Nothing Special   »   [go: up one dir, main page]

Mazgondok Cranes

Download as pdf or txt
Download as pdf or txt
You are on page 1of 32

MAZAGON DOCK SHIPBUILDERS LIMITED

(A Govt. of India Undertaking)


Dockyard Road, Mazagaon, Mumbai-400 010, INDIA.
Certified – ISO 9001 : 2008 For Shipbuilding Division
CIN :U35100MH1934GOI002079
GST ID :27AAACM8029J1ZA
Tel. No.: 2376 2000 / 3000 / 4000 Ext. 3299,3326
Fax No.: (022) 23743198
OUTSOURCING DEPARTMENT E-Mail mskhandale@mazdock.com
E-PROC/WEB TENDER Website : www.mazdock.com

Ref Tender No.6000001037/RFQ No.2110001265 dated 06.08.2018 , Closing Date 04.09.2018


No. ,15.00 Hours ,Opening on 07.09.2018 ,15.30 hours.

Sub : Non comprehensive Biennial Maintenance contract for EOT Cranes of various capacities in East
Yard , Cradle Assembly Shop, Stores Complex and Module Shop in MDL

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: Non comprehensive Biennial Maintenance contract for


EOT Cranes of various capacities in East Yard , Cradle Assembly Shop, Stores Complex and Module
Shop in MDL as per scope of work attached.

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. Firm should have past experience in the Drives and PLC. Firm should submit documentary
evidence for the same.

ii. Firm should have experience of working on EOT Cranes having minimum Capacity 50 Ton. Firm
should submit documentary evidence for the same.

iii. Bidders Company Profile and Shop & Establishment registration certificate.
iv. 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.

v. 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 at
least Rs. 4.50 Lakh.
vi. Bidder should have experience of having successfully completed similar works during last 7
years ending 31.07.2018 as stated below:
a) Three similar completed works each costing not less than Rs. 12 Lakh.
OR
b) Two similar completed works each costing not less than Rs. 15.00 Lakh.
OR
c) One similar completed work costing not less than Rs. 24 Lakh.
Note: Similar completed works referred above means each work and not all works put
together.
NOTE:
1) Sr. no. (iii) and (iv) above not required for permanent registered vendors.
2) If any cash transaction included in turnover (statement of profit & loss) the same will not
be considered for turnover value.
3) 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.
4) 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.

3. Earnest Money Deposit (EMD)

3.1 Bidders shall furnish EMD of Rs. 60000 (Rupees Sixty 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. 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 on line payment please follow the following steps:
* Go to www.mazdock.com
* Click on Online payment tab available on home page.
* 4 options viz.Carreer,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 required details.

PS : Till the new online payment system is fully established , the receipt through the conventional
method of NEFT/RTGS etc.may be accepted in case the remitter has any genuine difficulty with
respect to on line payment .

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). (Exemption will apply only to
items/services Service Group 1402169, if permanently Registered under Group No.1402169. 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.(Exemption will apply only to
items/services for which ) they are registered with MSME.

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 GST 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.

xi) Scanned image of Acceptance of MDL’s GST standard Terms & Conditions duly signed and stamped
as per Enclosure -5

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.

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) In case of e-tenders, 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.
In case of e-tenders, the original of the uploaded copy of EMD BG if received after seven days
ix)
of the tender closing date.
Firm should have past experience in the Drives and PLC. Firm should submit documentary
x)
evidence for the same.
Firm should have experience of working on EOT Cranes having minimum capacity 50 Ton.
xi)
Firm should submit documentary evidence for the same.

7. Bid Evaluation Criteria: Technically qualified overall lowest offer (L1 bidder) considering 100%
total rates of services ((Exclusive of GST)) and 25% of total rate of spares ((Exclusive of GST))
will be considered for awarding the contract.

Note: In case of any discrepancies observed in any Rate Sheets, or against each item and / or
in 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 mutual consent basis on the same 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.
Contract will start from 08.12.2018

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: The bidder shall quote the prices of all items listed in the tender which will be inclusive of
all costs such as labour, transportation, incidental expenses etc. However the applicable taxes /duties
and levies will be indicated separately in the rate sheet. The price quoted shall remain firm and fixed
during the tenure 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 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.
11.1 Terms for GST:
Following details to be submitted by the bidders:
GST No.
Type of dealer (composition/ Normal)
SAC/HSN NO.
% of tax

11.2 Bidders to confirm acceptance of Standard Terms & Conditions for GST enclosed with this tender as
per Enclosure-5

12. Terms of Payment: -

i. Payment will be made on Monthly basis through NEFT/RTGS within 15 to 20 days from the date of
receipt of invoice or date of rendering services whichever is earlier subject to reasonable processing time from
receipt of invoice. Bills in triplicate are to be submitted to Invoice Receipt Section along with work
completion certificate (SAP Service Entry Sheet copy), etc duly signed by Chief Manager or executive of
above level of USER department.
ii. No advance will be paid in any manner against the 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. A.B.Patil , CM
(MTC-EY) on Telephone No 2376 3656 and submit duly filled Vendor declaration as per
format at Enclosure –3 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 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 favour 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: One Year for Replaced Spares.

17. Performance Bank Guarantee (PBG): The Successful bidder will have to submit PBG @ 10 % of
the value of the Order in the form of Demand Draft / Pay Order / Bank Guarantee in the prescribed format
drawn in favour of MAZAGON DOCK SHIPBUILDERS LIMITED. The crossed DD / Pay Order / Bank
Guarantee should be drawn on reputed Nationalized / Scheduled Banks excluding co-operative banks and
shall be Payable at Mumbai from the date of successful completion of scope of work/commissioning as per
purchase order or offer their consent to MDL for retention of 10 % of order value towards PBG till the
completion of guarantee / warranty period. 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.

18. Inspection: - Quality and Quantity of work will be checked and Inspected by CM(MTC-EY).

19. Liquidated Damages or Penalty:

a. The contractor shall rectify all the minor faults within one day. Delay in defect rectification
should not exceed one day unless & until MDL is fully convinced with proper reasons &
justification. Major breakdowns shall be rectified within three days. If the breakdown requires
more that 3 days then the contractor & MDL will mutually decide exact time period required for
rectification. If the delay exceeds this mutually agreed period, then penalty will be levied for the
delay on pro-rata basis on quarterly maintenance charges. For example, if delay is 5 days beyond
mutually agreed period then penalty should be (5 * quarterly maint. charges of crane/90). The
penalty amount will be deducted from the quarterly bills raised by the contractor.

b. If delivery of spares delayed beyond delivery period LD @ 0.5% per week up to maximum of
5 % will be applicable.

c. Penalty applicable for non-adherence of preventive maintenance schedule will be as under:

Frequency Total no. of Grace period Penalty per day per crane after grace
cranes period.
Quarterly 12 15 days Rs. 500

20. 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.

