Download as pdf or txt
Download as pdf or txt
You are on page 1of 208

माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED

TENDER 3000000387

Pa r t - A

माझगांव डॉक शप बडस ल मटे ड/ MAZAGON DOCK SHIPBUILDERS LIMITED


(भारत सरकार का उपम)
उपम)/ A Government of India Undertaking
डॉकयाड रोड,
रोड, माझगांव, मब
ुं ई400
ई 010/ Dockyard Road, Mazagon, Mumbai 400 010.
Certified – ISO 9001/EN ISO 9001 for Shipbuilding Division
Tel. No. 2376 2149 / 2240 Fax No (022) 23721551

वेब न"वदा सच
ू ना (२ भागोमे) / WEB TENDER ENQUIRY (Two Bid System)
ई पोट ल | E-Procurement Portal :- http://eprocuremdl.nic.in
वेबसाईट | Website : https://mazagondock.in

"वभाग/DEPARTMENT: सीआईट*/CIT अनुभाग/SECTION: सीआईट*-वा-ण/य/CIT-COMMERCIAL

ई- न"वदा|E-TENDER NO: 3000000387 बयाना जमा | EMD: RS. 10,00,000/-


न"वदा 4दनांक|TENDER DATE 14.08.2019
न"वदा पव
ू  मी4टंग 4दनांक | PRE-BID MEETING DATE 28.08.2019 AT 11.00 Hrs.
न"वदा बंद होनेका समय|TENDER CLOSING DATE & TIME 17.09.2019at 14.00 Hrs.
न"वदा खुलनेका समय | TENDER OPENING DATE & TIME 18.09.2019at 11:00 Hrs.
1. काय का "ववरण -Description of Work / Supplies:
Supply, Install, Testing, Commissioning & Implementation of Industry 4.0 with scalable private cloud on
Hyper Converged Infrastructure with centralized management and monitoring including all the
hardware & software for all sections (viz IT Infrastructure, IOT, Robotics & Automation)

माझगांव डॉक शप बडस ल मटे ड, मब


ुं ई 1वारा पा2 बोल*कताओं से नीचे 4दये गये "ववरण के अनुसार दो बोल*
वा-णि/यक नयम एवं शत7 के साथ तक नक9 बोल* और मूय बोल* के अंतगत ई पोट ल
(http://eprocuremdl.nic.in )के मा;यम से बो लया आमं 2त क9 जाती है |
MAZAGON DOCK SHIPBUILDERS LIMITED INVITES ON-LINE COMPETITIVE BIDS from reputed Bidders /
Vendors in Two Bid System(Techno Commercial Bid and Price Bid) on our e-procurement portal
http://eprocuremdl.nic.in, for the Work/Services as detailed in this tender document:

नोट : Note: Before quoting against this Tender, the prospective bidders are 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.

P a g e |1
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

2. बोल*दाताओं के लए अनद ु े श|INSTRUCTIONS TO THE BIDDERS


Salient Features of MDL’s e-Procurement System for Participating in (this) e-Tender:
2.1 Submission of bids against e-Tender: 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).

2.2 To be able to participate in e-Tender (s), every bidder must register themselves on the ASP’s website
(registration is free of cost) & must possess a legally valid Class-IIB or above Digital Signature Certificate
(DSC) 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.

2.3 National Informatics Centre (NIC) has been appointed as the Application Service Provider (ASP).

2.4 Assistance for Online Bidding only: In case of any difficulties during online submission of offer, bidders
are requested to contact the undersigned, before the closing date of the tender to t 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 your problem / issues.
Also, a Training program is arranged in MDL Premises on every working Fridays in one session (1400 –
1600 hrs) for prospective/willing Bidders and those bidder should sent request email to
sushende@mazdock.com.
2.5 In case of improper/blank on-line filling of Acceptance Formats for Tender Enquiry Form, General
Terms & Conditions (GT&C) and Standard Terms & Conditions (STACS), it shall be construed that all our
tender terms & conditions are acceptable to you.

2.6 Online User Manual is available on the website for the guidance of bidders & for participating in the e-
Procurement/ e-Tendering, the bidder must ensure having the requisite (IT) infrastructure at their office
premises.

2.7 An unsigned PDF copy of this Tender Enquiry has been made available online & can be downloaded
from MDL website https://mazagondock.in, on Central Public Procurement Portal (CPPP) & on MDL’s e-
Procurement Portal (http://eprocuremdl.nic.in).

2.8 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.

2.9 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.

2.10 Bidders should login well in advance to enable them to complete their bid submission before the
closing time of the tender since the e-procurement system does not permit submission of any offer after
closing date and time of the e-tender. Bidders are also requested to submit their bid well in advance to
avoid last minute frantic calls.

P a g e |2
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

2.11 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.

2.12 Bidders can make online payment of EMD/Security Deposit Amount / Performance Guarantee
Amount or any amount relating to the tender using following link:
Please click online payment tab on home page of https://mazagondock.in and make the payment online
using debit cards, credit cards, net banking , BHIM/UPI etc. after filling required details.

3. पूव यो@यता मानदंड| PRE-QUALIFICATION CRITERIA:


3.1 Bidders should upload a scanned image of the following documents along with their e-Bid (Part I Techno
Commercial Bid) as a part of submission of their offer.
3.2 For Items:
i. Bidders Company Profile and valid Shop & Establishment registration certificates.
ii. List of personnel with designation , qualification and experience.
iii. Audited / Certified Balance sheet, Profit & Loss account for past 3 years ending 31st March 2018
iv. Bidder’s average turnover during last 3 years ending 31st March 2018 should be at least Rs.12.00 CR.
( Note: If any cash transaction is included in turnover (statement of profit & loss) the same will not
considered for turnover value. Bidders are requested to submit summery of Cash and Bank Transaction
Separately).
v. The bidder should have completed similar orders of value as below:
The value of the supplies (Work Orders for Supply, Installation, Commissioning and Implementation of
IT Projects consisting of IT Hardware, Software, Web Application and Integration of establishment of IT
Systems/ERP/Information Technology enabled Services / Integration of Components of Industry-4
should not be less than Rs. 20.00 CR.
(combined in Max 5 orders or supply and installation of similar types of item) during last 3 years (as on
previous month).Purchase Orders & Completion Certificates to be provided for similar types of
supply.
vi. Bidders should be OEM or authorized partner/distributor/system integrator and should submit valid
authorization documents / MAF of OEM to quote against supply of Hardware and Software against
this tender along with the bid.
vii. The bidder has to submit the necessary documentary evidence viz. copies of Purchase Orders and
Work Completion certificates / proof of G0-Live.
viii. In addition to the above, please refer Scope of Work at Enclosure 1.

3.3 MDL has a right to verify/cross verification of authenticity of above related documents whenever felt
necessary including right to ask for all hard copies of original. Bidders registered with Mazagon Dock
Shipbuilders Limited must upload the copy of valid registration certificate. Hard copies must be submitted
within stipulated time failing which offer shall be summarily rejected.

3.4 It is clarified that the work executed by the Bidders for their in-house or capital use will not be considered
for the purpose of bidder’s experience of completion of similar works.

Note-MDL Permanent bidders should upload a scanned image of valid registration certificate; duly authorized.
Uploading of documents at Sr. No. i), ii) and iii) mentioned above are not required for MDL permanent
registered vendors. However, remaining all mentioned documents are mandatory for all bidders.

4.बयाना जमा|EARNEST MONEY DEPOSIT (EMD):


4.1 Indigenous bidders shall furnish EMD of Rs. 10,000,00/- (Rs. Ten Lakh only) in the form of Direct Electronic
transfer to MDL’s bank account or in the form of Bank Guarantee drawn in favour of MAZAGON DOCK
SHIPBUILDERS LIMITED or bid bond/SWIFT Message of equivalent foreign currency for foreign bidders shall be
forwarded to GM (CIT) / HOD (CIT) in sealed envelope super scribing Tender Enquiry No. and Due date, so as to
reach us within 7 MDL working days from the tender closing date.

Foreign bidders are required to furnish EMD (bid bond) of USD 14140 or Euro 12620 or GBP 11629 as
applicable in the form of SWIFT Message. MDL’s Bank SWIFT A/c. No. is SBININBB101.

P a g e |3
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

a) It is mandatory that the scanned image of proof of Electronic transfer with bank transaction/transfer
reference / BG / Bid bond / SWIFT Message shall be uploaded at Part-I tender stage. If the scanned image is not
uploaded in Part-I stage, bid shall be rejected.

b) Bidder to note that the Direct Electronic transfer to be affected prior to tender opening date & time. The
scanned image of proof of Electronic transfer shall reflect bank transaction/transfer reference.

The EMD in form of Bid Bond / BG shall reach to MDL within 7 MDL calendar days from the tender closing date
under the same bank transaction/transfer reference which is reflecting in the enclosed proof of Electronic
transfer.

c) The bid bond / Bank Guarantee should be valid for 120 Days from the tender closing date.

Either of these instruments must be drawn on as per the list of First Class banks approved by CPPC published on
MDL website( Home TendersBills/EMD status), payable at Mumbai & shall valid for 4 more weeks beyond
the tender validity period.

d) Authorized Indian agent of the overseas bidders can submit EMD in the form of Direct Electronic transfer to
MDL’s bank account in Indian Rupees. Similarly authorized Indian agent can submit BG from national/scheduled
bank on behalf of foreign bidder.

e) Bidders to advise their bank/banker to send EMD directly to commercial department or through SWIFT to
dispense with additional step of verification of authenticity of signatories. In case of EMD transmitted through
SWIFT, it shall be the responsibility of the bidder that he directs the receiving banker to forward the message
duly authenticated to the concerned commercial officer mentioned in the tender.

f) Bids without EMD/Bid Bond will not be considered.

g) EMD of unsuccessful bidders will be returned after finalization of the tender and shall be interest free.

4.2. Bidders can make online payment of EMD/Security deposit/Performance bank guarantee using following
links:-
i) Go to https://mazagondock.in
ii)Click on online payment tab available on home page.
iii) Four options viz. Career, tender, security, scrap/disposal will be available.
iv)Click on the respective tabs (i.e tender)and make the payment using debit cards, credit cards, net banking,
BHIM/UPI etc. after filling the required details.

4.3In case bidder has any genuine difficulty with respect to online payment, bidders can also make payment
towards EMD electronically through NEFT / RTGS well before Tender closing date and time for which Bank
details are given below.
Beneficiary’s Name Mazagon Dock Shipbuilders Limited
Name of Bank State Bank of India
Branch Mazagon Br.
Branch Code 9054
Bank Address Mazagon Branch, Mazagon, Mumbai - 400 010.
Telephone No. of Bank 23752802
Account No. 10005255246
Account Type Current Account
IFSC Code SBIN0009054
RTGS Code SBIN0009054
NEFT Code SBIN0009054
MICR / NECS Code 400002120
Income Tax PAN No. AAACM8029J

P a g e |4
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Bidders have to enter Vendor Name, Nature of Payment and Tender No. in Text / Narration Field while making
NEFT / RTGS payment to Mazagon Dock Shipbuilders Limited and a scanned copy of payment made should be
uploaded in Techno-commercial bid (Part-I) towards proof for submission of EMD against this tender.

4.4 Bidders are requested to upload the scanned copy of online payment towards EMD submission along with
the bid. Bidders also requested to forward original financial instrument super scribing Tender no & Tender date
by speed post / Registered Post / Courier Service within 7 days from tender closing date on below address:
Mazagon Dock Shipbuilders Ltd.

PE(CIT-Commercial),

CIT Dept, IT Purchase Section, 4th floor, Mazdock House,

Dockyard Road, Mumbai-400010.

4.5 Timely submission of the EMD is the responsibility of the bidder and no reasons / excuses in this regard will
be entertained by MDL.

4.6 Bids will not be considered if the online details of EMD do not match with physical copies submitted.

4.7 बयाना जमाABतुत करने से छूट| EXEMPTION FROM SUBMISSION OF EMD

Following bidders shall be exempt from submission of EMD:

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


ii. Firms Permanent registered with Mazagon Dock Shipbuilders Limited (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.
iii. 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 upload valid copy and
submit the 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.
iv. All Micro and small Enterprises subject to their submission of valid registration Certificate from
competent authority regarding their Micro/Small Industry status.

5. वैधता अवEध | VALIDITY PERIOD:

Bids / Offers shall have the validity period of 120 Days from the tender closing date.
Bidders are requested to offer 120 days validity as per Tender Terms.
Technically accepted Bidder shall be given opportunity to accept validity as per tender in case of shorter
validity quoted by bidder. Non-acceptance thereafter will be rejected by MDL as non-responsive.

6 दो बोल* Aणाल* मF ABताव ABतत


ु करे | SUBMISSION OF OFFER IN TWO BID SYSTEMS:
Offer must be submitted online on the MDL’s e-Procurement portal ‘http://eprocuremdl.nic.in’.
Bids must be in two parts, I.e. Part-I Techno-Commercial bid and Part-II Price Bid, as appearing on line.
(A)भाग १ तकनीक9) -वा-णि/यक(|Part-I (Techno-Commercial bid):
i. Detailed Technical offer for technical scrutiny along with point-wise acceptance or offered specifications
against required specification. Technical details, catalogues, drawings, data sheets, calculations, as
applicable to be enclosed/attached in attachment provision given online.

P a g e |5
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

ii. Bidders to carefully fill all listed online forms providing their comments/ Acceptance/ deviations, if any,
in the space provided online against respective clauses of Technical specifications, Tender terms &
conditions, GT&C and STACS etc.
iii. Bidders / Suppliers not permanently registered with Mazagon Dock Shipbuilders Limited should upload
the additional documents as mentioned at Para 3 above.
iv. Bank details for payment by RTGS/NEFT in the format with Scanned image of PAN card and a cancelled
cheque shall be uploaded.
v. The scanned image of DD /BG towards EMD /BID BOND for the amount as stipulated in TEF clause shall
be uploaded.
vi. The scanned image of DD/BG towards Earnest Money Deposit (EMD)/BID BOND/IPBG as stipulated in
tender annexure shall be uploaded. The original of these documents shall be forwarded to PE(CIT-C) as
per address mentioned in Para 5.4 above in sealed envelope super scribing Tender Enquiry No. and Due
date, so as to reach within 7 days from the tender closing date.
(B) भाग मू य बोल* -|Part-II (Price Bid)

i. Bidder to fill their prices online, strictly, in the online price bid form only. Prices & other charges (as
listed in form) to be entered/filled in the applicable head/cell/columns only, as prices in wrong
head/cell/column which are not applicable to you (bidder) will finally affect your (bidders) total landed
cost & accordingly ranking. In case of any discrepancy in the Blank Rate Schedule Format and actual on-
line Price Bid after opening of the Price Bids, the details (Taxes, duties and any charges) mentioned in
the on-line Price bid shall prevail over the details in blank rate schedule format.
ii. Wherever any charges from the listed charges are not applicable to bidder, then ‘zero’ to be entered in
that respective head/cell/column attaching justifications/reasons in technical bid on letterhead for such
items indicating ‘zero’.

7. बोल* अBवीकृ त करनेक9 कसोट* |BID REJECTION CRITERIA:


7.1 Following bids shall be categorically rejected:
i. Bid received other than through MDL e-Procurement Portal.
ii. The Bids received after tender closing date and time.
iii. Bids received without EMD (other than those who are exempt from payment of EMD) as specified in the
tender.
iv. In case of DD / BG, if the date of issue of EMD (DD/BG) is later than the tender closing date.
v. Bidders not quoting for all the line items in the tender, unless otherwise specifically mentioned tender.
vi. Bidders not agreeing to provide assistance for installation, testing, commissioning and other technical
activities of equipment supplied by them.
vii. Bidders not agreeing to accept Integrity Pact or submitting integrity pact with deviation in MDL format.
viii. Non-submission of Integrity Pact Bank Guarantee or value of IPBG is less than as specified in the tender.
ix. The Bid received without scanned image of IP & IPBG along with the Part-I offer. However, in case the
bidder has prepared IP & IPBG but could not upload in the e-portal and submits original IP & IPBG
within seven MDL working days from tender closing date, then such bids shall be accepted provided the
date of issue of IPBG is not later than tender closing date.

Note: Bids received through Tender box will not be considered for processing and considered as non-
responsive. Only e-offers uploaded through e-portal will be taken as valid offers for consideration and
evaluation.

7.2 Following bid rejection criteria may render the bids liable for Rejection:
i. Bidder’s failure to furnish sufficient or complete details for evaluation of the bids within the given
period for deficiencies noticed in the drawings / technical data which shall not however conflict with
validity period.
ii. Incomplete/misleading/ambiguous bids in the considered opinion of MDL.

P a g e |6
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

iii. Bids received without/not meeting the pre-qualification criteria as per tender.
iv. Bids with technical requirements and or terms not acceptable to MDL.
v. Bidders not agreeing for post sale product support/post work completion support.
vi. Unreasonably longer delivery period quoted by the firm.
vii. Validity period indicated by bidders is shorter than that specified in the tender enquiry.
viii. Any Deviation sought, which is not acceptable to MDL.
ix. If the bidder had been declared under liquidation in the recent past and or is under scanner by any
statutory bodies must confirm their present status with respect to liquidation / banned / scanner with
adequate supporting documents. Non submission of adequate document or if submitted document is not
acceptable, the bidder shall be liable for rejection
x. Quote received with Price Variation Clause.
xi. Bids received from foreign bidder in Indian currency & from Indian bidder in foreign currency.
xii. If the GST rating of supplier / contractor on GST portal/ Govt. website is found to be negative/
blacklisted, the MDL reserves the right to reject the offer of such bidders.
xiii. In case of e-tenders, the original of the uploaded copy of EMD (DD/BG) if received after seven days of
the tender closing date.
xiv. Bidders not agreeing to furnish Performance Bank Guarantee (PBG) for item/ supplies or not agreeing
for retention of equivalent amount by MDL up-to the period till Completion of contractual and guarantee
/ warranty obligation.
xv. Bidders not agreeing to furnish required Security Deposit till completion of the Supplies/ services.
xvi. Non-submission of authorization letter towards being dealer/ partner/distributor from OEM as per
tender para 3.2.vi.
xvii. Bidders not agreeing to furnish required Undertaking of Authenticity for IT Products Supplies.
xviii. Bidders not agreeing to furnish original Hard copies for verification in relation to pre-qualification
criteria of the tender if felt necessary by MDL.
xix. Bidders not quoted for all items.

8. समापन अवEध | DELIVERY PERIOD / COMPLETION SCHEDULE:


The delivery / completion schedule is Six Months from the date of placement of order.
Kindly quote the earliest delivery/completion period.

9. मूय नधारण|PRICING:

a) For Indigenous Bidders:


Bidder shall quote the prices of all items listed in the Price Sheet / Rate Sheet of the tender Enquiry at
Enclosure – 2 for free delivery of the items in MDL Stores & completion of work at MDL Site. The prices
quoted shall remain firm and fixed during the currency of the order /Contract unless agreed otherwise by
MDL.
b) For Foreign Bidders :
i) Bidder shall quote the prices for the delivery at Port of destination (India) on CIF basis. Order will
be placed on CIF basis only.
ii) The prices quoted shall remain ‘firm and fixed’ during the currency of the order / contract unless
agreed otherwise by MDL
iii) The shipment shall be consigned to AGM(SB-Hull), Mazagon Shipbuilders Ltd. Dockyard Road,
Mumbai 400010 unless or otherwise agreed by MDL & indicated in the Purchase Order.
iv) The Supplier/ Vendor / Contractor shall immediately on dispatch of the items, inform all relevant
details of dispatch such as Order number, Bill of Lading / AWB number, number of packages, value
of consignment, invoice number in time directly to PE (CIT-C)), Mazagon Dock Shipbuilders
Limited, Mumbai. ( vgharat@mazdock.com), HOS (Imports), Mazagon Dock Shipbuilders Limited,
Mumbai. (plkashikedar@mazdock.com).

P a g e |7
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

v) The Supplier/ Vendor / Contractor shall ensure that all relevant documents (such as invoices,
Packing List, Bill of Lading, Country of origin etc.) shall reach to the MDL executives as mentioned
above sufficiently in advance for filing of Bill of entry and to enable clearance of cargo /
consignment within allowed demurrage free days to avoid demurrage.
vi) Overseas bidders shall submit the unconditional order acceptance which is a pre-requisite for
opening of L/C.
Important Notes for Foreign Bidders:
Bidders
 All the documents should clearly indicate the Purchaser's Order number, Import License Number,
Airway Bill / Bill of Lading Number, Insurance Policy number / Insurance Document reference no.
 Foreign Bidders must submit the Letter of Credit format duly filled as per enclosure of the tender.
 To arrive at various charges such as custom duty, port handling & local charges, it is mandatory for
foreign bidders to submit the following details along with the Part–I Bid:
• Port of dispatch to be clearly specified.
• Containerized dispatch/ Break bulk.
• Any other specific handling Instructions / conditions of consignment.
c) It is mandatory to quote for all line items as per tender. If it is found after opening of price bids that
the price quoted for a particular line item is ‘zero’ then supplier has to supply this/these items free
of cost to MDL

10.
10. भग
ु तान क9 शतK| TERMS OF PAYMENT:
भग
ु तान क9 शतK| TERMS OF PAYMENT:
10.1 No Advance in any manner will be paid to the contractor.
10.2 For Hardware Components:
a. 50 % of Hardware Cost will be paid after Supply, Installation, Commissioning and acceptance of all
Hardware .
b. 30 % of Hardware Cost will be paid after integration with overall of system and on successful go
live of the complete project.
c. 15% of Balance Hardware Cost will be paid after acceptance of the entire project.
d. 5% of Balance Hardware Cost will be paid after completion of warranty period as reduced by any
deductibles and/or the amount leviable towards penalty.

10.3 For Software / Services


a. 80% of the total Software / Services Cost will paid after complete installation, data migration,
validation and testing of actual production software and integration with the hardware part and
submission of acceptance and satisfactory performance report by user department after
submission of BG @ 10% basic value of total Software cost valid up to end of Contract period plus
additional 4 weeks (for claim Period) from the date of satisfactory commissioning/sign off by MDL.
This BG will be return only after six months from date of successful Implementation / Acceptance / Sign
Off of the project by MDL.
b. 15% Balance Software / Services Cost will be paid after six months from date of successful
Implementation / Acceptance / Sign Off of the project by MDL.
c. 5% of Balance Hardware Cost will be paid after completion of warranty period as reduced by any
deductibles and/or the amount leviable towards penalty.
10.4 The balance payment for Hardware and Software (10.2.c and 10.3.b) will be released after Submission
of PBG @ 10% basic value of total Project cost with validity up to end of the contract period plus
additional 4 weeks.(for the claim Period) from the date of satisfactory commissioning /Acceptance /
Sign off of the entire project by MDL.
10.5 The above payments(10.3 and 10.4) are excluding amount of tender item sr. no. 4200: Maintenance.
10.6 The payment for tender item sr. no. 4200: Maintenance will be paid after successful implementation and
acceptance of Preventive and Predictive Maintenance Software as per scope of work.

The above mentioned Payment schedule for the value of supplies / installations / commissioning etc. will
paid as reduced by any deductibles and/or the amount leviable towards liquidated damages, if any and
P a g e |8
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

after including GST as may be payable through RTGS/NEFT between 15 to 20 days after
receipt/completion of followings:
i. Complete set of the items / Equipment, spares through GRS.
ii. Successful installation, configuration, testing and commissioning with all test reports of items at all
locations.
iii. Original Invoice documents in Triplicate.
iv. Work completion Certificate from MDL User dept certified by Executive in the rank of CM & above.
v. Undertaking of Authenticity for IT Products supply as per format.
vi. Technical documentation/deliverables in requisite sets if required.
vii Submission of PBG @ 10% basic value of order.
viii Training Completion certificate.
ix In case of e-delivery of licenses, its responsibility of User Dept to verify the e-licenses (for quantity,
genuinity, subscription if any) & complete GRN Entry through GRS, GRN Acceptance in SAP for
payment processing.
x Submission of CERT-In Audit Report and Compliance Certificate after successful completion CERT-In
Audit by Empaneled Auditors.

10.5 Terms of Payment for Foreign Bidder:


a) Payment through LC (Option-I).
(i) Payment to Foreign Bidders shall be against irrevocable letter of credit (L/C) established
through our bankers as per format. L/C will be opened for 100% of the value of
deliverables (Cost of Material including freight & insurance till port of destination i.e. CIF
basis) charges for services viz. installation etc shall be against separate irrevocable L/C
established through our bankers as per format.
Note : The payment will be released as per tender payment terms para 10.2, 10.3 and 10.4.
10.4.
(ii) For opening L/C, suppliers should essentially furnish their acceptance of PO in time. For
opening L/C, all charges outside India shall be borne by the Beneficiary (supplier). In case
supplier seeks L/C amendment for no fault of MDL or requires confirmation of L/C then
all charges towards L/C amendment or confirmation of L/C respectively shall be borne by
the supplier.
(iii) L/C will allow payment on timely presentation of documents through bank as
mentioned below. Opening of L/C shall be before one month of the schedule for dispatch
or before such period as may be discussed and mutually agreed to in the TNC / CNC /
PNC. The time limit for opening of L/Cs and / or amendment for L/C shall be 7 days or
within such number of days as may be stipulated in purchase order / contract. Delay in
opening of L/C can lead to corresponding delay in delivery and hence no LD is applicable
on such delayed portion. L/C amendment charges on account of MDL shall be borne by
MDL.
b) Payment on collection basis (Option-II): Payment due on collection basis will be done as per
tender payment terms para 10.2,10.3 and 10.4 (Cost of Material including freight & insurance till
port of destination i.e. CIF basis and Charges for installation & commissioning) as reduced by any
deductibles and / or the amount leviable towards liquidated damages, if any on timely presentation
and receipt of the documents mentioned below and against work completion certificate duly certified
by an officer from the user department in the rank of CM or above and submission & subsequent
confirmation of performance bank guarantee for 10% of the total order value

Note:
Bidders shall furnish all the necessary details like name of the bank / branch, Code No. Bank account
no in their technical bid as per the RTGS/NEFT format as per Annx-8 provided with the tender
enquiry.

Bidders shall furnish all the necessary details like name of the Bank / Branch, Branch Code No., Bank
Account No., MICR No. in their bid as per the RTGS / NEFT available in MDL Website. The bills to be

P a g e |9
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

submitted to Bill Receiving Section, Near to the Reception Section, Mazagon Dock Shipbuilders Limited, and
addressed to PE/DGM (CIT-C)), 4th Floor, Mazdock House, Mazagon Dock Shipbuilders Limited, Dockyard
Road, Mumbai - 400 010.

"Alternate MSME vendor payment through TReDS:

“In order to address the financial needs of MSME firms, GoI has introduced a platform for facilitating the
financing of trade receivables of MSMEs from buyers, through multiple financiers which is termed as Trade
Receivables Discounting System (TReDS). At TReDS, auctioning of invoices at competitive & transparent
environment is done by financers based on Buyer’s credit profile.
MDL is registered on the "Invoicemart" TReDS platform and M1xchange of M/s Mynd Solutions Pvt Ltd.

MSME bidders desirous to receive payments through TReDS platform may avail the facility if they are
already registered on

1."Invoicemart" TReDS platform or by registering on it.


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

022 6235 7373 and a new mail id service@invoicemart.com.

2. "M1xchange" TReDS platform or by registering on it.

Contact details at "M1xchange" TReDS platform are as below:

+91 9920455374 MsAshwathi Jayandran email id ashwathi.jayandran@m1xchange.com

+91 8839915724 Ms Prinyaka Shah email id prinyaka.shah@m1xchange.com

11. PURCHASE PREFERENCE TO MAKE IN INDIA:

As per Public Procurement order Ref No. P-45021/2/2017-B.E-II Dtd 15.06.2017 issued by
Govt of India to encourage “Make in India” policy, Purchase Preference shall be given to local
Suppliers in the following manner.
(a) The terminology/ definition used in the said order is as below:
(i) “Local content”means the amount of value added in India, be the total value of
items procured excluding net domestic indirect taxes) minus the value of imported content in the
item (including all customs duties) as a proportion of the total value in percent.

(ii)“Local Supplier” means a supplier or service provider whose product or service


offered for procurement meets the minimum local content, as prescribed under the said Order or by
the competent Ministries / Department in pursuance of said order.
A Local Supplier can be an Indian or Foreign bidder.

(iii) “Margin of Purchase Preference”means


Preference” the maximum extent to which the price quoted by
local supplier may be above L1 for the purpose of purchase preference. The margin of
purchase preference for the present tender is 20%.

