Tendertiger.co

MAZAGON DOCK LIMITED
(A Government of India Undertaking) Dockyard Road, Mazagon, Mumbai 400 010. INDIA Tel. No.: 022 - 2376 3252 Fax No. : (022) 2373 8151 Website: www.mazagondock.gov.in Email: [email protected] [email protected] TENDER ENQUIRY IN SINGLE BID SYSTEM
FOR SUPPLY OF MEDICINES ON ANNUAL RATE CONTRACT BASIS
DIVISION - SHIP BUILDING DEPARTMENT - MATERIAL PURCHASE
TENDER NO.
02.06.2014
CLOSING ON
20.06.2014 14:00 HRS
(TENDER ENQUIRY FORM (TEF))
Dear Sirs/Madam, Mazagon Dock Limited invites quotations from Manufacturers/ Authorized distributors in single-
bid system (part- I techno commercial bid and price bid) for the supply of ‘Medicines' on ARC(Annual
Rate Contract) Basis. The medicine details, quantity and Acceptable Manufacturers are as indicated
Enclouser-1 attached.
1. Technical Specification & Quantity:
The Generic Name/Brand Name, Manufacture's and quantity is
mentioned in the Enclouser-1 attached. The quantity mention in the Enclouser-1 attached is the
approximate annual quantity. The delivery/supply schedule should be as per the Para 11below. MDL
reserves the right to place an order on and above 100% of the approximate annual quantity within 1 year.

2 The Offer: The offer must be submitted in your letterhead duly signed. Bidders shall quote the prices
of all items listed in the tender enquiry as per the enclosed Rate Schedule format (Elclouser-2) for free
delivery of the items in MDL store. The firms shall indicate the offered brand name or manufacturer's
name against each medicines in their offer.
The
3. Submission of offer: The offers can be submitted via Email or in Hard copy enclosed in an Envelope
securely closed (sealed), super scribing the Tender Number, Due Date & Time can be deposited in Yellow
Coloured Tender Box on 2nd Floor, Mogul House, South Yard, Mazagon Dock Limited, Dockyard Road,
Mumbai 400 010 and addressed to HOD (Materials). If the offer is submitted via email same shall be
sending as an attachment in PDF duly signed. In both case the offer should receive in MDL by 14.00 Hrs on
/ or before the Closing Date. The email ID and phone no. are as under.

022 2373 3252
3.1 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. 3.2 The bids may also be sent by Speed Post / Courier Service well in advance so as should reach the department (address as mentioned above) well before the due date and time. Timely submission of the Bids is the responsibility of the bidders and no reasons / excuses in this regard will be entertained by MDL. 3.3 The firm shall indicate in their offer the name, contact no and email id of the authorized
person with whom any correspondence can be made by MDL.
Validity Period: Bids / Offers shall have a validity period of 60 Days from the tender closing
date. Further the purchase order rate shall remain Firm and Fixed for a period of 1 Year from
the date of placement of order.
5. Bid Rejection Criteria;
Following bids shall be categorically rejected; The Bids received after tender closing date and time. Following bid rejection criteria shall also render the bids Liable for Rejection. Bidder's failure to submit sufficient or complete details within the specified period for evaluation of the bids. Validity period indicated by bidders is shorter than that specified in the tender enquiry, at the discretion of MDL Incomplete / misleading / ambiguous bids in the considered opinion of MDL. Bids with technical requirements and or terms not acceptable to MDL / Customers / External agency nominated as applicable. Unreasonably longer delivery period quoted by the firm. (Three Weeks beyond the least delivery period quoted among the qualified bidders) Any brand or medicine not acceptable to our CMO. Pricing: Bidders shall quote the prices of all items listed in the tender enquiry as per the enclosed
Rate Schedule format (Elclouser-1) for delivery of the items in MDL store. The prices quoted shall
remain firm and fixed during the currency of the order / contract unless agreed otherwise by
MDL.

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. Discount given, if any, by the bidders,
after last date for submission of the bids but before opening of the price bids, will not be considered
for determining the ranking of bids. However, the same will be considered after the said bidder is
judged as L-1.
Taxes & Duties:-
Item wise rate quoted in the rate sheet (upload with this tender) should exclude taxes, duties.
Bidder/s should indicate Taxes, Duties as applicable separately under each head mentioned below,
which will be paid extra based on invoice to extent applicable.
8.1 The rate sheet to be enclosed with the tender will indicate the rates under each tax head wherever applicable viz. a) Excise Duty along with applicable cess. b) Central Sales Tax. (CST) c) Value Added Tax. (VAT) d) Octroi, if included. e) Any other Taxes/Duties/Levies. 8.2 Only those bidders who indicate the taxes and duties separately as above shall be entitled for consideration of change in the corresponding rates in case of variation in the statutory levies. 8.3 Wherever all inclusive prices are quoted by the bidders without bifurcation of tax, elements, no escalation can be considered in respect of any variations in statutory levies arising subsequently because of the absence of the required base figures in the purchase order / contract. 8.4 Successful Bidder/s will not be entitled to any increase in rate of taxes occurring during the period of extended delivery schedule if there is delay in supply / completion attributed to him. However, if there is a decrease in taxes, the same must be passed on to MDL. 8.5 The following certificates will be given by us for Purchase of these items against this tender. Issue of "C" Form w.r.t. Sales Tax. 9 Loading 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. An illustration of the loading criteria that will be adopted is at Illustrative Enclosure. Among the equal bids, bidders with ISO 9000 series accreditation over non-ISO bidders, firstly Manufacturers then their authorized dealers will be given preference. The loading criteria that will be adopted is detailed below : 9.1 Payment Terms: It is desirable that the bidder accepts the Payment Terms indicated in clause
8 above. Varied payment terms quoted by bidders as compared to the terms stated in the Tender document shall be normalized by adopting the Prime Lending Rate (prevailing at the time of opening of bid) of State Bank of India plus 2% thereon on the amount(s) at variation and / or for the period (in no. of days) at variation. 9.2 Delivery of the goods at MDL premises should be the responsibility of the supplier. However,
for unavoidable reasons, if bids are exclusive of transport and/or insurance, the same will be loaded at the cost to be incurred by MDL. 9.3 For the additional delivery period sought by the bidder over the stipulated date of delivery as
per Tender, 0.50% per completed week will be loaded to the quoted price. 9.4 Deviations sought in respect of Liquidated Damages (L D): Deviations sought in respect of rate
per week and / or maximum ceiling in respect of liquidated damages shall be loaded to the quoted price. For e.g. The maximum ceiling towards liquidated damages speculated in the tender is 5% and the bidder seeks to limit it to, say 3.50% then the price quoted will be loaded by 1.50%. If the rate of L.D per week is 0.5% per week or part thereof as per tender and the bidder seeks it as, say, 0.40% per week or part thereof, the maximum ceiling on L D as per tender will first be equated to weeks (10 weeks in this case) and the rate proposed by the bidder ie 0.40% will be multiplied by the so equated maximum period (which works out to 4%) and the quoted price will be loaded accordingly by 1%. Delivery being the essence of the contract, it is desirable if the bidder/s adhere to the stipulated clause. 9.5 Deviations in respect of the period of Warranty shall be loaded to the quoted price @ 0.25%
per month or part thereof. This does not arise if the bidder quotes additional price for the differential period. 10 Ranking bids and Determination of L-1 Bidder: Ranking of Price bids shall be done on the basis of
"all inclusive of taxes, duties and levies (Item-wise). If any variation in Statutory levies, the break-up
in respect of taxes, duties is clearly and separately furnished in bid and MDL is satisfied that the rates
of taxes, duties and levies indicated therein are in line with Tax Law so that escalation due to
variations in taxes, duties and levies can be justifiably considered to the extent legitimately allowable
on base amount (s) indicated in bid. Therefore, bidder is requested to show the break-up regarding
taxes, duties and levies as applicable in the bid.

