandwich (2 pcs in pkt)Two slice 200 PAC
139 Club Sandwich (2 pcs in pkt) Two slice o 100 PAC
140 Pineapple tin (500 gms pkt) 264 PAC
141 Mix Fruit Tin (2 kgs pkt) 36 PAC
142 Fresh Fruit - orange (3 kgs pkt) 120 PAC
143 Fresh Fruit - banana (1 kg pkt) 80 PAC
144 Fresh Fruit - pears (1 kg pkt) 110 PAC
145 Fresh Fruit - apple (3 kgs pkt) 110 PAC
146 Fresh Fruit - grapes (1 kg pkt) 120 PAC
147 Fresh Fruit - Mango (1 kg pkt) 100 PAC
148 Fresh Fruit - strawberry (1 kg pkt) 100 PAC
149 Fresh Fruit - papaya (1 kg pkt) 140 PAC
150 Fresh Fruit - Anar (1 kg pkt) 160 PAC
151 Salt Tata (1 kg pkt) 120 PAC
152 Turmeric Powder (100 gms pkt) 60 PAC
Tender No: 6000001313
20
153 Cumin Powder (100 gms pkt) 60 PAC
154 Dhaniya Powder (100 gms pkt) 75 PAC
155 Kashmiri Chillie Powder (100 gms) 100 PAC
156 Custard Powder (100 gms pkt) 60 PAC
157 Chicken Tandoori Masala Everest(100 gms 60 PAC
158 Chicken Masala Everest(100 gms pkt) 80 PAC
159 Biryani Masala Everest (100 gms) 80 PAC
160 Mixed Vegetable Everest (100 gms pkt) 80 PAC
161 Sahi Paneer Masala Powder Everest(100 gm 80 PAC
162 Chaat Masala Everest(100 gms) 60 PAC
163 Mutton Masala Everest(100 gms pkt) 60 PAC
164 Fish Curry Masala Everest (100 gms) 60 PAC
165 Dal Fry Masala Everest(100 gms) 100 PAC
166 Cumin whole (100 gms pkt) 60 PAC
167 Cardamom small (100 gms pkt) 60 PAC
168 Nutmeg(100 gms pkt) 60 PAC
169 Javetri Everest(100 gms pkt) 60 PAC
170 Bay Leaves Everest(100 gms pkt) 60 PAC
171 Sweet Cumin Seeds Everest(100 gms) 60 PAC
172 Star Everest(100 gms pkt) 20 PAC
173 Pickle Garlic,Mother's Recipe(250 gms) 100 PAC
174 Cashew Nut Dry fruit basket(250 gm) 300 PAC
175 Pista Dry Fruit Basket(250 gms) 20 PAC
176 Kismis Dry Fruit Basket(250 gms) 200 PAC
177 Almond Dry Fruit Basket(250 gms) 200 PAC
178 Sunflower Oil Sundrop/5 star(1 Ltr) 400 PAC
179 Bason Shakti Bhog(1 kg Pkt) 35 PAC
180 Mayonaise Fun Food(250 gms pkt) 45 PAC
181 Tamarind Everest 17 PAC
182 Water Bottle Bisleri (20 ltr.) 160 BT
183 Gulab Jamun Tin (1 kg=18 170 PAC
Tender No: 6000001313
21
pieces)
184 Laddoo(Besan)(1 kg pkt) 100 PAC
185 Fruit Cake (1 Kg pkt) 100 PAC
186 Ice Cream Strawberry, Amul(1 kg pkt) 180 PAC
187 Ice Cream Chocolate, Amul (1 kg pk) 190 CAN
188 Ice Cream Butterscotch Amul(1 kg pkt) 150 PAC
189 Ice Cream Vanilla, Amul (1 kg pack 170 PAC
190 Rasgolla Haldi Ram/Chandu(1 KG=18 pcs) 150 PAC
191 Chum Chum Haldi Ram/Chandu(1 kg-18 pcs) 100 PAC
192 Rasmalai Haldi Ram/Chandu(1 kg=18 pcs) 120 PAC
193 Flavoured Yogurt Mango,Amul(400 gms) 375 BT
194 Flavoured Yogurt Strawberry Amul(400 gms 250 BT
195 Flavoured Yogurt Pineapple 400 gms 225 PAC
196 Plain Curd Amul/Mother Dairy(400 gms) 800 PAC
197 Chocolates Cadbury(25 gms) 2,300 PAC
198 Chocolates Kitkat (25 gms pkt) 2,500 PAC
199 Chocolates Snickers (25 gms pkt) 2,750 PAC
200 Chocolates Nestle(25 gms pkt) 2,500 PAC