(b) Minimum Local content :


The minimum local content in the offer is to be not less than 50% for the present tender for a bidder
to be considered as a Local Supplier.
P a g e | 10
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

The local content can be increased through partnership, corporation with local companies,
establishing production units in india or joint ventures (JV) with Indian suppliers, increasing the
participation of local employees in services and training them.
On opening of the price bids, if it is identified that there is difference in price receive &
declaration made and local content is now not meeting the specified tender requirement (i.e.
only on the quoted price without any loading) then such case will be processed without any purchase
preference.

(c)Declaration by Local suppliers: Local Supplier should declare that the item and service
offered meets the minimum local content & indicate its percentage in their offer which
shall meet (or even offer more) required content as specified in tender. This declaration is
necessary even if Custom Duty Exemption and / or ERV (if applicable) are not being sought.
Following documents are to be submitted in technical offer-Part-I bid:
(i) Local Component list i.e. Items and services which are being procured / produced
domestically by supplier in the system / equipment / service offered against tender. This list
shall include all the components, raw materials, sub services etc.
(ii) Foreign / Imported Component list i.e Items and services which are being supplied by
bidder from outside India in the system/equipment/service offered against tender. This list shall
include all the component, raw materials sub services etc.
(iii) Bidders shall give the details of the location(s) at which the local value addition is made.
Additionally, location(s) details from where foreign / imported components are being supplied
be also informed.
(iv) Bidders shall give the price break-up in percentage for “Local Component” and
“Foreign / Imported Component”.
(v) Custom duty applicable on FE component for all foreign items.
(vi) The Local Suppliers are required to provide self-certification as per Annexure- 13.
Note:
Note
i)In case of procurement for value in excess of Rs. 10 Crores, the local suppliers shall be required to
provide a certificate from statutory auditor or cost auditor of the company (in case of companies) or
from a practicing cost accountant or practicing charted accountant (in respect of supplier other than
companies)giving the percentage of local content & applicable item wise custom duty.

ii)Once the declaration / certification is committed at tender submission stage, the same
cannot be altered at technical negotiation stage or after award of contract otherwise would be
treated / considered as false declaration by bidder.

iii) In the event of bidders not declaring or declaring less local content percentage in the offer, MDL
will consider quote/bid of such bidders with local content as “0” or “NIL” i.e. the offers of such bidders
will be treated as a “Non Local Supplier” where no purchase preference shall be granted to these
bidders.

d) If the Local Supplier is also a MSE Vendor seeking the benefit of Public Procurement
Policy for MSEs –Order 2012, then such bidders should not seek benefits against the
Preference to Make in India policy – Order 2017. Such bidders should categorically seek
benefits of only one policy which cannot be modified subsequently, once declared in the
Annexure-A referred above while submitting the bid.

(e) Custom duty issue:


Imported / FE content is inclusive of all custom duties, IGST and Others which is required
for arriving local content. Bidders to note the following about declaration of FE Content.

P a g e | 11
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

(i) All bidders should upfront declare line item wise custom duty duly certified. Such declared
custom duty percentage will only be considered for arriving local content.
(ii) In the event if the rate of custom duty is found higher than the declared custom duty
by bidder, then the bidder’s declaration shall be final for arriving L1 bid. Also in such case the
difference in custom duty would be to bidders account. In case of foreign bidders, the same
(iii)In the event of rate of custom duty happens to be lower at the time of clearance of
goods, then actual custom duty shall be payable.
(iv) Notwithstanding above, local content shall be calculated based on the declared
custom duty by the bidder in techno-commercial bid.

(f)Preference to Local Supplier: The following procedure will be adopted for deciding on
preference to Local suppliers over a non local supplier w.r.t. public procurement (Preference to make
in india) order 2017.

i) Among all qualified bids, the lowest bid will be termed as L1. If L1 is from a local supplier, the
contract will be awarded to L1.
ii) If L1 is not from a local supplier, the lowest bidder among the local suppliers, will be invited to
match the L1 price subject to local supplier’s quoted price falling within the margin of
purchase preference and contract shall be awarded to such local suppliers subject to matching
the L1 price.
iii) In case such lowest eligible local supplier fails to match the L1 price, the local suppler with the
next higher bid within the margin of purchase preference shall be invited to match the L1
price and so on and contract shall be awarded accordingly. In case none of the local supplers
within the margin of purchase preference matches the L1, then the contract may be awarded
to the L1 bidder.

(g) Preference between LS and MSE Bidder: { This clause is applicable only if line items
are separable and MSE preference clause is also applicable } Between the MSE and Local
Supplier, the MSE bidder will be given preference to match with L1 bidder as per Public
Procurement Policy for MSEs Order 2012. MSE vendor will be evaluated with L1+15%. MSE
doesn’t fall under Public Procurement (Preference to Make in India) Order 2017

Local Supplier will be evaluated with L1+20% (Margin of Purchase Preference ordinary)as per
PublicProcurement (Preference to Make in India) Order 2017.

(h) After the contract is awarded and the supplies are completed, each supplier shall provide
the supporting documentation towards realization of committed Local Content as per the
contract / order terms & conditions. In addition to these documents, a “Local content
certificate” also shall be submitted stating the percentage of local content in the items or
services measured. The “Local content certificate” shall be submitted along with the
invoice.
Note:-
Note:- In case of procurement for value in excess of Rs. 10 Crores, the local suppliers shall be required
to provide a certificate from statutory auditor or cost auditor of the company (in case of companies)
or from a practicing cost accountant or practicing charted accountant (in respect of supplier other
than companies)giving the percentage of local content.

(h) False declaration will be in breach of Code of Integrity under Rule 175(1)(i)(h) of GFR
2017 for which a bidder or its successor can be debarred for up to 2 years as per Rule
151(iii) of GFR 2017 along with such other actions as may be permissible under law.

P a g e | 12
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

(i) Complaints / Grievance : Any complaints / grievances relating to implementation of this


order shall be taken up by Public Grievance Cell of MDL headed by GM(F-P&S).Fees for
filing a complaint under the order shall be Rs. 10,000/- per case. The complaints shall be
filed to the Chairman, Public Grievance Cell. The fee shall be deposited in MDL’s Account
by NEFT.

12.
12. कर और शुक |TAXES & DUTIES:

12.1
12.1 Bidders must clearly mention the applicable Taxes & Duties in the rate sheet enclosed in the tender.
The item-wise rates (i.e. Basic + Packing, Forwarding, Freight & Insurance) 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.

12.2 GST as per GST Act 2017 shall be payable extra as quoted and agreed.

12.2
12.2 MDL GST ID is 27AAACM8029J1ZA and bidders shall mention GSTIN, HSN, Place of supply, signature
of vendor etc.while invoicing and avoid any data entry errors on GST portal. Bidders shall be responsible
for the financial and non-financial consequences in case of non-compliance of GST provisions /
requirements / timelines on their part.

12.3
12.3 If the vendor registered/Composition under GST, the GST Registration no (15 Digit) issued by GOI
shall be mandatory. Vendor/s having multiple business verticals within state /at multiple states with
separate GST no shall forward GSTIN of only that vertical which is involved in supply of goods and/or
services.
In case of unregistered vendor quotation, the GST shall be paid by MDL directly to GSTN under
reverse charge mechanism or otherwise for which no input tax credit will be available to vendor and
vendor is deemed to have confirmed that he will not claim ITC for such items.

12.4
12.4 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 to be given in technical bid.

12.5
12.5If
.5 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 loss due to delay in availing ITC by MDL or any loss of ITC to
MDL due to errors by vendors at any stage. MDL reserves right to recover any such interest, penalty or loss
from any amount due to Supplier/Contractor or otherwise.

12.6
12.6In
.6 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-filling or 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 credit and / or payments,
supplier/ contractor is fully liable for making goods 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.

P a g e | 13
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Vendor should ensure correctness of Invoice details while uploading on GST portal.

12.7
12.7If
.7 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
or 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.

12.8 Supplier / contractor will not be entitled to any increase in rate of taxes occurring during the
period of extended delivery completion schedule if there is delay in supplies / completion
attributed to him. However, if there is a decrease in taxes, the same must be passed on to MDL.
12.9 Wherever all-inclusive prices are quoted by the tenderer(s) 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.
12.10 In case of foreign bidders all taxes, duties, statutory levies and charges which are to be paid for the
delivery of goods & services shall be paid by the parties under the present contract in their
respective countries. MDL shall bear and pay all taxes, duties and statutory levies in India in
connection with the execution and / or performance of this contract w.r.t. deliverables delivered
and service rendered as per contract excluding income tax applicable on service charges.
12.11 Income tax applicable on cost of services rendered in India in relation to the contract, shall be
payable by bidders (Indian & foreign).
12.12 In case of Indian Companies, TDS shall be carried out as per the Laws and Acts applicable at the
time of payment.
12.13 Foreign bidder shall submit Tax Residency Certificate (TRC) and PAN card in Part-I offer. In case of
remittances to Foreign Companies for services, as per the Income tax act and DTAA provisions, TDS
shall be carried out from the amount payable towards services. As per the extant applicability and
existing rates, following cases pertaining to TDS are presented for clarity:
(i) Case 1 (Both PAN and TRC is made available by foreign bidders): Tax Deduction at Source
(TDS) @ 15% of total service payment is applicable. If this is not agreed to by the bidder in
the bid or during TNC / CNC, then this shall be appropriately loaded as per applicable rates on
the price for the purpose of ranking. However, bidders to note that TDS rates / DTAA rates
differ from country to country. It varies from 10% to 25%.
(ii) Case 2 (Both PAN and TRC are not made available OR either one of it is not made available by
foreign bidders): Tax Deduction at Source (TDS) at the rates as mentioned in the table below
is applicable. If this is not agreed to by the bidder in the bid or during TNC / CNC, then this
shall be appropriately loaded as per applicable rates on the price for the purpose of ranking.
These rates shall be as under:
Service Payment slabs Rate of TDS applicable on total
(converted in INR ) service payment .
(The following are indicative. The
actual TDS will be deducted as per
Law and Acts applicable at the
time of payment)
Up to Value of INR 1 Cr. 25.75%
Above INR 1 Cr upto INR 10 Cr. 26.26%
Above INR 10 Cr. 27.0375%

Note: i) If vendor is a composition /unregistered dealer under GST, vendor needs to give a declaration that
he is a composition/ unregistered dealer with requisite documents.
ii)Any change in tax component/structure due to government regulation during the execution of contract
within contractual delivery period the same will be applicable at actual ruling at the time of
supply/service/execution (This will however not be applicable in case of extended delivery/completion
schedule) of contract after Government Notification.
12.14 Custom Duty:

P a g e | 14
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

i) Basic custom duty (BCD) and cess as applicable on Import content will be reimbursed to the
Indian bidders by MDL/GRSE against documentary proof of payment (submissions of original
receipts).
ii) Basic custom duty (BCD) and cess as applicable on all imported goods shall be loaded
appropriately for arriving at landed price.
iii) Indian Supplier will forward to MDL/GRSE, separate lists of items required to be imported by
themselves and their sub-supplier giving the respective drawing references three months prior
to actual import for scrutiny by Directorate of NSM to MDL/GRSE.
iv) At the time of claiming reimbursement based on above, the following documents have to be
forwarded:
 Copy of the Import Purchase Order
 Copy of the Import Invoice
 Certification by Supplier that items being imported are for fitment on warships.
 Air Way Bill / Bill of Lading marked as Freight Paid
 Insurance Policy/Insurance Document.
 Evidence/Receipt towards payment of above taxes / duties
 The following certificates will be given.

v) End Use Certificate if applicable. Format to be provided by vendor immediately after placement
of order.
vi) Way Bill as applicable as per prevailing rule.

13. Mode Of Dispatch : Road/Rail/Air/Sea.

13.
13. न"वदा Mक शत7 क9माNयता | ACCEPTANCE OF TENDER TERMS:

13.1
13.1 Bidder shall abide by all Standard Terms and Conditions of Supply (STACS), General Terms
&Conditions (GT&C) and Tender Enquiry Form (TEF) Para 1 to 33 of Tender Enquiry, Acceptance Formats
given with tender. The bidder also shall abide statutory requirements, Official Secret Act 1923 and Safety
clause as per Annexure -8.
13.2
13.2 In the event, we do not receive Acceptance formats duly filled for Tender Enquiry Form(TEF), General
Terms and Conditions(GT&C) & Standard Terms and Conditions(STACS), it shall be construed that all the
Tender terms and conditions of TEF, STACS and GT&C are Acceptable to you.

14. भार लादने का मापदं ड | LOADING CRITERIA:


An illustration of the loading criteria for normalizing the bids, in regard to variations in payment terms,
variations in commercial terms etc for ranking of bids to judge L1 will be adopted as per Annexure -10
attached as Illustration for loading criteria.
i. Deviations sought by the bidder in respect of variation in commercial terms and Payment terms
shall be loaded on the bidders quoted prices during price evaluation by MDL. The loading criteria
that will be adopted are detailed below:
ii. It is desirable that the bidder accepts the Payment Terms indicated in this tender. Varied payment
terms quoted by bidders as compared to the terms stated in the Tender document shall be
normalized by adopting 16.00% (Prime Lending Rate of SBI plus 2%) thereon on the amount at
variation and/or for the period (in number of days) at variation.
iii. For 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.
iv. Deviations sought in respect of Liquidated Damages (LD): - 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 example, the maximum ceiling towards liquidated damages stipulated in the tender is 5%
P a g e | 15
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

and the bidder seeks to limit it to, say 3.50% then the price quoted will be loaded by 1.5%. 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 LD as per tender will be first be equated to
weeks (10 weeks in this case) and the rate proposed by the bidder is 0.4% 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 bidders adhere to
the stipulated clause.

15. सुरOा जमा |SECURITY DEPOSIT:

15.1 After placement of Order.

For Indigenous Bidder:

a. The successful bidder shall have to submit Security Deposit for an amount of 5% of the total value of
Order excluding taxes, duties etc, in the form of NEFT / DD / Pay Order / Bank Guarantee (SDBG) from
the list of banks approved by SBI / Canara bank published on MDL website within 25 days from the date
of PO / Contract valid upto entire period of contract plus additional 4 weeks in case of SDBG (for claim
period). No interest will be paid on Security Deposit.
b. SDBG in favour of MDL. SDBG shall be on INR 500 Non-Judicial Stamp Paper.
c. PSU may submit Indemnity bond in lieu of Security Deposit Bank Guarantee.
d. Bidders should advise their banker to send BG directly to commercial department or through SWIFT to
dispense with additional step of verification of authenticity of signatories. In case of B.G. transmitted
through SWIFT, it shall be the responsibility of the bidder that he directs the receiving banker to forward
the message duly authenticated to the concerned commercial executive mentioned in the tender.
e. SDBG shall be valid for period of contract plus four weeks for settlement of claim

For Foreign Bidder:

a. The successful bidder shall have to submit Security Deposit for an amount of 5% of the total value of
Order excluding taxes, duties etc in any convertible currency shall be submitted within 25 days from the
date of PO / Contract valid upto entire period of contract plus additional 4 weeks (for claim period). No
interest will be paid on Security Deposit.
b. Foreign bidders shall submit SDBG through Foreign Bank by SWIFT mode to MDL Bank SWIFT A/c. No. is
SBININBB101.
c. For foreign supply, bank guarantee can be from bank of international repute approved by SBI / Canara
bank published on MDL website.

Please note that MDL does not extend any concession such as exemption in payment of Security Deposit etc.
to any organization irrespective of their status like registration with MDL, NSIC, SSI, etc. PSU can submit
indemnity Bond in lieu of Security Deposit.

In case of failure to submit Security Deposit with 25 days from the date order placement, EMD submitted will
be encashed and risk purchase clause would be invoked.

In cases where the supplier / contractor has already commenced supply / work, the Security Deposit will be
withheld from his bills if any. In such case, interest is to be recovered for the period and amount involved at
the relevant rate of interest and it will be SLR plus 2%.

The Security Deposit will be returned only after successful execution of the order and shall be interest free. In
the event of failure to execute the order satisfactorily, the Security Deposit will be encashed by MDL.

Note: 1. Bank Guarantee towards SD must be drawn on as per the list of First Class banks approved by CPPC
published on MDL website (HomeVendors Bills/EMD status)

P a g e | 16
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

2. In case of BG towards SD, please ensure that the BG is sent directly to MDL by registered Post with A.D. from
the issuing Bankers in a sealed cover. It helps to avoid the time require for ascertaining the veracity of
signatories to the Guarantee and its authentication.
3. MDL does not extend any concessions such as exemptions in payment of PBG to any organizations
irrespective of their status like permanent registration with MDL, NSIC and SSI etc.

P a g e | 17
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

16. Aदशन बPक जमानत|PERFORMANCE BANK GUARANTEE (PBG):

a. The successful bidder shall submit the performance bank guarantee (PBG) for the 10% of the total
order value of supply excluding GST in the form of DD /Pay Order/ Bank Guarantee in favour of
Mazagon Dock Shipbuilders Ltd, Mumbai valid up to end of contract period plus additional 4 weeks.(for
claim Period) from the date of satisfactory commissioning/sign off by MDL.
b. PBG shall be on INR 500 Non-Judicial Stamp Paper. Bank Guarantee shall be from any of the bank as per
the list of banks approved by SBI / Canara bank published on MDL website.
c. For foreign supply, bank guarantee can be from bank of international repute approved by SBI / Canara
bank published on MDL website.
d. Foreign bidder shall submit PBG through Foreign Bank by SWIFT mode to MDL Bank SWIFT A/c. No. is
SBININBB101.
e. In the event of non-performance of the item / items and if you fail to attend the guarantee defects within
reasonable periods of time, the Performance Bank guarantee will be en-cashed. MDL decision shall be
final and binding on you in this regard.
f. Bidders should advise their banker to send PBG directly to commercial department or through SWIFT to
dispense with additional step of verification of authenticity of signatories. In case of BG transmitted
through SWIFT, it shall be the responsibility of the bidder that he directs the receiving banker to
forward the message duly authenticated to the concerned commercial executive mentioned in the
tender.
g. PBG should be made valid till warranty period plus four weeks and same shall be returned after
completion of warranty period.
h. In the event of defects due to poor workmanship leading to nonperformance of the Equipment/Item and
bidder failure to attend the defects within a reasonable period of time, the Bank guarantee will be
enchased by MDL. MDL’s decision in this regard shall be final and binding on the bidder.
i. In the event of postponing of delivery of deliverables or extension of guarantee desired & sought by
MDL, the Performance Bank guarantee has to be extended till the extended period.

Note:

1. Bank Guarantee must be drawn on as per the list of First Class banks approved by CPPC published on MDL
website (Home TendersBills/EMD status).

2. In case of BG towards PBG, please ensure that the BG is sent directly to MDL by Registered Post with A.D. from
the issuing Bankers in a sealed cover. It helps to avoid the time require for ascertaining the veracity of
signatories to the Guarantee and its authentication.

17. बो लयQ मF संश ोधन | MODIFICATIONS TO THE BIDS:


Bidders desirous of submitting modified bids prior to the closing date & time may do so by way of
modifying their bid online. Also Bidders intending to witness the Tender opening may do so by logging on
e-procurement portal with their DSC.

18. न"वदा खोलने क9 AMया | TENDER OPENING STAGES:


(A) Opening of Techno-Commercial e-Bid (Part-I): Techno-Commercial e-bid (Part-I) will be opened online
on the tender closing date or extended tender closing date or next working day if closing date happens
to be holiday declared by MDL. The participant bidder can also witness opening of the bids online from
their locations by logging on MDL E-Portal website with their Class IIIB or above Digital Signature
Certificate (DSC).

(B) Opening of Price e-Bid (Part–II): After completion of Techno-commercial scrutiny, intimation for price e-
bid opening will be communicated only to techno-commercially accepted bidders. Bidder (s) to note
that such intimation may be given at a short notice by Fax, E-mail or even by telephone only to techno-
P a g e | 18
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

commercially accepted bidder(s). Techno-commercially qualified bidders can also witness opening of
price bids online from their locations by logging on MDL E-Portal website by using their Class IIB or
above Digital Signature Certificate (DSC). L1 will be determined after taking into account loading factor if
any.
19.
19. लोक शकायत कO| PUBLIC GRIEVANCE CELL:

A Public Grievance Cell headed by GM (Finance) has been set up in the Company. Members of Public having
complaints or grievances are advised to contact him on Wednesday between 10.00 Hours and 12.30 hours
in his office or send their complaints / grievances to him in writing for redressal. His Telephone No. is
23762106 Or Board Line No.23762000/3000/4000.

20.
20. पRर नधाRरत नुकसान | 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 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 percent) per week or part thereof, subject to maximum of 5% of the final Order /
Contract value. Vendor / Contractor (Seller) will also be liable to pay Liquidated Damages for late delivery
of Manuals & Documentation as agreed to by Purchaser and Supplier / Contractor (Seller) and as stated in
the Purchase Order. The amount of such damages will be clearly defined in the Purchase Order and may
extend upto 5% of the Order Value.

21.
21. एमडीएल छु4SयQ पर काय|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.
22. आईट* उTपाद आपू त के लए Aामा-णकता का उपम|| Undertaking of Authenticity for IT Products
Supplies:

The successful bidder shall submit undertaking of Authenticity for IT Products from OEM on their letterhead
signed by authorized Signatory (from OEM side) as per prescribe format at Annexure-12 with original invoice
for payment release purpose.

23.
23. म
ू य/खर*द Aाथ मकता|PRICE/PURCHASE PREFERENCE: NA

24.
24. गारं ट* / वारंट* | GUARANTEE/ WARRANTY:
The software, hardware and the system as a whole shall be warranted for 36 months from the date of
commissioning and acceptance of entire project by MDL.
Note:
1. Vendor has to provide onsite support during the warranty as per scope of work during the support period and
trouble shoot issues with regards to all components on Non-chargeable basis.
2. Vendor should carry out all the configurations and install all the patches/upgrades and carry out any other
relevant activity during the period as per MDL's requirements for completion of the Project.

P a g e | 19
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

25.
25. बो लओ क9 म सच
ू ी| RANKING OF BIDS:
a. All Items of this tender are inseparable.
b. L1 determination will be done as:
The Total Effective Cost will be considered as Total Quoted Cost Less Reduction of Utilizing of Existing
Software of MDL.
Bidders are requested to fill up their rates for all the items as per the rate sheet strictly.

Note:

1. Online ranking visible to the bidders after opening Price Bid is without loading parameters and as
applicable. However, L1 Bidder will be evaluated offline by applying all applicable loading parameters as
mentioned in tender.

2. In case the quoted Taxes & Levies in the price bid is not found in accordance with GOI schedules. The
total prices quoted in Price bid Part II will be considered for L1 determination and the firm has to accept
the basic prices derived after considering applicable Taxes and Levies within the total quoted price in the
price bid Part-II. In these cases, the variations in statutory levies are not allowed unless the break-up in
respect of taxes and levies is clearly and separately furnished in the bid.

3. For Indigenous Bidder: Total of Basic Cost shall be basis for the purpose of comparison of bids.

4. For Foreign Bidder: The total of basic cost (CIF),Interest for period of 20 days @ base rate of SBAR+2%
on CIF value, charges incurred towards L/C opening by MDL and customs clearance, port handling &
transportation charges to the yard shall be the basis for the purpose of comparison of bids. Taxes, duties
and levies in India shall be excluded for ranking the bids.LC opening charges as 0.000375% of CIF value
and customs clearance, port handling & local transportation charges as 1% of CIF value (Excluding services
and training) will be added to foreign bidder for ranking purpose.

5. If foreign bidders do not agree for TDS (Tax Deduction at Source) on Services rendered in India, then
applicable amount of TDS shall be considered for the ranking purpose. Tender Clause “Taxes & Duties” in
Section I refers.

26. नर*Oण और काय पूतU | INSPECTION & WORK COMPLETION.


i. All items supplied as per scope at MDL shall be visually inspected by MDL. Only After visual
inspection & Acceptance by MDL Official items to be installed.
ii. Final Work Completion Certificate for execution of entire scope or supply/services as defined in
order certified by Executives in the rank of CM & above of User Dept on satisfactory completion of
work & acceptance by user.
iii. Items damaged during transit shall also be rectified or replaced by the supplier free of cost within
shortest possible time.

27. माल पाने वाला|CONSIGNEE:


For Indigenous Bidder:
The successful bidder shall arrange dispatch of goods on door delivery basis by appropriate Rail/Road/Air
transport as per the order to MDL, Mumbai on working days in working Hours in case truck/tempo reaches
hour yard beyond working hours same may be retained overnight at your risk & cost. Unloading & Stacking
charges at receipt location shall be to bidder account. The supplier shall categorically direct the transporter
to deliver the ordered items without insisting for consignee copy of Lorry Receipt (LR).

P a g e | 20
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

For Foreign Bidder:


The order would be placed on CIF basis only. Date of the Bill of Lading will be considered as the date of
delivery for incoterms FOB & CIF basis.

28. FREAK LOW RATES: NA

29.
29. माडॉ ल अBवीकरण नीती| MDL DISCLAIMER POLICY:
MDL reserves the right to consider placement of Order / Contract in part or in full against the tendered
quantity or reject any or all tender without assigning any reason.
MDL shall not be bound by any printed conditions or provisions in the seller’s bid forms or
acknowledgement of contract, invoices and any other documents which purport to impose any conditions
at variance with the tender terms/final negotiated & accepted terms.
We look forward for your active participation in online bidding by offering your most competitive
and reasonable offer against this tender.

30. 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 representatives of both MDL as well as Contractor

31. गैर Aकट*करण समझौता| Non Disclosure Agreement (NDA).


i) Initially the participating bidders shall have to submit NDA without any deviations on Company’s
Letterhead by authorized Signatory from vendor side as per prescribed format at Annexure-14 while
submission on due date.
ii) After placement of order, successful bidder shall have to submit mutually accepted/agreed NDA on Non-
Judicial stamp paper of value Rs. 500/- in two (2) originals. Agreement will be executed by authorized
representatives from Vendor Side & Mazagon Dock Shipbuilders Ltd.

32. INTEGRITY PACT (IP) and INTEGRITY PACT BANK GUARANTEE (IPBG):

1. INTEGRITY PACT (IP) & INTEGRITY PACT BANK GUARANTEE (IPBG):

(a) Integrity Pact: The Integrity pact essentially envisages the agreement between
prospective vendors / bidders & buyers committing the person/officials of both the
parties not to exercise any corrupt influence on any aspects of the contract. Only
those vendors/bidders who enter into such an integrity pact with the buyer would be
competent to participate in the bid. Therefore, non-acceptance and non-submission
of IP& IPBG by the vendors/bidders shall be categorically rejected and no further
communication in this regard will be entertained by MDL. The format of integrity Pact
is enclosed with tender documents. IP shall be submitted on plain paper. The
‘Integrity pact’ dully filled as per enclosed format to be submitted along with the
offer. Bidders to ensure that every page of IP is ink signed with company seal/stamp.

(b) INTEGRITY PACT BANK GUARANTEE (IPBG):


i) Indian bidder is to submit IPBG on INR 500 Non-Judicial Stamp Paper. For
foreign bidder, IPBG shall be from Bank of International repute as updated by
SBI from time to time. Foreign bidder can also submit IPBG through Foreign
Bank by SWIFT mode to MDL Bank SWIFT A/c. No. is SBININBB101.
ii) Bids received without IPBG shall be categorically rejected.
iii) The value of IPBG for this tender is INR 5 Lakhs for Indian bidder and for
Foreign bidder it is USD 7070.00 or Euro 6310 or GBP 5,5815 whichever is
applicable, for foreign vendors.