11 Delivery Period:
The deliveries of the medicines are to be executed in staggered manner. The same
shall be as per the table below. Quantity In %
Delivery Period
First Lot
3 Weeks from PO/Intimation Second Lot
16 Weeks from PO or 3 weeks from Intimation Third Lot
32 Weeks from PO or 3 weeks from Intimation Extra Lots
Up to 100% of the original qty 3 weeks from confirmatory PO 12 Replacement of Expired Medicine: The Manufacturer should agree to replace the quantity of
medicines that have expired and remained in stock with MDL. MDL will inform the manufacturer 3 months in advance from the date of expiry. On being informed quantity of medicines which will be getting expired, the Manufacturer will provide fresh stock of medicines and take back the expired medicines without any financial implication to MDL.
13 Consignee:
The Successful bidder/s shall arrange dispatch of goods by appropriate Rail / Road /
transport mode as per the order to ‘GOODS RECEIVING SECTION and further to designated store/ user dept. on working days (Monday to Friday) between 8.00 hrs to 15.00 hrs (Lunch Time 11.30 to 12.00 hrs) .In case truck/tempo reaches our yard beyond above time the same may be retained over night at your risk & cost. 14 Supply on MDL Holidays: Request for permission for delivery on Saturday / Sunday / holidays if
required, should be submitted 3 working days prior to the date of holiday, to Personnel department and Security through concerned Dept.
15 Receipt Inspection by MDL:
MDL CMO or his representatives will carry out necessary inspection of the
items on receipt in the MDL Yard, on the basis of an appropriate quality assurance system and Inspection system requirements of MDL & the Inspection documents submitted by suppliers. Any objection raised by the above team against quality of medicine or any other aspect shall be satisfactorily corrected by the supplier at his expenses including replacement as may be required immediately by acceptable quality. Medicines damaged during transit shall also be replaced by the supplier immediately by acceptable quality.
16 Self Life
: The supplied medicines shall have a minimum self life of 80%.
17 Improper Filling of Acceptance Formats:
The STACS and GT&C are attached as enclosure 3&4
respectively. The acceptance formats for TEF, GT&C and STACS are attached as Enclosure 5. In case of improper filling of Acceptance Formats for Tender Enquiry Form, General Terms & Conditions (GT&C) and Standard Terms & Conditions (STACS), it shall be presumed that all our tender terms & conditions are acceptable to you. 18 Liquidated Damages/Risk Purchase: Time is an essence of the contract therefore the job, as
ordered, should be completed on the dates mutually agreed upon in accordance with the delivery schedule. In cases of delay not attributable to Purchaser beyond the agreed schedule, the Successful bidder shall pay liquidated damages, a sum representing 0.5% (Half per cent) per week or part thereof, subject to maximum of 5% of the order value. The liquidated damage is applicable on the value of the undelivered portion of goods as on delivery date mentioned in the purchase order.
19 Terms of Payment: -
Payment for the value of supplies, as reduced by any deductibles and/or the
amount leviable towards liquidated damages, if any and after including taxes, duties, octroi, service
tax etc. as may be payable through NEFT/RTGS within 25-30 days after receipt & acceptance of the
items as per the ordered terms and against submission of documents in Triplicate including Delivery
challan(s), Test reports / Certificates, Packing Lists, Invoice & other Technical documentation in
requisite sets as relevant.
Note:
Bidders shall furnish all the necessary details like name of the bank / branch, branch code No,
bank account No in their bid as per the NEFT/RTGS format provided with the tender enquiry.
Important Note: Invoices should be submitted immediately within two to three MDL working days
(preferably the invoices should accompany supply) after execution of the orders/expiry of
contract. Thereafter any discrepancies/pending claims regarding payment or any other matter
related to this order/contract should be brought to MDL's notice in writing within 30 days of
otherwise final payment by MDL, beyond which no claims whatsoever will be entertained.

The bills/invoices are to be submitted to RECEIPT SECTION along with all documents. This office is
situated Opposite Mazagon Dock Reception, Near Main Gate, Mazagon Dock Limited, Dockyard Road,
Mumbai -10. Timing between 9.00 Hrs to 16.30 Hrs
20 Public Grievance Cell: A Public Grievance Cell headed by General Manager (F-CA) 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 6th Floor, Mazdock House or send their complaints / grievances to him in writing for redressal. His telephone No is 022 2376 2121
21
MDL reserves the right to consider placement of Order / Contract in part or in full against the
tendered quantity.
22
In case of quantity indicated as Annual Requirement is exhausted/consumed within the validity of
contract MDL may enhance the qty. up to the ARC qty( i.e. 100% of the ARC qty) within the validity period of the contract.
23
In case of any clarifications, bidders are requested to contact the undersigned, before the closing date

24
We look forward to receive your most competitive and reasonable offer against this tender.
Yours faithfully, For MAZAGON DOCK LIMITED,
(Purchase Officer) List of Medicines Rate Schedule Format RGTS/NEFT Format Standard Terms & Conditions (STACS) General Terms & Conditions (GT&C) Acceptance formats for TEF, GT&C and STACS Enclosure-1
LIST OF MEDICINES Tender No: GM(M)/MRP/ARC/MEDICINES/2014-3A
NAME OF MEDICINE
Acceptable Manufacturers
ALKEM LABORATORIES LIMITED CENTAUR PHARMACEUTICAL PVT.LTD. CORONA REMEDIES PVT.LTD INDOCO REMEDIES LIMITED PREMIER NUTRACEUTICALS PVT. LTD. SARABHAI CHEMICALS. THEMIS MEDICALS LIMITED. U S VITAMIN(INDIA) LTD. WOCKHARDT LIMITED BENGAL CHEMICAL & PHARMACEUTICALS GLAXO SMITHKLINE LIMITED . HINDUSTAN ANTIBIOTICS LTD. INDIAN DRUGS & PHARMACEUTICALS LTD. KARNATAKA ANTIBIOTICS AND PHARMACEU NICHOLAS PIRAMAL INDIA LIMITED RAJASTHAN DRUGS & PHARMACEUTICALS LTD SARABHAI CHEMICALS. SARABHAI PIRAMAL PHARMA LTD. THEMIS MEDICALS LIMITED. INTAS PHARMACEUTICALS LTD. LUPIN LABORATORIES PVT LTD. NICHOLAS PIRAMAL INDIA LIMITED PREMIER NUTRACEUTICALS PVT. LTD. U S VITAMIN(INDIA) LTD. WOCKHARDT LIMITED ZYDUS CADILA HEALTHCARE LIMITED. MEYER ORGANIC PVT. LTD. AVENTIS PHARMA LTD. NICHOLAS PIRAMAL INDIA LIMITED GLIBENCLAMIDE 5MG U S VITAMIN(INDIA) LTD. PREMIER NUTRACEUTICALS PVT. LTD. INGA LABORATORIES PVT. LTD. AVENTIS PHARMA LTD. FRANCO INDIAN PHARMACEUTICALS LUPIN LABORATORIES PVT LTD. PFIZER LTD. TORRENT PHARMACEUTICALS PVT LTD. U S VITAMIN(INDIA) LTD. CHEMICAL IND & PHARMA LAB(CIPLA) IPCA LABORATORIES LTD LUPIN LABORATORIES PVT LTD. NICHOLAS PIRAMAL INDIA LIMITED NOVACARE DRUG SPECIALITIES PVT. LTD THEMIS MEDICALS LIMITED. TORRENT PHARMACEUTICALS PVT LTD. INDIAN DRUGS & PHARMACEUTICALS LTD. PHENYTOIN SODIUM KNOLL PHARMACEUTICALS . PARKS DAVIS(INDIA) LTD. PFIZER LTD. ZYDUS CADILA HEALTHCARE LIMITED. CADILLA HEALTH CARE . INDOCO REMEDIES LIMITED (ACECLOFENAC SODIUM LUPIN LABORATORIES PVT LTD. UNICHEM LABOROLARIES LTD. WOCKHARDT LIMITED GLENMARK PHARMACEUTICALS LTD GLENMARK PHARMACEUTICALS LTD MERCK LIMITED. NICHOLAS PIRAMAL INDIA LIMITED TORRENT PHARMACEUTICALS PVT LTD. U S VITAMIN(INDIA) LTD. NOVO NORDISK SARABHAI CHEMICALS. HUMAN INSULLIN 30/70 U S VITAMIN(INDIA) LTD. WOCKHARDT LIMITED NOVARTIS INDIA LIMITED . PFIZER LTD. CARBAMAZEPIN TAB SARABHAI PIRAMAL PHARMA LTD. SUN PHARMACEUTICALS . TORRENT PHARMACEUTICALS PVT LTD. ZYDUS CADILA HEALTHCARE LIMITED. CHEMICAL IND & PHARMA LAB(CIPLA) CIPLAR TAB 40 MG (TAB NICHOLAS PIRAMAL INDIA LIMITED PROPRANOLOL (40 MG)) SARABHAI CHEMICALS. CADILLA HEALTH CARE . GLENMARK PHARMACEUTICALS LTD LUPIN LABORATORIES PVT LTD. MEYER ORGANIC PVT. LTD. RANBAXY LAB. LIMITED . DR. REDDY, S LAB LTD. GRISOVIN-FP TAB (TAB GALPHA LABORATORIES LIMITED . GLAXO SMITHKLINE LIMITED . INDIAN DRUGS & PHARMACEUTICALS LTD. WALLACE PHARMACEUTICALS. BENGAL CHEMICAL & PHARMACEUTICALS HINDUSTAN ANTIBIOTICS LTD. INDIAN DRUGS & PHARMACEUTICALS LTD. LARIAGO TAB (TAB INDOCO REMEDIES LIMITED IPCA LABORATORIES LTD PHOSPHATE (500MG)) KARNATAKA ANTIBIOTICS AND PHARMACEU RAJASTHAN DRUGS & PHARMACEUTICALS L THEMIS MEDICALS LIMITED. ZYDUS CADILA HEALTHCARE LIMITED. ALEMBIC PHARMACEUTICALS . ARISTO PHARMACEUTICALS PVT. LTD. CHEMICAL IND & PHARMA LAB(CIPLA) F. D. C. LIMITED . NOVACARE DRUG SPECIALITIES PVT. LTD WOCKHARDT LIMITED ZYDUS CADILA HEALTHCARE LIMITED. INDIAN DRUGS & PHARMACEUTICALS LTD. PHENYTOIN SODIUM KNOLL PHARMACEUTICALS . 100MG TAB (100 TABS PARKS DAVIS(INDIA) LTD. PFIZER LTD. ZYDUS CADILA HEALTHCARE LIMITED. ALEMBIC PHARMACEUTICALS . CADILA PHARMACEUTICALS LTD. DR. REDDY, S LAB LTD. F. D. C. LIMITED . PANACEA- PANACIA BIOTEC LTD WOCKHARDT LIMITED CHEMICAL IND & PHARMA LAB(CIPLA) GERMAN REMEDIES PRIVATE LTD. GLAXO SMITHKLINE LIMITED . SALBUTAMOL INHALER LUPIN LABORATORIES PVT LTD. NOVACARE DRUG SPECIALITIES PVT. LTD RANBAXY LAB. LIMITED . ZYDUS CADILA HEALTHCARE LIMITED. GERMAN REMEDIES PRIVATE LTD. INTAS PHARMACEUTICALS LTD. UDILIV TAB 300 MG SOLVAY PHARMA INDIA PVT LTD WIN MEDICARE LTD CHEMICAL IND & PHARMA LAB(CIPLA) GLAXO SMITHKLINE LIMITED . GLENMARK PHARMACEUTICALS LTD INDOCO REMEDIES LIMITED NOVACARE DRUG SPECIALITIES PVT. LTD WOCKHARDT LIMITED ALKEM LABORATORIES LIMITED BAYER (INDIA) LTD. EMCURE PHARMACEUTICALS LIMITED, GLENMARK PHARMACEUTICALS LTD PREMIER NUTRACEUTICALS PVT. LTD. WOCKHARDT LIMITED GLENMARK PHARMACEUTICALS LTD PFIZER LTD. TAB VOGLIBOSE 0.3 RANBAXY LAB. LIMITED . TORRENT PHARMACEUTICALS PVT LTD. UNICHEM LABOROLARIES LTD. GLENMARK PHARMACEUTICALS LTD PFIZER LTD. SUN PHARMACEUTICALS . TORRENT PHARMACEUTICALS PVT LTD. U S VITAMIN(INDIA) LTD. CADILA PHARMACEUTICALS LTD. CORONA REMEDIES PVT.LTD GLAXO SMITHKLINE LIMITED . SERRATIOPEPTIDASE LUPIN LABORATORIES PVT LTD. NICHOLAS PIRAMAL INDIA LIMITED SWISSKEM HEALTHCARE CADILA PHARMACEUTICALS LTD. CHEMICAL IND & PHARMA LAB(CIPLA) F. D. C. LIMITED . INDOCO REMEDIES LIMITED SUN PHARMACEUTICALS . ABBOT LABOURATORIES(INDIA) PVT LTD. BENGAL CHEMICAL & PHARMACEUTICALS AVENTIS PHARMA LTD. CHEMICAL IND & PHARMA LAB(CIPLA) HINDUSTAN ANTIBIOTICS LTD. ZYDUS CADILA HEALTHCARE LIMITED. 90607010 BRUFEN 400MG INDIAN DRUGS & PHARMACEUTICALS LTD. RAJASTHAN DRUGS & PHARMACEUTICALS L KARNATAKA ANTIBIOTICS AND PHARMACEU GLAXO SMITHKLINE LIMITED . ASTRA ZENECA (I) PVT. LTD. KNOLL PHARMACEUTICALS . EMCURE PHARMACEUTICALS LIMITED, BENGAL CHEMICAL & PHARMACEUTICALS LUPIN LABORATORIES PVT LTD. HINDUSTAN ANTIBIOTICS LTD. ZYDUS CADILA HEALTHCARE LIMITED. U S VITAMIN(INDIA) LTD. GALPHA LABORATORIES LIMITED . INDIAN DRUGS & PHARMACEUTICALS LTD. RAJASTHAN DRUGS & PHARMACEUTICALS L KARNATAKA ANTIBIOTICS AND PHARMACEU ARISTO PHARMACEUTICALS PVT. LTD. BENGAL CHEMICAL & PHARMACEUTICALS WOCKHARDT LIMITED CHEMICAL IND & PHARMA LAB(CIPLA) HINDUSTAN ANTIBIOTICS LTD. IPCA LABORATORIES LTD INDIAN DRUGS & PHARMACEUTICALS LTD. RAJASTHAN DRUGS & PHARMACEUTICALS L KARNATAKA ANTIBIOTICS AND PHARMACEU RPG LIFE SCIENCES SUN PHARMACEUTICALS . BENGAL CHEMICAL & PHARMACEUTICALS AVENTIS PHARMA LTD. LUPIN LABORATORIES PVT LTD. CHEMICAL IND & PHARMA LAB(CIPLA) ROXID 150MG ( TAB HINDUSTAN ANTIBIOTICS LTD. U S VITAMIN(INDIA) LTD. 90703020 ROXITHROMYCIN GALPHA LABORATORIES LIMITED . ALEMBIC PHARMACEUTICALS . INDIAN DRUGS & PHARMACEUTICALS LTD. RAJASTHAN DRUGS & PHARMACEUTICALS L KARNATAKA ANTIBIOTICS AND PHARMACEU RANBAXY LAB. LIMITED . BENGAL CHEMICAL & PHARMACEUTICALS WYETH LEDERLE LIMITED CHEMICAL IND & PHARMA LAB(CIPLA) HINDUSTAN ANTIBIOTICS LTD. 90708020 TINIDAZOLE ZYDUS CADILA HEALTHCARE LIMITED. INDIAN DRUGS & PHARMACEUTICALS LTD. RAJASTHAN DRUGS & PHARMACEUTICALS L KARNATAKA ANTIBIOTICS AND PHARMACEU RANBAXY LAB. LIMITED . LUPIN LABORATORIES PVT LTD. NICHOLAS PIRAMAL INDIA LIMITED 90609050 PARACETAMOL,CHL ARISTO PHARMACEUTICALS PVT. LTD. F. D. C. LIMITED . DR. REDDY, S LAB LTD. BENGAL CHEMICAL & PHARMACEUTICALS HINDUSTAN ANTIBIOTICS LTD. ORAL REHYDRATION INDIAN DRUGS & PHARMACEUTICALS LTD. RAJASTHAN DRUGS & PHARMACEUTICALS L KARNATAKA ANTIBIOTICS AND PHARMACEU ANY "WHO" APPROVED BRAND BENGAL CHEMICAL & PHARMACEUTICALS HINDUSTAN ANTIBIOTICS LTD. ZYDUS CADILA HEALTHCARE LIMITED. INDIAN DRUGS & PHARMACEUTICALS LTD. RAJASTHAN DRUGS & PHARMACEUTICALS L KARNATAKA ANTIBIOTICS AND PHARMACEU ELDER PHARMACEUTICALS LIMITED . RANBAXY LAB. LIMITED . EMCURE PHARMACEUTICALS LIMITED, CENTAUR PHARMACEUTICAL PVT.LTD. BENGAL CHEMICAL & PHARMACEUTICALS CHEMICAL IND & PHARMA LAB(CIPLA) HINDUSTAN ANTIBIOTICS LTD. INDOCO REMEDIES LIMITED ALKEM LABORATORIES LIMITED TAB RAMIPRIL 2.5 INDIAN DRUGS & PHARMACEUTICALS LTD. RAJASTHAN DRUGS & PHARMACEUTICALS L KARNATAKA ANTIBIOTICS AND PHARMACEU SARABHAI PIRAMAL PHARMA LTD. RANBAXY LAB. LIMITED . EMCURE PHARMACEUTICALS LIMITED, DR. REDDY, S LAB LTD. BENGAL CHEMICAL & PHARMACEUTICALS LUPIN LABORATORIES PVT LTD. HINDUSTAN ANTIBIOTICS LTD. INDOCO REMEDIES LIMITED FRANCO INDIAN PHARMACEUTICALS INDIAN DRUGS & PHARMACEUTICALS LTD. RAJASTHAN DRUGS & PHARMACEUTICALS L KARNATAKA ANTIBIOTICS AND PHARMACEU RANBAXY LAB. LIMITED . MERCK LIMITED. SUN PHARMACEUTICALS . PLUS PHARMACEUTICALS . BENGAL CHEMICAL & PHARMACEUTICALS LUPIN LABORATORIES PVT LTD. CHEMICAL IND & PHARMA LAB(CIPLA) HINDUSTAN ANTIBIOTICS LTD. TORRENT PHARMACEUTICALS PVT LTD. INDOCO REMEDIES LIMITED GLENMARK PHARMACEUTICALS LTD INDIAN DRUGS & PHARMACEUTICALS LTD. RAJASTHAN DRUGS & PHARMACEUTICALS L KARNATAKA ANTIBIOTICS AND PHARMACEU F. D. C. LIMITED . WALLACE PHARMACEUTICALS. BENGAL CHEMICAL & PHARMACEUTICALS WOCKHARDT LIMITED CHEMICAL IND & PHARMA LAB(CIPLA) HINDUSTAN ANTIBIOTICS LTD. 90703050 TAB AZITHROMYCIN 8500 INDOCO REMEDIES LIMITED ALKEM LABORATORIES LIMITED ALEMBIC PHARMACEUTICALS . INDIAN DRUGS & PHARMACEUTICALS LTD. RAJASTHAN DRUGS & PHARMACEUTICALS L KARNATAKA ANTIBIOTICS AND PHARMACEU ABBOT LABOURATORIES(INDIA) PVT LTD. BENGAL CHEMICAL & PHARMACEUTICALS LUPIN LABORATORIES PVT LTD. 90003100 TAB DOMPERIDONE HINDUSTAN ANTIBIOTICS LTD. TORRENT PHARMACEUTICALS PVT LTD. ZYDUS CADILA HEALTHCARE LIMITED. INDIAN DRUGS & PHARMACEUTICALS LTD. RAJASTHAN DRUGS & PHARMACEUTICALS L KARNATAKA ANTIBIOTICS AND PHARMACEU BENGAL CHEMICAL & PHARMACEUTICALS WOCKHARDT LIMITED WYETH LEDERLE LIMITED HINDUSTAN ANTIBIOTICS LTD. INDOCO REMEDIES LIMITED ZYDUS CADILA HEALTHCARE LIMITED. INDIAN DRUGS & PHARMACEUTICALS LTD. RAJASTHAN DRUGS & PHARMACEUTICALS L KARNATAKA ANTIBIOTICS AND PHARMACEU CORONA REMEDIES PVT.LTD Enclosure –2
RATE SCHEDULE FORMAT
Tender No-GM(M)/MRP/ARC/MEDICINES/2014-3A Medicine
Offered Brand
Basic Rate
(inclusive of
rer's Name
Excise Duty and
Edu Cess)
Validity of the Offer Contract to be placed on (Authorized Distributors Name and Address with telephone and email.) STACS Acceptance 1 The incidences against each head mentioned shall be clearly specified and not to
be included in the basic rates. If, however, there is no charge against any head,
the vendor may state ‘NIL' against such row.

2 Rate schedule format blanking the Rates and indicating percentage of VAT/CST as
applicable & so indicated under Description column must be submitted along with
Bid.

3 The Rate Schedule Format should be quoted on your letter head duly
authenticated with signature of authorized person.
Enclosure-3
RTGS/NEFT – MANDATE AUTHORISATION FORM
(ILLUSTRATIVE FORMAT)
1. Supplier's / Vendor's Name:


2. Supplier's / Vendor's Name as per Bank Records:


3A. Supplier's Code

3B. Supplier's PAN Number: #
# Quoting PAN No. in all the e-returns has become 100% mandatory w.e.f. 14-02-2008 hence, ensure to
fill- up this and also send a photocopy of PAN duly self-attested. If there is any difference between
the name given in the supplier's name and name given in the PAN card, then a note to explain the reason
for the difference and the correlation between both.
4. Supplier's / Vendor's Complete Postal Address:
Door No.

5. Supplier's / Vendor's E-mail ID:


6. Supplier's / Vendor's Telephone Number & Mobile Phone Number:


7. Name of the Bank:


8. Bank (Branch) Postal Address:


9. RTGS*/NEFT** - Code of the Branch:
RTGS:
RTGS* - "Real Time Gross Settlement", NEFT** - "National Electronic Fund Transfer".
These "IFSC" Codes are unique numbers of each Branch – " Indian Financial Services Code". For some
Branches both the codes are the same and some Banks, may maintain one Code No. for RTGS and another
Code No. for NEFT. Hence, please fill-up both the rows, even if it is the same.
10. Nature of the Account: (Tick whichever is applicable & put ‘x' mark for the balance two accounts)
Saving Bank Account:
Cash Credit Account: Current Account:
11. Bank Account Number of the Supplier:

Fill up from the 1st column. For the balance left out blank columns, please mention ‘x' mark.
We hereby declare that the particulars given above are correct and complete. If the transaction is
delayed for reasons of incomplete or incorrect information, we would not hold MDL responsible.
Date:
Supplier's Seal:
Authorized Signature of the Supplier:

Certified that the particulars as per Serial Numbers 2, 7 to 11 are correct as per our records.
Date:
Bank's Stamp
Authorized Signature of the Officer of the Bank.
Enclosure-4
STANDARD TERMS AND CONDITIONS (STACS)

B-1.1 (101)
The word 'Purchaser' refers to MAZAGON DOCK LIMITED, (MDL), a Company registered under the Indian Companies
Act, 1913 and it includes its successors or assignees.
B-1.2 The word 'Bidder/Vendor/Contractor' means the person / firm / Company who undertakes to manufacture and or supply
and or undertake work of any nature assigned by the Purchaser from time to time and includes its successors or assignees.
B-1.3 The word 'Owner' means the person or authority with whom Mazagon Dock Limited (Purchaser) has contracted to carry
out work in relation to which orders are placed by the Purchaser on the Bidder/Vendor/Contractor under this contract for
supply or manufacture of certain items and would include Department of Defence Production, Ministry of Defence, Government
of India, the Indian Navy, the Coast Guard and any other specified authority.
B-2 (102)
UNLESS OTHERWISE I NDICATED SPECI FI CALLY BY THE BIDDER / CONTRACTOR IN HI S BI D, IT SHALL BE CONSTRUED AS
HIS ACCEPTANCE OF ALL THE CONDITIONS MENTIONED IN THIS STACS.
B-3 (200) COMMUNICATION & LANGUAGE FOR DOCUMENTATION
Any letter, facsimile message, e-mail intimation or notice sent to the Bidder/Vendor/Contractor at the last known address
mentioned in the offer / order shall be deemed to be valid communication for the purpose of the order/contract. Unless stated
otherwise by the purchaser, Language for communication & all documentation shall be same, which the Purchaser has used, in
the tender enquiry.
B-4 (210) PURCHASER'S PROPERTY.
All property (such as materials, drawings, documents etc) issued by the Purchaser or any other individual or firm on behalf of
the Purchaser in connection with the contract shall remain confidential, being the property of the Purchaser and the
Bidder/Vendor/Contractor shall undertake to return all such property so issued and will be responsible for any or all loss thereof
and damage thereto resulting from whatever causes and shall reimburse the Purchaser the full amount of loss and damage.
B-5 (220) RISK PURCHASE
B-5.1
If the equipment / article / service or any portion thereof be not delivered / performed by the scheduled delivery date /
period, any stoppage or discontinuation of ordered supply / awarded contract without written consent by Purchaser or not
meeting the required quality standards the Purchaser shall be at liberty, without prejudice to the right of the Purchaser to
recover Liquidated Damages / penalty as provided for in these conditions or to any other remedy for breach of contract, to
terminate the contract either wholly or to the extent of such default. Amounts advanced or part thereof corresponding to the
undelivered supply shall be recoverable from the Contractor / Bidder at the prevailing bank rate of interest.
B-5.2 The Purchaser shall also be at liberty to purchase, manufacture or supply from stock 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 e 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 / Vendor /
Contractor.
B-6 (230) RECOVERY-ADJUSTMENT PROVISIONS:
Payment made under one order shall not be assigned or adjusted to any other order except to the extent agreed upon in writing
by the Purchaser. During the currency of the contract, if any sum of money is payable by the Bidder / Vendor / Contractor the
same shall be deducted from any sum then due or thereafter may become due to the Bidder / Vendor / Contractor under the
contract or any other contract with the Purchaser.
B-7 (250).
INDEMNIFICATION
The Bidder / Vendor / Contractor, his employees, licensees, agents or Sub-Vendor / Sub-contractor, while on site of the
Purchaser for the purpose of this contract, indemnifies the Purchaser against direct damage and or injury to the property and or
the person of the Purchaser or that of Purchaser's employees, agents, Sub-Contractors / Suppliers occurring and to the extent
caused by the negligence of the Bidder / Vendor / Contractor, his employees, licensees, agents or Sub-contractor by making
good such damages to the property, or compensating personal injury and the total liability for such damages or injury shall be as
mutually discussed and agreed to.
B-8 (260). TRANSFER OF VENDORS / CONTRACTOR'S RIGHTS:
The Bidder / Vendor / Contractor shall not either wholly or partly sell, transfer, assign or otherwise dispose of the rights,
liabilities and obligations under the contract between him and the Purchaser without prior consent of the Purchaser in writing.
B-9 (270). SUBCONTRACT & RIGHT OF PURCHASER
The Bidder / Vendor / Contractor under no circumstances undertake or subcontract any work / contract from or to any other
Sub-contractor without prior written approval of the Competent Authority of Purchaser. In the event it is found that such
practice has been indulged in, the contract is liable to be terminated without notice and the Bidder / Vendor / Contractor is
debarred all from future tender enquiries / work orders. However in no circumstances a contractor is permitted to subcontract
any part of the contract to the bidders who had quoted for the concerned tender.
B-10 (280). PATENT RIGHTS.
The Bidder / Vendor / Contractor shall hold harmless and keep the Purchaser indemnified against all claims arising as a result of
infringement of any patent / copy rights on account of manufacture, sale or use of articles covered by the order.
B .11 (290.)
AGENTS / AGENCY
COMMISSION:
The Bidder / Vendor / Contractor confirms and declare to the Purchaser his status as either the original manufacturer of
equipment or as the stockist / supplier of the equipment / machinery / items referred to in this contract and that he has not
engaged any individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommend to
the Purchaser or any of its functionaries, whether officially or unofficially, to the award of the contract to the Contractor /
Supplier nor has any amount been paid, promised or intended to be paid to any such individual or firm in respect of any such
intercession, facilitation or recommendation. The Bidder / Vendor / Contractor shall agree that if it is established at any time
to the satisfaction of the Purchaser that the present declaration is in any way incorrect or if at a later stage it is discovered by
the Purchaser that the Bidder / Vendor / Contractor has engaged any such individual / firm, and paid or intended to pay any
amount, gift, reward, fees, commission or consideration to such person, party, firm or institution, whether before or after the
signing of this contract, the Contractor / Supplier shall be liable to refund that amount to the Purchaser. The Bidder / Vendor /
Contractor will also be debarred from entering into any supply contract with the Purchaser for a minimum period of five years.
The Purchaser will also have a right to consider cancellation of the contract either wholly or in part, without any entitlement or
compensation to the Bidder / Vendor / Contractor who shall in such event be liable to refund all payments made by the
Purchaser, along with interest at the rate of 2% per annum above the LIBOR (London Inter bank Offer Rate). The Purchaser will
also have the right to recover any such amount from any contracts concluded earlier with the Purchaser.
B 12 (300.) USE OF UNDUE INFLUENCE / CORRUPT PRACTICES:
B-12.1. The Bidder / Vendor / Contractor undertakes that he has not given, offered or promised to give, directly or indirectly
any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the Purchaser or
otherwise in procuring the contract or forbearing to do or for having done or forborne to do any act in relation to the obtaining
or execution of the Contract with the Purchaser for showing or forbearing to show favour or disfavour to any person in relation
to the Contract or any other Contract with the Purchaser. Any breach of the aforesaid undertaking by the Bidder / Vendor /
Contractor or any one employed by him or acting on his behalf (whether with or without the knowledge of the Bidder / Vendor
/ Contractor) or the commission of any offence by the Bidder / Vendor / Contractor or any one employed by him or acting on
his behalf, as defined in Chapter IX of the Indian Penal Code, 1980 or the Prevention of Corruption Act, 1947 or any other Act
enacted for the prevention of corruption shall entitle the Purchaser to cancel the contract and all or any other contracts with
the Contractor / Supplier and recover from the Bidder / Vendor / Contractor the amount of any loss arising from such
cancellation. A decision of the Purchaser or his nominee to the effect that a breach of the undertaking has been committed shall
be final and binding on the Bidder / Vendor / Contractor.
B 12.2. The Bidder / Vendor / Contractor shall not offer or agree to give any person in the employment of Purchaser any gift or
consideration of any kind as "Inducement" or "reward" for doing or forbearing to do or for having done or foreborne to do any act
in relation to the obtaining or execution of the contract/s. Any breach of the aforesaid condition by the Bidder / Vendor /
Contractor or any one employed by them or acting on their behalf (whether with or without the knowledge of the Bidder /
Vendor / Contractor) or the commission of any offence by the Bidder / Vendor / Contractor or by any one employed by them or
acting on their behalf which shall be punishable under the Indian Penal Code 1980 and / or the Prevention of Corruption by
Public Servants, shall entitle Purchaser to cancel the contract/s and all or any other contracts and then to recover from the
Bidder / Vendor / Contractor the amounts of any loss arising from such contracts' cancellation, including but not limited to
imposition of penal damages, forfeiture of Security Deposit, encashment of the Bank Guarantee and refund of the amounts paid
by the Purchaser.
B 12.3. In case, it is found to the satisfaction of the Purchaser that the Bidder / Vendor / Contractor has engaged an Agent or
paid commission or influenced any person to obtain the contract as described in clauses relating to Agents / Agency Commission
and use of undue Influence, the Bidder / Vendor / Contractor, on a specific request of the Purchaser shall provide necessary
information / inspection of the relevant financial document / information.
B 13 (310). IMMUNITY OF GOVERNMENT OF INDIA CLAUSE: It is expressly understood and agreed by and between M/s. (Bidder
/ Supplier / Contractor) and Mazagon Dock Limited, Dockyard Road, Mumbai -400 010 (MDL) is entering into this Agreement
solely on its own behalf and not on the behalf of any person or entity. In particular, it is expressly understood and agreed that
the Government of India is not a party to this Agreement and has no liabilities, obligations or rights hereunder. It is expressly
understood and agreed that MDL is an independent legal entity with power and authority to enter into contracts solely in its
own behalf under the applicable of Laws of India and general principles of Contract Law. The (Bidder / Supplier / Contractor)
expressly agrees, acknowledges and understands that MDL is not an agent, representative or delegate of the Government of
India. It is further understood and agreed that the Government of India is not and shall not be liable for any acts, omissions and
commissions, breaches or other wrongs arising out of the contract. Accordingly, (Bidder / Supplier / Contractor) hereby
expressly waives, releases and foregoes any and all actions or claims, including cross claims, impleader claims or counter claims
against the Government of India arising out of this contract and covenants not to sue Government of India in any manner, claim,
cause of action or thing whatsoever arising of or under this Agreement.

B 14 (320).

EXPORT LICENCE: The export licenses that may be required for delivery of the various items/equipment to
MDL shall be arranged by the Bidder / Supplier / Contractor from the concerned authorities in their country without any time & cost implications on the Purchaser.
B 15 (330).
BANNED OR DE-LISTED CONTRACTORS / VENDORS.
The Bidder / Vendor / Contractor declares that they being Proprietors / Directors / Partners have not been any time
individually or collectively blacklisted or banned or de-listed by any Government or quasi Government agencies or PSUs. If a
bidder's entities as stated above have been blacklisted or banned or de-listed by any Government or quasi Government agencies
or PSUs, this fact must be clearly stated and it may not necessarily be a cause for disqualifying him.
B 16 (340.) DUTY OF PERSONNEL OF SUPPLIER/VENDOR
MDL being a Defence Organization, Bidder / Vendor / Contractor undertakes that their personnel deployed in connection with
the entrusted work will not indulge in any activities other than the duties assigned to them.
B 17 (350). ARBITRATION
B 17.1.
Any dispute / differences between the parties arising out of and in connection with the contract shall be settled
amicably by mutual negotiations. Unresolved disputes/ differences, if any, shall be settled by Arbitration and the arbitration
proceedings shall be conducted at Mumbai (India) in English language, under the Indian Arbitration and Conciliation Act, 1996.
B 17.2 In case of unresolved difference / dispute between Purchaser and Supplier, being a Public Sector Enterprise, shall be
referred by either party to the Department of Public Enterprises, as per extant guidelines
B 18 (360). JURISDICTION OF COURTS
All contracts shall be deemed to have been wholly made in Mumbai and all claims thereunder are payable in Mumbai City and it
is the distinct condition of the order that no suit or action for the purpose of enforcing any claim in respect of the order shall be
instituted in any Court other than that situated in Mumbai City, Maharashtra State, India i.e. courts in Mumbai shall alone have
jurisdiction to decide upon any dispute arising out of or in respect of the contract.


Enclosure-5
GENERAL TERMS & CONDITIONS (GT&C)
A-1.(A-10) ACCEPTANCE OF ORDER / CONTRACT
A-1.1
With the acceptance of the successful bidder's offer by the purchaser, which is as per the Terms & Conditions of the tender, by means of LOI/Order/Contract, the tender is concluded. The Vendor / Sub-contractor / Supplier shall, on receipt of the
order/LOI/Contract, communicate their unconditional acceptance to the purchaser in the prescribed format immediately within 10
days.
A 1.2
If nothing to the contrary is heard by purchaser within 10 days from the date of placement of order, it will be understood that the order has been accepted by the Bidder/Vendor/Contractor.
A 1.3
Any delay in acknowledging the receipt & acceptance of the Purchase Order/Contract/LOI from the specified time limit or any qualification or modification of the purchase order/LOI/Contract in its acknowledgement acceptance by the Vendor / Sub-
contractor /Supplier shall be termed as breach and would be liable for forfeiture of EMD, Bid Bond, Security deposits etc.
A-2 (A-20)
SECURITY DEPOSIT. (Not Applicable)
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 25 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.
A-3 (A 30)
FORFEITURE OF EMD / BID BOND (Not Applicable)
In cases of withdrawal of bid during validity period or during any extension granted thereof, non acceptance of agreed conditions of
Technical and or Commercial and or Price Negotiations, non-submission of the security deposit and / or non-acceptance of the order
the EMD or bid security will be forfeited or encashed as the case may be.
A-4 (A 40)
FORFEITURE OF SECURITY DEPOSIT. (Not Applicable)
Non-performance of agreed terms and or default/breach by Bidder/Vendor/Contractor will result in forfeiture of security deposit
with application of risk purchase provisions as felt appropriate by the Purchaser.
A-5 (A 50).
FORFEITURE OF PERFORMANCE GUARANTEE: (Not Applicable)
In the event of Bidder/Supplier/Contractor failure to attend the Guarantee defects within a reasonable period of time, the
Performance Bank Guarantee will be encashed by the Purchaser. The Purchaser's decision shall be final and binding on
Bidder/Supplier/Contractor in this regard.
A-6 (A 60).

SUPPLIES
The equipment / products / items / Services to be supplied shall be strictly in accordance with the Drawings / Specifications /
Requirements indicated in the Tender Enquiry / Order with deviations, if any, as mutually accepted.
A-7 (A 70). PROGRESS REPORTING & MONITORING: Where so stipulated in the order, the Bidder / Supplier / Contractor shall render
such reports from time to time as regards the progress of the contract and in such a form as may be called for by the Purchaser.
A-8 (A 80).
CANCELLATION OF ORDER
A-8.1 The Purchaser reserves the right to cancel an order forthwith without any financial implications on either side, if on
completion of 50% of the scheduled delivery/Completion period the progress of manufacture/Supply is not to the satisfaction of
Purchaser and failure on the part of the Bidder/Vendor/Contractor to comply with the delivery schedule is inevitable. In such an
event the Bidder/Vendor/Contractor shall repay all the advances together with interest at prevailing bank rates from the date of
receipt of such advances till date of repayment. The title of any property delivered to Purchaser will be reverted to the
Bidder/Vendor/Contractor at his cost.
A-8.2
In case of breach / non-compliance of any of the agreed terms & conditions of order/contract. MDL reserves the right to recover consequential damages from the vendor / contractor on account of such premature termination of contract.
A-8.3 In case of delay beyond agreed period for liquidated damages or 10weeks from contractual delivery period whichever is
earlier, MDL reserves the right to cancel the order and procure the order items / services from any available source at MDL's option
& discretion and entirely at your risk and cost. Extra expenditure incurred by MDL in doing will be recoverable from you.
A-9 (A 90).
# PRESERVATION AND MAINTENANCE (For Equipments, Machinery)
Should any material require any preservation till its final installation/fitment, the detailed procedure (Long term & short term) for the same as also the time of interval after which the state of preservation needs to be reviewed is to be stated by
the Bidder/Vendor/Contractor.
A-9.2
Further the de-preservation prior to the material/equipment being commissioned and the maintenance procedure together with its periodicity is also to be indicated by the Bidder / Vendor / Contractor.
A-9.3
The Bidder / Vendor / Contractor in their offer must confirm that indigenous oil, lubricants and preservatives, etc. can be used in the equipment. The bidder must also give assurance that the equipment performance will not be downgraded by use of
indigenous equivalents
A-10 (A 100).
FREIGHT & INSURANCE
In cases where the offers are for 'Door Delivery to Purchaser,' transit freight & Insurance charges shall be borne by the Bidder /
Vendor / Contractor.
In other agreed cases of Ex-works / Ex-Transporter's warehouse or Railway godown offers, the Bidder / Vendor / Contractor on
dispatch, shall give details of materials with dispatch particulars and their value in time to Purchaser's Insurance Company on the
contact details as provided in the order. In such agreed cases, the freight & insurance charges will be paid by the purchaser directly
to the parties concerned.
A-11 (A-110).
TAXES & DUTIES / STATUTORY LEVIES.
A-11.1 Taxes and duties applicable, if any, shall be regularized by MDL by issuing necessary exemption certificates or reimbursed at
actuals. Bidder shall indicate the taxes and duties applicable in their offer. Taxes in cases where exemption certificates cannot be
availed, shall be deducted wherever applicable (e. g. Income tax, Service Tax, Works Contract Tax etc) from the bills of the vendor
as per statutes. Octroi duty exemption certificate issued by Customer's representative will be provided on vendors written
intimation with relevant details regarding readiness of items for dispatch. Where payment of octroi duty is agreed to and stipulated
in the Purchase Order / Contract, the same will be reimbursed by Purchaser at actuals after receipt of vendor's bills along with
‘Original Octroi paid money receipt' and copy of Form ‘B'. Octroi receipts are to be drawn / issued in the name of ‘Mazagon Dock
Limited' only Where payment of VAT, Sales Tax, Excise Duty is agreed to and stipulated in the Purchase Order / Contract, the same
will be reimbursed by the Purchaser at actuals after receipt of vendor's bills along with proof or declaration to the satisfaction of
purchaser for payment of such taxes by the vendor to appropriate Tax authorities.
A-11.2 Bidders to note that there are no provisions in the notification issued by Ministry of Finance for issuing the Custom Duty
exemption Certificates & Excise Duty Exemption Certificates in favour of sub-vendors / collaborators and for increase in the figure of
import content value specified in the purchase order
A-12 (A-120) DEMURRAGE
Storage and Demurrage charges will be payable by the Bidder / Vendor / Contractor for all shipments that reach purchaser without
proper dispatch documentations, Lorry Receipts not accompanied by packing lists, invoices etc. The Supplier shall be responsible for
fines due to errors or omissions in description, weight or measurements and for increased handling charges due to improper packing.
A-13 (A 130) INSPECTION, TESTING.
A-13.1
The ordered items will be inspected either by Classification Society / Nominated Agency and or by Inspection Officer
nominated by Purchaser at stages defined in the tender / Purchase Order or as agreed to be defined subsequently in terms of the
Purchase Order.
A-13 .2 The decision of the Inspecting Authority or their representatives, as the case may be, on any question of the intent,
meaning and the scope of Specifications / Standards shall be final, conclusive and binding on the Bidder/ Vendor / Contractor.
A-13 .3 The Bidder / Vendor / Contractor shall accord all facilities to Purchaser's Inspectors / Nominated Agency to carry out
Inspection / Testing during course of manufacture / final testing.
A-14 (A 140) RECEIPT INSPECTION BY MDL AND USER DEPT
MDL and USER shall carry out necessary inspection of the items on receipt, on the basis of an appropriate quality assurance
system and inspection system requirements along with representative of the Owner. Any objection raised by MDL Quality Control
Team against quality of materials or workmanship shall be satisfactorily corrected by the Contractor at his expense including
replacement as may be required within shortest possible time within 30 days. Items damaged during transit shall also be
rectified/replaced by the Contractor within shortest possible time, payment for which shall be made at mutually agreed rates.
A-15 (A 150) REJECTION OF MATERIALS.
Should the articles, or any portion thereof of the equipment be found defective / rejected, the Bidder / Vendor / Contractor shall
collect the same from the Purchaser's Stores, all incidental charges being borne by him (inclusive of Custom duty, if payable), within
30 days from the date of intimation to the Bidder / Vendor / Contractor of such rejection. The Purchaser reserves the right to
dispose off the rejected items at the end of a total period of 90 days in any manner to the best advantage to the Purchaser and
recover storage charges and any consequential damages, from sale proceeds of such disposal.
A-16 (A 170) PURCHASER'S RIGHT TO ACCEPT ANY BID, PART OF BID AND TO REJECT ANY OR ALL BIDS.
The Purchaser reserves the right to accept and or reject any or all tenders and or to withdraw the tender in Toto and or award the
contract / order in full or part to more than one vendor / contractor without assigning any reason whatsoever and without thereby
incurring any liability to the affected Bidder or Bidders or any obligations to inform the affected Bidder or Bidders of the grounds
for MDL action.
A-17 (A 180) BANK GUARANTEE / INSURANCE COVER FOR FREE ISSUE MATERI AL: The Bidder / Supplier / Contractor shall
furnish Bank Guarantee / insurance Cover equivalent to the value of materials supplied by MDL free of cost valid up to the execution
of the contract / delivery of material, inspected / accepted and receipt at MDL together with the material reconciliation statement
whichever is later.
A-18 (A 190) BIDDER'S RESPONSE IN CASE OF NO PARTICIPATION
The Sub-contractor / Supplier / Vendor shall inform the Purchaser in advance in case he is unable to participate in the tender for
whatsoever reason. Failure to comply with this will be viewed seriously and consecutive three failures on the part of Sub-contractor
/ Supplier / Vendor to do so is liable for disqualification / debarring of the Sub-contractor / Supplier / Vendor from all future tender
enquiries and or delisting from the list of 'Approved Registered Vendors.


Enclosure-6
TEF, GT&C and STACS ACCEPTANCE FORMAT
MAZAGON DOCK LIMITED
PURCHASE DEPARTMENT.


COMPANY'S NAME & ADDRESS : BIDDER'S COMPANY SEAL: Bidders should carefully read the Terms & Conditions of the Tender Enquiry Form (TEF) , GT&C and STACS prior to filling up this acceptance format. This format should be properly filled, signed and returned by the bidder(s) along with their technical offer for considering their Bid. Bidder(s) should indicate "ACC" for Accepted, "DEV" for Deviation Taken for each clause number in the above table. Bidder(s) to attach Separate Sheet indicating all relevant details such as Number & description of the Clause, Reasons for Deviation and Alternative suggested for any deviations taken by them. Clause numbers shown in the above format also includes the sub-clauses under these clauses. For example Clause no. 3 means – Clause nos. 3, 3.1, 3.2 a), b), I), ii) & iii). A-3 (A 30)means – Clause nos. A-1, A-2, A-3 B-5 means – Clause nos. B-5.1, B-5.2.

Source: http://www.tendertiger.co/imageHandler.aspx?cmd=12&src=Jun2014/zip/10937405_TD_Doc_filebad209e5a6c14633887adb3a7f90e0a2_e6ade6f5-102d-445b-bc27-6f1a2d336d77.pdf&srcencp=7ea5c4a9cc7d0788e

theprostatedecision.com

The Return of Urinary Control Some men are lucky. They are dry from the moment the catheter is removed. They can stop their stream on a dime and start it whenever they want to. The great physician, Sir William Osler, once made a perceptive comment that applies here: "The man who is well," he said, "wears a crown that only the sick can see." Men who are continent immediately after

www2.nobicon.se

ISSN nr: 1830-6993 Catalogue nr: ND-AG-12-002 EN-N of the European Commission Scientific Committees Review of events .1The Scientific Committees .2Opinions Adopted .2-4 Ongoing work .5-7Public Consultation .7 Inter CommIttee CoordIna- tIon Group meetInG, 8 oCtober 2012 The chairs and vice chairs of the Scientific Committees met on 8 October 2012 in or-der to discuss general issues related to the Committees. Topics discussed at the meet-ing were: collaboration with other community bodies, joint opinions, horizontal activities and other general matters. Agreement was reached on the way forward on documents on Future Challenges in Risk Assessment and Making Risk Assessments more Relevant for Risk Managers. Both will be further developed as discussion documents and not as opinions. The outcome of the meeting was found to be very positive by the participants.