201 Chocolates 5 Star (25 gms pkt) 2,500 PAC
202 Chocolates Bounty(25 gms pkt) 2,800 PAC
203 Chocolates Perk (25 gms pkt) 2,000 PAC
204 Rich Cream (Whip Topping)(500 gms) 40 PAC
205 Moong Daal halwa (500 gms pkt) 104 PAC
206 Disposable Full Size Plates 15,000 CAN
207 Disposable Half Size Plates 5,000 CAN
208 Disposable Full Size Glass 20,000 PAC
209 Disposable Tea Cups 20,000 PAC
210 Disposable Spoons 20,000 NOS
*THIS IS AN ILLUSTRATIVE RATE SHEET ONLY.BIDDERS HAS TO QUOTE ONLINE in
the MDL E –procurement portal against the tender.
Tender No: 6000001313
22
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. CST NO.
14. GST NO.
15. HSN NO.
16. SAC 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
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
Tender No: 6000001313
23
ENCLOSURE– 4
VENDOR DECLARATION
Subject: Arc For Supply Of Ration Items During Sea/Harbour Trials Of Submarines At
Mdl,Mbpt,Naval Dockyard Mumbai
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:
Tender No: 6000001313
24
Enclosure-5
Detail of prequalification documents (To be submitted on company letter head only)
We hereby are submitting the following order copies of work executed in the last seven years
ending on Apr, 2019 strictly in line with prequalification criteria mentioned in Part-A Clause 2
(iv) of the tender enquiry.
Clause 2 (iv) (a): Three similar completed works costing not less than Rs 30 lakhs
Sr. No. PO no & Date PO Value /
Executed value
WCC certificate
(submitted / not submitted)
1
2
Total
OR Clause 2 (iv) (b): Two similar completed works costing not less than Rs 37.5 lakhs
Sr. No. PO no & Date PO Value /
Executed value
WCC certificate
(submitted / not submitted)
1
2
Total
OR
Clause 2 (iv) (c): One similar completed works costing not less than Rs 60 lakhs/-
Sr. No. PO no & Date PO Value /
Executed value
WCC certificate
(submitted / not submitted)
1
Total
Clause 2 (iv) (d): Jobs of similar nature completed in a continuous span of 12 months costing not less
than
Rs. 37.5 Lakh Sr. No. PO no & Date PO Value / Executed
value
WCC certificate (submitted / not
submitted)
Total
Bidder has to fill up any of the above given option for which vendor has uploaded the PO copies with
WCC along with Part-I bid for qualification.
Tender No: 6000001313
25
Enclosure-6
Tender No: /PO 6000001313
GT&C
CLAUSE
NOS
GT&C CLAUSE HEADING BIDDERS SELECTION ACCEPTED /
DEVIATION
REMARKS FOR ANY
DEVIATION
A10 BLANK
A20 SECURITY DEPOSIT.
A30 FORFEITURE OF EMD / BID BOND.
A40 FORFEITURE OF SECURITY DEPOSIT
A50 FORFEITURE OF PERFORMANCE GUARANTEE Not Applicable
A60 SUPPLIES
A70 PROGRESS REPORTING & MONITORING
A80 CANCELLATION OF ORDER
A90 PRESERVATION AND MAINTENANCE Not Applicable
A100 FREIGHT AND INSURANCE. Not Applicable
A110 TAXES & DUTIES / STATUTORY LEVIES.