P a g e | 21
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

iv) IPBG should be valid up to 195 days from the tender closing date. However, bidders will be required
to extend the integrity pact bank guarantee, as and when required by MDL. Successful bidders shall
have to extend the validity of IPBG upto the satisfactory completion of the contract. IPBG of
unsuccessful bidders will be returned on finalization of contract.
v) Scanned images of IP & IPBG are to be uploaded with Part –I bid. However,
original IP & IPBG must be deposited physically in a sealed envelope
superscribing “Original IP & IPBG for Tender no 3000000387 & due date____”,
within 7 MDL working days from the tender closing date to the HOD (CIT) office
on 4th floor, MAZDOCK HOUSE, MDL, Mumbai 400010
vi) In case bidder has uploaded scanned image of IP & IPBG but original copies of IP &
IPBG are not submitted to MDL within 07 MDL working days from tender closing
date.
vii) In case of Indigenous Bidders, IPBG shall be from an Indian Nationalized
Bank/Scheduled Bank/ ICICI Bank/ AXIS Bank/ HDFC Bank Ltd. For Foreign
Bidders, Bank Guarantee shall be from Bank of International repute as updated by
SBI from time to time, promising payment of the guaranteed sum to Mazagon Dock
Shipbuilders Limited (MDL/Principal/Buyer), on demand within three working days
without any demur whatsoever and without seeking any reasons whatsoever. The
demand for payment by the Principal/ Buyer shall be treated as conclusive proof for
payment. IPBG shall be payable at Mumbai and should essentially be enclosed in
the in the Part-I, Techno Commercial Bid.
viii) The IPBG can also be accepted in the form of Demand Draft in favour of Mazagon
Dock Shipbuilders Limited , if opted , by the bidder.
ix) Bidders should advise their banker to send IPBG directly to CIT Department – IT
Purchase Section or through SWIFT to dispense with additional step of verification
of authenticity of signatories. In case of BG transmitted through SWIFT, it shall be
the responsibility of the bidder that he directs the receiving banker to forward the
message duly authenticated to the concerned commercial executive mentioned in
the tender.
x) IP and IPBG formats are enclosed to the tender.
xi) IPBG of unsuccessful bidders will be returned upon finalization of PO.
xii) In the case of successful bidder, a clause would also be incorporated in the Article
pertaining to Performance Bond in the Purchase Contract that the provisions of
Sanctions for Violation shall be applicable for forfeiture of Performance Bond in case
of a decision by the Principal/Buyer to forfeit the same without assigning any
reason for imposing sanction for violation of this Pact. The provisions regarding
Sanctions for violation of Integrity Pact include forfeiture of Performance Bond in
case of a decision by the Principal/Buyer to forfeit the same without assigning any
reason for imposing sanction for violation of Integrity Pact.
xiii) No interest shall be payable by the Principal/Buyer to the Bidder(s) on Integrity pact DD/BG , Earnest
Money, Security Deposit, performance bank guarantee for the period of its currency.
xiv) No exemption towards submission of Integrity Pact Bank guarantee (IPBG) is applicable to any bidder.
xv) Bidders have to upload scanned image of duly signed and stamped (each page) Integrity Pact & IPBG
by duly filling the details required in it. The original of the same to be submitted within 07 days from
the tender closing date. If the scanned image of signed Integrity Pact and IPBG is not uploaded in Part-
I stage, bid shall be categorically rejected & will not considered for further processing.
The name of “Independent External monitors (IME)” for this are as under:-

1. Shri Prabhat Ranjan Acharya (IA&AS Retd)

email- prabhatacharya@gmail.com. mobile No. 9810400231

P a g e | 22
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

2. Mr. G. S. Bhatnagar, Director General Of Naval Armament(Retd.), MoD.

Email - gurudevbhatnagar29@yahoo.co.uk Mobile- 91-9810930056

33. Wकना दं ड | DOWNTIME PENALTY:


a. The vendor shall provide onsite support for resolution of the issues during the warranty period.
In case of any issue, related to software / hardware the vendor should resolved within 24 hour/ 01
working day beyond which a penalty of Rs. 5000 per calendar days will be levied.
b. Penalty for absenteeism of Resident Engineers will be Rs. 2000.00 per day and part thereof.

5% of the order value will be retained by MDL for penalty deduction, if any, and the same will be returned interest
free to the vendor on
on completion of the order.

34. ADDITIONAL INSTRUCTIONS | अ तRरXत जानकार* :


(a) Bidder shall abide by all Standard Terms and Conditions of Supply (STACS), GT&C and
Acceptance formats with techno-commercial (Part-I) bid. The bidder shall also abide statutory
requirements, Official Secret Act 1923 and Safety clause hosted on MDL Website.
(b) The contract will be governed by STACS and GT&C while executing work. In case of discrepancy,
clauses mentioned in Tender, Technical Scope and Rate sheet will override the clauses mentioned
in other annexure including STACS & GT&C.
(c) MDL shall not be bound by any printed conditions or provisions in the sellers bid forms or
acknowledgement of contract, invoices, packing list and any other documents which purport to
impose any conditions at variance with the tender terms / final negotiated & accepted terms.
(d) 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.
(e) In case of improper on-line filling of Acceptance formats for Tender Enquiry Form (TEF), GT&C
and STACS, it shall be presumed that all our tender terms & conditions are acceptable to the
bidder.
(f) Wherever the clauses in tender document (Part A) are getting repeated in STACS and GT&C, then
in such cases bidders are requested to refer the clauses in the tender doc (Part A) and offer their
comments/acceptance, accordingly.
(g) Contact Details for Queries :
Technical queries if any to be submitted to the following Technical Team , 2 days before Pre-Bid
Meeting.

For Technical : i) Mr. Rajeev Pillai 022 237633016 ( email: rnpillai@mazdock.com)


ii) Mr. Kishore Shinde , 022 23762220 ( email:khshinde@mazdock.com)
For Commercial: i) Ms Vaishali Gharat 022 23762240 (email: vgharat@mazdock.com)
ii) Mr. Ashok Kanojia 022 23762149 ( email: akanojia@mazdock.com)

Yours faithfully,
माझगांव डॉक शप बडस ल मटे ड
Forमाझगां
MAZAGON DOCK SHIPBUILDERS LIMITED,

मY
ु यAबं
यAबंधक (सीआईट*-
सीआईट*- वा-ण/य)
वा-ण/य)|Chief Manager (CIT – C)

Following documents, references & formats forms an integral part as per the tender terms. All Terms n
Conditions & formats available on MDL Website https://mazagondock.in. Please refer website for any
further communication or corrigendum to the tender if any.

P a g e | 23
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

वेबसाईट पर "वBतार पथ: होम˃ न"वदाएं> आईट* Aापण>आईट* Aापण न"वदाएँ मानक नयम एवं शत\ Aा]प
Detail path on website: Home ˃ Tenders>IT Procurement>IT ProcNotifications /STACS Format
संल@नप2 १ |Annexure 1 – Technical Specifications/ Scope of work
संल@नप2 २ | Annexure 2 – Rate Sheet Format.
संल@नप2 ३ | Annexure 3 - Standard Terms & Conditions (STACS)- Items.
संल@नप2 ४ | Annexure 4 - General Terms & Conditions (GT&C) – Items & Services.
संल@नप2 ५ | Annexure 5 - Tender Enquiry Terms.
संल@नप2 ६ | Annexure 6 - PROFORMA BANK GUARANTEE FOR SECURITY DEPOSIT.
संल@नप2 ७ | Annexure 7 - Proforma Bank Guarantee for Performance.
संल@नप2 ८ | Annexure 8 - RTGS/NEFT/ECS Format.
संल@नप2 ९ | Annexure 9 - Statutory requirements, Official Secret Act 1923 & Safety Clause.
संल@नप2 १० | Annexure 10 - Illustration for loading factors for ranking of bids.
संल@नप2 ११ | Annexure 11- PROFORMA BANK GUARANTEE FOR BID BOND / EMD
संल@नप2१२| Annexure 12–Undertaking of Authenticity for IT Products Supplies.
संल@नप2१३| Annexure 13– Integrity Pact Format
संल@नप2१४| Annexure 14– Integrity Pact Bank Guarantee (IPBG)
संल@नप2१५ | Annexure 15 - Declaration Certificate For Local Content
संल@नप2१६ | Annexure 16 – NDA format

P a g e | 24
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Annexure 1
Implementation of Industry-4.0
Additional Requirements to Technical Specifications

1. Being a turnkey project any additional hardware, software, accessories deemed necessary for
successful commissioning of the project should be added in the bid of offer. After placement of PO
there will be no changes to PO with respect to requirement as mentioned above. In case of
requirement mentioned as above it should be provided by bidder without any additional cost to MDL.

2. Completion period of Supply Implementation Testing & Commissioning of project is 6 months from the
date of placement of order.

3. Compatibility: bidder to ensure that offered items are compatible with each other and with existing
systems of MDL.

4. Integration: offered Industry 4.0 solution should integrate with existing platforms like SAP HANA,
Aveva Marine, Primavera, MS Project, PDM-PLM of Teamcentre, Actcut, AutoCad, netcore email. Any
additional integration license / software required for integration should be included as part of the bid.

5. Warranty: Entire Industry 4.0 solution should have onsite comprehensive 3 year’s warranty. All
Software upgrades / updates / major, minor releases should be provided, installed and made available
without any cost to MDL during warranty period.

6. Consumables required if any for the Industry 4.0 solution shall be provided by bidder with one
additional set.

7. The bidder to Audit Industry 4.0 solution by CERT-In empaneled auditor before put in the production.
The bidder has to carry out the changes in the set up comply with the recommendations and get
detailed report of audit & compliance certificates from CERT-In empaneled auditor.

8. Industry 4.0 Solution Architecture should be as per the MDL IT Security Guidelines and should be Self-
Defended Architecture. Also proven to be self-defend IT Security Vulnerabilities.

9. Non-disclosure agreement (NDA): The vendor should enter into non-disclosure agreement after
placement of order and before start of work as the solution contains sensitive information.

10. Resident Engineer:


a. The Vendor should depute Resident Engineers during warranty period for operating and maintaining
of the Industry 4.0 Solution.
b. The Engineer should be at least graduate having more than 3 Years of experience in similar
environment.
c. MDL has rights to verify the qualification and approve appointment of the Engineer accordingly. The
appointment of Engineer will be only after verification of documents and personal interview of the
candidates by MDL.
d. MDL’s approval is necessary for selection and deputation of Engineer. Engineer should be replaced
by the vendor in case of any misconduct, misbehavior or performance is unsatisfactory with 7 days.
e. The Engineer should be well conversant with the Hardware and Software of the entire solution.
f. The Engineer appointed by the vendor should be able to Configure / customise / program and assist
MDL personnel in the preparation of the data / reports/ architecture / asset.
g. The working hour of the Resident Engineer would be from Monday to Friday depending on the
office timings at site. On Saturday, Sunday and holidays the Engineer should be deployed as per
requirement in case of emergency / exigency of work.
h. Penalty for absenteeism of Resident Engineers will be Rs. 2000.00 per day and part thereof.

P a g e | 25
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

i. The vendor has to provide substitute equivalent engineer in case of absence. The Engineer should
be stationed permanently on deputed site full time and shall not be relocated without prior
permission.
j. MDL IT Security guidelines issued from time to time shall be binding on the vendor and their
Engineer/ representatives. A declaration shall be provided by successful vendor for their compliance
to these security guidelines before commencing the execution of the contract.

11. In case of hard disk failures, the faulty hard disk cannot be taken out of MDL premises. Vendor has to
provide a replacement for the faulty hard disk at no extra cost. Vendor shall submit Hard disk
retention document from OEM along with installation report.

12. Downtime Penalty: Vendor should endeavor to maintain an uptime of 99% of entire Industry 4.0
solution including Hardware, software during entire warranty period. However, item wise penalty will
be applied as below:
During guarantee period of 3 years , any issue related to software and hardware to be resolved within
24 hours / 01 working day beyond which a penalty of Rs. 5000 per calendar days will be levied.

13. Security Information and Event Management (SIEM): SIEM solution should be as per the offered IT
Hardware and Software. It shall be in Leaders Quadrant of latest Gartner Magic Quadrant of SIEM.

14. Software License: Offered Software licenses should be perpetual. Licenses shall be permanently
activated.

15. Common centralized Application: Vendor should install MDL’s common centralized applications on the
servers, endpoints in consultation with MDL CIT team.

16. Back up: Vendor should include the data backup solution. Data should be backed up considering the
guidelines such as Daily Incremental or full Backup - saved for a week, Weekly full Backup- saved for a
month, Monthly full Backup – saved for a year, Yearly full Backup - saved forever.

17. With exploitation of exiting software’s like SAP, PDM, PLM etc, then vendor should provide percentage
reduction in cost in Technical bid.

18. Near DR Requirement : Vendor should include the IT Infrastructure for near DR site setup. Vendor
should quote for Industry 4.0 solution with DR setup and same will also considered for overall L1.
However procurement of DR setup will be as per MDL’s discretion and will be decided at later stage.

P a g e | 26
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

SCOPE OF WORK

IT INFRASTRUCTURE
1. MDL intends to implement Industry 4.0 which is the latest version in Industry 4.0 standard that focuses
heavily on interconnectivity, automation, automated learning, and real-time data. Industry 4.0, also
sometimes referred to as IIoT or smart manufacturing and operations with smart digital technology to create
a more holistic and better-connected ecosystem that focus on manufacturing and supply chain management.
MDL intends to implement industry 4.0 in phased manner and for the first phase it is considering to build the
base with the following areas:
a) Cloud Infrastructure
b) IoT/ INoT (Industrial Network of Things)
c) Robotics
d) Task Management
e) Maintenance Management
f) Material Management
g) Design Module

2. The successful bidder needs to setup a cloud infrastructure which will be used to develop and manage
various applications like the applications mentioned in Sl. 1 d) to g), IoT/INoT platforms, Robotics, etc.

3. To setup the Cloud Infrastructure the following major essential equipment needs to be procured by the
successful bidder also mentioned in the BOQ at Enclosure 2.
a) HCI: This should be installed and configured by the successful bidder to set up the software-defined IT
infrastructure that will virtualize all of the elements of conventional "hardware-defined" systems. HCI
includes, at a minimum, virtualized computing, virtualized storage and virtualized networking. The
successful bidder needs to create virtual machines as per the requirement of the applications that will be
hosted in the cloud infrastructure. The sizing and configuration of the virtual machines needs to be done
by the successful bidder as per the requirement of MDL during implementation.
b) Hardware Security Module: The successful bidder needs to set up and configure the HSM to safeguard
and manage digital keys for strong authentication and should also provide crypto processing.
c) Endpoint Data Security Module: The successful bidder needs to install and configure the endpoint data
security module in the user terminals which will protect the data by continuously validating the user,
application, and security integrity of the device before allowing access to encrypted data. The data
should remain encrypted even when transferred to a shared folder, removable USB stick, or the cloud.
The keys will be used by all the applications for the purpose of encryption and authentication.
d) Unified Threat Management needs to be installed and configured by the successful bidder to monitor
and control incoming and outgoing network traffic based on predetermined security rules. It is the
responsibility of the successful bidder to configure the policies as per the requirement of MDL.
e) Network Time Manager should be configured by the successful bidder to synchronize clock between
computer systems over packet-switched, variable-latency data networks.
f) Virtual Firewalls with Manager & Analyzer should be configured for network traffic filtering and
monitoring for virtual machines (VMs) in a virtualized environment of the cloud infrastructure. The
virtual instance will reside inside the virtual HCI container.
g) Virtual Load Balancers should be installed by the successful bidder in the virtual machine and should
configure the same to balance the workload of a server by distributing traffic across multiple network
servers. The virtual instance will reside inside the virtual HCI container.
h) Virtual HCI Container for Firewall and Load Balancer should be installed and configured to host virtual
firewall and load balancer
i) Core Switch will be installed at the data centre and The Distribution Switch, Industrial Switch, Access
switches will be installed at different locations as per the requirement of MDL and should be configured

P a g e | 27
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

to connect all the devices in the network. These switches should be connected via OFC cables and should
also be able to distribute the network within the MDL workspace, Yards and module shops.
j) Power Backup System should be set up to provide backup power when regular power source fails or the
voltage drops to an unacceptable level. This should have a minimum 60 minutes of backup to support
the cloud infrastructure.
k) Network Traffic Manager should be configured for analyzing and inspecting network traffic, it should
enable to see the network activities across all users, application, devices and locations. It should also be
configured for policy-based network shaping and real time monitoring of the network. It is the
responsibility of the successful bidder to configure the policies as per the requirement of MDL.
l) 1 KVA UPS for IE switches and Access switches should be connected to the IE and Access switches to
provide backup power supply for in case of power failure.
m) 42U Rack: The successful bidder needs to store, setup and install all the all the equipment of Cloud
infrastructure.
n) The Laying of OFC, Conduits required for laying of OFC, Splicing of LIU, Laying of Cat-6 , Punching of patch
panels /I/o's etc for setting up the network is the responsibility of the successful bidder.
o) The successful bidder needs to install and configure the Programming Console at the command and
control centre to perform specific management tasks as per the requirement of MDL.
p) The successful bidder needs to install and configure the Display and Entry System Android based at all
the modules and assembly shop where the workers at MDL should be able to view the design and the
tasks that are assigned to the workers. These systems also need to be integrated with the Task
Management system of MDL
q) Floor Standing 40-inch touch Screen Display needs to be installed and configured by the successful
bidder for the managers/ department heads of MDL where he can review the designs and documents
and also allocate task to the floor. These displays should be integrated with Task Management System,
Maintenance Management system, Material Management system, Design Module and other application
if any to enable these systems to perform the above tasks.
r) 55 Inch LED Screens for Control Centre should be installed in the control centre to get a graphical view of
all the reports and monitoring of the tasks.
s) Display Wall Controller should be installed and configure by the successful bidder for controlling the
contents that needs to be displayed on the screen
t) It is the responsibility of the successful bidder to configure all the above items and setup the cloud
infrastructure.
u) The successful bidder should check the security aspects of the cloud infrastructure so that no security
breach takes place.
v) Please refer Section A (IT Infrastructure (MDL Cloud)) for detailed scope and technical specifications of
the above items.

IoT/INoT (INDUSTRIAL NETWORK OF THINGS)


4. The IOT/ INOT should be configured to enable standardization of all varied entities into one common
platform to work and share data with each other. The IOT sensors should be used for process monitoring and
preventive maintenance. The following major equipment needs to be procured for setting up IOT platform
for MDL:
a) IOT Platform: This should be deployed centrally at the cloud infrastructure of MDL and should be
configured to act as a mediator between the hardware/IoT sensors and application layers. The primary
task of the successful bidder is to configure the IoT platform to collect data from the IoT devices over
different protocols and network topologies, remote device configuration and control, device
management, and over-the-air firmware updates.
b) Energy Management Sensor: This should be installed and configured by the successful bidder at South
Yard and the Modular shop for managing and monitoring the consumption of energy which should help
reducing the consumption of energy.

P a g e | 28
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

c) Automatic Lighting Switch: These sensors should be installed by the successful bidder at the modules and
assembly shops. These sensors should be configured to help control lighting depending on room
occupancy and levels of ambient light. It will also ensure the appropriate level of light is provided at the
right time for the expected user experience, and contributes to energy savings by making sure that the
lights are not left on when a room or space is not in use.
d) Wind Speed, Temperature & Humidity Monitoring Sensors: These sensors should be installed and
configured by the successful bidder to monitoring the weather condition which will indicate caution
parking and locking of various equipment and machinery.
e) Position Monitoring with proximity sensor: These sensors should be installed and configured by the
successful bidder to detect the presence of nearby objects without any physical contact and should
monitor the position of materials.
f) UHF RFID Sensors and readers: These sensors and readers needs to be installed and configured by the
successful bidder to provide real time monitoring and status update of materials and resources when it
moves from one place to another. These sensors and readers should also be integrated with the Task
Management System, Maintenance Management system, Material Management system to perform the
above tasks.
g) Smart Card for Workers for Auto Login and Task Update: The successful bidder needs to configure Smart
cards which will be used by the MDL workers to login and displays all tasks the worker needs to perform
based on what materials are available in the Work Area.
h) The successful bidder needs to configure all the above items as per the requirement of MDL.
i) Please refer Section B (IoT/INoT) for detailed scope and technical specifications of the above items.

ROBOTICS
5. The successful bidder needs to setup robotics for welding job which will help reduce the exposure of worker
to the harmful gases, fumes, and difficult areas to work. This should also increase the productivity with
respect to the production of the ships and submarines. The following are the major essential equipment to
be procured by the successful bidder:
a) Robotic Arms & Controller: The robotic arm should be installed and configured by the successful bidder
at the work space provided at MDL. This should be configured for welding of metal sheets of the ships
and submarines. The controller should be configured for controlling the robotic arm and to perform the
above task.
b) Power Source: This should be installed and integrated with the robotic arm and controller to supply
necessary electricity/power/heat to ''melt'' the metal at the end of the welding gun so that it can merge
the 2 parts of metal sheets together (weld).
c) Software as per Industry 4 Standard: The successful bidder needs to install and configure the software
which should act as a mediator be between the robot and the application to control and configure the
robotic arm.
d) Gantry: The successful bidder needs to install and configure the gantry and should mount robotics on the
gantry so that the robotic arm can shift its position for welding large pieces of metal sheets.
e) It is the responsibility of the successful bidder to setup all the above items and make the robotics
functional as per the requirement of MDL. Please refer section C (Robotics) for detailed scope and
technical specifications of the above items.
MDL’s Scope of Work
a) Component Table to be provided along with the material by the MDL. Also the fabrication and
erection of the component table
b) Cranes to be provided for Unloading, Shifting and Installation of equipment’s supplied.
c) All man, material and Labour required during the installation and commissioning of the system.
d) During Installation welding machine with cable and accessories and one cutting set with hose pipes,
cutting gases and accessories.

P a g e | 29
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

TASK MANAGEMENT SYSTEM

6. The successful bidder needs to develop and install the Task Management System centrally on the cloud
infrastructure at MDL to manage entire end to end Tasks and performance of each workers of MDL. The
system should be able optimize the performance of individuals and create a competitive environment among
various Projects. This should enhance quality of delivered entities as well as monitor and manage process so
that delays can be countered in time for timely delivery of the complete project. The system should be able
to optimize the performance of individuals and create a competitive environment among various Projects.
Please refer section D (Task Management System) for detailed scope of work. The system will also enable API
to connect inputs and outputs from other systems. API for other systems will be provided by MDL.

MAINTENANCE MANAGEMENT SYSTEM


7. It becomes difficult for MDL to maintain record of maintenance of each and every machines and equipment.
Therefore, successful bidder needs to develop and install a maintenance module which should be used for
keeping log of all the maintenance of each and every equipment and reduce the chances of major breakdown
of equipment. This should also reduce the cost of repairing the major breakdowns which is comparatively
very high in terms of timely maintenance of the equipment. Please refer section D (Maintenance Module) for
detailed scope of work.

MATERIAL MANAGEMENT SYSTEM


8. To improve the current Material Management system of MDL the successful bidder needs to develop a new
Material Management System which should be linked with the existing SAP. This system should manage and
monitor the real time movement of materials from one location to another with the help of IoT sensors
which needs to be attached to the materials by the successful bidders. The system should also generate a
report that elaborates track delays in dispatch, Date wise summary, location-wise availability of materials and
so on. Please refer section D (Material Management System) for detailed scope of work.

DESIGN MODULE
9. Currently, design improvements or design optimizations are carried out manually with ship designers relying
much on their experience and conventional design tools. The successful bidder needs to develop and install
new design management system centrally should work to support design in alignment with the business
processes and objective within the market environment. It should also seek to connect design, technology,
management, customers and innovation to offer competitive advantage across economic, social and
environmental factors. The system should have Version Control to enable multiple people to work
simultaneously on a project to coordinate changes and logs. Please refer section D (Design Module) for
detailed scope of work

(DISASTER RECOVERY) DR

10. As of now the DR is not included. In case, if MDL desires to have DR within first three years of the warranty
period, then the same will be setup by the vendor as per the prices quoted in this tender. The price validity
for the items at Ser 1, 4,9,10 in Section A will remain same and the installation cost for setup of DR has to be
quoted separately.

P a g e | 30
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

OTHER RESPONSIBILITIES
11. For Sl no. 1.(d) to 1.(g) the successful bidder should conduct a detailed system study and prepare a SRS. The
SRS will be approved by the authorized personnel at MDL. Once SRS is approved the successful bidder will
develop the complete solution based on SRS. Minor changes in approved SRS should be made if required by
the system during development and staging.

12. The developed system after demonstration will be hosted on the staging server (virtualized) so that the same
can be tested in the live environment.

13. The successful bidder needs to get all applications audited by CERT-In empanelled auditor before putting it
into production

14. Once successful testing and audit is done, the system will be shifted to production server.
15. It is the responsibility of the successful bidder to develop all the required applications and host the same in
the cloud infrastructure of MDL.

16. The successful bidder needs to audit the Industry 4.0 IoT component by CERT-In empaneled auditor before
putting it into production

17. The successful bidder needs to provide minimum 2 nos of qualified and experienced resident engineers on
full time basis for operations, modifications, support, services, monitoring, troubleshooting, configuration of
policies, report generations, tracing of incidents on regular basis, etc. for the entire duration of the contract.
Working time will be from 9:00 A.M to 6:30 P.M. on week days and on call basis as and when required on
Saturdays, Sundays and holidays. The Engineers should have minimum experience of 3 years and should have
degree/ diploma in engineering from recognized university.
18. The successful bidder needs to provide onsite comprehensive warranty for 3 years and 3 years of onsite
comprehensive AMC thereafter if in case the department wants at an additional charge.

19. The successful bidder should inform whenever new patches, versions, etc. are available in the industry 4.0
solution (for both hardware and software) by email & carry out the patch, firmware etc. updation with no
extra cost with prior permission.

20. The successful bidder should carry out free upgradation (version upgrades) of the software whenever a new
version is released by the OEM with no extra cost to MDL during the warranty and AMC period.

TRAINING
21. Successful bidder shall provide awareness training on Industry 4.0 and on the applications that will
developed and installed.
22. Training have to be provided at MDL’s premises. Non executives training shall be in Hindi and Marathi.
23. Successful bidder should provide training material to all the participants.

DOCUMENTATION& REPORTS
24. The Following documentation and reports should be submitted after completion of the project
a) Paper Licenses of software – Application software, OS, database or any other software.
b) Implementation procedure/ guide.
c) Screen shots of all step by step installation of applications.

P a g e | 31
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

d) Administrator and user Operational Manual / Guide.


e) Entire set up Architecture diagram.
f) Escalation matrix of OEM/ System integrator.
g) Reports as per the MDL users requirement as and when required during the contract period.

FINAL ACCEPTANCE
25. The acceptance will be given by MDL after acceptance of deliverables by Industry 4.0 committee.

P a g e | 32
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Annexure A

Technical Specifications

SECTION A

Preamble of the Project

IT Infrastructure (MDL Cloud)

MDL in its first phase of Industry 4.0 implementation would like to set up a scalable Cloud which will be the heart of
all Industry 4.0 entities. The entire IT infrastructure will be a combination of Physical and Virtual Servers running on
Hyper Converged Infrastructure with centralized management and monitoring. The Cloud will provide Infrastructure
as a Service and, Software as a Service for various functional and operational areas and units.

IT infrastructure :The existing infrastructure at MDL has been reviewed and has been found to be more suitable and
functional for platforms like SAP, AutoCAD, Aviva Marine (various versions), PDM-PLM software (Teamcenter),
Windchill, VR lab of Tata Elxsi.

MDL Proposes to have a Cloud Platform and network unique to Industry 4.0 and will be completely and dynamically
scalable. The Cloud will be the heartbeat of Industry 4.0 and all related modules of Industry 4.0. The cloud will have
suitable isolation from existing network and will allow access only at specific touch points so as to keep the Clouds
performance optimal and more specific to Industry 4.0.

MDL Cloud will also host the IoT platform which will also be scalable and will support varied type of IOT Sensors and
new sensors will work in plug and play mode.

MDL Cloud will also run deliver managed software’s as a service to various entities based on their access rights and
permissions.

The Cloud will have mainly two components

1. A centralized MDL Industry 4.0 Cloud Infrastructure.

2. An Optical Fibre based delivery network for Terminals and IoT/NoT sensors.

In terms of hardware on the work floor, it is further required that the workforce have access to touch-enabled
screens to select their drawings and tasks, and then work on the drawings by using the task module and material
module. This proposed infrastructure will also enable the traceability of the material using the material management
module. Also, various MDL departments will be able to raise a problem ticket in case there is a need for maintenance.
Therefore, all the modules will come onto one touch kiosk down to the floor.

There will be screen in every module, assembly shop, and also to department heads, where he can review all the
designs and documents digitally and also allocate tasks to the floor. Thereby, simultaneously having visibility of the
material and the manpower usage and anything else on the ground.

Now the proposed system is starting from down up so that the worker has the touch screen based input output
console, and the managers have their work Terminals and bigger touch screen displays. All these screens, along with
the NoT (Network of Things), all the integration with monitoring of the CNC machines, welding and other machines,
will be networked on a completely secure Fibre based network. This Fibre network will culminate into MDL Cloud
Infrastructure, The Cloud Infrastructure will consist of multiple 42 rack space, appropriate space will be provided by

P a g e | 33
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

MDL to install these Racks which will be used to mount the Cloud Infrastructure. The Space provided will be ample
and will provide easy accessibility to racks from all sides with minimum 1 meter in front, 1 meter behind and 1 meter
on the sides.

In the core end of IT infrastructure, the following components are there

1. HCI

2. Data Security & Encryption Hardware.

3. Unified Threat Management

4. Equipment Virtualization Platform for virtual Firewall, Load balancers etc.

3. Optical / Copper Network Infrastructure

4. Cloud Platform to deliver Infrastructure as a Service and Software as a Service.

5. Optical / Copper network connecting endpoint IoT sensors, Terminals and touch screen displays.

The cloud should also deliver thefour core modules - Design, Task, Material and Maintenance - IoT, and robotics
converged into a single central console, MDL is proposing to install a supervisory command and control centre to
monitor and manage the complete Industry 4.0 components of MDL. The Command and Control Centre will have its
information displayed on a data wall comprising of four 55 inchtouch screens integrated with a display controller and
an audio system. The command and control centre will also have terminals to perform specific management tasks.

Here MDL will have all the feed of all the systems coming up on a central console for analysis, alert, management and
control.

MDL will provide the following for setting IT Infrastructure

In order to set up the proposed IT infrastructure, MDL would provide the following:-

- An IT room where the racks, cloud servers and UPS, etc. to be installed

- A control centre room which should be about 15Ft Length and 12 Ft width at least with proper seating and
ergonomics.

- Wall space to install racks and I/O touch screen displays at Workshops.

- Wall space to install various IoT RFID sensors.

- API to integrate Cloud at various critical touch points with existing systems like SAP and others.

P a g e | 34
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

1. Hyper Converged Infrastructure with Private Cloud Licenses

S No Description of requirement Compliance


(Yes/No)
Remarks

1. Virtualization software and HCI appliance


shall be in Leaders Quadrant of Gartner
Make/Brand Magic Quadrant for x86 Server Virtualization
Infrastructure and Integrated Infrastructure
of continuous last 5 years.

2. SDS should be an integral part of appliance &


should be an in-kernel to proposed
hypervisors to increase IO efficiency and
reduce latency & overheads on the
appliance, which should come Factory
Installed with various software including
Software Defined Storage and hypervisor.
SDS should NOT be top-up or add-on
software license bundled on generic x86
server.

Hyper Converged Fully Software Defined Infrastructure


Appliance (Compute, Storage and management)

Appliance/Technology should NOT have any


hardware dependency to enable Hyper
Converged Solution.

The sizing defined below includes 10% HCI


over head if any solution has required more
than that then they should factor/ quote
separately in final sizing.

Should also have capability to use Network


Virtualization (SDN).

3. Min. 6 Nodes with redundant Boot Drives


Nodes Required
and dual caching drives

4. Latest Generation Intel® (6154 Skylake)


Processor Processors product family, 3.0 GHz per 18
Core . Minimum 2 sockets per node

5. Total Physical Cores 216 Cores (Including all the Nodes)

6. Processor Cache Min. 22 MB L3 Cache

7. Total Physical RAM Min. 2TB Memory across the cluster

8. 2 x 800 GB (SSD) as Caching SSD per Node to


be populated, If SSD cache is not available
Storage Cache
25% additional RAM to be factored in each
node.

P a g e | 35
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

9. Min. 100 TB Usable capacity to be


configured with 3.84 TB SSD Disks only
Total Usable Storage without Deduplication and compression with
2 Node Failure protection across the cluster.
Faulty Disks will not be returned.

10. Minimum of 2 x 25 Gb ports with SFP to be


Network Switch
populated on each node.

11. The solution should provide enterprise data


services such as de-duplication and
compression with erasure coding completely
in software without dependence on any
Data Services
proprietary hardware. These should be
delivered in all flash appliances. These
functionalities should be part of the
proposed solution and licensed.

12. VMWare ESX Hypervisor needs to be


Hypervisor proposed with the HCI Appliance for this
requirement with Enterprise licenses.

13. The solution should support non-disruptive


Scale-Up (Upgrade by inserting additional
drives in existing empty drive-slots if any)
whenever required without any additional
Scale Up and Scale Out licensing cost and Scale-Out (Upgrade by
adding nodes) upgrades to grow capacity
and/or performance with no disruption to
the workloads already running on the
platform.

14. HCI solution should be capable to support


SSD, SAS, NL-SAS, SATA disks within or
Hybrid and Flash
outside the cluster. The HCI OEM should
Support
have hybrid and all flash HCI appliance
available as per requirement

15. Single cluster should be scalable upto 64


nodes. Virtual Machine should be capable to
Single cluster Max. use compute/memory/storage resources on
Scalability any of the node in a 64 nodes in a single
cluster. No federation of cluster is
acceptable.

16. HCI Appliance should support different Rack


Rack Unit Units depending upon the workload (2U4N
or 1U1N or 2U1N)

17. The solution should support checksum of


data to ensure data integrity & to enable
Data Integrity Check
automatic detection and resolution of silent
disk errors.

P a g e | 36
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

18. Block Level Support for real-time data


storage tiering between SSD (Cache Layer)
Data Tiering
and HDD (Storage disks) to deliver and
maintain optimal performance.

19. Solution should support Data at Rest


Encryption
Encryption/VM Level Encryption

20. No Single Point of Failure with complete


redundancy at all levels. Nodes should be
configured to have atleast one copy of data
available in cluster, in order to support data
& cluster availability in event of One Node
Failure

Proposed solution should have replication


software. to DR site This replication should
be granular in nature with Any Point-In-Time
Recovery feature. Licenses for atleast 15 VM
Redundancy & replication should be made available with
Business Continuity capabilities of WAN bandwidth optimization
using features like deduplication,
compression. The solution should have
capability to protect against data corruption

Replication should be possible locally (same


datacenter) and/or remote site; and, on any
x86 platform with requisite number of
resources, as long as the hypervisor is same.

Third party Replication software (not from


appliance OEM) are acceptable, however,
these should integrate with the hypervisor

21. Storage policies should be enforced directly


Storage Feature from hypervisor and managed directly from
hypervisor

22. Single Web Interface Central Management


for Compute, Network, Storage and
Clustering.

Single Click Upgrade/Update for all


components of compute (including network
adapter, BIOS), hypervisor and SDS

Manageability The Solution should be able to monitor end


to end session of the user including giving
the insight of the underlying infrastructure
like server and Storage

HCI Solution should be able to provide


Quality of Service measures on Storage and
Network Operations. This is to ensure
minimum IOPS (performance) and minimum
bandwidth (throughput) to critical

P a g e | 37
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

applications

Hyper Converged Solution should support


single RCM (Release center Matrix) or single
patching capabilities for both Hardware and
Patch Management Software on an HCI Appliance. Bidder need
to attach product technical specification
sheet & OEM Certificate to authenticate their
claim.

23. Proposed solution should be based on


modular scalable architecture having the
ability to add auto-discoverable Nodes. Node
addition should be non-disruptive &
seamless; and should allow simple ONE node
scaling.

Proposed solution should be able to scale


atleast 2 times the current capacity, on
number of nodes in a single cluster

Virtualization software should have the


Scalability provision to provide zero downtime, zero
data loss and continuous availability for the
applications running in virtual machines in
the event of physical host failure, without
the cost and complexity of traditional
hardware or software clustering solutions.
This option should be supported for upto 4
virtual CPU per virtual machine.

Proposed solution must support automated


cluster deployment, configuration and non-
disruptive updates and migration

24. The Software defined storage solution should


be working without the need for data
locality. Virtualization software should
support live Virtual Machine migration
between different generations of CPUs in the
same cluster and without the need for
shared storage option.

The solution should able to support different


Features
generation of Intel processors in the same
cluster for investment protection over the
life of the proposed solution.

The solution should provide integration of


3rd party endpoint security to secure the
virtual machines with offloaded antivirus,
antimalware solutions without the need for
agents inside the virtual machines.

P a g e | 38
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Shall distribute data intelligently across all


nodes and capacity utilization across all
nodes has to be uniform at all times .

The solution should provide a virtual switch


which can span across a virtual datacenter
and multiple hosts should be able to connect
to it. This in turn will simplify and enhance
virtual machine networking in virtualized
environments

Should have all Virtualization benefits like


High Availability, automated distribution of
resources and automated live migration of
Virtual Machines from one physical server to
another in case of any failure, Fault
Tolerance with continuous availability of VM
in case of a Node Failure.

The solution should provide integration of


3rd party endpoint security to secure the
virtual machines with offloaded antivirus,
antimalware solutions without the need for
agents inside the virtual machines.

Solution must provide quality of service on a


per-VM basis, meaning IOPS threshold limits
can be set as a part of the VM level policies
that can be dynamically changed.

25. Sliding Rails With Cable Management Arm.

Rack Mount Kits Proposed appliance should be rack


mountable and all accessories needed should
be provided from OEM/bidder.

26. Minimum 80K IOPS or more with less than


Performance IOPS 3ms response time when using 32K block size
at 70:30 - Read Write Ratio.

27. Single point of support for HCI solution &


Network switch including L1, L2, L3 for
Hardware and Software (Virtualization &
Single Point of Support
SDS) from same OEM only to be provided.
Also, network switch and HCI appliance
should be from same OEM.

28. Windows 2012 and 2016 Standard/Data


Center, SUSE Enterprise Linux, RHEL 6.x,

Required certificate. Supported Hypervisor


OS Support by each of the OEM of Operating system
should be publicly available.

As part of supply 2 x Windows Svr 2016Std &


2 x RHEL has to be provided.

P a g e | 39
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

2. Hardware Security Module


S Compliance
Description of Requirements Remarks
No. (Yes/ No)

Functional Capabilities

1 Must support cryptographic offloading and acceleration

2 Should provide Authenticated multi-role access control

3 Must have strong separation of administration and operator roles


4 Capability to support client authentication
5 Must have secure key wrapping, backup, replication and recovery
Must support at least 24000 2048 RSA Private Keys on FIPS 140-2 Level 3
6
Certified Memory of Cryptographic Module.
7 Must support clustering and load balancing
Should support cryptographic separation of application keys using logical
8
partitions.
Must support M of N multi-factor authentication using USB Dongles or
9
Smart Cards.
Application Program Interfaces (APIs)
1 PKCS#11, OpenSSL, Java (JCE), Microsoft CAPI and CNG
Host connectivity.
1 Dual Gigabit Ethernet ports (to service two network segments)
Cryptography
Asymmetric public key algorithms: RSA, Diffie-Hellman, DSA, KCDSA, ECDSA,
1
ECDH, ECIES
Symmetric algorithms: AES, ARIA, CAST, HMAC, SEED, Triple DES,DUKPT,
2
BIP32
3 Hash/message digest: SHA-1, SHA-2 (224, 256, 384, 512 bit)
Full Suite B implementation with fully licensed ECC including Brainpool and
4
custom curves
Security compliance
1 FIPS 140-2 Level 3

Safety and environmental compliance

1 Compliance to UL, CE, FCC part 15 class B


2 Compliance to RoHS2, WEEE
Management and monitoring
Support Remote Administration —including adding applications, updating
1
firmware, and checking the status— from NoC
2 Syslog diagnostics support

3 Command line interface (CLI)/graphical user interface (GUI)

4 Support SNMP monitoring agent


Physical characteristics
1 Standard 1U 19in. rack mount with integrated PIN entry device.
Performance
RSA 2048 bit signing performance – 10000
1
RSA 2048 key generation performance - 19

P a g e | 40
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

ECC 256 bit signing performance 22000 and ECC 256 bit key generation
2
performance - 110/sec
Custom Application
Should enable secure execution of custom security-critical application code
1
within the tamper resistant hardware boundary

Key Generation and Protection

Ability to generate RSA keys (2048 and 4096) on board on demand and shall
be secured by high security module in accordance with FIPS 140-2 level 3
1
recommendations for Cryptographic Modules Validation. RSA 2048 key
generation performance min 10 keys/second.

Key back up and restoration

The proposed solution must include the hardware to - securely store the
1 keys at DC, at DR and at one remote location and restore them in case of
necessity
No. of Keys to be protected
The HSM must secure a minimum of 24000 2048 RSA Private keys in
1
accordance with FIPS 140-2 level 3 certified memory.
Performance upgrade of HSM
The performance of HSM should be scalable to support clustering of upto 32
1
HSM’s.
Instant Key reflection

Multiple HSMs to be supportable for DR, key backup, key update, and key
1 processes, load balancing and failover.
Should support instant key reflection to all the HSMs in the system.

Logical partitions
Logical/cryptographic separation of application keys. all The licenses must
1
be included

3. Endpoint Data Security Module


Sl. Compliance Remarks
Description of requirements (Yes/No)
No

1 Solution should have following features

• Full Disk Encryption (Drive Encryption-FDE)

• File and Folder Encryption(FFE)

• Removable Media Encryption (RME)

Active Directory Integration- This allows using domain user information


2
instead of creating users manually in Encryption Solutions.

Solution should have capabilities to have Self-Extracting Files - Send


3 encrypted email attachments and allow access to the attachment
without requiring the recipient to install any additional software.

Solution should able to decrypt the contents and update the share
folders only to the users with a matching encrypting key in network
4
based encryption – Where the data is encrypted on a share on a File
Server.

P a g e | 41
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Solution should allow for installation in a virtualized environment and


5
should support a minimum of 1500 clients

Solution should do automatic encryption and protect files while file is


6
being created.

Encrypted files should open by specific applications. For example excel


7
file should open only by Microsoft excel

Allow for Segregation of roles with different access levels for


8
administrators.

Leverage on AD Windows Authentication to remotely access encryption


9
server.

Solution uses AES 256-bit encryption that is used for the full disk
10
encryption on a computer.

OEM should have their own encryption engine for windows 7 or should
11
support Native Encryption for windows 8 and above( bitlocker)

Solution should support SED (Self Encrypting Drives) with support for
12
OPAL standard.

13 Secondary/Multi Drive encryption support

Solution should have provision for folder to keep unencrypted data on


14
removable drive

Solution should able to create Password protected encrypted key for


15 sharing information with authorized users that don’t have Encryption
client installed.

Solution should be able to reset keys created for removable media


16
encryption.

Dynamic Key Provisioning - Ability to provide automated process for key


17
creation & assigning.

Autoboot - Seamless boot Up without additional authentication screen


18
yet secure with encryption.

Solution should ensure that specific files and folders are always
19
encrypted, regardless of location (Persistent File and Folder Encryption)

Support for deployment software (e.g. SCCM IBM Bigfix and any other
20
utility provided by OEM etc).

Solution should be Compliance - Protect your data with an endpoint


21
encryption solution that is FIPS 140-2

Solution should have below recovery options


*Recovery via bootable media
22 *Recovery by slaving hard disk
*Recovery key to be sent to Mobile, if customer is using same vendor
MDM

P a g e | 42
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Solution must have Synchronized Encryption so that all important data


23 must be protected (encrypted) and that encryption should be persistent
Wherever the data is located.

The solution management server should


have below Scripting API's to support
* Users & Computers management
* User-Computer assignment(UMA)
* Key generation and Assignment
* Certificate assignment
* Token Management
24 * Inventory & status information
* Challenge/Response
* Reporting
* Service Accounts
* POA group to container assignment
* Check of objects
* Local self help

Solution should support synchronized encryption with below


functionalities
*Application Based Encryption
25
* HTML5 encryption of individual files
* Tracking of encryption and decryption events
*Microsoft Outlook add-in

Solution should support BitLocker Drive Encryption from the proposed


26 solution and as a security officer, you can set encryption and
authentication policies and distribute them to the BitLocker endpoints.

Solution should support below targets for device protection


Internal storage (boot volumes or non-boot volumes)
*Removable media
*Optical drives
27
*Drive letters
*Storage device models
*Distinct storage devices
*Cloud Storage definitions

Solution should support the Personal Keys for file-based encryption by


28
File Encryption

P a g e | 43
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Solution should support Power-on Authentication offers:

* A graphical user interface with mouse support and draggable windows,


so it is easy to read and use.

* A graphical layout which, following guidelines, can be adapted by


corporate
computers (background image, logon image, welcome message, etc.).
29
* Support for many card readers and smartcards.

* Support for Windows user accounts and passwords even pre-boot, no


more
separate credentials which the user has to remember.

* Support for Unicode and therefore also for foreign language passwords
and user interfaces.

Solution must have Web Helpdesk that provides the SafeGuard


Enterprise Challenge/Response mechanism through a web-based
interface that is accessible via HTTPS.
30
Web helpdesk must provide
* Recovery for managed endpoints
* Recovery using Virtual Clients
* Recovery for unmanaged endpoints

31 Solution must support the proof of Compliance reporting

Solution should be data centric and should automatically securing


content
32 upon creation and once encrypted files should remain secured when
shared across platforms & devices or if they are emailed or uploaded to
cloud-based file sharing programs such as Box, Dropbox or one drive

Solution should be in the Gartner’s leader for the Mobile Data Protection
33
for more than 5 years

Solution should support below Standards and Protocols


Symmetrical encryption: AES 128 bit, AES 256 bit, XTS-AES 128 bit, XTS-
AES 256 bit
Asymmetrical encryption: RSA (PKCS#1)
Hash functions: SHA-1, SHA-256, SHA-384, SHA-512
34
Password hashing: PKCS #5
Protocols and interfaces: PKCS #11, PKCS #15, LDAP, Microsoft
Cryptographic Service Provider (CSP), SOAP, XML, SSL, TCG, CCID,
Kerberos
PKI: PKSC #7, PKCS #12, X.509 certificates

35 OEM should have the support centre in India.

36 OEM should have toll free support 24x7

37 Solution should support the Windows & Mac Operating systems

38 Solution should be EAL 3+ certified at least

P a g e | 44
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

4. Unified Threat Management


S. Compliance
Description of Requirement
No (Yes/No) Remarks

General Requirements

Network security appliance should support "Stateful" policy inspection


1 technology. It should also have application intelligence for commonly
used TCP/IP protocols like telnet, ftp etc.

The proposed vendor must have a track record of continuous


improvement in threat detection (IPS) and must have successfully
2
completed NSS Labs’ NGFW Methodology v7.0 testing with a minimum
exploit blocking rate of 99%

OEM should be in Leaders quadrant of Gartner’s – in Enterprise Firewall


3
Magic Quadrant as per the latest report

Appliance shall be ICSA certified for Firewall, IPS & Gateway Antivirus
4
functionalities

Hardware & Interface requirements

14 x 1GE RJ45 inbuilt interfaces, 12 x 1GE SFP interface slots from day
1
one

2 The Appliance should have USB & Console Ports

Performance and Availability

The Firewall should be on multiprocessor architecture with minimum


20Gbps of Firewall throughput & support of 3,500,000 concurrent
1
sessions, and 200,000 new sessions per second from day one and
Firewall Latency should not be more than 3μs

Minimum IPS throughput of 4500 Mbps for real world traffic or


2
enterprise mix traffic

Minimum Threat Prevention Throughput (measured with Application


3 Control and IPS and Anti-Malware enabled) of 3000 Mbps for real world
traffic or enterprise mix traffic

4 IPSec VPN throughput: minimum 10 Gbps

5 Simultaneous VPN tunnels: 1000

Proposed solution must support minimum 3.5Gbps of SSL inspection


6
throughput.

Proposed solution must support minimum 10 virtual firewall from day


7
one

Routing Protocols

1 Static Routing

P a g e | 45
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

2 Policy Based Routing

The Firewall should support dynamic routing protocol like RIP, OSPF,
3
BGP, ISIS

Firewall Features

Firewall should provide application inspection for LDAP, SIP, H.323,


1
SNMP, FTP,SMTP, HTTP, DNS, ICMP, DHCP, RPC,SNMP, IMAP, NFS etc

IPv6-enabled inspection services for applications based on HTTP, FTP,


2
SMTP, ICMP, TCP, and UDP

Allows secure deployment of next-generation IPv6 networks, as well as


3 hybrid environments that require simultaneous, dual stack support of
IPv4 and IPv6

The firewall should support transparent (Layer 2) firewall or routed


4
(Layer 3) firewall Operation

5 The Firewall should support ISP link load balancing.

Firewall should support link aggregation functionality to group multiple


6
ports as single port.

7 Firewall should support minimum VLANS 2048

8 Firewall should support static NAT, policy based NAT and PAT

9 Firewall should support IPSec data encryption

It should support the IPSec VPN for both site-site and remote access
10
VPN

11 Firewall should support IPSec NAT traversal.

Support for standard access lists and extended access lists to provide
12
supervision and control

13 control SNMP access through the use of SNMP and MD5 authentication.

Firewall system should support virtual tunnel interfaces to provision


14
route-based IPSec VPN

15 The Firewall should have integrated solution for SSL VPN

Should support LDAP, RADIUS, Windows AD, PKI based Authentication &
should have integrated 2-Factor Authentication server support & this
two factor authentication can be used for VPN users for accessing
16
internal network from outside and for Local users accessing internet
from inside the network and for administrative access to the appliance
or all of them

P a g e | 46
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

The solution should have basic server load balancing functionality as an


17
inbuilt feature

Licensing should be a per device and not user or IP based (should


18
support unlimited users)

Integrated IPS Features Set

IPS should have DDoS and DoS anomaly detection and protection
1
mechanism with threshold configuration.

2 Support SYN detection and protection for both targets and IPS devices.

3 The device shall allow administrators to create Custom IPS signatures

Should have a built-in Signature and Anomaly based IPS engine on the
4
same unit

Signature based detection using real time updated database & should
5
have minimum 10000+ IPS signature database from day one

7 Signature updates do not require reboot of the unit.

Configurable IPS filters to selectively implement signatures based on


8
severity, target (client/server) and operating systems

9 IPS Actions: Default, monitor, block, reset, or quarantine

10 Should support packet capture option

11 IP(s) exemption from specified IPS signatures

12 Should support IDS sniffer mode

Antivirus&AntiBot

Firewall should support antimalware capabilities , including antivirus,


1
botnet traffic filter and antispyware

Solution should be able to detect and prevent unique communication


2
patterns used by BOTs i.e. information about botnet family

Solution should be able to block traffic between infected host and


3
remote operator and not to legitimate destination

Should have antivirus protection for protocols like HTTP, HTTPS, IMAPS,
4
POP3S, SMTPS protocols etc.

Solution should have an option of packet capture for further analysis of


5
the incident

6 Solution should uncover threats hidden in SSL links and communications

P a g e | 47
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

7 The AV should scan files that are passing on CIFS protocol

The proposed system shall provide ability to allow, block attachments or


8
downloads according to file extensions and/or file types

The proposed system should be able to block or allow oversize file based
9 on configurable thresholds for each protocol types and per firewall
policy.

Other support

Should support features like Web-Filtering,Application-Control &


1
Gateway level DLP from day one

The proposed system should have integrated Enterprise-class Web


Content Filtering solution with database which should support over 250
2
million webpages in 72+ categories and 68+ languages without external
solution, devices or hardware modules.

Should support detection over 3,000+ applications in multiple


Categories: Botnet, Collaboration, Email, File Sharing, Game, General
3 Interest, Network Service, P2P, Proxy, Remote Access, Social Media,
Storage Backup, Update, Video/Audio, VoIP, Industrial, Special, Web
(Others)

The product must supports Layer-7 based UTM/Firewall virtualization,


and all UTM features should be supported in each virtual firewall like
4
Threat Prevention, IPS, Web filter, Application Control, content filtering
etc.

The solution should have the flexibility to write security policies based
5
on IP Address & User Name & Endpoint Operating System

QoS features like traffic prioritization, differentiated services,. Should


6
support for QoS features for defining the QoS policies.

7 It should support the VOIP traffic filtering

8 Appliance should have identity awareness capabilities

The firewall must support Active-Active as well as Active-Passive


9
redundancy.

10 Solution must support VRRP clustering protocol.

Management & Reporting functionality

Solution must have separate hardware appliance for dedicated logging


1
and reporting.Should support 4TB of storage from day one.

Support accessible through variety of methods, including console port,


2
Telnet, and SSHv2

Support for both SNMPv2 and SNMPv2c, providing in-depth visibility


3
into the status of appliances.

P a g e | 48
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Should have capability to import configuration and software files for


4 rapid provisioning and deployment using Trivial File Transfer Protocol
(TFTP), HTTP, HTTPS

The solution should have option for firewall configuration audit &
5
compliance check to be done in automated or manual process

Should capable to provide a convenient method for alerting


6 administrators when critical events are encountered, by sending e-mail
alert messages to administrator defined e-mail addresses

Solution must allow administrator to choose to login in read only or


7
read-write mode

5. Network Time Manager


Sl. Compliance Remarks
Description of requirements (Yes/No)
No

Power Supply:

1 Voltage 230 +/- 10% V AC

2 Frequency 47-55 Hz

Functions/ Features :

3 Using Universal Time co-


Time Facility
ordination(UTC)

4 Propagation delay Compensation Supported

5 Accuracy # +/- 250 Nanosecond

6 Time Accuracy Better than 1 PPM

7 Front panel LCD display to show


LCD Display
status,time and no. of satellites

8 GPS Antenna input through BNC


Inputs
connector.

9 Power Supply

Outputs

10 NTP output (2 nos. customizable) for


NTP client access through RJ-45 .Both
Ports shall be independent

11 RS232 serial port output (2 Nos)

12 Pulse output: 1 PPS, ½PPM, 1PPM


(Configurable).

13 Support Client request per Second 10,000

Antenna

P a g e | 49
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

14 Length of GPS 50 meters

15 Gain Over 30 DB

16 RECEIVER,GLOBAL POSITIONING
SYSTEM,DISPLAY TYPE:LCD;DISPLAY
SIZE:2 X 3.5 INCH;DISPLAY
RESOLUTION:240X400 PIXELS;DATA
INTERFACE:ETHERNET;PC
INTERFACE:ETHERNET;;EXPANSION
SLOT TYPE:USB;WAY POINTS:2; Server
FREQUENCY:48-55 HZ; OPERATING
TEMPERATURE:0-55 DEG.C;ELECTRICAL
RATING:230 VAC;ADDITIONAL
INFORMATION:WITH ANTENNA and
Surge Arrestor

6. Virtual Firewalls with Manager &Analyser

Sl. Compliance Remarks


Description of requirements (Yes/No)
No

1. The Firewall should be virtual NGFW supporting State full policy inspection
technology.
2. Firewall vendor must have achieved minimum recommended rating in
either of 2 of following NSS labs report.
1) NGFW 2018 report.
2) Data Center Security gateway
3) Next Generation IPS - 2017
3. NGFW should support minimum 10 Network Interface supporting up to 2.5
Gbps of NGFW enterprise mix traffic performance.
4. Firewall Throughput should be at least 28Gbps throughput
5. NGFW (Firewall, IPS, Application control) throughput must be atleast 2.5
Gbps with real world or enterprise mix traffic
6. Firewall should support 120,000 new sessions per second
7. Firewall should support 4 Million concurrent sessions
8. The Firewall solution should support NAT64, DNS64 & DHCPv6
9. The proposed system should be able to operate in Transparent (Access)
mode and NAT/Route mode simultaneously without creating virutal
context or virtual firewall
10 Should support Device and OS fingerprinting, automatic classification,
inventory management.
11 The proposed system should have integrated Traffic Shaping functionality.
12 The proposed virtual NGFW should support Virtualization (Virtual Firewall,
Security zones and VLAN) with minimum 10 Virtual Firewall license.
13 Intrusion Prevention System
14 The IPS capability should have NSS or other equivalent Certification
15 IPS throughput should be at least 8 Gbps or better
16 The IPS detection methodologies should consist of:
17 a) Signature based detection using real time updated database
18 b) Anomaly based detection that is based on thresholds
P a g e | 50
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

19 The IPS should be able to inspect SSL sessions by decrypting the traffic
20 The IPS system should have at least 11,000 signatures
21 IPS Signatures should be updated in different ways: manually, via pull or
push technology. Administrator should schedule to check for new updates
or if the device has a public IP address, updates can be pushed to the
device each time an update is available
22 In event if IPS should cease to function, it should fail open by default and
be configurable so that crucial network traffic should not be blocked and
Firewall should continue to operate while the IPS problem is being resolved
23 IPS signatures should have a configurable actions like terminate a TCP
session by issuing TCP Reset packets to each end of the connection, or
silently drop traffic in addition to sending an alert and logging the incident
24 NGFW should be able to block attacks on non-standard ports. 3rd party
report for same should be submitted. In case if 3rd party report is not
available, then same should be clarified in OEM letter head signed by
product team.
25 Signatures should have severity level defined to it so that the administrator
can understand and decide which signatures to enable for what traffic (e.g.
for severity level: high medium low)
26 Anti-malware, Anti-bot & Advance Persistence Threat Solution
27 Should be able to block, allow or monitor only using AV signatures and file
blocking based on per firewall policy based or based on firewall
authenticated user groups with configurable selection of the following
services:
28 a) HTTP, HTTPS
29 b) SMTP, SMTPS
30 c) POP3, POP3S
31 d) IMAP, IMAPS
32 e) FTP, FTPS
33 Firewall should offer both anti-virus scanning options - proxy mode and
flow (streaming) mode.
34 Should be able to block or allow oversize file based on configurable
thresholds for each protocol types and per firewall policy.
35 Firewall must include Anti-bot capability using IP reputation DB, terminates
botnet communication to C&C servers also. Vendor needs to add additional
license if it is required.
36 Firewall should have 35000+ botnet definitions in its database and should
be updated on regular basis to protect from new definitions
37 Antivirus module should be ICSA certified
38 The proposed vNGFW should have the ability to report the Source IP,
Destination IP, C&C Servers, URL, BOT name, Malware class, executable
run, used protocols and infection severity of the attack.
39 Proposed firewall should support at least 2 Gbps of threat protection (real
world/ ent mix) throughput
40 Web & Application Content Filtering System Requirements:
41 The proposed system should have integrated Web Content Filtering
solution without external solution, devices or hardware modules
42 URL database should have at least 250+ million sites and 70 + categories
43 The proposed virtual NGFW should be able to enable or disable Web Filter
per firewall policy or based on firewall authenticated user groups for both
HTTP and HTTPS
44 Should blocks web plug-ins such as ActiveX, Java Applet, and Cookies

P a g e | 51
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

45 Shall include Web URL block, Web keyword block, Web Exempt List
46 The proposed virtual NGFW should be able to replace the web page when
the web page matches the Web Filtering blocking criteria.
47 The proposed virtual NGFW shall be able to identify, retrieve and rate the
actual URL of the cached content commonly available in search engines
such as Yahoo and Google.
48 The proposed virtual NGFW shall be able to identify, retrieve and rate the
image files from image search engines and take appropriate action as
configured
49 The solution shall allow administrators to create multiple new local URL
filtering categories besides dynamic categories
50 The solution shall allow administrators to override Online URL Database
ratings with local ratings setting
51 Many web sites use HTTP redirects legitimately; however, in some cases,
redirects may be designed specifically to circumvent web filtering, as the
initial web page could have a different rating than the destination web
page of the redirect. The solution shall be able to rate redirected sites as
well.
52 The solution shall be capable of rating URLs by domain and IP address
which sends both the URL and the IP address of the requested site for
checking, providing additional security against attempts to bypass the
rating system.
53 Solution must be able to do application wise policy based routing, instead
of doing IP based PBR.
54 User Authentication
55 The proposed virtual NGFW shall be able to support various form of user
Authentication methods simultaneously , including:
56 Local Database entries
57 LDAP server entries
58 RADIUS server entries
59 TACACS+ server entries
60 Native Windows AD (Single sign on capability)
61 Citrix Agent support for Single Sign On
62 The solution shall be capable of providing Windows AD single sign-on by
means of collector agents which broker between users when they log on to
the AD domain and the device.
63 System should also have capability to identify devices (ex. Android, IPhone,
Windows etc.) & should be able to write policies on basis of device identity
64 Management, Logging and Reporting
65 Solution must offer separate virtual management and centralized logging
and reporting to store logs and reports. In-built reporting will not be
considered as it impacts virtual core firewall performance.
66 Logging and reporting must be licensed with 3TB of storage space on
virtual infra.
67 It should show real-time traffic details
68 Logs should also show per user statistics which must include sent/receive
bytes, no. of sessions, threat score, bandwidth usage, sent/receive packets
& source IP or user, destination country detail
69 Reporting appliance should have Threat Detection Service which should do
Network Event Correlation and highlight threats to security administrator
70 Logging and reporting solution must of same proposed NGFW OEM

P a g e | 52
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

71 Solution should also include Indicator of Compromise feature with detailed


reporting and activity for botnet/zeroday

7. Virtual Load Balancers

Sl. Compliance Remarks


Description of requirements (Yes/No)
No

1. The solution should support Active-Active load balancing and active-


standby failover mode.
2. The solution should support extensible policies (epolicies) TCL scripts to
implement business logic on network without changes in application
code.
3. The solution should support Outbound load balancing algorithms like
round robin, Weighted round robin, shortest response, hash ip, target
proximity and dynamic detect.
4. The solution should support inbound load balancing algorithms like
round robin, Weighted round robin, target proximity & dynamic detect.
5. The solution should support Static NAT, Port based NAT and advanced
NAT for transparent use of multiple WAN / Internet links.
6. The solution should have IPV6 support with IPv6 to IP4 and IPv4 to IPv6
translation and full IPv6 support. The solution also have IPV6 support
with DNS 6 to DNS 4 & DNS 4 to DNS 6 translation.
7. The solution should support Domain name support for outbound link
selection for FQDN based load balancing.
8. The solution should support Dynamic detect (DD) based health check for
intelligent traffic routing and failover
9. In case of link failure, device should detect it in less than 30 seconds and
divert the traffic to other available links.
10 The solution shall provide individual link health check based on physical
port, ICMP Protocols, user defined l4 ports and destination path health
checks.
11 The solution should provide mechanism to bind multiple health checks,
support for Application specific VIP health check and next gateway
health checks.
12 The solution should support persistency features including RTS (return to
sender) and ip flow persistence.
13 The solution should support various deployment modes for seamless
integration including reverse proxy (IPv6 to IPv4, IPv4 to IPv6) and IPv6
to IPv6 transparent and reverse proxy mode.

P a g e | 53
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

8. Virtual HCI Container for Firewall and Load Balancer

Sl. Compliance Remarks


Description of requirements (Yes/No)
No

1. The proposed device should be a dedicated purpose built Multi-tenanted


Network Function Appliance. It should have capabilities to support 3rd
party and open source Network functions with dedicated Hardware
resources as independent virtual instance for future requirements and
scalability. Device should not be standard x86 server but a network
appliance purpose built for hosting multiple open source and 3rd party
virtual network function
2. The appliance should have minimum 16 x10G SFP+ interfaces and
support 2 x 40G QSFP+ interfaces from day one. Should have built in 128
GB RAM and 2 TB Hard disk capability to create up to 20 virtual Network
functions from Day 1. Device to support minimum 100 Gbps throughput.
Device should have minimum 2*SSL ASICS/FGPA/cards with network
virtual function support.
3. The appliance should support server load balancing algorithms i.e. round
robin, weighted round robin, least connection, Persistent IP, Hash IP,
Hash Cookie, consistent hash IP, shortest response, proximity, snmp, SIP
session ID, hash header etc. and support for policy nesting at layer7 and
layer4, solution should able to combine layer4 and layer7 policies to
address the complex application integration. Should also have Script
based functions support for content inspection, traffic matching and
monitoring of HTTP, SOAP, XML, diameter, generic TCP, TCPS. Load
balancer should support ePoliciesto customize new features in addition
to existing feature/functions of load balancer
4. Device to have capabilities to run multiple instances of ADC, next
generation firewall and Web Application Firewall all from different OeMs
to ensure better surface security
5. It shall support built-in failover decision/health-check conditions. It shall
also support failover and High Availability (HA) requirements. It shall
have redundant power supplies. Shall support script based functions
support for content inspection, traffic matching and monitoring of HTTP,
SOAP, XML, diameter, generic TCP, TCPS.
6. Should have IPV6 support with IPv6 to IP4 and IPv4 to IPv6 translation
and full IPv6 support. Also should have IPV6 support with DNS 6 to DNS 4
& DNS 4 to DNS 6 translation based health check for intelligent traffic
routing and failover
7. Should provide comprehensive and reliable support for high availability
with Active- active & active standby unit redundancy mode. Should
support both device level and VA level High availability
8. Script based functions support for content inspection, traffic matching
and monitoring of HTTP, SOAP, XML, diameter, generic TCP, TCPS. It
should support ePoliciesto customize new features in addition to
existing feature/functions of load balancer
9. Should provide secure online application delivery using hardware-based
high performance integrated SSL acceleration hardware. SSL hardware
should support both 2048 and 4096 bit keys for encrypted application
access.
10 Remote access
11 Proposed solution should support remote access which is 100% client
less for web based applications
12 Proposed solution must have capability to provide machine
authentication based on combination of HDD ID, CPU info and OS related
P a g e | 54
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

parameters i.e. mac address to provide secure access to corporate


resources.
13 Should provide comprehensive and reliable support for high availability
both at device level and Virtual function level
14 Device level HA should support synchronization of network functions
configuration from primary/master device to secondary/slave device
15 ADC virtual function should support built in failover decision/health
check conditions (both hardware and software based) including CPU
overheated, SSL card, port health, CPU utilization, system memory,
process health check and gateway health check to support the failover in
complex application environment
16 Management
17 The appliance should have SSH CLI, Direct Console, SNMP, and Single
Console per Cluster with inbuilt reporting.
18 The appliance should provide detailed logs and graphs for real time and
time based statistics
19 Should capture, log and display traffic related data to analyse for security
incidents.
20 Should support XML-RPC for integration with 3rd party management and
monitoring of the devices.
21 The appliance should have extensive report and logging with inbuilt
tcpdump like tool and log collecting functionality
22 Should be able to send security incidents via syslog

9. Core Switch
Sl. Compliance Remarks
Description of requirements (Yes/No)
No

1 Hardware and Switch should be fixed configuration 1 RU


Performance platform to support at least 48 x 1/10 /25
Gigabit ports and additional slot with 4
x40G/100 ports. Switch should be provided
with minimum of 4 x 40Gig, 6 x 25Gig,24 x 1
gig SFP’s.
2 Switch should have redundant power supplies
3 Switch should have non-blocking architecture
and should support switching Capacity up to 3
TBPS and forwarding rate up to 1Bpps

4 The Switch should support virtual stack to


increase performance and active-active
performance.
5 L2 Feature Switch should support at least 60K Mac
address
6 Switch should support Ethernet standards like
IEEE802.1p, IEEE802.1Q, Flow control, Jumbo
frame, 802.1D, 802.1w, 802.1s, Jumbo frames,
802.3ad, private VLAN

7 Switch should support 4000 VLANs and 4000


SVI

P a g e | 55
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

8 Switch should support VLANs based on ports,


MAC address, IP-Subnet based VLAN

9 Switch should support UDLD, CDP or LLDP


10 L3 Features Switch should support 64K IPv4 and 32K IPv6
entries
11 Switch should support up to 16K multicast
routes
12 Switch should support routing protocols like
BGPv4, OSPF(v2, v3), ISISv4, RIP, Static, ECMP,
LISP, VXLAN, PIM, SSM, DVMRP, BFD, VRF
aware BFD

13 Switch should support VRRP/HSRP


14 Switch should support VRF, MPLS, Policy based
routing
15 QoS features Switch should support 8 queues per port
16 Switch should support IPv4 and IPv6 QoS
classification and policing
17 Switch should support priority queuing, DSCP,
traffic shaping, WRED
18 Switch should support control plane policing
to protect switch CPU from DoS attack

19 Switch should support IEEE 1588v2 for


clocking precision
20 Security Switch should support at least 15K hardware
based ACL
21 Switch should support VLAN ACL, Port based
ACL, Time based ACL
22 Switch should support IP Source guard,
Dynamic ARP inspection, DHCP Snooping and
IEEE 802.1ae based MACSEC (AES-256
encryption)

23 Switch should support 802.1x for user


authentication and authorization, Dynamic
VLAN assignment, Guest VLAN assignment,
MAC based authentication

24 Switch should support real time data


collection with line rate hardware based
netflow/sflow up to 300 K
25 Switch should have unique secure identity so
that it's authenticity and origin can be
confirmed with OEM. Switch BIOS, software
image should be cryptographically signed to
ensure integrity and switch should not boot
with modified software regardless of user's
privilege level.

P a g e | 56
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

26 Switch should able to integrate with netflow


based campus visibility and threat detection
solution and should able to support threat
detection within encrypted traffic
27 Management and Switch should have at least 240 GB SSD
Troubleshooting storage to store logs and container based
application hosting and can be upgraded to
960 GB for future use

28 Switch should support telnet, SSH, https,


SNMPv3, IPFIX, configuration rollback feature
for ease of management
29 Switch should support API Driven
configuration and support Netconf and
Restconf using YANG data model. It should
support automation tool like python

30 Switch should support port mirroring based on


Inbound & outbound, mirroring based on
ports, VLANs, RSPAN, ERSPAN
31 Switch should support software upgrade
without any downtime to network. Switch
should able to support Linux based container
to run applications

32 Switch should support SNMP notification for


dynamic change in MAC table
33 Switch should support blue beacon technology
to identify hardware during troubleshooting

34 Switch should support AC and DC power


supplies
35 Switch should have field replaceable power
supplies and FAN trays
36 Switches need to be provided with all software
license from day-1 as per RFP specification.

37 OEM should be in Leader quadrant of the


latest Gartner report and Switch must be
NDPP certified

10. Distribution Switch


Sl. Compliance Remarks
Description of requirements (Yes/No)
No

1. Hardware and Switch should be fixed configuration 1 RU


Performance platform to support at least 24 x 1/10/25
Gigabit and 4 Nos of 40/100 Gigabit Port.
Switch should be provided with minimum of 2
x 40Gig, 6 x 25 Gig SFP’s.

2. Switch should have redundant power supplies

P a g e | 57
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

3. Switch should have non-blocking architecture


and should support switching Capacityupto 2
TBPS and forwarding rate upto 1Bpps.
4. The Switch should support virtual stack to
increase performance and active-active
performance.
5. L2 Feature Switch should support at least 60K Mac
address
6. Switch should support Ethernet standards like
IEEE802.1p, IEEE802.1Q, Flow control, Jumbo
frame, 802.1D, 802.1w, 802.1s, Jumbo
frames, 802.3ad, private VLAN

7. Switch should support 4000 VLANs and 4000


SVI
8. Switch should support VLANs based on ports,
MAC address, IP-Subnet based VLAN

9. Switch should support UDLD, CDP or LLDP


10. L3 Features Switch should support 64K IPv4 and 32K IPv6
entries
11. Switch should support up to 16K multicast
routes
12. Switch should support routing protocols like
BGPv4, OSPF(v2, v3), ISISv4, RIP, Static, ECMP,
LISP, VXLAN, PIM, SSM, DVMRP, BFD, VRF
aware BFD

13. Switch should support VRRP/HSRP


14. Switch should support VRF, MPLS, Policy
based routing
15. QoS features Switch should support 8 queues per port
16. Switch should support IPv4 and IPv6 QoS
classification and policing
17. Switch should support priority queuing, DSCP,
traffic shaping, WRED
18. Switch should support control plane policing
to protect switch CPU from DoS attack

19. Switch should support IEEE 1588v2 for


clocking precision
20. Security Switch should support at least 15K hardware
based ACL
21. Switch should support VLAN ACL, Port based
ACL, Time based ACL
22. Switch should support IP Source guard,
Dynamic ARP inspection, DHCP Snooping and
IEEE 802.1ae based MACSEC (AES-256
encryption)

P a g e | 58
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

23. Switch should support 802.1x for user


authentication and authorization, Dynamic
VLAN assignment, Guest VLAN assignment,
MAC based authentication

24. Switch should support real time data


collection with line rate hardware based
netflow/sflow up to 300 K
25. Switch should have unique secure identity so
that it's authenticity and origin can be
confirmed with OEM. Switch BIOS, software
image should be cryptographically signed to
ensure integrity and switch should not boot
with modified software regardless of user's
privilege level.

26. Switch should able to integrate with netflow


based campus visibility and threat detection
solution and should able to support threat
detection within encrypted traffic
27. Management and Switch should support telnet, SSH, https,
Troubleshooting SNMPv3, IPFIX, configuration rollback feature
for ease of management
28. Switch should support API Driven
configuration and support Netconf and
Restconf using YANG data model. It should
support automation tool like python

29. Switch should support port mirroring based


on Inbound & outbound, mirroring based on
ports, VLANs, RSPAN, ERSPAN
30. Switch should support software upgrade
without any downtime to network. Switch
should able to support Linux based container
to run applications

31. Switch should support SNMP notification for


dynamic change in MAC table
32. Switch should support blue beacon
technology to identify hardware during
troubleshooting
33. Switch should support AC and DC power
supplies
34. Switch should have field replaceable power
supplies and FAN trays
35. Switches need to be provided with all
software license from day-1 as per RFP
specification.
36. OEM should be in Leader quadrant of the
latest Gartner report and Switch must be
NDPP certified

P a g e | 59
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

11. Power Backup System


Sl. Compliance Remarks
Description of requirements (Yes/No)
No

1 Capacity (in kVA / 2x 30 kVA UPS in PRF mode


kW)
2 Technology and a) True Online configuration with double
Capability conversion UPS with inbuilt Isolation
Transformer.
b) DSP based technology with reduction in
electronic components.
c) Fully rated power (kVA=kW) for maximum
power availability.
d) Possibility of enhancing UPS capacity /
redundancy by operating UPS in N+X Parallel
Redundant Configuration(PRS).
e) Capability of Independent or Common battery
bank operation of the UPS when operated in PRS.
f) UPS should be designed at Rated PF of 1 i.e.
30kVA /30kW UPS rating.
g) Dual Input design.
h) UPS should have IGBT topology for both PFC
(power factor correction) and inverter.
i) Should have Dual Aux power design.
3 Model Name & Number
3.1 Make / Model / Part No to be specified by the
30 kVA / 30 kW
vendor
4 Input
4.1 Input facility -Phases 3-Phase / 4-Wire &Gnd (3Phase & Neutral +
/ Wires Ground)
4.2 Input Voltage Range 220/380V,230/400V,240/415V (3Φ4W)
Range (Full Load) 173~276 / 300~477VAC
Range (Derating to 70% Load) 132~173 /
228~300VAC
4.3 Nominal Input 50/60Hz (Auto-Selectable)
Frequency
4.4 Input Frequency 45 to 65 Hz
Range
4.5 Input Power Factor > 0.99 (Full Load)
4.6 Current Harmonic < 3%
Distortion(ITHD)
4.7 Generator Compatibility to genset supply required
Compatibility
4.8 Input Protection Should be provided at the input of the UPS
(Thru In-built 1P suitable for the full rated capacity of the UPS
MCB)
5 Output
5.1 Nominal Output 220/380V,230/400V,240/415V (3Φ4W)
voltage
5.2 Output Voltage ±1%
Regulation
5.3 Nominal Output 50/60 Hz
Frequency
5.4 Output Frequency ± 0.05Hz

P a g e | 60
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Regulation
5.5 Output Frequency <1Hz/sec
Slew Rate
5.6 Output Wave Form Pure sine wave
5.7 Output Voltage < 1.5 % (linear load)
Distortion (THDu)
5.8 Crest Factor 3:1
5.9 Output Short circuit Electronic Protection
Protection
6 Transient Response / Recovery
6.1 Transient Response: ±7%
Dynamic Regulation
for 10% to 90% step
linear load
6.2 Transient Recovery < 1 cycle
to steady state
condition after 10%
to 90% step linear
load
7 Transfer Time
7.1 Transfer Time (Mode Zero ms from Mains mode to Battery Mode
of operation) Zero ms from Battery Mode to Mains mode
7.2 Transfer Time <1ms (Synchronized Mode)
(Inverter to Bypass /
Bypass to Inverter)
7.3 Automatic & Bi- Bypass To Inverter ±10 % (Rated Voltage)
directional static by- Inverter To Bypass ±7 % (Rated Voltage)
pass (In-built)
7.4 Maintenance Bypass 1.UPS should have option for manual maintenance
bypass
2. Maintenance bypass cover removal sensing.
3.The maintenance bypass should provide for Hot-
swap of the faulty UPS PWB for repairs / service.
8 Efficiency (At Nominal Voltage & Resistive Load up to kW rating of UPS)
8.1 Overall Efficiency (AC Upto 93%
to AC) - Online
(Double Conversion)
8.2 Overall Efficiency (AC Upto 96%
to AC) - ECO Mode
(Bypass feeding the
load under normal
conditions)
9 Overload
9.1 Inverter Overload ≤105 %: continuous,106% ~ ≤125%: 10 minutes;
capacity 126% ~ ≤150%: 1 minute; >150%: 1 second
10 Display Panel (In-build LC Display &LED )
10.1 Measurements (On Input: Voltage / Frequency, Bypass: Voltage /
LCD) Frequency, Output: Voltage / frequency, Battery:
Remaining time / Battery Level Indicator,Load:
Percentage / Load Level Indicator, Battery Voltage
Capacity/Status/Test Result, System Date/Time
Setting,CurrentTime,PFC Fuse Open,Battery
Temperature Too High,Battery Over
Charge,Battery Out of Date,INV Short

P a g e | 61
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Circuit,Output Breaker
Off,kVA,kW,outputcurrent,Battery current.

10.2 Fault Indication (On Main Input Sequence Fault, Power Module
LCD) General Fault, Battery Ground Fault, Bypass Static
Switch Fault,ParallelFault,System General
Fault,Provide Bypass O/P Even If UPS Fault.
10.3 Indications (LED) Normal-Green/Battery-Orange/Bypass-
Green/Fault-Red
11 Alarms
11.1 Audible Alarms Battery Low beep / DC Fault beep/ UPS Overload
beep/ o/p short ckt fault beep/ Shutdown beep
12 Battery Backup / Battery Bank & Charger
12.1 Backup Required 60 Minutes
12.2 Battery Bank Voltage 240 V DC or higher
12.3 Battery Bank VAh 60 Minutes VAH Required 48000VAH x 2
(Vendor to include
battery sizing
calculations with
tender)
12.4 Batteries Type Sealed Maintenance Free (SMF) - 12V Cells
12.5 Battery Makes Amara Raja / Exide
12.6 Number of Battery Maximum Two Banks in parallel
Banks
12.7 Minimum Charger The charger should be able to deliver charging
Rating (Including current equivalent to 10% of Battery Ah rating
internal / external) offered. (In case of external chargers, suitable
monitoring of the chargers should be provided in
the UPS. Also all external chargers taking AC input
must have PFC - Power factor correction)
12.8 Charger type / Constant Voltage Constant Current Solid state
Charging Method & SMPS charger
Charging Voltages Float Charge 270V±(2V)
Boost Charge 280V±(2%V)
12.9 Battery recharge 10-12 hours
time (After complete
discharge) to 90%
capacity
12.10 Battery Housing Should be compact and space saving MS steel
(Vendor to provide open racks complete with interconnectors
the GA drawings of
the offered Battery
Rack)
12.11 Battery End Cell 1.75 V/cell
Voltage
13 Interfaces
13.1 Serial RS232 Port should be provided as standard in the
Communication UPS. However there should be provision for USB
RS232 Port (Option port also in the UPS.
of USB Port should

P a g e | 62
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

be available)

13.2 REPO(Remote Provide both onsite & remote EPO to shutdown


Emergency Power UPS when
OFF) / ROO(Remote emergency situation happens.
ON - OFF) Port REPO Port with a user-supplied switch
13.3 Interface to NMS SNMP (IPV6) Card for connecting the UPS to LAN
(Network thru Ethernet port & monitoring thru NMS should
Management be available (The cost of SNMP Card / NMS
System) - To be software to be quoted separately)
quoted as option
13.4 Interface to BMS ModBus Card for connecting to UPS to BMS thru
(Building RS485 & monitoring thru BMS
Management
System) - To be
quoted as option
13.5 Interface to DCS Relay I/O Card or PFC (Potential free contacts) for
(Distributed Control connecting to UPS to DCS / PLC / SCADA system
System) - To be for communicating UPS operating status
quoted as option
13.6 UPS status UPS should have configurable input signal as
information shutdown UPS or battery test dry contact.
presented as 3
contact closures
14 Restart / Testing Capability
14.1 Cold Start UPS should start up
On AC Supply (Mains) without DC Supply
(Batteries)
On DC Supply (Batteries) without AC Supply
(Mains)
14.2 Automatic Restart UPS should start up automatically on mains
resumption after battery low shutdown
14.3 Self-Diagnosis UPS should be capable to carry out self-test of
Rectifier / Charger /Battery & Inverter module
during start-up
15 Physical
Operating
15.1 Temperature 0℃ ~ 40℃
15.2 Storage
Temperature -20℃ ~ 40℃
15.3 Operating Humidity < 95%
15.4 Operating Altitude 0 to 3000m(0 To 10000ft)
15.5 Type of Cooling Forced Air
15.6 Noise Level < 60dBA at 1 Meter
15.7 Air Filters UPS should have internal anticorrosion air filters
for dust filtration (Optional)
Dimension (w x d x To be furnished by the vendor
15.8 h) in mm
15.9 Weight - in kg To be furnished by the vendor
15.10 Reliability MTBF greater than 100000 hours
15.11 Packaging Material / Recyclable (No CFC) &
Vibration Withstand 1. Vibration testing as per ISTA -1G Non-
& Drop Test operational with Packing
P a g e | 63
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

15.12 Standard Package of 1.SMART Slot


UPS to include the 2.MINI Slot
following minimum 3.Parallel Port
accessories 4.RS232 Port
5.REPO Port
6.Charger Detection Port
7.Input Dry Contact
8.Output Dry Contact
9.USB Port
15.13 Parallel
Configuration UPS should have capability for parallel 4 units.
15.14 UPS DC bus capacitor have minimum life of 5
DC bus Capacitor years@40°ambient.
16 Certifications
16.1 Manufacturer QMS: As per ISO 9001: 2008
EMS: As per ISO 14001: 2004
OSHAS: As per ISO 18001: 2007

16.2 Product Safety ESD:IEC61000-4-2: level4


Certifications RS : IEC61000-4-3: level3
(Mandatory) EFT: IEC61000-4-4:level4
SURGE: IEC61000-4-5:level4
CS: IEC61000-4-6: level3
IEC 61000-2-2
EN 62040-2
EN 61000-3-2

16.3 ROHS compliance UPS should be ROHS compliance


17 Input, output cabling is customer scope

12. Network Traffic Manager

Sl Description of Requirements Compliance Remarks


No
(Yes/No)

1 General Features

(i) The system should ensure reliable performance for network


dependent applications.

(ii) The system should reduce the impact of non-strategic


traffic, and diagnose and resolve network problems.

(iii) The system should identify and control bandwidth hogs so


that network administrators can identify problem users,
applications and websites and apply automated policies to
limit or prevent bandwidth allocation.

(iv) The system should have the feature to easily monitor


recreational traffic like video streaming and P2P sharing.

P a g e | 64
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

2 Technical Features

(i) Real-time Monitoring :- The system should monitor the


health of network in real time and give insight about how
applications are performing, bandwidth consumed by users,
applications across the network

(ii) Policy-Based Shaping: - The system should have the feature


to prioritize how and when users, applications and websites
can consume bandwidth on network.

(iii) Interactive Analytics: - Intuitive dashboard feature should


be there to visualize activities by all users.

(iv) Application Acceleration: - The system should support


acceleration and caching features.

(v) Predictive Recommendations: - The system should have the


feature to study the patterns and trends in the network and
automatically make suggestions to repair and improve
network performance.

(vi) QX Boost for Skype application: Improve the quality of


experience For voice, video and application sharing. QX
Boost for Skype for Business correlates Skype® call data with
network information to provide a complete end-to-end view
of your call traffic, down to the Device level.

3 Hardware Features

(i) Traffic shaping and Acceleration

(a) Shaping Throughput : - 1 Gbps

(b) Concurrent Flows : - 220,000

(c) Packets per second : - 200,000/s

(d) New Connection Rates : - 10,000/s

(e) Acceleration Throughout : - 30 Mbps

(f) Edge Cache Throughput :- 50 Mbps

(g) Optimized Connections : - 6,000

(h) APS Objects 250

(i) SLA Objects 250

(j) PDF Reports 60

(k) Traffic Policies 1024

P a g e | 65
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

(ii) Interface Capability

(a) The system should have 1 x RJ45 based dedicated console port
for management purpose.

(b) The system should have at least 3 x 1G (Copper) bypass bridge


pair and 2x 1G (Fiber) bypass bridge pair. Also the system should
have one additional NIC slot for future expansion.

(iii) Physical Parameters

(a) Form Factor: -1U rack mountable

(b) Power Rating :- 17W @ 0.13A, 22W @ 0.16A (Max)

(c) Environment: - 0 deg cel to 40 deg cel, 5% to 90% operating


humidity.

13. Industrial Switch


Sl. Compliance Remarks
Description of requirements (Yes/No)
No

Industrial Grade switch with at least 8 * 10/100/1000


Mbps POE+ and 2* Gigabit SFP Fiber Ports. 2 x 1 Gig
1. SFP Modules (Single Mode) should be provided from
Interfaces
day one.
Atleast 240 Watts of POE power budget

Configurable up to 8K MAC addresses

2. 256 VLAN
Scalability
Should support Multicast routing ,IGMPv1, v2, v3
snooping, IGMP filtering, IGMP querier
3. BPDU Guard, Port-Security, Private VLAN, DHCP
Security
Snooping, Dynamic ARP Inspection, IP Source Guard,
IEEE 802.1x, 802.1p, 802.1Q, 802.1s,802.1w,

4. IEEE 1588v2 PTP Precision Time Protocol,CIP


Standards
Ethernet/IP
Must support GVRP / VTP / equivalent protocol

5.
IPv6 IPv6 Host support, HTTP over IPv6, SNMP over Ipv6

6.
Power AC 90-264V , 50/60 Hz

7. Operating
(minus) -20 C to +75C
Temperature
8.
Alarm 2 alarms in, 1 alarm out
9. Certifications IEC/EN 61010-2-201,UL/CSA 60950-1,CB to IEC 60950-

P a g e | 66
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

EN 60068-2-52,EN 60068-2-60,IEC 60068-2-27,MIL-


STD-810, Method 514.4
Should support ring design with Parallel Redundancy
Protocol (PRP)
Must support layer3 Inter-Vlan Routing
Management software with required licenses from
10 same OEM must be provided
Management Must support Removable SD card for easy replacement
of switch & to copy configuration or image files
Must support DHCP Server ,DHCP client,DHCP relay
feature,SPAN session ,RSPAN
SNMP V2/V3 ,SSHv2, web based interface, TACACS+
and RMON

14. Access Switch


Sl Compliance Remarks
No Description of Requirements (Yes/No)
A HARDWARE SPECIFICATIONS
(i) Ports: - 24 x 10/100/1000 BaseT ports with 4 x 1000 BaseT SFP-Based
Uplink Ports 2 x 1 Gig SFP Modules (Single Mode) should be provided from
day one.
(ii) Switch supports stacking of upto 8 switches with stacking throughput of
80 Gbps
(iii) Flash Memory :- 128 MB
(iv) DRAM :- 512 MB
(v) CPU :- Dual Core Processor
(vi) Interfaces :- USB (Type-B) & Ethernet (RJ-45) Console Ports, 10/100
Mbps Ethernet (RJ-45) Network Management Interface
B PERFORMANCE SPECIFICATIONS
(i) Switch supports Forwarding Bandwidth of 100 Gbps.
(ii) Switch supports Switching Bandwidth of 216 Gbps.
(iii) Switch supports forwarding rate of 71.4 Mpps
(iii) Switch supports Maximum Active VLAN's of 1000 & 16k Mac address
table.
(iv) Should support dynamic VLANs and mechanism for dynamic trunk
configuration across switches. Support of Voice VLAN, Guest VLAN feature,
MAC based VLAN assignment, Private VLAN, Private Edge VLAN, Voice
VLAN.

(v) Jumbo Frame Support of 9216 bytes


C STANDARD SUPPORT
Switch Supports standardslike :- 802.1p,802.1s, 802.1q, 802.1w, 802.3ad,
802.1AB LLDP and LLDP-MED, 802.3az
D ROUTING SUPPORT
Switch supports IPv4 and IPv6 based static routing and Access control list.

E SECURITY FEATURES

P a g e | 67
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

(i) The switch supports IEEE 802.1x providing user authentication in con-
junction with a RADIUS server. It also support 802.1x based VLAN
assignment and dynamic ACLs.

(ii) The switch also support TACACS+ and RADIUS authentication


(iii)Switch supports Security Dynamic ARP Inspection, IP source guard,
uRPF, BPDU and STP root guards. Also supports Port based and ACLs for
routed interfaces for both IPv4 and IPv6 traffic.

F ENVIRONMENTAL
(i) Operating Temperature :- -5ºC to 45ºC
(ii) Operating Relative Humidity :- 10% to 95% noncondensing
G POWER
Supports input voltages between 100 and 240V AC

15. Ruggedized Hand Held Console

Sl
n Compliance
o Description of Requirements (Yes/No) Remarks
1 Software Windows 10 or above 64 bits

Resistant to 10 ft drop, shock, vibration, rain,


dust, sand, altitude, freeze/thaw, high/low
temperature (-20 C deg to 60 deg C), temperature
shock, humidity, explosive temperature, certified
sealed all weather design, certified for use in
hazardous locations. Ambient thermal
2 Durability management with IP cooling Fan
4 GB RAM , 128 GB SSD, up to 64 GB external
3 Storage & memory storage with micro SDXC card

Minimum 10.1 inch 1920x 1200 with LED


backlighting. Antiglare, antireflective, sunlight
readable. Capacitive multitouch, waterproof
digitiser pen daylight readable screen. Automatic
screen rotation, HD graphics 520 (built in CPU)
4 Display video controller.
Integrated microphone, realtek high definition
audio, integrated speaker, on screen & button
5 Audio volume controls

10 point gloved multitouch + digitiser screen


(supporting bare hand touch gestures and wet
touch mode). Tablet buttons, integrated stylus
holder, on screen QWERTY keyboard & option for
6 Keyboard & Input detachable keyboard
Intel® CoreTM i5-6300U vProTM Processor
(3 MB cache, 2.4 GHz up to 3.0 GHz
7 CPU with Intel® Turbo Boost Technology)

P a g e | 68
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Docking connector 24-pin, HDMI-Type A,


Headphone/speaker-mini jack stereo, optional
serial dongle, USB 3.0 x 4 ports, RJ-45 ethernet
8 Interface port, Card reader
Optional 4G multicarrier mobile, Bluetooth
9 Wireless version 4.1, Wi-Fi enabled

Li ion battery with 14 hours or more back up,


battery charging time less than 2 hours, battery
should not heat up severely due to continuous
10 Power supply working, bridge battery (1 minute swap time)
11 Weight Not more than 1.2 kgs
12 Note All ports should be closed

16. 1 KVA UPS for IE switches and Access switches


Sl Compliance Remarks
Description of Requirements
No (Yes/No)

General Features

1. The form factor of the UPS should be 2U and 19” rack


mountable.
2. The UPS should be based on True Online Double-Conversion
A technology so that mission-critical applications benefit from
zero transfer time to battery and an internal automatic bypass.
3. The UPS should have LCD interface on the front panel so that
UPS monitoring and management gets simplified.

4. The UPS should support full system self-test diagnostics.

ELECTRICAL INPUT

1. Nominal Voltage :- 220-240V


B
2. Voltage Range :- Up to 120-276 VAC

3. Frequency Range :- 40-70 Hz

C ELECTRICAL OUTPUT

1. Power Factor :- 0.9

2. Voltage :- ± 3% of nominal regulation

4. Frequency Regulation :- ± 3 Hz Online

5. Load Crest factor :- 3 to 1

D COMMUNICATIONS

P a g e | 69
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

1. Ports: - 1 x RS232 & 1 x USB port for management, 1 x EPO


connector.
2. The UPS should have support for SNMP/WEB card for
monitoring in SNMP-based Networks.
ENVIRONMENTAL FEATURES

1. The system should be IEC/EN 62040-1-1, IEC/EN 62040-2, CE


marking
E
2. Operating Temperature :- 0 degcel to 40 degcel

3. Storage Temperature: - -20 to +40 degcel.

4. Relative Humidity: - 5- 90 % non-condensing.

17. 42U Rack

Sl Description of Requirements Compliance Remarks


No (Yes/No)

1 The rack should be of 42U height with 800mm x 1000mm dimensions.

2 The Rack should have metal sheet perforated front and rear doors.

3 Both the side panels should be easily removable for easy access to the
equipment’s.

4 The top and bottom panels should have ventilation and cable entry
facility.

5 The rack should have adjustable 19” vertical mounting

6 As part of supply the rack should have 1 x Power strip, 1 x cable


manager, 1 x Rack tray and hardware kit.

18. 6U Rack

Sl Description of Requirements Compliance Remarks


No (Yes/No)

1 The rack should be of 6U height with 550 mm (W) x 450mm (D)


dimensions.

2 The Rack should have FRONT GLASS DOOR.

4 The bottom panels should have ventilation and cable entry facility.

5 The rack should have adjustable 19” vertical mounting

6 As part of supply the rack should have 1 x Power strip, 1 x cable


manager and hardware kit.

P a g e | 70
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

19. Category 6 Cable 305 meter

Sl Description of Requirements Compliance Remarks


No (Yes/No)

The Cat-6 cable should meet the requirements of ANSI/TIA Category 6 ISO
11801 Class E.

Insulation should be of high density polyethylene.

The construction of the cable should be 4 twisted pairs separated by


internal X shaped 4-channel polymer spine.

The construction of the cable should be 4 twisted pairs separated by


internal X shaped 4-channel polymer spine.

The construction of the cable should be 4 twisted pairs separated by


internal X shaped 4-channel polymer spine.

The conductor should be 23 AWG Solid bare copper (4 pair).

Electrical Properties:-

(i) Conductor Resistance :- ≤ 9.38 Ohm/100m


(ii) Characteristic Impedance:- 100 ± 15 Ohm

Mechanical Properties:-

(i) Operating Temperature:- -20 °C to 70 °C


(ii) Storage Temperature:- 0 °C to 50 °C

20. 12 core OFC (SM) unarmoured

Sl Description of Requirements Compliance Remarks


No (Yes/No)

(i) Must confirm to CCITT G-652

(ii) Fibre Specifications

(a) No of fibres Twelve

(b) Material Gremanium Doped Silica Glass

(C) Wavelength operation 1310 nm and 1550 nm

(d) Type of cable single mode un-armoured

P a g e | 71
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

(iii) Optical Specifications

(a)Mode field diameter


9.3 ± 0.5 micron
(i)1310nm
10.5 ± 1.0 micron
(ii)1550nm

(b) Cladding Diameter 125 ± 1.0 micron

(c ) Core Diameter 8.5 ± 1.0 micron

(d) Numerical Aperture 0.25 - 0.30 nm

(e ) Refractive Index Profile Step

(iv) Transmission Specifications

(a) Attenuation ≤ 0.35 db/km(at 1310 nm)

< 0.22 db/km (At 1550 nm)

(b) Chromatic Dispersion ≤ 3.5 ps/(nm/km)( At 1310 nm)

< 18 ps/(nm/Km)(At 1550 nm)

(v) Construction of cable

Strength member Min 2 Nos of RFP rods embedded in sheath

Outer sheath of HDPE 2.0mm min

Inner Sheath HDPE 1.5mm min

Type of core Central tube variety

color coding standard color scheme of Fibre for easy


identification during splicing.

(vi) Temperature for installation -10 C to 60 C


and operation

(vii) Minimum Bendings radius Less than 20D, where D is the diameters of
the cable

(viii) Tensile Stress 3 x 3 where W is the wt of 1 Km of cable

21. 12 core OFC (SM) armoured

Sl Description of Requirements Compliance Remarks


No (Yes/No)

P a g e | 72
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

(i) Must confirm to CCITT G-652

(ii) Fibre Specifications

(a) No of fibres Twelve

(b) Central Strength Member Glass Reinforced Plastic (GRP)

© Wavelength operation 1310 nm and 1550 nm

(d) Type of cable single mode Armoured

(iii) Optical Specifications

(a)Mode field diameter


9.3 ± 0.5 micron
(i)1310nm
10.5 ± 1.0 micron
(ii)1550nm

(b) Cladding Diameter 125 ± 1.0 micron

(c ) Core Diameter 8.5 ± 1.0 micron

(d) Numerical Aperture 0.25 - 0.30 nm

(e ) Refractive Index Profile Step

(iv) Transmission Specifications

(a) Attenuation ≤ 0.35 db/km(at 1310 nm)

< 0.22 db/km (At 1550 nm)

(b) Chromatic Dispersion ≤ 3.5 ps/(nm/km)( At 1310 nm)

< 18 ps/(nm/Km)(At 1550 nm)

(v) Construction of cable

Strength member Min 2 Nos of RFP rods embedded in


sheath

Outer sheath of HDPE 2.0mm min

Inner Sheath HDPE 1.5mm min

Type of core Central tube variety

color coding Standard color scheme of Fibre for easy


identification during splicing.

(vi) Temperature for installation -10 C to 70 C


and operation

P a g e | 73
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

(vii) Minimum Bendings radius 50mm at full load

(viii) Tensile Stress 2500 N Max.

22. 12-PORT LIU


S Description of Requirements Compliance Remarks
No (Yes/No)

1 The LIU should be 19inch 12-Port Rack/Wall mountable fully loaded with
Pigtails from day1.

2 The mounting height should be 2U

3 Should manage both splices and terminations.

4 Should have rubber fibre slotted bracket built-in, metal splice shelf to
protect fibre.

5 The front & Rear covers should be removable for better access.

6 The Splice tray should be made of aluminium with 0.6 mm thickness.

7 Working Temperature :- -10 degcel to 50 degcel

8 Storage Temperature : - -10 degcel to 50 degcel

23. 24-PORT LIU

S Description of Requirements Compliance Remarks


No (Yes/No)

1 The LIU should be 19inch 24-Port Rack/Wall mountable fully loaded with
Pigtails from day1.

2 The mounting height should be 2U

3 Should manage both splices and terminations.

4 Should have rubber fibre slotted bracket built-in, metal splice shelf to
protect fibre.

5 The front & Rear covers should be removable for better access.

6 The Splice tray should be made of aluminium with 0.6 mm thickness.

7 Working Temperature :- -10 degcel to 50 degcel

8 Storage Temperature : - -10 degcel to 50 degcel

P a g e | 74
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

24. 24-Port RJ-45 based Patch Panels

S Description of Requirements Compliance REMARKS


No (Yes/No)

1 The patch panel should have 24 Port and should be 19Inch rack
mountable.

2 Support Bar:- SPCC, 1.5mm thickness black colour painted

3 Panel: SPCC 1.5mm thickness with black colour painted

4 Should Accept Cat5e+ and Cat6 keystone Jacks

25. OFC Patch Cord (3Mtr)

S Description of Requirements Compliance Remarks


No (Yes/No)

1 Connector Type:- SC/FC/LC/ST/MTRJ

2 Optical fibre :- Single Mode

3 Cable Type:- PVC

4 Insertion Loss: - Typical: ≤0.2dB, Max. 0.3dB

5 Return Loss :- PC≥45dB, UPC≥50 dB, APC≥60dB

6 Repeatability : - ≤0.2dB 1,000 times mating cycles

7 Working Temperature :- -40 degcel to 70 degcel

8 Storage Temperature : - -40 degcel to 70 degcel

26. Programming Console

Sl. Compliance
Description of requirements Remarks
No (Yes/No)
Minimum Intel i7-8700 processor (6
1 CPU
Cores/12MB/up to 4.6 Ghz 65 W).
2 Memory 8 GB (DDR4 2666 Mhz) or higher
3 Chipset Intel Q 270 chipset or better
4 Form Factor Small Form Factor
5 Monitor 18.5" or higher
6 HDD 3.5" 1TB 7200rpm SATA Hard Disk Drive
4 x USB Ports (at least 2 on the front side and
7 Ports
at least 2 USB 3.0)

P a g e | 75
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Standard Key Board and USB optical/ laser


9 Key Board/ Mouse
scroll Mouse

10 Operating System Windows 10 Professional

HD Audio, Inbuilt Stereo Speakers, inbuilt


13 Multimedia
Optical Disk Drive

27. Display and Entry System Android based

Sl. Compliance Remarks


Description of Requirement
No. (Yes/No)
1. LED 24"
2. Touch Screen Capacitive touch screen,10 points
3. Quad core ARM Cortex A17@1.8GHz,
CPU
Mali T764 RK3288
4. HD Video Decoder(4K@60fps and
FHD 1080p@60fps)
HD Video Encoder(max.1080@30fps)
Graphics processor supports 3D,
Multi-media
OpenGL ES1/2/3.0和OpenVG 1.1
DriectX11
2D/3D GPU (Mali T764) strong PMU
I2S master and slave ports
5. Dual Channel 2G DDR3
DDR/Flash DDR3/L 8G(Default) Upto 32G (Optional)
Microphone eMMC/NAND
flash Built-in Microphone
6. OS Android 6.0
OS
Linux Kernel 3.0.8+
7. Ethernet RJ45 yes
8. Music MP3,WMA,WAV,OGG,AAC,FLAC,3GP…
MPEG1/2/4,AVI,WMV,MKV,MOV,VP8,
Video
H.263/264/265…
Picture JPG,BMP,PNG…

Brower IE
App

App Store Google App Store V11.1 or later


Adobe Flash
yes
Player
HTML5 DLNA
multiwindow
9. data transmit(when connecting
Mini USB HDMI,MINI-USB output TP signal to
external USB2.0x2
USB DC 12V 3A Dia=5mm
I/O Power power button
Button SD
SD card slot 20mw@16ohm,stereo,Dia=3.5mm
Earphone
built-in 4ohm 5w *2pcs
Speaker

P a g e | 76
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

10. Client Displayer LED8 digits display


11. N.W. TBD
G.W. TBD
12. Packing packing size
frame (ABS) white/black for option
material

28. Floor Standing 40 inch touch Screen Display

Sl
n Compliance
o Description of Requirements (Yes/No) Remarks
1 Resolution 1920*1080 full hd or Higher
2 Color 16.7M
3 Brightness 350cd/m2
4 Response Time 8ms
5 Size 40 Inch or higher
6 CPU Intel Core i3 (1 Ghz or higher)
7 O/S Windows 7 or higher
8 RAM 2GB or higher
9 RJ45 1
11 USB 1 ( USB2.0 or higher interface)
12 SD 1 (Compatible MMC/MS)
13 CF 1
14 L/R Audio input and output 2(RCA*2)
15 Speaker 2*5W( 9Ω)
16 Video format MPEG1/MPEG2/MPEG4/DivX/ASP/WMV/AVI
17 Audio format Wave/MP3/WMA/AAC
18 image format JPEG/BMP/TIFF/PNG/GIF
19 Image resolution 480P/720P/1080P
20 Power supply AC 100-240V 50/60HZ
21 Maximum power consumption ≤220W
22 Standby power consumption <5W
23 Form factor Floor standing
24 Remote controller IR Remote Controller
25 Color system PAL/NTSC/SECAM
26 Menu language English
27 Screen type Touch Screen

29. 55 Inch LED Screens for Control Centre

Sl Remarks
No. Specification Item Compliance
Detailed Specification YES/NO
1. It shall be made up of multiple LCD
Display wall modules stacked up in 2(R )rows and 2(
C) columns to achieve a video wall
2. Display technology Liquid Crystal Display

P a g e | 77
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

3. The diagonal size of each display unit/


module shall be 55” nominal with a
Display size and resolution
native resolution of at least 1920x1080
pixels
4. Combined bezel gap Should be 1.8 mm nominal
5. Light source LED
6. Brightness 500 NITS ± 10% or better
7. Color Shall offer 1.07 Billion Colors
8. Contrast ratio should be minimum 1400:1
9. The control box and power supply
should be in the same housing to
Architecture
ensure quick swapping of module for
repair with minimum downtime
10. 1x Digital DVI-D
2x Digital HDMI
1x RS232C Dsub-9
Input terminals
1x RJ45
1 x DP
1 x Audio - In
11. 1x Digital DVI/DP
Output terminals
1xRS232, RJ-45
12. Cables 4 Nos. of DVI Cables 15 M each
13. System indicator display to show
LED indicator
system status
14. IR remote IR remote
15. OSD style list type OSD format
16. Input selection, picture, image and
On Screen display
tiling should be adjusted using OSD
17. User should able to adjust the primary
Colour adjustment & secondary colours for color
alignment and fine tuning
18. OSD Languages English
19. Videowall should equipped with a wall
control & monitoring system
System should be based on Python-
Django framework with web browser
architecture
Should able to control & monitor
individual LCD module , multiple LCD
Wall control & monitoring modules and multiple video walls
System should able to schedule the
system parameter/ properties in daily ,
sequentially and periodically mode.
Should provide a virtual remote on
screen to control the videowall
Status log file should be downloadable
in CSV format as per user convenience
20. Normal operating should be < 209 W
Power consumption
Standby mode < 2 W at 110VAC

30. Display Wall Controller

Sl. Compliance Remarks


Description of requirements
No (Yes/No)

P a g e | 78
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

1. Display & Controller Display & Controller should be


from the same manufacturer
2. Reputed Company The OEM should be an established
multinational in the field of video
walls and should have installations
around the world
3. Display controller Controller to control 4displays
with6 DVI outputs, 6 DVI/HDMI
inputs along with necessary
software’s
4. Chassis 19” industrial Rack mount
Lockable front door to protect
drives
5. Operating System Platform Window 7- 64 bit
6. Processor options Xeon/ i3/i5/ i7
7. RAM Std. 4 GB DDR3, higher on request
8. HDD Support up to minimum 2 HDD
Std.: 500 GB , can be upgraded on
request
9. Networking Dual-port Gigabit Ethernet
Controller inbuilt
Supports Add on copper/ optical
fiber adapters
10 Input / Output supported Serial ATA
LAN
* 2x RJ45 LAN ports
USB 2.0 port
11 RAID RAID 0, 1, 5, 10 support
12 Power Supply ( 1+1) Redundant hot swappable
13 Cooling Forced cooling
14 Indicators LED’s for HDD activity and Power
status
15 Switches Power On/Off and System Reset
16 Monitoring options CPU, FAN, Temperature
17 Accessories DVD +RW ,Keyboard and mouse
18 Voltage 100-240V @ 50/60 Hz
19 Redundancy support Power Supply
HDD
Cooling FAN
LAN ports
20 Scalability Display multiple source windows in
any size, anywhere on the wall
21 Control functions Brightness / contrast / saturation/
Hue/ Filtering/ Crop / rotate
22 Outputs 9 DVI
23 Resolution support DVI: 1920x1200 RGB: 2048x1536
24 Inputs 9 DVI/HDMI
25 Accessories DVD-R,DVD+RW,, Keyboard, mouse
26 Power Supply (1 + 1) Redundant AC-DC high-
efficiency power supply
* AC Voltage 100 - 240V, 50-60Hz
27 Operating Conditions * Operating Temperature: 10° to
40°C (50° to 95°F)

P a g e | 79
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

* Non-operating Temperature: -40°


to 70°C (-40° to 158°F)
* Humidity: 10 – 90% non-
condensing
28 Wall management SW
29 Scaling and display Software tp enable the user to
display multiple sources in any size
and anywhere on the display wall.
30 Auto Source Detection Software should support for auto
source detection
31 Layout Management Should support for Video, RGB, DVI,
,Internet Explorer, Desktop
Application and Remote Desktop
Monitoring Layouts
32 Scenarios Software should able to Save and
Load desktop layouts from Local or
remote machines
33 Layout Scheduler All the Layouts can be scheduled as
per user convenience
Software should support auto
launch of Layouts according to
specified time or event by user
34 Layout Preview Software should support layout
preview option
35 Launch Application Software should be able to support
36 Work space allocation System should provide functionality
to the administrator to define and
allocate work space for a particular
operator or a group of operators
when working on a Video wall
37 Authentication Software should offer 2 or more
levels of Authentication (User
accounts, Permissions for
functionality & Roles etc).
38 Offline Layouts It should be possible to create
offline layouts
39 User friendly Software should be user friendly
40 Ticker Ticker message can be positioned
anywhere on the display wall.
Inside the ticker window, font size,
colour and background can be set
41 Ticker Type Software should able to prepare
three kinds of tickers: text ticker,
RSS ticker and time ticker
42 Protection System should have Hardware
License key to protect the software
from unauthorized access.

S WARRANTY Remarks
No

Comprehensive Warranty for complete system, software and all supplied


accessories for 36 months from the date of commissioning.

The vendor shall also quote for additional 3 year extended comprehensive AMC.

TRAINING & DOCUMENTATION

P a g e | 80
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

The supplier shall impart training for a minimum of 6 days to 15 operatives at MDL.

The following documents in ENGLISH language should be provided :-

a) Programming/Operating Manuals
b) Any software if required, for operating the equipment.
c) Detailed diagram of the layout.

P a g e | 81
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

SECTION B

Preamble of the Project


IoT/INoT (Industrial Network of Things)

As the shipbuilding industry evolves towards Industry 4.0, the need for a standard model to integrate various entities
involved in process of Manufacturing need a seamless connection with each other and also with a centralised console
for consolidation. This seamless integration of various entities on a common platform allows synchronized
functioning of all entities of Shipbuilding. IoT is a platform that enables standardizing all varied entities into one
common platform to work and share data with each other.
The industry is predicted to experience the greatest change with introduction of the IoT in the process of Ship
manufacturing and everything around it including project planning, MIS etc.
Currently, there is a major focus of using the IoT at various facilities and equipment’s to connect all disconnected
machinery and resources over a common IoT platform. MDL aim here is to enable itself with IoT in the better use of
equipment like the CNC machine or the welding machine, to receive high-end results in terms of productivity and
quality of the finished goods.
The System integrator needs to use the IoT platform for process monitoring and also for preventive maintenance.

Current Status
Upon in-depth research and study of the work areas at MDL, it was found that the shipbuilding industry was in need
of a networking system that could manage its equipment, workers, and workspace all at once. The conclusion is
based on the following findings.
- In the present scenario, welders are using welding machines for hours longer than what the machine supposed to
be functional for to weld so that they can get the task done faster. This creates a bad quality of the weld. Also,
there are cases, found from the internal study done that workers were sometimes using too much or too less
heat, which are again bad for a particular type of weld. The general requirement is 150 amperes and they are
using 250 amperes at times.
- Sometimes the work area is empty but the all the lights are still kept on, causing unnecessary usage of energy.
- Manual tracking of workers and materials can be a cumbersome process, which is the present situation at MDL.
- It is difficult to gauge how much time a machine is being used for. At time the machines are overused beyond
their capabilities, or underused as there is no process to monitor these equipment’s. This results in early wear
and tear of certain equipment’s.
- Also, there is no input being consolidated from critical machinery like cranes mounted on gantries and multiple
similar equipment and machinery. As no data is available maintenance process is carried out based on
assumption on various machinery.

Requirement from the project.


It is required to install an internal IoT platform linking all equipment’s so that at least the functional parameters can
be measured, stored and monitored. The Platform should also consolidate a networking system that can align all the
IP enabled equipment. NOTE : “As per MDL’s Cyber Security Policy WIFI Network and also Internet Connected
Systems cannot be used due to security reasons.” That is why, in accordance and to comply with MDL’s policy the
entire IoT Platform will need to be created on wired systems and will have all required modules available on an
captive network including the platform and the sensors to monitor parameters of various equipment’s. MDL
proposes to call its platform Network of Things (NoT) which delivers all powers of IoT but is restricted within
premises.
The required NoT infrastructure will be put into place by-
1. Adding the IoT capabilities to over 20 to 25 existing welding machines as well as the CNC machines, so that
the up time, idle time, start time, stop time, power usage etc. can be easily accessed via a central console
that monitors and manages these equipment’s. Inputs will be given to the maintenance cell to get a
maintenance schedule update for the CNCs and the welding machines.
2. Getting all the lighting controls and the building management systems connected to a central console system
so that the lighting, idle time, and energy consumption can be kept in check. For example, if there is no work
or if no movement in a particular work area the lights can switch off on their own.

P a g e | 82
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

3. Application of RFID tags on materials and human resources. All the workers will also be in a kind of an IoT
end-point because they will carry RFID Smart ID Cards with them while at the workplace. This will enable the
movement, location, and storage areas of a particular entry. This will also provide inputs to various
Automation & Software Systems to display information on screen based on the scenario. For example if a
particular material arrives a Workshop the System should Display all tasks related with that material. Now if a
Worker enters the same area the system displays all tasks the worker can perform based on what materials
are available in the Work Area.

More specifically, MDL would stress more on the current use of welding machines enabled with IoT. The use of IoT
can give workers a good opportunity to leverage the technology’s benefits. With the use of IoT, the shipbuilding’s
welding process at MDL can see massive improvements in a number of aspects. The use of NoT within MDL can offer
the following benefits.
- It should store the latest welding procedure regulations
- manage and renew qualifications of welders
- Provide improved quality control
- Verification of product quality
- Place orders for consumables and gas
- Suggest training requirements; and
- Provide welding project management assistance.
Indirectly, MDL via the use of IoT/NoT for welding machines, would like to monitor-
- Whether energy can be conserved, especially in the South Yard and the Modular shop. In energy
conservation MDL would like to bring out the IoT to control the consumption of energy.
- Increase the quality of the weld
IoT/NoT will also be used on other equipment’s mainly the Cranes to monitor their usage parameters. Also IoT
sensors will be used to monitor weather conditions which can be used to caution parking and locking of various
equipment’s and machinery.
The complete set of IoT based RFID sensors will be used to monitor Material and Resource movement and will enable
Realtime monitoring and status update.

Below are the list of items with specifications:

P a g e | 83
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

31. IOT Platform

Sl. Description of Compliance Remarks


No. Requirements (Yes/No)
A Application Enablement
1. The platform should provide an
environment for data model and application
creation.

2. The platform should allow users to model all


assets and business logic required for
Internet of Things applications without the
need for code.

3. The platform should allow users to easily


navigate and search through the modelling
environment.

4. The platform should provide an integrated


development environment for model and
application creation.

5. The platform should allow import/export of


data in the application in various formats.

6. The platform should provide access control


based on users, roles, and permissions.

7. The platform should provide SMS and email


alerts.

8. The platform should provide out of the box


integration with external relational
database like MS SQL, Oracle, DB2 etc.

9. The platform should be able to integrate


with enterprise systems e.g. Quality
Systems, ERP systems, Product Lifecycle
Management Systems etc.

10. The platform should support RESTful APIs


for every entity created in the platform.

11. The platform should enable the fast creation


of Internet of Things applications in a usable
development environment including
creation of personalized dashboards.

12. The platform should allow for the creation


of applications that can be run on a web or
mobile browser (HTML5).

P a g e | 84
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

13. The Dashboards for Monitoring should have


the following:

a. Provision to show historical Information –


Graphical and Tabular Information.

b. Provision to show Runtime information in


Dial Gauges and Data Export option.

c. The dashboards should provide capability to


navigate / drill down from a High-level
Depot overview to detailed information of
assets in various depots.

d. The Dashboard should also provide


additional information through Pop-Ups
while hovering the mouse over assets/
depots et al.

e. The dashboards should automatically


refresh to show current values (manual
reloading of the page should not be
needed).

14. Platform should also provide the capability


of making a phone call for critical alerts.

15. Platform should provide inherent user


management capability and should provide
capability to define access control based on
requirement.

16. The platform should provide an integrated


application modelling environment that
uses modern browser concepts to improve
developer efficiency.

17. The modelling environment should include a


modern, intuitive design and streamlined
workflows.

18. The platform should provide a “drag and


drop” solution that allows developers and
business users to create interactive
applications, dashboards, collaborative
workspaces, and mobile interfaces without
the need for much coding.

19. The platform should provide connection to


other systems enabling developers to create
more feature-rich solutions quickly and
easily.

P a g e | 85
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

20. The platform should provide configuration


of anomaly alerts which are accessible in the
User Interface, hence enabling powerful
analytics capabilities.

21. The platform should support connectivity to


devices via several methods, including 3rd
party clouds, direct network connections,
Open APIs.

22. The platform should offer scalable, secure


connectivity and native modelling for
devices connected through device clouds.

23. The platform deployment options should


include cloud, on premise, or hybrid.

24. The platform should allow for automatic


generation of RESTful API, enabling it to be
easily integrated into all other platform
modules.

25. The platform should allow for customizable


language, currency, dates, and other
localized elements to be used in
applications.

26. The platform should allow for custom


branding of the end IoT application
(customer-specific branding, layout, color,
theme, etc.)

27. The solution should provide pre-built


applications for specific IoT business use
cases.

28. The Platform should provide the reporting


functionalities like: Custom report creation
& Reporting on a real-time/near real-
time/periodical basis.

29. The Platform should provide the ability to


create ad-hoc reports using any data in the
system.

30. The Platform should provide the


functionality to export data in the form of
XML, CSV, XLS, email.

31. The platform should allow data to be made


available to external systems for reporting
purposes.

P a g e | 86
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

32. The platform should provide analytics tools


to visualize collected data in reports.

33. The platform should provide the ability to


access custom sets of data and access data
on a near real-time basis.

34. The platform should be able to integrate


with third-party platforms and systems
through a variety of methods.

35. The Platform should provide APIs for third-


party integration

36. The platform should provide out-of-the-box


connectors to common third-party systems
and orchestrate the flow of information
among these systems and devices in
support of business processes.

37. The platform should allow developers to


add customer-specific or third-party
experiences to their applications.

38. The platform should allow for collaboration


between developers and technology
ecosystem partners to enhance the features
of the platform.

39. The platform should be able to integrate


with third-party platforms for data analytics.

40. The platform should allow the user to


configure their own business logic into their
applications.

41. The platform should provide workflow


capabilities i.e. the capability to send
information about devices when triggered
by an action.

42. The platform should allow users to define


their own custom events.

43. The platform should allow for events and


calculations to be performed both in the
platform and on the device.

44. The platform should provide email alerts


and other notifications based on events.

45. The platform should allow for granular


permission control, including read/write
permissions all data and devices in the

P a g e | 87
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

system.

46. The platform should support the concept of


configurable user groups and organizations
for access to specific objects.

47. The platform should allow for user creation


in both an automated and manual fashion.

48. The platform should provide configurable


password management capabilities.

49. The Platform should provide single sign-on


capabilities

50. The platform should provide the ability to


integrate with LDAP and Active Directory
(AD).

51. The platform should provide flexible options


for data ingestion.

52. The platform should be able to access data


in process historians (OSI PI)

53. The platform should provide flexible options


for data storage.

54. The platform should allow for the storage of


multiple data types.

55. The platform should provide secure storage


for sensitive data.

56. The platform should support unstructured


data types.

57. Security:

58. The platform should be developed based on


industry-standard, secure software
development practices.

59. The platform should support encryption for


data at rest and data in motion (TLS, SSL
etc.)

60. The platform should provide for full


authentication, authorization and
group/role-based access control on both
reading and writing permissions.

61. The platform should integrate with Active


Directory for flexible user management.

P a g e | 88
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

62. The platform should provide secure


connections and encrypt data transferred to
and from devices.

63. The platform should provide secure


authentication, single sign-on, and password
management capabilities.

64. The platform should integrate with Active


Directory for flexible user management.

65. The platform should have an established


method for addressing security
vulnerabilities.

66. The platform should provide audit trails and


logs to track all actions performed.

67. Scalability and High Availability:

68. The platform should provide a scalable


federated architecture to support growing
business needs for future business need.

69. The platform (including DB) should be able


to operate in a high availability
environment.

70. The platform should provide support for DB


handle unstructured IoT data.

71. The platform should allow for an unlimited


number of connected devices.

72. The platform should allow for scalability


through federation.

73. The platform should allow for scaling both


vertically and horizontally.

74. Extensible and Open Platform:

75. The platform should provide flexible


connectivity options for third-party device
clouds.

76. The platform should provision on premise


hosting option.

77. The cloud services infrastructure/ option


should be hosted in India.

78. The platform should also provide a hybrid


deployment model which will allow
combination of locally hosted and cloud

P a g e | 89
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

hosted instances to work together in an


integration fashion

79. The platform should allow developers to


extend base platform capabilities to suit
their business needs.

80. The platform should provide software


development kits in a variety of languages
for quickly and easily customizing
applications, connecting devices, and
extending the capabilities of the platform.

81. The platform should provide flexible


connectivity options for third-party device
clouds.

82. The platform should allow for hosting in


numerous environments.

83. Device Cloud & Data


Management:
84. The platform should provide security
methods to validate the identity of a device.

85. The platform should support common


device authentication methods.

86. The platform should allow permissions to be


set for data at the device level.

87. The platform should have the ability to


configure incoming data with ingestion rules
to control storing specific property types.

88. The platform should be extensible to speak


to industry standards and proprietary device
protocols.

89. The platform should allow developers to


collaborate with other developers through a
community-based "hub" containing
extensions, applications, connectors, etc.

90. The platform should be supported by a


network of partners providing additional
products and services to extend and
enhance the platform's capabilities.

91. The platform should support interaction


with third-party cloud services and adapters.

92. The platform should provide multiple ways


to collect information from various data

P a g e | 90
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

sources.

93. The platform should support a flexible data


storage model allowing for large volumes of
data.

94. The platform should provide backup and


restore capabilities for all stored data.

95. The platform should be able to look for


things such as anomalies, threshold changes,
alerts, alarms, etc. from all incoming data in
real-time.

96. The platform should allow for file transfer


between the platform and edge devices.

97. The platform should allow for file transfers


to be scheduled by the user.

98. The platform should encrypt all file


transfers.

99. The platform should allow for offline file


transfers.

100. The platform should support tunneling to


access data.

101. Edge Connectivity


102. The platform should be device agnostic -
allowing any device to connect through a
variety of methods.

103. The platform should allow users to access all


data from connected devices through
firewalls.

104. The platform should provide strong


encryption of all data exchanged between
connected edge devices and the server.

105. The platform should allow for


software/firmware updates on remote
devices.

106. The platform should allow multiple devices


to connect through a gateway.

107. The Platform should support third-party IoT


Gateways.

108. The platform should allow for connectivity


monitoring of the remote device.

P a g e | 91
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

109. The platform should provide configurable


and flexible methods of processing data.

110. The platform should allow users to configure


rules on the platform or on the edge device
itself.

111. The platform should provide secure access


to industrial operations data through various
communication drivers to support Industrial
Internet of Things (IIOT) data.

112. The platform should be able to


communicate with edge devices via secure
standard protocols.

113. The platform should provide secure


communication between the device and the
platform.

114. The platform should allow for multiple


methods of communication.

115. The platform should allow for


communication with networks and other
short haul communication protocols.

116. The platform should have the ability to


perform bi-directional file transfers between
the server and the device.

117. The platform should check for conformity on


incoming messages.

118.

Analytics
119. Platform should have inbuilt algorithms to
support Machine Learning.

120. Platform should be able to transform data


into insight via intuitive, user-friendly
interfaces that enable complex analytics
capabilities for nonexpert users.

121. Platform should operationalize insights,


predictions, and recommendations across
enterprise functions with automated IoT
data to enhance decision-making.

122. The platform should provide mechanism to


combine algorithms and automatically
suggest a combination of algorithms to

P a g e | 92
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

create most accurate model.

123. The inbuilt algorithms should include Linear


Regression, Logistic Regression, Decision
Trees, Neural Networks, Random Forests
and Gradient Boosting Machine.

124. The Platform should list down the


combination of parameter values which are
leading to maximum failures or impacting
the objective parameter (or goal).

125. Platform should provide anomaly detection


capability out of the box.

126. Platform should be able to detect changes in


behavior and operating conditions in real-
time, minimizing time to resolution.

127. The Platform should be able to optimize


performance outcomes using prescriptive
and simulative analytics that diagnose
problems and generate recommendations.

128. The platform should enable analysis of


historical data and forensic investigation of
data after an incident through replay
functionality.

129. The platform should have production-ready


deployment enabling us to get up and
running quickly – at the edge, on premise, or
in the cloud.

130. The platform should include real-time


pattern and anomaly detection, automated
predictive analytics, and contextualized
recommendations.

131. The platform should have incorporated


supervised machine learning into industrial
IoT solutions and extend data science
practices with automated predictive and
prescriptive modelling – without the need
for algorithm expertise by users.

132. The platform should enable better


understanding of industrial IoT data,
providing a variety of advanced algorithms
that allows users to discover useful patterns
and correlations within data.

133. The platform should monitor data streams

P a g e | 93
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

using a variety of statistical and machine


learning techniques to learn “normal”
conditions and identify unexpected changes
in behavior.

134. The platform should anticipate future


outcomes and offers the ability to make
relevant outcome-based predictions based
on data within IOT platform.

135. The platform should improve future


performance and results by automatically
executing simulations to generate
recommendations that will optimize the
product and process performance.

136. The platform should use integrated models


and other computational providers within
the application to simulate behavior of
physical products in the digital world.

137. The platform should provide data analytics


visualization tools.

138. The platform should provide advanced


analytics tools for large sets of data.

139. The platform should be able to


automatically assign appropriate machine
learning and ensemble techniques to build
models.

140. The platform should support data


monitoring and anomaly detection without a
pre-defined model or historical data.

141. The platform should be able to


automatically transform raw data into
useful, meaningful data to be used as input
for predictions.

142. The platform should provide outcome-based


predictions and recommendations based on
analyzed data.

143. The platform should be able to perform


outcome simulations.

144. The platform should be able to integrate


with existing analytics or computational
services to perform analytics on data from
external applications.

P a g e | 94
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

145. The platform should provide real-time data


transformation and correlation.

146. The platform should allow for flexible


deployment options.

147. The platform should have the ability to


automatically use time-series data in
machine learning and advanced analytic
models.

148.

Device Management
149. The platform should allow for remote
tracking and management of all devices in
the field.

150. The platform should allow users to create,


register, and provision devices.

151. The platform should provide a dashboard


allowing users to view and manage alerts
associated with connected devices.

152. The Platform should allow for remote


troubleshooting and maintenance of
connected devices through a secure
connection.

153. The platform should provide usable


administrative capabilities for Business
Users.

154. The platform should allow for customizable


workflow creation though an easy-to-use
interface.

155. The platform should allow for automated


initiation of workflows.

156. The platform should allow users to associate


workflows with multiple objects and
systems.

157. The platform should allow users to easily


identify workflow details from the UI.

158. The platform should be able to send


software and content packages to and from
assets.

159. The platform should allow users to create


software packages and schedule

P a g e | 95
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

deployment to devices.

160. The platform should be able to track the


status of software packages.

161. The platform should ensure the integrity and


security of all software packages.

162. The platform should be extensible to allow


for configuration of content deployment
processes.

163.

Industrial Connectivity
164. The connectivity platform should provide
Out-of-the-box connectivity to industrial
devices.

165. The connectivity platform should support


connectivity to a wide variety of assets
across industry verticals and establish
connectivity simultaneously.

166. The platform should support the OPC


Unified Architecture (OPC UA) specification
and many of the OPC Classic specifications,
including OPC Data Access (OPC DA), OPC
Alarms and Events (OPC AE), and OPC
Historical Data Access (OPC HDA).

167. The connectivity platform should offer


features for automated failover between
devices and communications paths.

168. It should provide design and runtime engine


that enables creation of applications that
leverage real-time, bi-directional
connectivity to “things/products/machines”
as needed.

169. The connectivity platform should be IoT-


ready, with interfaces to on premise web
servers and off-premise cloud applications
for real-time insight into industrial
operations.

170. The connectivity platform should be


Compatible with leading hypervisors like
VMware and Hyper-V for deployment on
public and private clouds.

171. The connectivity platform should have


enhanced messaging security via SSL and TLS

P a g e | 96
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

for secure, authenticated, and encrypted


communications across various network
topologies to meet site security
requirements.

172. The connectivity platform should have


multiple redundancy options ensure
resiliency, high reliability, and uptime in
critical applications.

173. The connectivity platform should have


access control to the server, data source,
and data values to easily regulate user
privileges.

174. The connectivity platform should have


scalable unified architecture providing
flexibility to combine drivers and consume
multiple protocols in a single server.

175. The connectivity platform should have


streamlined interface for simple installation,
configuration, maintenance, and
troubleshooting.

176. The connectivity platform should support a


variety of wired and wireless network
mediums for Ethernet, serial, and
proprietary networks.

177. The connectivity platform should support


telemetry configurations with modem
support, scheduling, and other advanced
features.

178. The connectivity platform should support


rapid project deployment via automatic tag
generation and device discovery.

179. The connectivity platform should support


One-click mapping from industrial tags to
properties on the IOT platform.

180. The connectivity platform should have the


ability to push full projects from IOT to a
remote industrial connectivity server.

181. The connectivity platform should have


configuration API for third-party server
management.

182. The platform should have simulation options


for testing prior to deployment.

P a g e | 97
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

183. The platform should support data


conditioning and reduction, minimizing
bandwidth and resource utilization.

184. The platform should support Load-balancing


for throttling demand across the network.

185. The platform should support Machine-to-


Machine (M2M) linking between
homogeneous and heterogeneous systems.

186. The platform should have a streamlined UI


that enables users to manage device
connectivity with minimal effort.

187. The connectivity platform should be able to


connect to and communicate with multiple
assets at the same time.

188. The connectivity platform should allow for


communications with assets to be
optimized.

189. The connectivity platform should make data


from connected devices available over a
variety of server and publish interfaces.

190. The connectivity platform should offer rich


diagnostics of platform activities.

191. The connectivity platform should offer tools


for communications management that
facilitate both telemetry and high-speed
networks.

192. The connectivity platform should offer test


tools that aid users in verifying integration
success.

193. The connectivity platform should offer a


variety of methods for data simulation.

32. Energy Management Sensor

Sl. No. Description of Requirements Compliance (Yes/No) Remarks

A Application Enablement

Sl. Description of Requirements Compliance Remarks


No. (Yes/No)
A Application Enablement
1. The device should check all the parameter for
multifunctional meter for industrial application

P a g e | 98
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

and give alert and reading on mobile using


wireless media.

2. It should have Mod Bus interface to connect


energy meter.

3. It should have Portable Data logger with 8 channel


Memory Card for Storage of data using FAT32.

4. Protocol High rate/Low rate/Trigger


Mode/Channel ion/Buzzer Alarm options should
be available with 600 samples per second to 1
sample per week Build in Real Time Clock

5. AC and DC both supply should support with


Battery Facility Data Output in Ms Excel sheet ach
records should store with time and Date Stamp.

6. The device should have Real Time Variable Data


Logging 4*4 hex keypad and menu driven system
to operate the trainer 20*4 LCD Display.

7. Size Should be:162x122x65mm.

8. Enclosure: Hand Held/Wall Mountable.

9. This Data Logger should be PC independent and


should be used in Field using its Battery Backup,
provided with Energy meter and necessary
equipment’s.

10. In case the sensor supports WiFi feature then


either it should be disabled or it should go through
cyber audit first for necessary use.

33. Automatic Lighting switch

Sl Description of requirements Compliance Remarks


no (Yes/No)

1. Automatic light control system should have light turning on OFF based
on heat /occupancy.

2. System should be designed based on ARM processor 2148.

3. 16 sensor should be connect to single unit.

4. Based on space multiple logger should connect to operate particular


area.

5. Low power, ideal for remote siting.

6. Full instructions & Manufacturer's support.

P a g e | 99
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

7. LCD display for onsite reading.

8. It should have a Logging option configuration by minutely, hourly,


Daily.

9. Optional -Should be GUI software for display.

10. It should have Extensive 8 Mb on-board Cashe memory (Non–


volatile) Around 1,000,000 Sets.

11. It should have Hex keyboard to set the various parameters, to


configure the channel.

12. Lock key facility

13. It should have Battery indicator, battery backup, Reset switch facility.

14. It should have PIR sensor with angle of 180deg coverage minimum
must be supplied.

15. A 16-channel relay module would be integrated in the system with


standard 10 pin I/O headers to interface externally

16. 5V / 12V relay buzzer facility with LED indicators

17. Isolated circuit for protection from back EMF should be a part of the
system

18. High current Relays 10A-63A@250VAC / 10A-63A@30VDC

19. Op. current 16mA

20. In case the sensor supports WiFi feature then either it should be disabled
or it should go through cyber auditfirst for necessary use.

34. Wind Speed, Temperature Monitoring &Humidity Monitoring Sensor


Sl Description of Requirements Compliance Remarks
No (Yes/No)

1. The Device should have ARM processor based datalogger for temp,
humidity, wind speed sensor IP 65 enclosure for datalogger

2. Should have Low power, ideal for remote siting.

3. Should have Full instructions & Manufacturer's support.

4. Should have LCD display for onsite reading.

5. Should have Logging option configuration by minutely, hourly, Daily.

6. Optional – Should have GUI software for display.

7. Should have Extensive 8 Mb on-board cache memory (Non– volatile)


Around 1,000,000 Sets.

P a g e | 100
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

8. Should have Hex keyboard to set the various parameters, to configure


the channel.

9. Should have Lock key facility

10. Should have Battery indicator, battery backup.

11. Should have Reset switch facility.

12. Power source should besolar or 220 volt operated.

13. Temperature Sensor Range: -0°C to 70 °C or above , Accuracy+/- 0.5°C


or 1degree c.

14. Wind Speed: - Range 0 to 100 km/hr, Accuracy +/-3m/s.

15. Wind Direction: - Range 0 to 360°C, Accuracy +/- 3 %.

16. Humidity Sensor Range: - 0 to 100% RH, Accuracy+/-2% RH.

17. Should have Wireless feature mod bus, GPRS etc.

18. Should have Server based live monitoring.

19. In case the sensor supports WiFi feature then either it should be
disabled or it should go through cyber audit first for necessary use.

35. Position Monitoring with proximity sensor


Sl Description of requirements Compliance Remarks
no (Yes/No)

1. Should have ARM 2148controller based data logger

2. Should support 1/4/8 Channel.

3. Should have RS232/RS485/Modbus communication port.

4. Should have Set point feature in all channel.

5. Should have 16*2 LCD display.

6. Should have GUI software for online server.

7. Should have GSM facility which should fetch receive data on mobile
phone.

• Should have 8 Gb memory card storage.

• Should have Direct interface to pc.

• Should download data from memory card in a excel format.

• Should have Single relay for controlling the application.

• Should have Battery operated (Back up to 6-8 hour).

8. Wired Interfacing Method

P a g e | 101
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

• Modbus

• Ethernet optional GPRS based

9. Interface: all reading on outdoor LED board.

10 In case the sensor supports WiFi feature then either it should be disabled
or it should go through cyber auditfirst for necessary use.

36. RFID Readers Android Based for Tagging and Reading


Sl. Compliance
No Description of Requirement (Yes/ No) Remarks

Basic Parameters

Type IOT Handheld Terminal

CPU Quad-Core ARM Cortex A7 1.3GHz


1
Graphics Processor Mali760-MP2

Memory 2G LPDDR2 RAM+16G EMMC ROM

OS Android 5.1

Color Black / White

5'' high-resolution Multi-touch screen;


Display
Resolution: 1280*720 dpi

Handwriting 、StrokePinyin input


Input Method
method

GSM / WCDMA / FDD / TDS / TDD;

Communication GSM Quad Band, TDS B34/39, WCDMA


B1/2/5/8, TDD B38/39/40, FDD
B1/3/7/8/20

Built-in GPS, support A-GPS, Meter Level


GPS
Localization

Port Micro USB2.0, support OTG

Memory Interface Micro SD card, expansion: 2G to 32G

Bluetooth Bluetooth 4.0+EDR

Speaker Single speaker、8±15% ohm

Support 2.4G+5G, Support


802.11a/b/g/n mode and WEP.
WLAN
WPA/WPA2-PSK/WAPI PSK/802.1*EAP
Encryption protocol

Camera 8.0 Mega Pixel rear camera; 2.0 Mega


Pixel front camera; Auto focus; with LED

P a g e | 102
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

light

Battery Li-Polymer 4000mAh

Standby Time One week

Duration 20 hours ( full function )

Certification/ Protection 3C、CE / IP65

(RFID, Barcode)
IOT Functions( )

1D Laser Scanning module、2D Scanning


IOT Barcode
module

Code128, EAN-13, EAN-8, Code39, UPC-


A, UPC-E, Codebar, Interleaved 2 of 5,
1D Barcode
China post 25, ISBN/ISSN, Code93,
UCC/EAN-128, GS1 Databar, HIBC, etc
2 Honeywell / MOTO 2D Scanning module;
Support 1D; Support Code: QR,PDF417
Code128, EAN-13, EAN-8, Code39, UPC-
2D Barcode
A, UPC-E, Codebar, Interleaved 2 of 5,
China post 25, ISBN/ISSN, Code93,
UCC/EAN-128, etc

* Fully support NFC. Support


14443A/B、15693 Protocol, Reading
Distance 2cm~5cm, reading position,
IOT RFID battery cover.

* Built-in UHF RFID (EPC C1/G2, 18000-


6C Protocol), reading and writing tags
(optional).

Working Conditions
3
Operation Temperature -25 ~ 65 ℃

Storage Temperature -30 ~ 70 ℃

Humidity 0 ~ 95%

Product Features

Gravity Sensor

Support Light Sensor

SupportDistance Sensor

Support Receiver Support

4 Microphone Support

Headset Support

P a g e | 103
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Vibrator Support

37. UHF RFID Tags


Sl
no Compliance
. Description of Requirements (Yes/No) Remarks
1 The RFID Tag should be made of ABS material
2 It should have ALN9662 chip
3 It should have a minimum reading distance of 5 meters
4 It should have frequency of 860-940 Mhz
5 It should have standard rating of IP68
6 The Max weight should be 30 grams

38. Fixed RFID Readers

Sl no Description of requirement Compliance Remarks


(Yes/No)

A General Description

1 UHF RFID integrated reader should be a high performance


reader.

2 Should be designed upon fully self-intellectual property. Based


on proprietary efficient digital signal processing algorithm, and
it should support supports fast tag read/write operation with
high identification rate. It can be widely applied in many RFID
application systems such as logistics, access control, anti-
counterfeit and industrial production process control system.

B FEATURES
1 Should Self-intellectual property;

2 Should be design based on Impinj R2000 with excellent anti-collision


performance

3 Should Support ISO18000-6B, ISO18000-6C(EPC C1G2) protocol tag;

4 Should have 902~928MHz frequency band(frequency customization


optional);

5 Should have FHSS or Fix Frequency transmission;

P a g e | 104
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

6 Should have RF output power up to 30dbm(adjustable);

7 Should have 8dbi/12dbi antenna optional with effect distance up to


9m/25m*;

8 Should support auto-running, interactive and trigger-activating work


mode;

9 Should be low power dissipation with single +9 DC power supply;

10 Should support RS232, RS485, Wiegand interface with TCPIP interface


optional;

39. Smart Card for Workers for Auto Login and Task Update

Sl Description of Requirement Complaince Remarks


no
(Yes/No)

1. Type of Card: The card IC Chip shall be dual interface (supporting both
Contact and Contactless interface) Card with Microprocessor and with
Memory of 64KB.

2. Size of the Card: As per ID1 size defined in ISO 7810 - physical
characteristics.

3. Card Body Material: PVC (Polyvinyl Chloride)

S WARRANTY Remarks
No

Comprehensive Warranty for complete system, software and all supplied


accessories for 36 months from the date of commissioning.

The vendor shall also quote for additional 3 year extended comprehensive
AMC.

TRAINING & DOCUMENTATION

The supplier shall impart training for a minimum of 7 days to 15 operatives


at MDL.

The following documents in ENGLISH language should be provided :-

d) Programming/Operating Manuals
e) Any software if required, for operating the equipment.
f) Detailed diagram of the layout.

P a g e | 105
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

SECTION C

Preamble of the project


ROBOTICS
In Industry 4.0 there is also a lot of industrial automation using robotics, where they can save people from exposure
to dangerous gases, fumes, and difficult areas to work. But, in the case of MDL, the main purpose of using Robotics is
to increase productivity with respect to production of ships and submarines.

One of the main pathways of development aimed at Industry 4.0 is the use of robots in welding. In the last few years,
in the robotisation of welding, there has been a rapid development in the options of programming technology. With
the help of these, the boundaries of the economical application of welding robots can be extended to smaller series
and even to individual production.

MDL is setting up welding jobs to be handled by robots as a start of “Proof of the concept”.

The Robotics that is being considered for welding application at MDL is a robot with 6-axis arms which should be
mounted on a gantry and to be put onto a floor space. This floor space has been identified in the production shop and
in the production shop this floor space has been earmarked.

The 6-axis robotic arm, also known as six degrees of freedom, allows great flexibility and can perform a wider variety
of applications than a robot with a fewer axis. This control allows precise movement even for the most complex move
with the most complicated orientation. Along with vision, these flexible robotic arms system can perform functions
that were not possible before.

The functional aspect of these robotic arms should be welding and they will be equipped with a power source for
welding and also welding wire assembly which can take varied types of welding wires to perform welding on multiple
kinds of metal.

To provide more mobility to the robot as the piece of metal to be welded is going to be big the robot needs to shift its
position. The robot for this purpose should be mounted on a Gantry which should give the robot three more axes
enhancing its mobility and performance. The Gantry will also be synchronized with the robot.

The solution is the physical environment trained robot which will be enabled with 3D vision.