21. 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 than cost estimate/NLPP by more than 40 % and
difference between basic rates of L-1 & L-2 is more than 30 % then such quote is treated as freak
low quote. If L-1 bidder indicates to withdraw from the tender then EMD shall be forfeited and firm
may be given tender holiday including intimation to other PSUs. For awarding contract to such L-1
bidder , L-1 firm will have to give additional BG up to the value equal to difference between L-1 and
L-2 as additional security before release of order. Bank charges for this additional BG shall be borne
by MDL and reimbursed against proof of payment.

22. 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

23. 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.

24. Public Grievance Cell: - A Public Grievance Cell headed by Shri S. D. Kajawe, General
Manager GM (F-CA), 3rd floor, Mazadock House 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 3rd floor, Mazadock House or send their
complaints/grievances to him in writing for redressal. His Telephone No. is 23762184 or
23759793.

25. 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.

26. 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.
26.1 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).
26.2 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-II B 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.
26.3 National Informatics Centre (NIC) have been appointed by MDL as the Application Service
Provider (ASP).
26.4 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.

26.5 Besides the training being 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.
26.6 Assistance for Online Bidding only: In case of any difficulty during online submission of
offer, bidders are requested to contact Mr.Sagar Shende ,M(C-MP), Ph. No. 022 2376 3249 / 3246 or
Mr. Akshay Vichare, 022-2376 3251, Mb No: 9022422364 before the closing date of the tender.
Bidders can also contact toll-free customer help line no 0120-4200462, 0120-4001002 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 you 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 bidder should sent request email to
sushende@mazdock.com.
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.
26.8 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.
26.9 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. M.S.Khandale CM. (OTS), Tel. no. 23763299.
26.10 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.mazdock.com
→Tender Shipbuilding → Outsourcing→ SB-OTS Notifications. A copy of same (11 pages) is
attached herewith at Enclosure -6
26.11 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.
26.12 Bids received against online participation shall only be accepted. Bids submitted in any other
mode will not be considered.
26.13 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

26.14 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,

Chief Manager (OUTSOURCING)


(M. S. Khandale)
Phone 022-23763299

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


Enclosure -1 Scope of Work
Enclosure –2 Rate Sheet(Schedule I
& II)
Enclosure-3 RTGS/NEFT Format
Enclosure-4 Vendor Declaration
Enclosure-5 GST Standard terms &
Conditions Acceptance
Enclosure -6 Procedure for Issue of Entry Passes
References: Terms & Conditions (Available on MDL Website - www.mazdock.com →Tenders
→Shipbuilding→ Outsourcing →SB OTS Notifications
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.com →Tenders →Shipbuilding→
Outsourcing →SB OTS Notifications
1) OTS -F-07 Order acceptances Format
MAZAGON DOCK SHIPBUILDERS LTD
DOCKYARD ROAD
MUMBAI 400010
----------------------------------------------------------------------------------------------------------------

ANNEXURE “A”

1. MDL’S BANK ACCOUNT DETAILS:

NAME OF BANK A/C HOLDER: MAZAGON DOCK SHIPBUILDERS LTD


BANK AND BRANCH: STATE BANK OF INDIA, MAZAGON BRANCH, MUMBAI
BANK ACCOUNT NO: 10005255246
IFSC CODE : SBIN0009054

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 Name of Firm Vendor Code MDL Nature of Amount


Remittance tender/PO. Ref Remittance viz. Remitted (Rs.)
No. EMD/SD etc.

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-I

NON COMPREHENSIVE BIENNIAL MAINTENANCE CONTRACT FOR 12 NOs.


EOT CRANES in EY/SY

SCOPE OF WORK :

I. AIM: MDL intends to have Non comprehensive maintenance contract of EOT cranes
installed in various workshops in East Yard & South yard. The Cranes are equipped with SIEMENS
make VVVF Drives and S7-200, S7-300 PLC. The Main aim of Maintenance Contract is to ensure
smooth functioning of the Cranes all the time and availability of the spare parts immediately to attend
the breakdown, enhancing the performance of the Cranes and reduction of production loss due to
machine downtime.

II. Scope of work mainly comprises of Preventive & Breakdown Maintenance of


following EOT Cranes.

Location and Capacity of EOT Cranes Under Non Comprehensive Maintenance contract.

Sr. ID No. Of Crane Capacity Location


No.
1 SA-2 Crane 20 T/ 5 T W/s Á
2 SB-1 Crane 60T /10 T W/s B

3 SB-2 Crane 60 T / 10 T W/s B

4 SC-1 Crane 90T + 90T /16 T W/s C


5 SC-2 Crane 90T+90T/16T W/s C

6 SC-3 Crane 20T / 5T W/s C


7 SD-1 Crane 5 Ton Engg. w/s

8 CAS-1 60/10 Ton Cradle Assemble Shop


9 CAS-2 60/10 Ton Cradle Assemble Shop

10 EOT Crane 10/2 T Stores Complex-North Bay

11 Module Shop – 1 50 / 10 T Module Shop

12 Module Shop - 2 50 / 10 T Module Shop

III. Preventive Maintenance: Firm has to carry out the Preventive Maintenance of each Cranes as per
schedule and Checklist attached at ANNEXURE I.

The firm shall carry out the maintenance activities to prevent failures and also execute improvement
activities / repair activities to prolong the crane life, reduce maintenance hours and to ensure
maximum availability of the system

IV. Breakdown Maintenance:

a. Firm has to attend all the breakdowns during the Maintenance Contract.
b. Firm has to depute their Engineers / Electricians during breakdowns. However if the
breakdown is mechanical in nature. Firm will be provided assistance of Millwright mechanics
by MDL.
c. Breakdown of the Crane will be intimated to the firm by Email / Fax or telephone. Firm has to
respond / attend the call within 8 Hrs during working hours and next day if breakdown occurs
in night / after office hours.

V PANALTY:

a. The contractor shall rectify all the minor faults within one day. Delay in defect rectification
should not exceed one day unless & until MDL is fully convinced with proper reasons & justification.
Major breakdowns shall be rectified within three days. If the breakdown requires more that 3 days
then the contractor & MDL will mutually decide exact time period required for rectification. If the
delay exceeds this mutually agreed period, then penalty will be levied for the delay on pro-rata basis
on quarterly maintenance charges. For example, if delay is 5 days beyond mutually agreed period
then penalty should be (5 * quarterly maint. charges of crane/90). The penalty amount will be
deducted from the quarterly bills raised by the contractor.

b. If delivery of spares delayed beyond delivery period LD @ 0.5% per week up to maximum of 5
% will be applicable.

c. Penalty applicable for non-adherence of preventive maintenance schedule will be as under:

Frequency Total no. of Grace period Penalty per day per crane after grace
cranes period.
Quarterly 12 15 days Rs. 500

VI. SPARES

a List of spares required during Maintenance Contract is attached at ANNEXURE II

b. Firm has to quote separately for spares. The rates for quoted spares will be fixed for two years.
Warrantee for supplied spares will be for one year after fitment.

c. If any item or component was found defective during overhauling, servicing or testing, the
same has to be replaced by the contractor at actual. If the item is available with MDL, the same
will be given free of cost for fitment of it.

d. If any defective item is required to be taken out to the service centre by the contractor for
further repairing, the firm shall submit Bank Guarantee for amount of Rs. 15,000/- (Rupees.
Fifteen thousand only) . Taking out defective drive from MDL and bringing back repaired item
to MDL shall be in the contractor’s scope. The contractor has to bear all transportation charges
and also transit insurance for taking out/bringing back the item

e. Proper record of services and service reports should be maintained by the firm including
breakdown call, spares used / consumed.

f. Necessary permanent entry passes to enter EY, NY, ALY and SY must be made by the
contractor through MDL security dept and to be renewed as and when necessary.

g. Water, electricity and compressed air will be provided by MDL on free of cost as and when
needed.

VII. GENERAL:

a. Firm has to maintain all the records of preventive Maintenance and breakdown repairs, spares
replaced.

b. Firm should submit all the records of preventive Maintenance, Breakdown Maintenance and
replaced spares to EY –MTC / SB-MTC quarterly for work completion Certificate for payment
purpose.
c. Firm should depute their manpower (Engineers /Electricians) as standby during load testing and
heavy load shifting. Firm will be intimated one-day advance regarding this work.

VIII. Safety Requirements

a. Contractor should engage only those workers who are qualified and experienced for the work to
be done and for which contract has been awarded.

b. Work should be supervised either by qualified engineer or by qualified authorized supervisor of


the contractor.

c. It is the responsibility of the contractor to ensure safe working of his workers while carrying out
the work and should follow all Statutory Safety provisions and rules. Contractor should provide
and ensure use of full harness Safety Belts, good quality leather Safety Shoes, Safety Helmets as
per IS – 2925, Face Shield, Nose & Mouse Masks, good quality safety Goggles, Ear plugs,
Welding Shields, Hand Gloves, etc. by workers for safe working. The contractor shall take all
safety precautions and follow safety rules prevailing at MDL.

d. Special precautions should be taken while working at height or handling of heavy jobs. Contractor
should ensure that none of his worker works at a height without using safety belts. The contractor
should supervise the work while working at height or handling of Heavy Plants & Equipment
and should intimate in writing to concerned MDL Supervisor / Engineer before commencement
of work.

e. Contractor should ensure that none of his employees work without safety shoes. No work should
be allowed to work inside the MDL premises wearing slippers / chappals.

f. Contractor workers should in no case operate MDL’s E.O.T / Mobile Cranes / Jumbo / Fork Lift
trucks/ and any of the Machine Tools & Equipments without permission from MDL officer.

g. The contractor shall be responsible for safety procedures strictly.

h. In case of any Accident causing injury of casualty to any of Contractor’s worker while carrying
out the work, the complete responsibility lies with the Contractor. Contractor should ensure to
provide immediate Medical help to his injured worker / workers and should provide
Compensation as per Workmen Compensation Act 1923 in case of injury or casualty causing out
of accident while on work to his workers.

i. All the employees of the contractor must follow the safety and security procedures of MDL.

IX. PRE-QUALIFICATION CRITERIA.

a. Firm should have past experience in the Drives and PLC. Firm should submit documentary
evidence for the same.

b. Firm should have experience of working on EOT Cranes having minimum Capacity 50 Ton. .
ANNEXURE ‘I’
: Checklist for Preventive Maintenance:

1. Quarterly:

(i) Electrical Panel, Motors:

a. Switch off the Power supply of Control panel of Main Hoist, Auxiliary Hoist, Cross Travel
and Long Travel.

b. Clean all the Control panels and junction boxes internally and externally with dry air.

c. Tighten all the connections in the entire control panel if needed.

d. Clean the filters in the Control panels.

e. Check all ACB’S, MCCB’s, MCBs, Switches, Contactors, Relays, Indicating lamps, Push
buttons, joysticks etc. Replace the same if found defective.

f. Check the cooling fans of the control panels. Replace the same if found defective.

g. Clean all the contacts of Master controllers by cleaning agent.

h. Check the oil level in the Electro Hydraulic thrusters of MH, AH, CT & LT and fill the oil
in the thrusters if needed.

i. Check the motor terminals and tighten the connections of the motors if needed.

j. Check the winding resistance of the motors.

(ii) VFD Maintenance:


a. Dismantling the drive to maximum possible extent.

b. Cleaning of Cards, rectifiers, inverter IGBT's shall be checked for its healthiness.

c. All power & control connections shall be checked for its tightness.

d. Control signals for all cards shall be checked.

e. Reassemble the drive. Inspect all power & Control connections of Drives. Check the
system earthling.
f. Cleaning of installed PLCs.

g. Check the healthiness after power ON

(iii) Safety Checks:


a. Check the limit switches of Long Travel and Cross-travel for proper functioning.

b. Check the Rotary and gravity (Counter weight) limit switches of Main Hoist and Auxiliary
hoist and adjust (reset) the limit switches if needed.

c. Check the anti collision switches.

(iv) Load Cell:


Calibration, testing and routine checking of load cell for error free performance is in contractor's
scope.
ANNEXURE ‘II’

LIST OF SPARES TO BE COVERED FOR NON-COMPREHENSIVE BIENNIAL MAINTENANCE


CONTRACT.

Sr. Item Description Make Model No.


No.
1 Sinamics G120, PM250, 45 kW SIEMENS 6SL3225-0BE34-5AAO

2 Sinamics G120, PM250, 30 kW SIEMENS 6SL3225-0BE33-0AA0

3 Sinamics G120, PM250, 5.5 kW SIEMENS 6SL3225-0BE25-5AAO

4 Sinamics G120, PM250, 18.5 kW SIEMENS 6SL3225-0BE31-8AA0

5 Sinamics G 120, PM250, 75 kW SIEMENS 6SL3225-0BE37-5AA0

6 Sinamics G120, PM250, 15 kW SIEMENS 6SL3225-0BE31-5AA0

7 Sinamics S120, PM340, 110kW, 3Ø, 415Vac SIEMENS 6SL3310-1TE32-6AA0

8 Sinamics G120, PM250, 55kW, 3Ø, 415Vac SIEMENS 6SL3225-0BE35-5AA0

9 Sinamics G120, PM250, 11kW, 3Ø, 415Vac SIEMENS 6SL3225-0BE31-1AA0

10 CU240 S SIEMENS 6SL3244-OBA20-1BAO

11 CU320 without CF card SIEMENS 6SL3040-0MA00-0AA1

12 PLC, CPU, SIMATIC S7-300 CPU 314C- SIEMENS 6ES7314-6EH04-0AB0


2PN/DP, Central processing unit with 192
Kbytes working memory, 24DI/16
DO,4AI,2AO,1PT100,4 Fast counters
( 60kHZ)
1.Interface MPI/DP 12MBIT/S,
2.Interface Ethernet profinet with 2 port
switch,
Integrated 24Vdc power supply, Front
connector (2 x 40 pin) and Micro Memory
card.
13 MMC, Micro memory card 512KB. SIEMENS 6ES7953-8LJ20-0AA0

14 IM 153-1 maximum 8 SM modules SIEMENS 6ES7153-1AA03-0XB0

15 SM 321 DIG I/P 32 x 24 VDC SIEMENS 6ES7321-1BL00-0AA0

16 SM 321 DIG I/P16 2 x 24 VDC SIEMENS 6ES7321-1BH02-0AA0

17 SM 322 DIG O /P 32 CH 24 V DC SIEMENS 6ES7322-1BL00-0AA0

18 Encoder module SIEMENS 6SL3055-0AA00-5CA2

19 Encoder, Hollow shaft, 60ppr, 24Vdc Autonics E40H10-60-3-T-24

20 Microprocessor trip unit, 3P, fixed overload SIEMENS 3VT9225-6AB00


& fixed short circuit

21 Main switching unit, breaking capacity 36kA, SIEMENS 3VT3763-2AA36-0AA0


415Vac,50Hz, 630A
22 ACB, Type EDO, 415Vac, 50Hz, 800A, SIEMENS 3WT8081-6UA34-5AB2
Standard Breaking cap (55KA)

23 Power contactor 500A, 2NO+2NC SIEMENS 3RT10 76-6LA06

24 Master Controller - 5 Step, 7 Cam, Master Speedo CM5/7


Controller having off position
interlock contacts rated for 40 Amps 500
V.A.C. Protection class IP54
25 DRIVE-CLiQ signal cable 2m Siemens 6FX2002-1 D000-TAC0
26 DBR, Dynamic Breaking Resistor, 3.5 Maharashtra
Ohm, 115 kW, Material SS 304, Continuous electronic
duty.
27 DBU, P120-170kW DBR, Siemens 6SE7032-7EB87-2DA0
28 Main switching unit, breaking capacity 36kA, Siemens 3VT2725-2AA36-0AA0
29 Semiconductor fuse, 250 Amps Siemens 3NE87271
30 Semiconductor fuse, 160 Amps Siemens 3NE4 124
31 Semiconductor fuse, 50 Amps Siemens 3NE87171
32 Semiconductor fuse, 32A Siemens 3NE87011
33 Semiconductor fuse, 100 Amps Siemens 3NE4 121
34 Semiconductor fuse, 20 Amps Siemens 3NE87141
35 Semiconductor fuse, 63 Amps Siemens 3NE87181
36 Semiconductor fuse, 315 Amps Siemens
37 Semiconductor fuse, 200 Amps Siemens
38 Bus connectors with PG interface Siemens 6ES7972-0BB42-0XA0
39 Bus connectors without PG interface Siemens 6ES7972-0BA42-0XA0
40 Front connectors 40 pin (Screw type) Siemens 6ES7392-1AM00-0AA0
41 Front connectors 20 pin (Screw type) Siemens 6ES7392-1AJ00-0AA0
42 Air Circuit Breaker , ‘C’ power , 400 Amp, L&T
3P MF
43 Main Contactor wit 2 NO+ 2 NC SIEMENS 3RT1075-6LA06
Rating 400A, Coil voltage 240V
44 24VDc , 5A Power supply SIEMENS 6EP133-3AA00-0AA1
i/p -110/230Vac , O/p 24 Vdc
45 Auxillary Contactor SIEMENS 3TH30 40- 0
46 Contactor SIEMENS 3RT1034-1A....
47 PLC S-7 200 with input and output modules SIEMENS CPU 226 24 DI/ 16 DO
6ES7214-1AD23-0XB0
48 CPU226 24DI/16DO SIEMENS 6ES7214 -1AD23-OXBO
49 EM223 16DI/ 16DO SIEMENS 6ES7223-1BL22-OXAO
50 EM223 8 DI / 8DO SIEMENS 6ES7223-1BL22-OXAO
51 EM223 8DI SIEMENS 6ES7-223-1BL22-OXAO
52 Rotary type limit switch , Rating 40 A SOC
53 Gravity type limit switch, Rating 10 A SOC
54 Liver limit switch , Rating 10 A SOC
55 MCCB with rotary handle Rating 160A, SIEMENS 3VL1716-1DD36-OAAO
55KA
56 Rotary Handle for MCCB SIEMENS 3VL9300-3HQOO
57 SINAMICS G 120 drive SIEMENS 6SL 3225-OBE37-5AAO
58 CU240S
59 Contactor Rating 45 A, 240Vac SIEMENS 3RT1034-1A...O
60 Sinamics G120 drive SIEMENS 6SL3225-OBE33-OAAO
61 MCCB rating 63A, 55KA SIEMENS 3VL1706-1DD36-0AAO

62 Sinamics G120 drive SIEMENS 6SL3224-OBE33-OUAO


63 DBR VEPL / Standard
64 MCCB 20A,55KA SIEMENS 3VL1702-1DD36-OAAO
65 Sinamics SIEMENS 6SL 3224- OBE27-5UAO
66 DBR VEPL/Standard
67 MCCB 63 Amps Siemens 3VT1706-2DC36-OAAO
68 Rotary Handle Siemens 3VT9100-3HQ00
69 Contactor 3p, 63Amp Siemens 3RT1044-1AL208K
70 MCCB 32 Amp. Siemens 3VT1792-2DC36-OAAO
71 MCCB 16 Amp Siemens 3VT1701-2DC36-OAAO
72 AC Drive Siemens 6SL3225-OBE31-1AA1
PM 250 with line filter 11KW, 380-480
Vac,50Hz
73 Control Unit CU 240-S Siemens 6SL3244-OBA20-1BAO
74 BOP Siemens 6SL3255-OAAOO-4BA1
75 AC Drive PM250 with line filter 7.5 KW Siemens 6SL3225-OBE27-5AA1
,380-480 Vac, 50 Hz
76 Control Unit CU240E-2DP Siemens 6SL3244-OBB12-1PA1
77 7-10 Amp thermal overload relay Siemens 3RU21 16-1JBO
78 Mounting kit Siemens 3RU2916-3AA01
79 Power Contactor 9A, 230Vac Simens 3RT2023-1AL20
80 Sinamics Power Module 240, 11 Kw /15 Kw Siemens 6SL3224-OBE31-1UAO
81 Sinamics power module 240 , 4Kw Siemens 6SL3224-OBE24-OUAO
82 Sinamics V20, 4 Kw Siemens 6SL3210-5BE24-OUVO
83 Sinamics V20, 1.1 Kw Siemens 6SL3210-5BE21-1UVO
84 Control Unit CU240 B-2 Siemens 6SL3244-OBBOO-1BA1

Note : If any of the spares is outdated or discontinued by OEM, firm may quote successor product.The
relevant documents regarding the discontinuation and successor product received from OEM is to be
submitted by the firm.
Enclosure-2

PRICE BID(PART-II)

Schedule-I

RATE SHEET (Illustrative)

Sub : Non Comprehensive Biennial Maintenance contract for EOT Cranes of various capacities in East
Yard , Cradle Assembly Shop, Stores Complex and Module Shop in MDL as per scope of work attached.

Sr Description of Crane No of Total SAC/ GST Unit Rate Total GST Total
No Cranes No of HSN % Quarterly cost in Rs. cost in
. Services Code activities Rs. Rs.with
(in Rs.) W/O GST
GST
1 20T/5T EOT Crane 2 16

2 60T/10T EOT Crane 4 32


3 90+90/16 T EOT 2 16
Crane
4 5Ton EOT Crane 1 8

5 10/2 Ton EOT Crane 1 8

6 50/10 Ton EOT Crane 2 16

TOTAL Rs.
Schedule-II
RATE SHEET FOR SUPPLY OF SPARES FOR NON-COMPREHENSIVE BIENNIAL
MAINTENANCE CONTRACT.

Sr. Item Description Make Model No. SAC/H GST % Unit


No. SN Rate
Code Rs.
1 Sinamics G120, PM250, 45 SIEMENS 6SL3225-
kW 0BE34-5AAO

2 Sinamics G120, PM250, 30 SIEMENS 6SL3225-


kW 0BE33-0AA0

3 Sinamics G120, PM250, SIEMENS 6SL3225-


5.5 kW 0BE25-5AAO

4 Sinamics G120, PM250, SIEMENS 6SL3225-


18.5 kW 0BE31-8AA0

5 Sinamics G 120, PM250, SIEMENS 6SL3225-


75 kW 0BE37-5AA0

6 Sinamics G120, PM250, 15 SIEMENS 6SL3225-


kW 0BE31-5AA0

7 Sinamics S120, PM340, SIEMENS 6SL3310-


110kW, 3Ø, 415V AC 1TE32-6AA0
8 Sinamics G120, PM250, SIEMENS 6SL3225-
55kW, 3Ø, 415V AC 0BE35-5AA0
9 Sinamics G120, PM250, SIEMENS 6SL3225-
11kW, 3Ø, 415V AC 0BE31-1AA0
10 CU240 S SIEMENS 6SL3244-
OBA20-1BAO
11 CU320 without CF card SIEMENS 6SL3040-
0MA00-0AA1
12 PLC, CPU, SIMATIC S7- SIEMENS 6ES7314-
300 CPU 314C-2PN/DP, 6EH04-0AB0
Central processing unit
with 192 Kbytes working
memory, 24DI/16
DO,4AI,2AO,1PT100,4
Fast counters
( 60kHZ)
1.Interface MPI/DP
12MBIT/S,
2.Interface Ethernet
profinet with 2 port switch,
Integrated 24Vdc power
supply, Front connector (2
x 40 pin) and Micro
Memory card
13 MMC, Micro memory card SIEMENS 6ES7953-
512KB. 8LJ20-0AA0
14 IM 153-1 maximum 8 SM SIEMENS 6ES7153-
modules 1AA03-0XB0
15 SM 321 DIG I/P 32 x 24 SIEMENS 6ES7321-
VDC 1BL00-0AA0

16 SM 321 DIG I/P16 2 x 24 SIEMENS 6ES7321-


VDC 1BH02-0AA0
17 SM 322 DIG O /P 32 CH SIEMENS 6ES7322-
24 V DC 1BL00-0AA0

18 Encoder module SIEMENS 6SL3055-


0AA00-5CA2
19 Encoder, Hollow shaft, Autonics E40H10-60-3-
60ppr, 24Vdc T-24
20 Microprocessor trip unit, SIEMENS 3VT9225-
3P, fixed overload & fixed 6AB00
short circuit
21 Main switching unit, SIEMENS 3VT3763-
breaking capacity 36kA, 2AA36-0AA0
415Vac,50Hz, 630A
22 ACB, Type EDO, 415Vac, SIEMENS 3WT8081-
50Hz, 800A, Standard 6UA34-5AB2
Breaking cap (55KA)
23 Power contactor 500A, SIEMENS 3RT10 76-
2NO+2NC 6LA06

24 Master Controller - 5 Step, Speedo CM5/7


7 Cam, Master Controller
having off position
interlock contacts rated
for 40 Amps 500 V.A.C.
Protection class IP54
25 DRIVE-CLiQ signal cable Siemens 6FX2002-1
2m D000-TAC0
26 DBR, Dynamic Breaking Maharashtra
Resistor, 3.5 Ohm, 115 electronic
kW, Material SS 304,
Continuous duty.
27 DBU, P120-170kW DBR, Siemens 6SE7032-
7EB87-2DA0
28 Main switching unit, Siemens 3VT2725-
breaking capacity 36kA, 2AA36-0AA0
29 Semiconductor fuse, 250 Siemens 3NE87271
Amps
30 Semiconductor fuse, 160 Siemens 3NE4 124
Amps
31 Semiconductor fuse, 50 Siemens 3NE87171
Amps
32 Semiconductor fuse, 32A Siemens 3NE87011
33 Semiconductor fuse, 100 Siemens 3NE4 121
Amps
34 Semiconductor fuse, 20 Siemens 3NE87141
Amps
35 Semiconductor fuse, 63 Siemens 3NE87181
Amps
36 Semiconductor fuse, 315 Siemens
Amps
37 Semiconductor fuse, 200 Siemens
Amps
38 Bus connectors with PG Siemens 6ES7972-
interface 0BB42-0XA0
39 Bus connectors without Siemens 6ES7972-
PG interface 0BA42-0XA0
40 Front connectors 40 pin Siemens 6ES7392-
(Screw type) 1AM00-0AA0
41 Front connectors 20 pin Siemens 6ES7392-
(Screw type) 1AJ00-0AA0
42 Air Circuit Breaker , ‘C’ L&T
power , 400 Amp, 3P MF
43 Main Contactor wit 2 NO+ SIEMENS 3RT1075-
2 NC 6LA06
Rating 400A, Coil voltage
240V
44 24VDc , 5A Power supply SIEMENS 6EP133-
i/p -110/230Vac , O/p 24 3AA00-0AA1
Vdc
45 Auxillary Contactor SIEMENS 3TH30 40- 0
46 Contactor SIEMENS 3RT1034-1A....
47 PLC S-7 200 with input SIEMENS CPU 226 24 DI/
and output modules 16 DO
6ES7214-
1AD23-0XB0
48 CPU226 24DI/16DO SIEMENS 6ES7214 -
1AD23-OXBO
49 EM223 16DI/ 16DO SIEMENS 6ES7223-
1BL22-OXAO
50 EM223 8 DI / 8DO SIEMENS 6ES7223-
1BL22-OXAO
51 EM223 8DI SIEMENS 6ES7-223-
1BL22-OXAO
52 Rotary type limit switch , SOC
Rating 40 A
53 Gravity type limit switch, SOC
Rating 10 A
54 Liver limit switch , Rating SOC
10 A
55 MCCB with rotary handle SIEMENS 3VL1716-
Rating 160A, 55KA 1DD36-OAAO
56 Rotary Handle for MCCB SIEMENS 3VL9300-
3HQOO
57 SINAMICS G 120 drive SIEMENS 6SL 3225-
OBE37-5AAO
58 CU240S
59 Contactor Rating 45 A, SIEMENS 3RT1034-
240Vac 1A...O
60 Sinamics G120 drive SIEMENS 6SL3225-
OBE33-OAAO
61 MCCB rating 63A, 55KA SIEMENS 3VL1706-
1DD36-0AAO

62 Sinamics G120 drive SIEMENS 6SL3224-


OBE33-OUAO
63 DBR VEPL /
Standard
64 MCCB 20A,55KA SIEMENS 3VL1702-
1DD36-OAAO
65 Sinamics SIEMENS 6SL 3224-
OBE27-5UAO
66 DBR VEPL/Stand
ard
67 MCCB 63 Amps Siemens 3VT1706-
2DC36-OAAO
68 Rotary Handle Siemens 3VT9100-
3HQ00
69 Contactor 3p, 63Amp Siemens 3RT1044-
1AL208K
70 MCCB 32 Amp. Siemens 3VT1792-
2DC36-OAAO
71 MCCB 16 Amp Siemens 3VT1701-
2DC36-OAAO
72 AC Drive Siemens 6SL3225-
PM 250 with line filter OBE31-1AA1
11KW, 380-480 Vac,50Hz
73 Control Unit CU 240-S Siemens 6SL3244-
OBA20-1BAO
74 BOP Siemens 6SL3255-
OAAOO-4BA1
75 AC Drive Siemens 6SL3225-
PM250 with line filter 7.5 OBE27-5AA1
KW ,380-480 Vac, 50 Hz
76 Control Unit CU240E-2DP Siemens 6SL3244-
OBB12-1PA1
77 7-10 Amp thermal Siemens 3RU21 16-
overload relay 1JBO
78 Mounting kit Siemens 3RU2916-
3AA01
79 Power Contactor 9A, Simens 3RT2023-
230Vac 1AL20
80 Sinamics Power Module Siemens 6SL3224-
240, 11 Kw /15 Kw OBE31-1UAO
81 Sinamics power module Siemens 6SL3224-
240 , 4Kw OBE24-OUAO
82 Sinamics V20, 4 Kw Siemens 6SL3210-
5BE24-OUVO
83 Sinamics V20, 1.1 Kw Siemens 6SL3210-
5BE21-1UVO
84 Control Unit CU240 B-2 Siemens 6SL3244-
OBBOO-1BA1

NOTE :

(1) The above quoted rates for services and supply of spares shall remain firmed & fixed during the tenure of
the contract
(2) The above rates will be inclusive of all services charges required in preventive and breakdown
maintenance including labour, handling servicing, replacement of spares etc. The spares will be replaced as
and when required basis and cost of the spares will be paid separately.
(3) The Spares should receive through Good Receiving Section (GRS), MDL.
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. VAT NO.

14. CST NO.

15. EXCISE NO.

16. SERVICE TAX NO.

17. GST ID .
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


Enclosure–4

VENDOR DECLARATION

Sub:. Non Comprehensive Biennial Maintenance contract for EOT Cranes of various capacities in East
Yard , Cradle Assembly Shop, Stores Complex and Module Shop in MDL as per scope of work attached.
-----------------------------------------------------------------------------------------------------------------------------------

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:
Enclosure -5

Acceptance of Standard Terms & Conditions for GST Compliance:

I. GST as per GST Law 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 aby 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
(15digit 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 the provisions/requirement/timeline
promulgated by GOI in relation to GST Law with 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 entre 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. Baisc+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 rat of each item(i.e. basic +P&F + F&I).

Accepted

Stamp

Signature of the firm


Enclosure-6

Procedure for Issue of Entry Passes to Casual Indian Visitors, Foreign Visitors and
Subcontractors for entering the premises of MDL.

Important Note:
Procedure / guidelines promulgated herewith are subject to changes as and when required on
instructions of Government or when necessitated.

MDL reserves the right of change.

I. Procedure incorporated below deals with various aspects of Entry process in MDL.

1. Casual Indian Visitors.


2. Casual Foreign Visitors.
3. Regular Foreign Visitors.
4. Representatives of Various Govt. Organizations and Vendors / Regular suppliers.
5. Sub-contract Labourers.
6. Designated Gates for Entry / Exit with timings.
7. Late Working & Holiday working.
8. Material Movement.
9. Renewal of Passes.
10. Loss of Passes.
11. Charges/Penalty for Issue/Renewal of Entry Passes:
12. Return of Passes.
13. Use of Mobile Phones without Camera.

1. Casual Indian Visitors:


All casual indian visitors such as suppliers, vendors, reps. of various agencies etc.visiting MDL are
issued with computerised Visitors Photo Pass from MDL Security Reception Centre on receipt of
prior intimation through MDL Intranet from concerned Departmental officers, on a day-to-day basis.

2. Casual Foreign Visitors:


All casual foreign visitors are issued with computerised Visitors Photo Pass from MDL Security
Reception Centre on receipt of prior intimation through MDL Intranet from the concerned HODs on
verification of documents such as passport, valid visa etc.
The foreigners are also required to fill-up the details as per the format enclosed at Anneuxre-1 before
commencement of the visit.

Note:-
i) The authority for issuing Entry Passes to all type of Visitors including Sub-contract labour rests
with CSO, MDL.

ii) It is mandatory for all Visitors display the Visitors Identification Badge while in MDL premises.

iii) It is also mandatory for all Visitors to return the Visitors Identification Badge along with the
Visitors Pass to Reception Centre after obtaining the signature and stamp on the Visitors Pass of the
officer visited, before leaving the Yard.

3. Regular Foreign Visitors:


All foreign visitors visiting MDL and require to work on various projects for a short / long duration
are required to adhere to the following procedure for issue of Photo Entry Pass.

a) Letter of recommendation from concerned Project Superintendent / HOD along with prescribed
format enclosed at Annexure - 2 and copy of clearance from MOD / NHQ, is required to be
submitted to CSO, MDL.

b) Foreigners are to submit passport & visa for verification along with 2 xerox copies of the same and
2 passport size photograph with white background.
c) On completion of above formalities, Photo Pass will be issued to the foreigners by OIC, Pass Issue
Cell on the basis of visa validity or as per the recommendations by the Project Superintendent / HOD.

4. Reps. of Various Govt. Organization and Vendors / Regular Suppliers.

The following procedure to be followed for issue of Photo Entry Passes to the employees of various
Government & Semi-government organizations and Vendors / Regular Suppliers.

a) Application forms for issue of Photo Passes to be submitted to OIC, Pass Issue Cell with
recommendation from HOD along with 2 passport size photographs with white back ground and h
copy of LOI / Work Order.

b) Applicant is also required to submit an Undertakig on their Compnay's letter-head as per the
Format enclosed at Annexure-3 to be endorsed by the concerned HOD.

c) Ater due verification of application forms and documents, the Photo Entry Passes will be issued
for a period of 3 months by OIC, Pass Issue Cell.

Note:- i) As regards Vendors / RegularSuppliers, it is mandatory to submit Police Verification


Reports from concerned police authorities along with their application.

ii)However, in case of Consultants, Govt. Auditors, Surveyors, OEM (Original Equipment


Manufacturers), PSU Employees, State & Central Govt. employees, Faculties of
Educational Institutions, they will be considered for issue of Entry Passes on production of
valid Identity Card issued by their employers.

5. Sub-Contract Labourers:

(a) Pre-requisites:
The contractor has to fulfill statutory obligations towards Provident Fund (PF), ESIC (ESI),
Labour Licence and all Labour Laws as applicable and amended from time to time. In addition,
contractor has to get all his employees verified by Police Authorities as mentioned at Sl.5 (e).

(b) ESI.
All employees of the contractor must have their own ESIC Registration Code Number and
individual ESIC A/C. No. of the labourers. In case of newly joined employees, contractor has to fill-
up a RDF Form, sample attached at Annexure-4 and ESIC Declaration Form, sample attached at
Annexure -5 and submit it to ESIC's local office and obtain their acknowledgement on the copy of
RDF Form before deploying the labourers. The above mentioned blank forms are also available
with our Labour Consultant's office, situated in South Yard near Scindia Bldg.EPABX Tel.
No.3441. In case contractors do not have their own ESI Code No., as a special case they may be
allowed to use MDL ESI Code No. against a written request, for recovery of contributions. However,
this facility may be allowed only for a period of 30 days, by which time the contractor must obtain
his own ESI Code No. In such cases, contractor may collect the Forms from our Consultant's office,
fill it up and then get them signed by the concerned officer of MDL Corporate Personnel Dept.
situaqted on the second floor of Mazdock House, having EPABX Tel No.3121. Then the contractor
has to submit these forms to ESIC's local office and obtain acknowledgement which needs to be
attached with Labour Challan, sample attached at Annexure - 6. The timings of Labour Consultant's
office and the concerned Officer of Corporate Personnel Dept. are as below:

Labour Consultant's office :


0930 hrs. to 1230 hrs. & 1330 hrs. to 1630 hrs. on all Working days, except the holidays.
Office of Corporate :
1030 hrs. to 1130 hrs. & 1430 hrs. to 1530 hrs. on Personnel Dept. all working days, except
holidays. In case of Non-availability of the concerned officer, AGM (CR-P&IR) may be contacted
on Phone No.23714909.

Note:- In case contractor's employees are out of ESI Coverage, they are required to be covered under
a Group Insurance Policy linked with Workmen's Compensation.

(c) Provident Fund (PF):


The contractor is required to have his own PF Code No. and fulfill all obligations under the
Provident Fund Act. As a very special case, where contractor does not have a PF Code No., he
may be allowed against a written request to use MDL PF Code No. In any case this facility will not
be extended to the contractor for more than 30 days by which time he should obtain his own PF
Code No.

(d) Labour Licence:


Contractor deploying 20 or more employees to execute an Order will have to obtain Labour
Licence from the Office of the Labour Commissioner situated at Sion, Mumbai. He has to get
Labour Licence for the no. of employees deployed.

Address of the Labour Commissioner is given below:


Labour Officer,
Office of the Labour Commissioner,
Shram Raksha Bhavan, Sion,
Mumbai - 400 022.

(e) Police Verification:


Contractors are required to get their employees police verified from the concerned police authorities
of the respective zones depending upon the place of residence of the employee. Relevant address of
Police Commissionerate Offices are as given below:
Mumbai Zone : Commissioner of Police, SB-1, G Branch,
Gymnasium Road, Mumbai-400 001.
Tel. No.22620347.

Thane City : Commissioner of Police, Court Naka,


Old Police Lane, Thane (W).
Tel. No.25349008.
Thane Rural : Superintendent of Police, Thane Rural,
Court Naka, Thane(W).
Tel. No.25343223.

Navi Mumbai Zone : Commissioner of Police,


Sector - 10, CBD, Belapur,
Navi Mumbai.
Tel. No.27572209.

The contractor has to make an application on Contractor's letter-head to the concerned office for
Police Verification Report (PVR), attaching personal particulars of each employee, in the prescribed
form, to be obtained from respectrive zonal offices given above. A copy of sample format is
enclosed at Annexure-7. The sub-contractor has to fulfill the requirement of documents mentioned
on the personal particular form. It normally takes one month time to get the Police Verification done
from the Police Department. However, an acknowledgement slip of submitting the application,
issued by the Poloice Department will be useful for getting Entry Passes for the first month from
MDL.

(f) Various Stages of General Procedure:

i) The contractor has to fill up Labour Challan and it should be attached with LOI or Work Order
issued by MDL. Efforts are in hand to put up these forms on MDL Website which can be
downloaded by the contractor. Blank forms are also available with MDL Labour Consultant's office.

ii) Contractor has to get these forms endorsed by the relevant Commercial Department confirming
that the contract is in force.

iii) Contractor has to submit these forms to Labour Consultant's office for scrutiny and
encorsement.

iv) The forms subsequently are to be submitted to CM (CR-P&IR), MDL, during the timings
mentioned above, whose endorsement will be obtained immediately. In case of any difficulty,
AGM (CR-P&IR) is to be contacted.
vi) The contractor has to then approach OIC, Pass Issue Cell, situated in the ground floor of
Scindia House, South Yard between 0930 hrs. to 1030 hours and 1400 to 1500 hours. Contractor has
to submit the Labour Challan along with two passport size photographs (with white
background) of each employee & police verification report of all his employees or the
Acknowledgement slip issued by the Police Dept.

viii) On satisfying the above prescribed conditions by the contractor, the contractor has to fill up a
Register maintained by Pass Issue Cell and collect blank passes, on written request, duly
recommended by respective Commercial Dept. The contractor has to fill up the blank passes and get
it signed by OIC, Pass Issue Cell.

ix) In case Police Verification Report is not there, OIC, Pass Issue Cell will carry out interviews
between 0930 to 1030 hours on all working days and verify one of the following documents for the
authenticity of individual contract labour.

a) Ration Card.
b) School Leaving Certificate.
c) Election Card or
d) Driving Licence or
e) Photo Identity Card issued by State / Central / Education Institution etc.
f) PAN Card.

x) Before appearing for interview, contractor has to give an undertaking in the Undertaking
Format, copy enclosed at Annexure - 3, for the employees who do not have PVR. This Declaration
Form is to be endorsed by the concerned Commercial Department and also to be supported by an
cknowledgement Slip of application made for PVR. After interview, if an employee is found to be
suitable, he will be cleared for issue of Entry Pass.

xi) Contractors are advised to simultaneously take action on PVR, ESI & PF to save time. It is
intended that the formalities with Labour Consultant's Office and Corporate Personnel Department
will be completed in a day and formalities at Pass Issue Cell of Security Dept. will be completed in a
day.

xii) A day's Visitor Pass will be issued for new Sub-contract Labourers by CSO on the
recommendation of Commercial Department for carrying out the formalities at the offices of
Labour Consultant's office and CR - P&IR.

xiii) Sub-contractor Labours who are having PVR, need not be present in person while rep. of
contractor goes to Pass Issue Cell. Sub-contract labours who are not having PVR have to remain
present as they have to be interviewed.

Note:-
Sub-contract labours who do not have PVR, will initially issued Entry Passes for a maximum period
of one month to facilitate them to complete PVR formalities on production of receipt from police
authorities for having submitted the documents for police verification. In case of adverse remarks
from the Police Department, Entry Passes issued will be withdrawn immediately. In case of any
difficulty in issue of Entry Passes from Pass Issue Cell, Chief Security Officer (EPABX Phone
3850) is to be contacted. Contractors are issued Entry Passes of 'Green' colour for all Yards other
than East Yard. 'Yellow' colour Entry Passes are issued for East Yard. A person holding Entry
Pass of East Yard is permitted to work in all other Yards of MDL but not vice-versa.

xiv) Issue of Entry Passes to the employees of contractor for a short period of 10 days or less:
Any contractor(s) having MDL Contract work of '10 days or less' are required to comly with
ESIC / PF formalities and for such contractor employees, no Police Verification Report (PVR) is
required. However, Undertaking on Letterhead is necessary. The Entry Passes of such
subcontractors employees are stamped as "Non-Police Verified". For such non-police verified
contractor employees, Site Engineer / Supervisor of the contractor is required to escort their
employees to the work site and escort them at the end of the day. At the end of the day, the Site
Engineer / Supervisor of the contractor has to collect the Passes from their employees and deposit
the same with the duty security staff in the PassIssue Cell. If the contractor labour are not covered
under ESIC Act, then they are required to produce Group Insurance Policy linked with Workmen's
Compensation.

6. Designated Gates for Entry / Exit with Timings:


With a view to streamline the entry / exit of personnel of different categories to different yards in
MDL, Wicket Gates have been earmarked as given below:

North Yard:
Wicket Gate No.NY/4 : Visitors, Vendors, Casual Visitors, Foreigners, Proprietors, OEM rep. /
Consultant etc. Wicket Gate No.NY/13 : Sub-contract labourers.

South Yard:
Wicket Gate No.SY/2 : For MDL Officers, Staff, Visitors, Vendors, Casual Visitors, Foreigners,
Proprietors, OEM Rep/Consultant etc. Wicket Gate No.SY/9 : Sub-contract labourers.

East Yard:
Wicket Gate No.EY/1 : For MDL Officers, Staff, Operatives, Visitors, Vendors, Casual Visitors,
Foreigners, Proprietors,OEM Rep/Consultant etc. Wicket Gate No.EY/2 : Sub-contract labourers.

Alcock Yard:
Wicket Gate No.AY/7 : For MDL officers, staff, Visitors, Vendors, Casual Visitors, Foreigners,
Proprietors,OEM Rep/Consultant etc.

7. Late Working & Holiday Working:


The following procedure is to be adhered to for extended working hours, night working, Saturdays /
Sundays & Holidays.

i) Normal working timings for contractors workers is from 0700 to 1830 hours. Any contractor
desire to deploy their workmen beyond their working hours, due to emergency, the requirement
is to be endorsed for such working by HODs of User Department in the prescribed enclosure at
Annexure - 8.

ii) If the contractor is required to employ their workmen on Saturdays, Sundays & General
Holidays, they have to make an application in the prescribed format as enclosed at Annexure-9
with recommendation from concerned HOD and in case of Sundays/Holidays, request has to be
sent to Corporate Personnel Department two days in advance.

iii) For all such extended working hours, the concerned contractor has to obtain permission from
Sr.Commandant, CISF / Chief Security Officer, MDL, respectively.

8. Material Movement:
The contractors who are required to bring in their vehicles for delivery / collection of stores, due to
emergency of work beyond 1830 hours, are required to obtain the recommendation from HODs of
the User Department and subsequently permission will be granted by Commandant, CISF /
CSO, MDL for their respective Yards..

9. Renewal of Passes:
The following procedure is to be adhered to by the contractors for renewal of passes of their
employees:

i) The Entry Passes of contractor employees, working on regular basis, having Police Verification
Reports, are renewed on completion of ESIC/PF formalities up to a period of one month.

ii) The contractor employees who are not police verified and required to work up to 10 days, the
Passes of such employees are not renewed any further.

iii) The passes of reps. of various organizations are renewed on need basis on the recommendation of
respective HODs. However, such Entry Passes are renewed up to a maximum Period of
three months.
iv) The Entry Passes issued to foreign nationals are renewed subject to verification of documents
and recommendations of respective HODs.

10. Loss of Passes:


The following procedure is to be adhered to by the contractors for loss of passes of their employees:

i) As soon as contractor employee losses the Entry Pass, he is required to report the loss to the
nearest Police Station under whose jurisdiction the Pass is reported to have been lost and obtain a
copy of Police Certificate.

ii) The loss of Pass will then be reported to Chief Security Officer, MDL, along with a letter
from the contractor duly recommended by OIC, User Department and original copy of police
certificate.

iii) The Entry Pass will be issued to the contractor employee after due verification of the Labour
Challan for the particular month.

11. Charges / Penalty for Issue / Renewal of Entry Pass:


All contractor employees are charged Rs.10/- per Entry Card and on renewal no charges are levied
and subsequent reissue of Entry Pass due to loss will be charged Rs.25/- In case of any suspicion
exists regarding loss of Pass by the contractor employee, the matter will be investigated by the
Chief Security Officer, MDL, to rule out the possibility of any foul play.

12. Return of Passes:


The following procedure is to be adhered to by the contractors for return of Entry Passes of their
employees:

i) On completion of contract work / period of registration or termination of services of any person


employed by the contractor and on expiry of date of any Pass (which is not required for any further
renewal), the contractors are required to return all the Passes to the OIC, Pass Issue Cell for
cancellation. Failure in this regard will invite action in terms of Indian Officials Secrets Act, 1923.
The sponsoring authorities are to pursue the concerned contractors to surrender their Passes
when these are not needed anymore. The Chief Security Officer, MDL, may take up the matter with
Civil Police for retrieval of passes from the defaulting individuals / contractors as and when
required.

ii) It is mandatory for the contractors to obtain NOC from Chief Security Officer, MDL, for
having returned all the Entry Passes issued to them for final settlement of the contract.

iii) Security Deposit of the contractor will not be released unless & until the NOC is produced.

Note: - Transfer / Misuse of MDL Photo Entry Pass is strictly prohibited & shall attract action as per
the provisions of Indian Official Secrets Act 1923.

13. Use of Mobile Phone without Camera.

i) Supervisors, Site In Charge, Engineers of contractors and representatives of various


organizations may be permitted to use Mobile Phone without Camera within the MDL premises
after obtaining a Mobile Phone permit from OIC, Pass Issue Cell.

ii) Application form for mobile phone permit is to be obtained from Chief Security Officer,
MDL, through an application recommended by concerned Commercial Department. These
Permit application forms are to be endorsed by concerned HODs (in case of subcontractors, the
relevant Commercial Department) and submitted to OIC, Pass Issue Cell, for obtaining Mobile
Permit along with mobile phone for inspection..

iii) Unauthorised use of Mobile Phone by any sub-contractors employee shall invite strict action to
the extent of confiscation of mobile phone in addition to the cancellation of Entry Pass. DGM /
CSO

Note: Annexures may be collected from OTS/Security/Personnel Dept. of MDL

You might also like