A130 INSPECTION, TESTING.
A140 RECEIPT INSPECTION BY MDL.
A160 TECHNOLOGICAL DEVELOPMENTS / MODIFICATIONS Not Applicable
A170
PURCHASER’S RIGHT TO ACCEPT ANY BID, PART OF BID AND TO REJECT ANY OR
ALL BIDS. Not Applicable
A180 BANK GUARANTEE / INSURANCE COVER FOR FREE ISSUE MATERIAL Not Applicable
A190 BIDDER’S RESPONSE IN CASE OF NO PARTICIPATION
GT&C CLAUSE ACCEPTANCE FORMAT (To be filled and uploaded along with Part-1 / Techno Commercial Bid)
Tender Inviting Authority:
Name of Work:
NOTES :
Bidders Name:
GM(OTS)
Requirement of Ration Items during Sea/Harbour
Trials of Submarines
Enclosure-7
Tender No: 6000001313
26
STACS
CLAUSE
NOS
STACS CLAUSE HEADING
BIDDERS SELECTION
ACCEPTED/DEVIATI
ON
REMARKS FOR ANY
DEVIATION
101
102
103
120 GENERAL
200 COMMUNICATION & LANGUAGE OF DOCUMENT
210 PURCHASER’S PROPERTY.
220 RISK PURCHASE
230 RECOVERY-ADJUSTMENT PROVISIONS:
240 ADDITIONAL BANK GUARANTEE
250 INDEMNIFICATION
260 TRANSFER OF SUPPLIERS / CONTRACTOR’S RIGHTS:
270 SUBCONTRACT & RIGHT OF PURCHASER
290 AGENTS/AGENCY COMMISSION:
300 USE OF UNDUE INFLUENCE / CORRUPT PRACTICES
330 BANNED OR DE-LISTED CONTRACTORS / SUPPLIERS
340 DUTY OF PERSONNEL OF SUPPLIER/SUPPLIER
350 DISPUTE RESOLUTION MECHANISM AND ARBITRATION
360 JURISDICTION OF COURTS
370 CONTRACT LABOUR ( REGULATION & ABOLITION) ACT 1970
380 MINIMUM WAGES ACT
390 BONUS ACT
400 FACTORIES ACT
410
EMPLOYEES PROVIDENT FUNDS AND MISCELLANEOUS
PROVISIONS ACT,1952
420 EMPLOYEES STATE INSURANCE ACT.
430 SAFETY
440 POLICE VARIFICATION OF EMPLOYEES
STACS CLAUSE
NOTES :
Name of Work:
Tender No: /PO
Bidders Name:
6000001313
Requirement of Ration Items during
Sea/Harbour Trials of Submarines
GM(OTS)
(To be filled and uploaded along with Part-1 / Techno Commercial Bid)Tender Inviting Authority:
Tender No: 6000001313
27
Enclosure-8
OTS
Requirement of Ration Items during
Sea/Harbour Trials of Submarines
6000001313
TEF CLAUSE NOS BIDDERS SELECTION
ACCEPTED/DEVIATIONREMARKS FOR ANY DEVIATION
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
TEF CLAUSE ACCEPTANCE FORM
(To be filled and uploaded along with Part-1/Techno Commercial Bid)
NOTES :
Bidders should carefully read the Terms & Conditions of the TENDER ENQUIRY FORM (TEF) of the
Tender Enquiry prior to filling up this acceptance format. This format should be properly filled and
uploaded by the bidder(s) along with their technical offer (PART-I) for considering their Bid. Bidder(s)
should select "Accepted" / "Deviation" taken for each clause number in the below table. 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. Clause numbers
shown in the above format also includes the sub-clauses under these clauses. This standard TEF format
has been provided with the tender document to be filled by all the bidders. Bidders are requested to
fill the details in the coloured (unprotected) cells. Once the details have been completed, the bidder
should save it and submit it online, without changing the filename. If this file is found to be modified
by the bidder, the bid will be rejected.
Tender Inviting Authority:
Name of Work:
Tender No:
Bidders Name: