Está en la página 1de 16

TENDER ENQUIRY

[ PRESS TENDER ]

Tender No : 6000000099 Department: OTS(OUTSOURCING DEPT.)


purchasing Officer : AJAY KUMAR SHUKLA Purchasing Officer: AJAY KUMAR SHUKLA
To Telephone No:+91 23714727
Fax No:+91 23714727
Email ID: akshukla@mazagondock.gov.in

Tender Number: 6000000099


Tender Date: 17.03.2011
Tender Closing Date 25.04.2011
Tender Closing Time 02:00:00
Telephone No: RFQ Number: 2110000145
Fax No:
Email ID:
Tender Fee: Rs 250.00
EMD Amount: Rs 180,000.00
Pre Bid Meeting Date Pre Bid Meeting Time 00:00:00
Tender Opening Date: 25.04.2011 Tender Opening Time: 02:30:00
Offer should be valid up to:
Security Deposit: 5.00 % of PO value Perf. Bank Guarantee: 0.00 % of PO value
( Kindly read and refer relevant terms & conditions for further details. Do ensure to Quote Department Name, Purchase Officer's Name, Tender
Number, Closing date & time and RFQ Number in your Quotation & related correspondence )

Dear Sir / Madam ,


SUB:- TRIENNIAL RATE CONTRACT FOR REPAIRING / REWINDING AND OVERHAULING OF MOTORS,
GENERATORS, POWER TRANSFORMERS, CONTROL TRANSFORMERS AND DC COILS.

Mazagon Dock Limited (MDL) invites Competitive - Bid from reputed suppliers for the following in TWO BID system
(Part I Techno-Commercial Bid & Part II - Price Bid).

Sl.No. Material/Service Details Quantity/Unit Delivery Date


00100 TRINIAL RATE CONTRACT FOR MOTOR 1 Activity unit 01.05.2014
/GENERA
Service Description :TRIENIAL RATE CONTRACT FOR REPAIRING/ REWINDING OF
MOTORS/ GENERATOR/ TRANSFORMER/ CONTROL TRANSFORMER/ DC COILS
The Line item 00100 covers the following services
0000000010 Service Number:- 1 Activity unit
Short Description:- TRINIAL RATE
CONTRACT FOR MOTOR/GENERATR
Terms & Conditions as indicated in Part A of this tender and other enclosures / annexures form an integral part of this
tender document. We look forward to receive your most competitive and reasonable offer against this Tender.
For Mazagon Dock Ltd

Page: 1 of 1
Tender No 6000000099 Date:17.03.2011

PART-A

1. Issue of Tender Enquiry Document: The Tender Enquiry can be downloaded


from our website ‘www.mazagondock.gov.in’ However; interested bidders may also
collect the tender from Deputy General Manager (Outsourcing Dept.) by
written application and on payment of non-refundable amount of Tender Fee in
person indicated above on all working days (Monday to Friday between 10.00 AM. to
4.00 PM). Alternatively, bidders desirous of obtaining the tender by post at bidders
risk shall send a request letter in advance to reach the undersigned latest by
15/04/2011 (date of 10 days before closing date) along with Rs 100 towards
postage etc by crossed DD / Pay order in favour of Mazagon Dock Limited, payable
at Mumbai.

2. Description of Services: Triennial Rate Contract for Repairing / Rewinding


And Overhauling of Motors, Generators, Power Transformers, Control
Transformers and DC Coils.

3. The detailed scope of work is attached herewith as Enclosure-1.

4. INSTRUCTIONS TO THE BIDDERS (PRE-QUALIFICATION REQUIREMENT)

Bidders should submit the following documents along with their offer

i) Bidders Company Profile


ii) Valid copy of Shop & Establishment registration certificate.
iii) List of equipment held by them with model / year / working status along with
details of their manufacturing facilities and personnel with designation,
qualification and experience to determine their capabilities.
iv) Bidder’s average Audited Annual financial turnover during the last 3 years
ending 31st March i.e. 2007-08, 2008-09, 2009-10 should be at least Rs.
27,00,000/-. In this connection you are requested to submit the audited
balance sheet and profit and loss account for financial year 2007-08, 2008-09,
2009-10.
v) Bidder’s experience of having successfully completed similar works during last
7 years ending on 31.03.2010 should be either of the following;

a) Three similar completed works costing not less than Rs. 36,00,000/-
OR
b) Two similar completed works costing not less than Rs. 45,00,000/-
OR
c) One similar completed works costing not less than Rs. 72,00,000/-
OR
d) Jobs of similar nature completed in a span of 12 months totaling to
not less than Rs. 45,00,000/-.

Note: Bidders need to submit 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 right to verify / clause verification of
authenticity of the said documents whenever felt necessary.

5. Bidders registered with Mazagon Dock Limited should furnish copy of valid
registration certificate.

6. Earnest Money Deposit (EMD) :


5.1) Indigenous bidders shall furnish EMD Rs1,80,000/- (Rupees One Lacs Eighty
Thousand) in the form of crossed DD/Pay Order / Bank Guarantee drawn in
favour of MAZAGON DOCK LIMITED payble at Mumbai. The / Bank Guarantee
should be valid for 4 more weeks beyond the offer validity period indicated in
the tender. Either of these instruments should be drawn on reputed
Page 1 of 15
Tender No 6000000099 Date:17.03.2011
International / Nationalized / Scheduled Banks excluding co-operative banks,
payable at Mumbai and should essentially be enclosed in the in the Part-I viz.
Techno Commercial Bid. Crossed DD / Pay Order issued by Co-operative banks
however may be accepted subject to its realization. Bids / Offers without
EMD along with Part-I bid will not be considered. EMD of unsuccessful
bidders will be returned after finalization of the tender and shall be interest
free.

5.2) EXEMPTION FROM SUBMISSION OF EMD/BID BOND

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 Limited (MDL). (Exemption will apply only to
items / services which are similar to the supply / service indicated under description
Of work / supplies / services above to which bidders are registered with MDL). 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”.
(Exemption will apply only to items/service indicated under description of
work/supplies/ services & value up to which bidders are registered with NSIC). To
qualify for EMD exemption, firms should necessarily submit VALID copy of the
registration certificate issued by NSIC in Part-I offer / bid. Firms in the process of
obtaining NSIC registration will not be considered for EMD exemption.

7. Validity Period: Bids / Offers shall have the validity period of 90 Days from the
tender closing date. A bid valid for a shorter period will be rejected at the discretion of
MDL.

8. Submission of offer in Two Bid System: Offer must be submitted in Two parts,
each offer securely closed (sealed) separately, in Two Envelopes Part - I & Part – II
as stated below;

Part-I: This Envelope super scribing the Tender No, Due date & Time should contain
the following;

i) Technical Bid in Original.


ii) Acceptance on clauses of Tender Enquiry, STACs and GT&C in the Prescribed
Formats as per Encl-5, 6 & 7 duly stamped, signed & filled ‘Accepted OR Not
Accepted’ as applicable for each of the clause.
iii) Rate Sheet BLANKING the PRICES but clearly indicating ‘QUOTED /
UNQUOTED’ as Applicable against each of the listed item in the prescribed
format Encl 4 duly stamped & signed.
iv) Deviation Sheet in case of any deviations from Terms, Conditions & Technical
requirements specified in the STACS, Tender Enquiry & GT&C.
v) Bidders / Vendors should submit the following additional documents as
applicable and described at para 4 above.
vi) Copies of valid Registration or Approval certificates in case of Bidder’s firm
registered with MDL / NSIC.
vii) Bank details for payment of NEFT / RTGS in the format enclosed.
viii) Proof of payment of Tender Fee for Press Tender only.

Page 2 of 15
Tender No 6000000099 Date:17.03.2011
Part-II: This securely closed (sealed) Envelope super scribing Tender Enquiry No.,
Due date & Time should contain only the PRICES for each of the listed items strictly
in the prescribed format as per Encl 4 provided with the tender. If the space provided
is not sufficient, bidder may attach additional sheets. Offer in any other format shall
not be considered. Both these securely closed Envelopes i.e. Part-I & Part-II should be
put in a Third Bigger Envelope securely closed (Sealed), Super scribed with Tender
No., Due date, time, should be Submitted or Deposited at the following designated
place on or before 25.04.2011 at 14:00 Hrs;
General Manager
Outsourcing Department
6th Floor, Service Block, North Yard
Mazagon Dock Ltd
Mumbai-400010
In case of Bulky Offers / Bids, which cannot be accommodated in the designated
Tender Box, such bids / offers shall be sent by post / courier so as should reach the
undersigned well before the due date and time. The bids may also be sent by Speed
Post / Courier Service well in advance so as should reach the undersigned well before
the due date and time. Timely submission of the Bids is responsibility of the bidders
and no reasons / excuses in this regard will be entertained by MDL.

9. Bid Rejection Criteria:

a. Following bids shall be categorically rejected;


i) The Bids received after tender closing date and time.
ii) Validity period indicated by bidders is shorter than 90 days.
iii) Bidders not agreeing to furnish Security Deposit.
iv) Bids received without EMD (other than those who are exempt from
payment of EMD), as specified in the tender
v) Bidders not quoting for all items (Sr. no 1, 2, 3, 4, 6, 7 & 8 of Rate
Sheet, Enclosure-4)

b. Following bid rejection criteria shall also render the bids Liable for Rejection.
i) Bidder’s failure to submit sufficient or complete details for evaluation of
the bids even after reasonable time.
ii) Incomplete / misleading / ambiguous bids in the considered opinion of
MDL.
iii) Bids with technical requirements and or terms not acceptable to MDL.
iv) Bids received without pre-qualification documents where required as
per the tender.
v) Bids not meeting the pre-qualification parameters stipulated in the
tender enquiry.
vi) Bids received without latest bearing price list published by OEM

10. Contract period: Contract will be awarded to the successful bidder for period of
Three year.

11. Prices: The bidder shall quote all services/ works and items listed in the
Part-II (Price Bid) of the tender enquiry. The quoted prices shall be inclusive
of all expenses, however, applicable taxes to be indicated separately in Part II (Price
bid). The prices quoted shall remain firm & fixed during the currency of contract
unless other wise agreed by MDL.

12. Terms of Payment: Payment will be made through NEFT/RTGS/ECS between 25-
30 days for actual quantities of work executed and submission of documents.
Payment will be made through RTGS/NEFT/ECS between 25-30 days for actual
quantities of work executed and submission of bills in triplicate to the Outsourcing
Department duly certified for work completion at the level of Chief Manager or
above level.

Payments against bearing supplied by vendors will be made in accordance with


submitted latest bearing price list. After order placement successful vendor has
Page 3 of 15
Tender No 6000000099 Date:17.03.2011
to submit the latest price list time to time (if there is any price escalation/revision),
to Outsourcing Department (OTS) and user department without fail otherwise
payment will be made as per last submitted price list available with OTS.

Payments for bearings which are not covered in rate sheet would be made as per
above mentioned terms & condition.

Payments for spare parts mentioned in Enclosure-2 para 2 will be made as per
existing market price. Vendor has to submit the Purchase Bill (in Original) duly
certified by the Officer of the Rank of Chief Manager or above of the SB-ERS Dept.

13. Guarantee/ Warrantee: The Contractor shall give a Guarantee/ Warrantee of 180
days for the work carried out / items supplied by him in respect of
Motors/Generators /Power Transformer, Control Transformer and DC Coils of various
welding machines.

14. Taxes & Duties: The Item / Service-wise rates quoted in the Rate Sheet should
exclude Taxes & Duties. Bidder should indicate Taxes and Duties as applicable
separately under each of the in the same Rate Sheet, which will be paid extra based
on tax invoice to the extent applicable.

15. Loading & Bid Evaluation Criteria: Deviations sought by the bidder in respect of
following terms shall be loaded on the bidder/s quoted prices during price evaluation
by MDL. Among the equal bids, bidders with ISO 9000 series accreditation over non-
ISO bidders will be given preference. The loading and Bid Evaluation criteria that will
be adopted as detailed below

a.) Payment Terms: It is desirable that the bidder accepts the Payment Terms
indicated by the company in the Tender document. Varied payment terms quoted by
bidders as compared to the 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.

Overall lowest bidder (L1 Bidder) will be awarded contract. However


overall L1 bidder has to match the prices of other offers wherever he is not
lowest.

16. Completion Schedule: Schedule of completion of Repair/ Rewinding/ overhauling


job will be decided by MDL Electric Shop and Contractor jointly and the contractor
shall adhere to that schedule.

17. Security Deposit: The successful bidder shall submit a Security Deposit @ 5%
of the value of the Order in the form of Demand Draft / Bank Guarantee in the
prescribed format in favour of Purchaser within 15 days from date of LOI / Order /
Contract. The Security Deposit will be returned only after the successful execution of
the order / contract. Refund of Security Deposit whenever considered admissible by
the Purchaser, shall be without interest only.

18. Inspection: MDL Electric Repair Shop will inspect the quality of work and
satisfactory work completion of each work.

19. Modifications to the Bids: Bidders desirous of submitting modified bids prior to
the closing date & time may do so by sending a modification notice by fax, e-mail
etc but followed by a signed confirmation copy of their request so as to reach the
undersigned not later than the deadline for submission of bids. However it shall be
the responsibility of the bidder to ensure that the covers containing modified bids
are clearly marked as “Modified / Revised Bid” and deposited in the designated
tender box before the tender closing date & time.

20. Liquidated Damages: Time is an essence of the contract therefore the job, as
ordered, should be completed on the dates mutually agreed upon in accordance with
Page 4 of 15
Tender No 6000000099 Date:17.03.2011
the delivery schedule. In cases of delay not attributable to Purchaser beyond the
agreed schedule, the Supplier / Contractor shall pay liquidated damages, a sum
representing 0.5% (Half per cent) per week or part thereof, subject to maximum of
5% of the final Order / Contract value.

22. Public Grievance Cell: - A Public Grievance Cell headed by General Manager (SB-
Works) 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, FOB Building or send their complaints /
grievances to him in writing for redressal. His Telephone No. is 23738155 or Ext No-
3007.

23. Bidder shall abide by General Terms & Condition (GT & C), MDL Standard Terms &
conditions (STACs), and also abide statutory requirement, Officials Secret Act
1923(Extract). Bidders are requested to download the terms and conditions from
MDL website as per reference indicated below. Acceptance formats of TEF, STACs
and GT&C as per Enclosure 5, 6 & 7 respectively should be properly filled, signed
and returned by the bidder along with Techno-Commercial (Part-1) Bid.

21. 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.

22. Bidders intending to witness the Tender opening shall have to submit the letter of
authority to the Tender Opening Officer and will sign on the sheet of paper in token
of his presence at the time of tender opening

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

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

Yours faithfully,
For MAZAGON DOCK LIMITED,

A.K. SHUKLA
MANAGER (OTS)

Enclosures:
Enclosure –1 Scope of work
Enclosure –2 MDL Scope of Work
Enclosure –3 Volume of Work
Enclosure -4 Rate Sheet Format
Enclosure -5 Tender enquiry terms Acceptance Format
Enclosure -6 STACS Acceptance Format
Enclosure -7 GTAC Acceptance format
Enclosure -8 RTGS/NEFT Format

References: Terms & conditions (Available on MDL website –www.mazagondock.gov.in


Tenders Shipbuilding Outsourcing
i. Standard Terms & Condition
ii. General Terms & Condition
iii. Official Secret Act 1923 (Extract)

Formats: Available on MDL website –www.mazagondock.gov.in Tenders Shipbuilding


Outsourcing
1. OTS-F-05 Bank Guarantee for EMD
2. OTS-F-07 Order Acceptance Format
3. OTS-F-08 Bank Guarantee for Security Deposit

Page 5 of 15
Tender No 6000000099 Date:17.03.2011

ENCLOSURE-1

CONTRACTOR’S SCOPE OF WORK

1. Defective Motors/Generators/Power transformers/Control Transformers and D.C. Coil


of various Welding machines will be handed over to the Contractor for
Repairs/Rewinding after confirming the defects.
2. Job priority will be decided as per the urgency of the job by MDL Electric Repair Shop.
3. Job to be carried out as per manufactures existing specifications.
4. The defects of the machineries under repair must be confirmed in writing with dept.
representative before starting the job.
5. The overhauling of Motor/Generator consists of dismantling, cleaning, varnishing,
replacement of bearings if required, reassembly & testing.
6. The rewinding of Motor/Generator consists of dismantling, cleaning, rewinding,
varnishing, replacement of bearing if required, reassembly & testing.
7. The overhauling of transformer consists of dismantling, cleaning, repairing if any,
varnishing, reassembly & testing.
8. The rewinding of transformer consists of dismantling, cleaning, rewinding, varnishing,
repairing if any, reassembly & testing.
9. Rewinding to be carried out of super enameled copper wire polyester base class B
/Easter Mide Super Enamel Copper Wire Class H. Indo - American Bharat Insulation/
BIC make. . Insulation paper is to be used as i) Polyester film, ii) Triplex Paper, iii)
Numex Paper and will depends on the class of insulation.
Winding to be varnished by Air dry varnish/ELMO-50/ELMO-65 /Dr Beck make.
10. Condenser should be of Asian / Crompton/ Keltron make.
11. The defective spare parts are to be returned to MDL (Electric Repair Shop).
12. Spare parts require for repairs are coded in Common Stock Store will be supplied by
the MDL - Electric Repair Shop till the stock is exhausted from store.
13. After consuming stocked spares in common stock store, Contractor / MDL will supply
the require spares from local market /Manufacturer. Contractor has to quote charges
for the work involved and for spares required as per annexure ‘D’.
14. Required spare parts for the work should be routed through Goods Receiving Section
(GRS).
15. The burnt out scraped copper winding wire is to be handed over to the ERS dept. after
repair work.
16. Rotating machineries (Motors, Generators etc.) are to be tested on “NO LOAD’ for
minimum one hour for satisfactory performance. Testing will be witnessed by ERS
dept. representative.
17. Dynamic balancing is required for rewound rotor and is to be carried out by the Party
outside MDL.
18. The work done certificate of each machines will be certified by nominated officer and
part representative jointly.
19. Rewound / Repaired / Overhauled Motors / Generators / Power transformers / Control
Transformers & DC Coils of various Welding Machine should be guaranteed for 180
days.

Page 6 of 15
Tender No 6000000099 Date:17.03.2011

ENCLOSURE-2

MDL SCOPE OF SUPPLY / WORK

1. MDL will provide infrastructure for carrying out above activity in the ERS dept. Such as:
a). Working Table
b). Special Tools required, if any
c). Coil Winding Machine
d). Testing Panel
e). Oven
f). Compressed Air
g). EOT Crane
h). Drilling Machine
i). Gas cylinder on chargeable basis.

2. Following spare parts are not available in the local market for specific jobs, vendor has to
place the order to other party for manufacturing the same as per sample. The original
bill has to be submitted by vendor and will be verified by Electric Repair Shop.
a). Slip Ring
b). Rocker Arms with Spring
c). Comutature
d). End Cover
e). Grease Cap
f). Carbon Brush
g). Pulley

3. Any Machining work required for the job will be carried out by MDL.

Page 7 of 15
Tender No 6000000099 Date:17.03.2011

ENCLOSURE-3

VOLUME OF WORK

Approx. quantity of various items that may be available for repair in a year is as given
below:

1. MOTORS:
i) Up to one HP - 150 Nos.
ii) More than One HP to Three HP - 50 NOs.
iii) More than three HP to five HP - 50 Nos.
iv) More than Five HP to ten HP - 50 Nos.
v) More than Ten HP to Twenty HP - 25 Nos.
vi) More than Twenty HP to Thirty HP - 25 Nos.
vii) More than Thirty HP to Forty HP - 25 Nos.
viii) More than Forty HP to fifty HP - 25 Nos.
ix) More than Fifty HP to Sixty five HP. - 05 Nos.
x) More than Sixty five HP to Eighty HP - 05 Nos.
xi) More than Eighty HP to Hundred HP - 02 Nos.

2. GENERATORS:
a) 40KW to 80KW - 10 Nos.

3. CONTROL TRANSFORMERS (MEMCO MAKE): - 40 Nos.


a). 400A DC
b). 600A DC
c). 800A DC

4. D/C COILS (MEMECO MAKE): - 40 Nos.


a). 400A DC
b). 600A DC
c). 800A DC

5. POWER TRANSFORMERS:
a). Up to 25 KVA - 02 Nos.
b). Up to 50 KVA - 01 Nos.
c). Up to 100 KVA - 03 Nos.
d). Up to 200 KVA - 03 Nos.

Note: Quantity specified above may vary on the breakdown of the machinery in the yard.

Page 8 of 15
Tender No 6000000099 Date:17.03.2011
ENCLOSURE-4
RATE SHEET
1. RATE SHEET FOR MOTORS

Sr. Specification Overhauling Charges Rewinding Charges Rewinding Charges


NO. Without Bearing per Motor without Bearing & without Bearing per Motor
(in Rs.) Winding Wires per Motor (in Rs.)
(in Rs.)
1 2 3 4 5
Charges Charges Charges Charges Charges Charges Charges Charges Charges
for First for for for First for for for First for for
Year Second Third Year Second Third Year Second Third
Year Year Year Year Year Year
1. Motors upto 1 HP.
2. Motors More than
1 HP to 3 HP
3. Motors More than
3 HP to 5 HP
4. Motors more than
5 HP to 10 HP .
5. Motors more than
10 HP to 20 HP
6. Motors more than
20 HP to 30 HP
7. Motors more than
30 HP to 40 HP
8. Motors more than
40 HP to 50 HP
9. Motors more
than 50 HP to 65
HP
10. Motors more than
65 HP to 80 HP
11. Motors more than
80 HP to 100 HP
TOTAL

2. RATE SHEET FOR GENERATORS

Sr. Specification Overhauling Charges Rewinding Charges Rewinding Charges


No. Without Bearing per without Bearing & without Bearing per
Generator (in Rs.) Winding Wires per Generator (in Rs.)
Generator (in Rs.)
1 2 3 4 5
Charges Charges Charges Charges Charges Charges Charges Charges Charges
for First for for for First for for for First for for
Year Second Third Year Second Third Year Second Third
Year Year Year Year Year Year
1. Generators
from 40KW to
80KW
TOTAL

3. RATE SHEET FOR POWER TRANSFORMER

Sr. No. Specification Charges for overhauling as per Charges for Rewinding as per Scope of
Scope of work Rs/Transformer work Rs/Transformer
1 2 3 4
Charges Charges Charges Charges Charges Charges for Third
for First for Second for Third for First for Second Year
Year Year Year Year Year
1. Transformer up to 25 KVA
2. Transformer up to 50 KVA
3. Transformer up to 100 KVA
4. Transformer up to 200 KVA
TOTAL

Page 9 of 15
Tender No 6000000099 Date:17.03.2011

4. RATE SHEET FOR CONTROL TRANSFORMERS & D.C. COILS

Sr. Job Description Per Unit Charges


No.
(in Rs.)
1 2 3
Charges Charges Charges
for First for for
Year Second Third
Year Year
1. To Carry out Rewinding of Control Transformers of MEMCO make welding rectifiers
with rating of 400A DC as per scope of work
2 To Carry out Rewinding of Control Transformers of MEMCO make welding rectifiers
with rating of 600A DC as per scope of work
3 To Carry out Rewinding of Control Transformers of MEMCO make welding rectifiers
with rating of 800A DC as per scope of work
4 To Carry out ReWinding of DC Coils of MEMCO make welding rectifiers with rating of
400A DC as per scope of work
5 To Carry out Rewinding of DC Coils of MEMCO make welding rectifiers with rating of
600A DC as per scope of work
6 To Carry out Rewinding of DC Coils of MEMCO make welding rectifiers with rating of
800A DC as per scope of work
TOTAL

5. RATES FOR ROTOR REWINDING & DYNAMIC BALANCING


90% of stator rewinding charges will be considered for Rotor Rewinding Charges. These charges are inclusive of
Dynamic Balancing, transportation charges and all incidental expenses.

6. RATE SHEET FOR BEARING REQUIRED FOR OVERHAULING/REPAIRING/REWINDING OF MOTORS &


GENERATORS. (MAKE FOR BEARING – SKF / FAG Only)
BALL BEARING RATE (IN Rs.) ROLLER BEARING RATE (IN Rs.)
6204zz N-307 OR NU-307
6205zz N-308 OR NU-308
6206zz N-309 OR NU-309
6207zz N-310 OR NU-310
6305zz N-312 OR NU-312
6306zz N-314 OR NU-314
6307zz N-315 OR NU-315
6308zz N-316 OR NU-316
6309 N-311 OR NU-311
6310 N-313 OR NU-313
6312 N-321 OR NU-321
6313 N-324 OR NU-324
6314 RMS-8
6318 RMS-9
RMS4 RMS-10
RMS5 RMS11
RMS8 RMS-12
RMS10 RMS-13
RMS12 RMS-14
RLS-8 RMS-15
RLS-10 RMS-16
RLS-12 RMS-17
RLS-13 RMS-18
RLS-14
RLS-15
TOTAL

Note:
Bidder must submit the bearing manufacturer’s/OEM latest price list along with
Price Bid (Part-II) in supports to quoted bearing price.

Page 10 of 15
Tender No 6000000099 Date:17.03.2011

7. RATE SHEET FOR MISCLLANEOUS SPARE PARTS (Rate/Piece)


Sr. No Specification of Terminal Cooling Fan Fan Guard Terminal Block Centrifugal
Motors Block Cover Switch
1. Motors upto 1 HP.
2. Motors More than 1
HP to 3 HP
3. Motors More than 3
HP to 5 HP
4. Motors more than 5
HP to 10 HP .
5. Motors more than 10
HP to 20 HP
6. Motors more than 20
HP to 30 HP
7. Motors more than
30 HP to 40 HP
8. Motors more than 40
HP to 50 HP
9. Motors more than
50 HP to 65 HP
10. Motors more than 65
HP to 80 HP
11. Motors more than 80
HP to 100 HP

8. RATE SHEET FOR CONDENSER (Rate per Piece)


Sr. NO Specification Charges (in Rs.)
1 100-150 Micro Farad
2 200-250 Micro Farad

Please indicate the applicable taxes and their percentage.


Applicable Taxes / Duties / Levies i) ……………………%
ii)……………………%

COMPANY’S NAME & ADDRESS:

_____________________________ SIGNATURE:
_____________________________ DATE:
_____________________________ NAME:
DESIGNATION:
BIDDER’S COMPANY SEAL:

Page 11 of 15
Tender No 6000000099 Date:17.03.2011

ENCLOSURE –5
TEF ACCEPTANCE FORMAT

To,
MAZAGON DOCK LIMITED
OUTSOURCING DEPARTMENT

TENDER ENQUIRY No………………………………….. Date:-……………

TEF BIDDER’S TEF BIDDER’S TEF BIDDER’S


CLAUSE No. REMARK CLAUSE No. REMARK CLAUSE No. REMARK

ACC. / DEV. ACC. / DEV. ACC. / DEV.

COMPANY’S NAME & ADDRESS:


_____________________________ SIGNATURE:
DATE:
_____________________________ NAME:
DESIGNATION:
_____________________________ BIDDER’S COMPANY SEAL:

NOTES:
1. Bidders should carefully read the Terms & Conditions of the Tender Enquiry Form
(TEF) prior to filling up this acceptance format..
2. This format should be properly filled, signed and returned by the bidder(s) along with
their technical offer for considering their Bid.
3. Bidder(s) should indicate “ACC” for Accepted, “DEV” for Deviation Taken for each
clause number in the above table.
4. Bidder(s) to attach Separate Sheet indicating all relevant details such as Number &
description of the Clause, Reasons for Deviation and Alternative suggested for any
deviations taken by them.
5. Clause No shown in the above format also includes the sub-clauses under these
clauses.

Page 12 of 15
Tender No 6000000099 Date:17.03.2011

ENCLOSURE –6

STACS ACCEPTANCE FORMAT


To,
MAZAGON DOCK LIMITED
OUTSOURCING DEPARTMENT

TENDER ENQUIRY No………………………………….. Date:-……………

STACS BIDDER’S STACS BIDDER’S STACS BIDDER’S


CLAUSE No. REMARK CLAUSE No. REMARK CLAUSE No. REMARK

ACC./ DEV ACC./ DEV ACC./ DEV

COMPANY’S NAME & ADDRESS:

_____________________________ SIGNATURE:
DATE:
_____________________________ NAME:
DESIGNATION:
_____________________________ BIDDER’S COMPANY SEAL:

NOTES:
1. Bidder(s) should carefully read the Standard Terms & Conditions (STACS) included
in the tender prior To filling up this acceptance format.
2 This format should be properly filled, signed and returned by the bidder(s)
alongwith their technical offer for considering their Bid.
3. Bidder(s) should indicate “ACC” for Accepted, “DEV” for Deviation Taken for each
clause number in the above table.
4. Bidder(s) to attach Separate Sheet indicating all relevant details such as Number
& description of the Clause, Reasons for Deviation and Alternative suggested for
any deviations taken by them.
5. Clause No shown in the above format also includes the sub-clauses under these
clauses.

Page 13 of 15
Tender No 6000000099 Date:17.03.2011

ENCLOSURE –7

ACCEPTANCE FORM FOR GENERAL TERMS AND CONDITIONS

To,
MAZAGON DOCK LIMITED
OUTSOURCING DEPARTMENT.

TENDER ENQUIRY No………………………………….. Date:-……………

TEF BIDDER’S TEF BIDDER’S TEF BIDDER’S


CLAUSE No. REMARK CLAUSE No. REMARK CLAUSE No. REMARK

ACC. / DEV. ACC. / DEV. ACC. / DEV.

COMPANY’S NAME & ADDRESS:


_____________________________ SIGNATURE:
DATE:
_____________________________ NAME:
DESIGNATION:
_____________________________ BIDDER’S COMPANY SEAL:

NOTES:
1. Bidders should carefully read the Terms & Conditions of the Tender Enquiry
Form (TEF) prior to filling up this acceptance format.
2. This format should be properly filled, signed and returned by the bidder(s)
along with their technical offer for considering their Bid.
3. Bidder(s) should indicate “ACC” for Accepted, “DEV” for Deviation Taken for
each clause number in the above table
4. Bidder(s) to attach Separate Sheet indicating all relevant details such as
Number & description of the Clause, Reasons for Deviation and Alternative
suggested for any deviations taken by them.
5. Clause numbers shown in the above format also includes the sub-clauses
under these clauses.

Page 14 of 15
Tender No 6000000099 Date:17.03.2011

ENCLOSURE-8
MAZAGON DOCK 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. VENDOR CODE :

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 11 are correct as per
our records.

Date Bank's Stamp Authorised Signatories of Bank Officers

Note: The Mandate form duly completed in supplier's letter head may be furnished to the
Treasury Section

Page 15 of 15

También podría gustarte