Below are the list of items with specifications:

P a g e | 106
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

40. ROBOTICS

Compliance
Sr.No. FEATURE/REQUIREMENT (Yes/No) REMARKS
Supply of One set of 'Gantry Mounted Robotic Welding System' as
3.1 per the specifications mentioned by MDL.
The said equipment shall be designed, manufactured, supplied, to
3.2 be Commissioned at Mazagon dock shipbuilders limited, Mumbai,
conforming to relevant standards and Design parameters
specified in this Technical Specification.
The supplier shall be responsible for all facts of project planning,
3.3 engineering, design, fabrication, Supply, Construction, installation,
testing and commissioning of the system to meet the
performance criteria as presented under this Full contract.
3.4 The supplier will be required to create and explain the detailed
engineering of the system designed, before going for its
implementation.
The robotic system shall be able to sense/track the different types
of weld profiles/joints that are part of sub-assemblies of ship hull
structure and carry out the welding of the same without any
3.5 manual intervention based on the off line programming software.
Necessary training to MDL personnel for operating and
maintaining the equipment's shall be given by the supplier/OEM
3.6 representative.
The following scope of work through comprehensive for all
systems, equipment and components necessary for this contract,
however, it is the supplier's responsibility to fully comprehend the
scope of work and identify required to meet the requirements of
this contract and the contractor shall be entirely responsible for
any errors and/or omissions from the drawings etc. and the
sufficiency and efficiency of the equipment supplied in all
respects, notwithstanding any approval, which the purchaser may
3.7 have given to the drawings, prepared by the contractor/supplier.
It is essential and mandatory that the supplier makes a site visit to
3.9 assess the requirements of MDL prior to submitting an offer.

The Robotic welding system invertly mounted on a three axis


gantry will be used to carry out welding to Bulkheads, Stringers,
Floors and other Sub-Assemblies part of ship Hull. The minimum
3.10 component dimension is 1000 mm (L) X 1000 mm (B) X 3mm (H)
to maximum component size of 10000 mm (L) X 3000mm (W) X
350mm (H)..
3.11 The Robotic welding system shall be 'Industry 4 (i4)' compliant.
The system will be used for welding DMR 249A material with
3.12 FCAW and GMAW processes.

It is essential and mandatory that the supplier makes a site visit to


3.13 assess the requirements of MDL prior to submitting an offer.
The supplier/OEM shall have their after sales service network in
India. The firm to provide the documentary evidence to prove the
3.14 same.

P a g e | 107
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Compliance
Sr. No. FEATURE/ SPECIFICATION (Yes/No) REMARKS
5.1 OVERALL SYSTEM
5.1.1 The Overall system shall consist of

5.1.2 Three Axis Gantry for mounting the robot upside down.
5.1.3 One number Six Axis Robot
5.1.4 State of the art robot controller
5.1.5 State of the art Teach pendant
5.1.6 Software for offline programming
5.1.7 Laser Sensor, Tracker and Seam finder
MIG/MAG welding power source with water/coolant
5.1.8 cooled torch.
Nozzle cleaning Kit: shall have wire cutter, Reamer for
5.1.9 Nozzle cleaning and Anti spatter spraying mechanism
5.1.10 Servo Stabilizer
External Gas unit to control welding shielding gas.
5.1.11 Welding should automatically cut off.
5.1.12 PLC Panel and integration with safety interlock
Air Compressor if required for the system necessary
5.1.13 Dryer/Purifying unit
One PC Pre loaded with latest version of the windows OS
and auto cad. Monitor size shall be LED and not less than
17 Inch. Also the firm has to provide four pen drives of 16
5.1.14 GB each.
The firm shall provide a detailed GA drawing with plan,
Elevation, side views and Isometric views of the station
that they are offering specifying dimensions. The vendor
should also consider parking of the robot outside the
table area to facilitate loading/unloading of
5.1.15 panels/components.
Space required for the Robotic Welding station: Vendor to
Specify. The entire system shall be restricted to an area of
5.1.16 maximum size 16000mm (L) X7000mm (B) X6000mm (H).
5.2 ROBOTIC PACKAGE
Robot Type: A nine Axis (six internal axis and three
external axis for mounting the robot to the gantry)
articulated Industrial Robot with latest controller,
5.2.1 required software and hardware….1 set
For ensuring the reach of the Robotic Arm along the
length of the panels (as detailed in 3.1), the robot shall be
5.2.3 invertly mounted on a three axis gantry.
Lasers used should be class 2 and shall not be dangerous
5.2.4 to the human eye.
Reach of the Robot: It is responsibility of the supplier to
select a suitable robot with reach that is sufficient for the
shipyard application detailed in 3.1. It should be minimum
5.2.5 1100mm.
5.2.6 Arm Type: Articulated
Payload: It should be designed for a rated payload of
minimum 6 kg in order to optimize the dynamic
5.2.7 performance of the robot.
5.2.8 Position Repeatability: Not more than +/- 0.08mm.
5.2.10 Mounting position: upside down on a three axis gantry.

P a g e | 108
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

5.2.12 Mean time Between Failures: Vendor to provide


5.2.13 Motor: Brushless AC servomotor
5.2.14 Brakes: Electrical/Mechanical in all directions
5.2.15 Ambient Temperature: 10 deg cel to 45 deg cel
5.2.16 Relative Humidity : 95% Max
Safety Regulations: EN 60204-1:2006 OR 10218-1:2006
OR ANSI/RIA R 15.06, UL 1740 OR any equivalent
5.2.17 Standard.
Minimum Axis Range: Total range of both clock wise and
anti-clock wise motions
Not less than 200 deg for JI to J5
5.2.18 Not less than 700 deg for J6
Minimum speed required
Not less than 135deg/s for J1 to J5
5.2.19 Not less than 350 deg/s for J6
Protection Class: Minimum IP 54
There shall be a collision detection system that works
with the help of sensors to avoid damage to the robot and
the welding torch. Vendor to provide the details of the
5.2.21 system.
5.2.22 It shall have wire torch sensor facility.
It shall have automatic calibration program generation
5.2.23 facility
5.2.24 Weight of the Robot: Vendor to provide
5.3 CONTROLLER
Version: Latest Robot OEM;s controller version to be
5.3.1 offered
5.3.2 Drive system: AC Servo Drive.
Number of Controlled Axis: 9 Axis (six for internal and
5.3.3 three for external)
Additional axis mentioned in 5.3.3 is meant for control of
5.3.4 movement of gantry
5.3.5 Processor: Multi-core processor preferably with PCI bus
Operating System: Well proven real time operating
5.3.6 system
Programming Language: User friendly programming
through offline programming software or Teach pendant
5.3.7 and Robotic Programming Language
5.3.8 Programme memory capacity:
5.3.9 External Storage: USB
Other Requirements: USB memory interface and energy
5.3.10 back up power failure handling
Control Functions: Shall be able to synchronize all
operations of Robot motion. Three axis Gantry unit,
5.3.11 Welding controller, Seam Tracking and sensor etc.
5.3.12 Communication Port: Ethernet Port
5.3.14 Input Voltage : 415+/- 10% AC 3 Phase
5.4 TEACH PENDANT
Sufficient cable length shall be provided from controller
to the teach pendant. The location of the teach pendant
shall be at a convenient place for the operator to access
5.4.1 the same

P a g e | 109
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Basic Switches: Power On/Off and other functional keys


5.4.2 required for the robot and external axis movement.
5.4.3 Emergency Off push buttons for added safety.
5.4.4 Visual Display: TFT
Welding Technology Software: Vendor to provide the
5.4.5 details
5.5 SOFTWARE FOR OFFLINE PROGRAMMIMNG
The Offline Programming Software Supplied shall accept
3D data of components provided by MDL in. dxf format
and shall be able to convert it into robot operation data
5.5.1 (CAM data) with ease and in a very short period of time.
The offline Programming Software shall have a simulation
software to simulate the infield operations to check for
collision and to adjust device. The simulation software
shall create animated sequences that shall reproduce
5.5.2 virtual representations of the robot and the work piece.
The software should allow provision for placing additional
supports provided in the actual component that is not
part of the 3D component data to avoid collision during
5.5.3 welding.
The program from the offline software shall be
5.5.5 transferable to the robot controller.
5.6 LASER SENSOR, TRACKER AND SEAM FINDER
A suitable laser sensor having joint tracking and seam
finding capability shall be mounted on the robot with
necessary cooling system (cooling system to be provided
5.6.1 if required )
This laser system shall be able to trace the weld joints
prior to welding so that any correction in the robot
5.6.2 trajectory is carried out automatically.
The laser system should be integrated with the robot
controller using suitable communication protocol like
Ethernet/profibus etc. in such a way that the corrections
to the robot trajectory is done automatically without any
5.6.3 manual intervention.
5.6.4 The sensor shall be compact in size, light in weight

Proper integration of the laser sensor, tracking and seam


5.6.5 finding system is the sole responsibility of the supplier.
5.6.6 It shall have Embedded video colour camera
5.6.7 Stand of Distance: Vendor to provide
5.6.8 Actual field of view: Vendor to provide
5.6.9 Protection Class: Vendor to provide
5.6.10 weight: Vendor to provide
5.6.11 Horizontal Pixel Resolution: Vendor to provide
5.6.12 Vertical Pixel Resolution: Vendor to provide
5.7 MIG/MAG WELDING POWER SOURCE
The power source shall be digital, inverter, pulsed,
synergic, microprocessor controlled Shall be compatible
5.7.1 to work with a robot and shall be programmable.
5.7.2 Shall be inverter Controlled
5.7.4 Switching frequency of IGBT Circuit (Vendor to Specify)

P a g e | 110
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Duty cycle: >_350 Amps at 100% duty cycle at 40 deg


5.7.5 ambient temperature.
5.7.6 Current Control: Continuous control from a minimum of
50 A

5.7.7 Variation in set value of the wielding current should be ≤


1%

5.7.8 Open Circuit Voltage of the power source: Bidder to


specify

5.7.9 Operating Voltage Range: 5 to 45 V

5.7.10 Type of Cooling : Forced Air

5.7.11 Type of Protection IP 23 or IP 23S

5.7.12 Power of factor shall be ≥ 0.85

5.7.13 Efficiency shall be ≥ 85 %

5.7.14 Maximum power rating (KVA) of the power source


(Vendor to specify)

5.7.15 Gas pre-flow and post flow facility

5.7.16 Crater control & Fill facility

5.7.17 2T/4T selection option should be available on either


power source or on wire feeder.

5.7.18 It should have special welding program for delivering the


constant welding power regardless of changes in the stick
out length

5.7.19 Power Source or wire feeder should give error indication


and stop the welding when the gas flow rate and the
pressure is reduced from the limit value.

5.7.20 All parameters (Current, voltage, wire feed speed etc.)


should be adjustable in step less mode

5.7.21 Power source should have auto compensation function of


system to compensate voltage and current losses due to
large interconnecting cable.

5.7.22 The voltage variation from the power source to the end
connection should not be more than ±1V

5.7.23 Insulation class : (Vendor to Specify)

5.7.24 Inbuilt protection for the IGBT/Power source against


Thermal/Overload/Short Circuit conditions. The machine
should have protection against over heat, Over current
and Under Voltage

P a g e | 111
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

5.7.25 The machine should give suitable error code display in the
feeder panel display or Power source panel display for
over voltage, under voltage, over heat and over current

5.7.26 Standards followed for Construction of offered machine


(Vender to specify)

5.7.27 Machine shall have proper lifting facility

5.7.28 Dimension of power source (L X W X H) (Vendor to


Specify)

5.7.29 Weight of power source (Vendor to Specify)

5.7.30 Vendor to provide required earthling cable for the


machine

5.7.31 Vendor has to provide calibration certificated of all the


measuring instruments

5.8 INTERCONNECTION CABLES (Form Controller/welding Machine to Robot)

5.8.1 The interconnection cable should have


required length of copper welding cable,
control cables, gas hose assembly, coolant
hoses and all required control cable for
connecting the robot with end connection
to connect the controller and Console

5.8.3 Should have proper protective covering


that should be rugged enough to protect
the connection cables and hose assembly in
heavy fabrication shop. The protective
cover should be abrasive and wielding
spatter resistant

5.8.4 Vendor shall provide the test certificates of


the welding Cable

5.9 MAIN WIRE FEDER WITH COOLANT COOLEDD TORCH

5.9.1 Wire feeder should have Roll feeding


system for smooth wire feeding. Feed rolls
should be for heavy duty. It should be easily
attachable & removable from the wire
feeder without and special tools.

5.9.2 Driver motor type (vendor to specify)

5.9.3 Solid wire sizes: 0.8mm, 1.2 mm, 1.6 mm

5.9.4 Flux cored wire size: 1.2mm & 16mm

P a g e | 112
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

5.9.5 Wire feed speed: 1.0M/min – 22M/min

5.9.6 Facility to hold wire spools up to minimum


15 kgs of weight and spool diameter of
minimum 300mm

5.9.7 Wire feed motor should be powerful


enough to pull wire uniformly from 15 kgs
spool and feed it through the torch of the
designed length without the use of
additional push or pull motor in feed time.

5.9.8 Protection class (Vendor to specify)

5.9.9 Weight of the feeder (Vendor to specify)

5.9.10 Quoted Model Name and Dimension

5.9.11 It should have digital display for viewing of


welding parameters like current and
voltage (If not provided in the Power
source)

5.9.12 Wire feeder should have gas test button to


check the shielding gas flow rate.

5.9.13 Welding torch shall be Water/Coolant


cooled and robot mounted

5.9.15 Welding torch shall have the same current


duty cycle of the power source

5.9.16 Welding torch shall be compatible with


0.8mm, 1.2mm and 1.6mm Solid wired and
1.2mm and 1.6mm flux cored wire

5.9.17 The firm shall provide the following


consumables for the wire feeder and the
torch for 1.2mm FCAW wire free of cost
with the system

1. Contact Tip---------50Nos.
2. Nozzle----------------20Nos.
3. Adaptor--------------15Nos.
4. Liner-------------------10Nos.
5. Wire feeder feeding rolls--5 Sets

The above list excluding the commissioning


spares.

5.10 COOLING UNIT

5.10.1 External Dimensions (L x W x H) in mm.

P a g e | 113
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

5.10.2 Weight without accessories. (Vendor to


Specify)

5.10.3 Protection Class (Vendor to Specify)

5.10.4 Cooling power/capacity (vendor to Specify)

5.10.5 Tank Volume (in Lit) (Vendor to specify)

5.10.6 Should have Flow controller, Temperature


monitoring and filter for coolant.

5.11 NOZZLE CLEANING KIT

5.11.1 Wire Cutter

5.11.2 Reamer for Nozzle Cleaning

5.11.3 Antispatter Spraying Mechanism

5.11.4 The robot shall be programmed to


automatically carry out all the three
activities listed in 5.11.1, 5.11.2, 5.11.3 in
fixed interval.

5.12 THREE AXIS GANTRY

5.12.1 The three Axis Gantry shall be Sturdy and


shall be able to absorb the vibrations during
the movement so that it shall not affect the
accuracy during welding

5.12.2 The heavy duty gantry shall be made of


rectangular box section

5.12.3 The gantry shall be designed in such a way


that the robot head shall be able to reach
and weld effortlessly the entire volume of
the component of which the maximum size
is 10000mm(L) X3000mm (B)x350mm(H)

5.12.4 The movement of the Gantry shall be with


the help of precision servo motors.

5.12.5 It shall have Guide ways and cable drag


chains

5.12.6 The gantry shall be mounted on


pillars/columns and or tracks.

5.12.7 Total weight of the gantry (Vendor to


specify)

5.12.18 Capacity of servomotor (vendor to provide)


of X Axis, Y Axis, Z axis

P a g e | 114
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

5.12.9 Speed of the Gantry (Vendor to Provide)


during welding shall be comparable with
the maximum welding speed of the welding
machine.

X Axis

Y Axis

Z Axis

5.12.10 Special precaution shall be provided for Z


axis for fail safe operation Vendor to
provide the details

5.12.11 The arrangement of the Gantry shall be


sturdy to accommodate the movement and
vibrations of the system

5.12.12 Vendor to provide repeatability and


accuracy of the total system. It shall not be
more the +/-0.25mm

5.12.13 Special moving trolley arrangement for


mounting of Robot Controller, Welding
Power source, Water Cooling unit, Wire
Drum, Laser seam finder controller shall be
provided if required

5.12.14 It shall have mechanical and electrical


stoppers for the stroke of Robot travel

5.12.15 Emergency push buttons to provide on all


pillars of the gantry

5.12.16 Ladder should be provided for maintenance


of the gantry

5.12.17 Vendor to specify the size of gantry. The


height of the gantry shall be arrived at
considering the component table height as
1000mm. The vendor shall justify the height
of the gantry considering the height of the
component table maximum component
height and reach of the robot.

5.12.19 The firm shall provide 30 meter of standard


with ESAB make welding curtain with strip
and hooks. MDL will fabricate the enclosure
for the system

5.13 STABILIZER & ELECTRICAL PANEL

5.13.1 The vendor shall provide a suitable 3 phase


415+/- 10% AC Servo based voltage

P a g e | 115
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

stabilizer for the complete system

5.13.2 The vendor has to provide the electrical


panel with necessary circuit brakers for the
system. MDL will provide three phase
power supply near the system

5.14 COMPONENT TABLE

5.14.1 The table shall accommodate the maximum


and minimum component size as
mentioned in 3.10.

5.14.2 The height of the table shall be 1000mm


above the floor

5.14.3 The vendor shall provide the design of the


Table along with the required simple
locking arrangement. MDL will fabricate
and erect the table at the site

5.14.4 The material for the table shall be carbon


steel using standard carbon steel plates and
sections and is in MDL scope

5.14.5 The design of the table shall be Vibration


free and the locking arrangement shall be
suitable for all the variable sizes of the
components

5.14.6 While designing the table the vendor has to


consider the existing floor in MDL that has
go locking arrangement at 1500mm spacing

5.15 VENDORS SCOPE OF WORK

5.15.1 Design, Manufacturing, Supply, Installation,


Integration, Testing and Commissioning of
Gantry mounted robotic MIG welding
system at Production Shop in MDI Mumbai.

5.15.2 All the Civil works required for the


installation of complete system in MDL is in
the scope of the vendor except the
fabrication and erection of the component
table.

5.15.3 The Design of the component table along


the simple locking arrangement shall be
provided by the vendor.

5.15.4 All man, material and Labor required during


the installation and commissioning of the
system

P a g e | 116
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

5.15.5 Manpower and Lifting gears for the


unloading and shifting and installation of
the material/components

5.15.6 Tools required for installation not


mentioned in MDL scope.

5.15.7 All material required for the testing of the


panel during inspection at the works of the
vendor.

5.15.8 Air compressor if required for the system of


necessary capacity, dryer and filter unit
shall be provided by the vendor.

5.15.9 Any other service/material not specified in


MDL scope.

5.16 MDL SCOPE OF WORK

5.16.1 Fabrication of the component table along


with material for the same.

5.16.2 EOT crane for unloading, shifting and


Installation of the supplied material limited
to loT capacity during first shift of normal
working days.

5.16.3 Compressed air during for installation,


Electric power supply, water supply for
installation.

5.16.4 One welding machine with cable and


accessories and one cutting set with hose
pipes, cutting gases and accessories during
installation.

5.16.5 Fabrication of safety enclosure for the


system.

5.18 TESTING & COMMISSIONING AT MDL AFTER INSTALLATION

5.18.1 Actual welding of flat panels with sections


of various sizes will be welded.

5.18.2 All the details provided in the technical


specification shall be verified during
commissioning.

5.18.3 The speed, accuracy, repeatability of the


system will be verified during testing.

5.18.4 The synchronized motion between the


robot and the three axis gantry will be
verified during testing.

P a g e | 117
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

5.18.5 The Offline programming software will also


be verified during testing.

5.18.6 Butt joints welded by the system will be


subjected to radiographic test

5.19 TRAINING

5.19.1 The supplier shall impart training for a


minimum of 5 working days to machine
operator and maintenance crew in
operation and maintenance during
commissioning of the machine at MDL. The
trained operatives should independently be
able to run the entire system for minimum
l0 working days duping Vendors
Representatives presence. It includes
Safety, Operation of the machine PC based
System & Operation.

Trouble– Shooting, software application, all


special features of the machine,
electrical/mechanical/electronics system
etc.

5.19.2 Additional training to be provided to MDL


operatives for a period of 3 working days,
30 days after completion of the initial
training after commissioning.

5.20 Warranty

5.20.1 Comprehensive warranty for complete


robotic system including Robot, Robot
controller, welding equipment software and
all supplied accessories/equipment for 36
months from the date of commissioning of
the Robot after successful E&C of the Robot
at MDL. Any spares required during
commissioning/ guarantee period shall
have to be arranged by the vendors at free
of cost.

5.20.2 The firm has to provide the response time


to execute the repair of the machine.

5.20.3 The warranty period will be extended by


same amount days for which the machine
will be in breakdown if breakdown period
extends beyond seven days.

P a g e | 118
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

5.20.4 The Vendor shall also quote for additional 3


years extended comprehensive AMC.

5.20.5 The vendors to confirm that the entire


system shall be supported for spares
availability/software upgrades for a
minimum period of 10 years from date of
commissioning.

5.21 DOCUMENTATION

5.21.1 The following documents in English


language should be supplied along with the
machine-

Hard copies: 2 sets

Soft copies: 2 set

1. Operating manuals of Robot, Robot


Controller, software including offline
programming software, welding power

Source, controller, welding torch.

2. Operation and Maintenance manual of


all accessories

3. Programming manual of the machine &


Robot.

4. Maintenance manuals with all assembly


drawing of machine assemblies.
Subassemblies with parts list

5. Electrical wiring Drawing - power &


control circuits.

6. Maintenance & Interlace manuals for


machine control system.

7. Microprocessor / complete printed


circuit board schematic indication check
points for electronic controls.

8. Complete list of alarm log, error code,


error messages and remedies and on line
fault diagnostic to be provided by the
vendors.

9. Specification ratings of all bought out


items.

10. Catalos , O&M manuals for all bought


out items used in

P a g e | 119
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

the machine

11- Trouble shooting chart for main and all


sub-system.

12. Parameter selection software, file


handling and display recording Serial and
USB ports

5.21.2 Vendor shall provide a detailed GA drawing


for approval within 30 days after the receipt
of conformed order for approval by MDL.

5.21.3 CDs/Pen Drives of all Software to be


provided by the vendors as a backup.

5.22 DELIVERY

5.22.1 The total system shall be installed &


commissioned at MDL within eight months
from the date of PO that includes initial
training as detailed in 5.19.1

SECTION D

INDUSTRY 4.0 AUTOMATION

41.Task Management
The shipbuilding industry is aimed at creating integrated solutions for delivering fully operational vessels along with
resources to take care of their life-cycle maintenance. The main areas of Shipbuilding include the design and
construction of high functioning vessels, the development of Client control and combat systems, overhauls of military
and civil vessels, ships repairs, and diesel engine and turbine manufacturing.

In all those areas, most companies are transferring the Industry 4.0 principles to their shipyards, seeking to apply the
newest technologies related to the Internet of Things (IoT), robotics, Cyber-Physical Systems (CPS), 3D printing, or Big
Data to improve the efficiency of the many processes that occur in a shipyard.

The paradigm shift will be greatly seen in the way operators perform their daily tasks. We can simply say that Industry
4.0 technologies will radically change the tasks and roles of workers in the Shipbuilding Industry.

Therefore, the shipbuilding industries must be equipped with devices that act as an interface for human-machine
communication and collaboration, and also as a Decision Support System (DSS) that would help to optimize their
actions. The use of the technologies of Augmented Reality (AR), specifically Industrial Augmented Reality (IAR), can
provide powerful tools that can enhance the support system for the operators who have been assigned the tasks.

Current Task Management System at MDL

In the present scenario, the task management system at MDL follows a manual flow. The tasks are mostly allocated to
respective departments via printouts, after final approval from the Customer. This is how the entire procedure is
carried out department-wise.

P a g e | 120
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Design Team

1. The Design Department receives approval from the Customer to go ahead with the designs.
2. After a design has been approved by the Customer, the Design Department proceeds to 3D Modelling and
detailed design of the vessel. The detailed design shows all the necessary raw materials required to start
building the vessel.

3. Thereafter, Nesting Documents and Material Lists of the required materials are created.

4. The Design department then gets in touch with the PMT and PSC departments.
5. These documents and the Material Lists are then forwarded to the Project Support and Coordination (PSC)
Department, who then sends the request for materials to the Stores and a Work Instruction (WI) to the
Production shop.

6. The Design Department also sends drawings for the following tasks.
a. Nesting documents for unit
b. Limber hole sketches
c. Girth Chart
d. Nesting document for skids
e. Skid Chart
f. Swage drawing.

Template Department

The Template Department works closely with the Design Department and is responsible for creating 3D mock-ups
from the drawings that they receive from the Design department. They prepare mock-ups of pipes and sea tubes for
rollingpurposes.

PMT Planning Department

1. The PMT department does the complete detail fitting along with the Outfitting Department to install items
like electrical equipment, pipes, weaponry, CO2, Oxygen, fire extinguishers, etc.

2. They have a monthly, half yearly, or yearly plan schedule for project tenure.

3. The PMT Planning department also controls the tasks related to drawings for units and lifting lugs.

4. The department also generates the packing list and Work Order/Material Requisition generated for
outside/outfitting items.

Hull Planning Department :

The Hull Planning department at MDL receives a build strategy from the PMT department with project timelines also
known as Production, Keel Laying, Launching and Delivery (PKLD) dates. Based on this, production and activities for
assembly and erection are scheduled. All drawings are received from PMT Department planning, after which the Hull
Planning department prepares a schedule and passes it on to the Design team for confirmation.

The Hull Planning department is also assigned with the task of sending requests for materials from the stores at
AnikChembur and Work Instructions to the Production Shops.

The Hull Planning department is also responsible for carrying out the following activities -

i. Physically writing stroke number on MR.


ii. Planning for assembling units for the in-house assembly shop

P a g e | 121
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

iii. Preparing the work instruction for the assembly shop, pipe shop, and fittingshop andmould lofts for rolling
templates
iv. Getting the status of progress of work from the assembly and erection shop, and Berth.
v. Based on the compiled data the PSC department generates a progress report, which is issued to all
stakeholders. They also prepare a Purchase Requisition for steel material. For generating the purchase
requisition, the PSC Department receives a projection from the Design, PMT, and Maintenance Departments.
vi. Technical scrutiny of offers received against each Purchase requisition and then a facility utilization plan is
prepared by PSC Department. PSC Department also monitors the status of materials for which material
requisition is issued.
vii. The PSC Planning group controls the work order for units and lugs while also monitoring the progress of work
and generating the report.
viii. The department generates the work order for the required materials from three sections, namely the steel
stores, Common Stock Store (CSS), and Bond stores.

SD & D

The SD&D Department is responsible for the following tasks at MDL.

- It handles the docking and undocking of ships and submarines

- They take care of the ships and submarines when being assembled on the Slipway/Berth.

- The SD&D Department also looks out for the movement of vessels

- The shifting of units from one yard to another yard via sea route is taken care of by SD&D Department

- SD&D Department patrols the MDL waterfront area

- They also handle the dredging of channels near dry dock gate

- Rigging shops and such activities are done by the SD&D Department

- The SD&D Department also performs the joiner shop activity; that is responsible for the woodwork

- The SD&D Department assists in the launching of vessels

- Sail lofts – flex, sofa upholstery, and such other things are handled and maintained by the SD&D
Department.

- The SD&D Department is responsible for the annual survey, repair and maintenance of MDL launches,
barges and tugs

Berth

Activities at the Berth starts with keel laying. The units for carrying out the task are received from Assembly Shops.
These units are erected on the slipway to complete the Ship.

Unit erection starts from the central block (Midship Block/Unit) towards the forward and Aft end. Simultaneously the
blocks are erected up to the main/weather deckbut in some case it goes upto Super deck in an upward direction.
Work on slipway also includes the preparation of the launch ways for the launching of the ship.

Fabrication Shops carry out interior work. The Shops that do the work on the ship are:

● Module shop

P a g e | 122
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

● South Yard

● North Yard

● Slipway/Berth

Basically, there are four major Categories of work fronts

1) Hull & Hull outfit


2) Engineering
3) Electrical
4) Weapon

P & A shop plays the role of central authority to depute workmen for the Hull and Hull outfitting work on the ship like
the structural fabricators, welders, gas cutters, grinders, etc.

To meet the requirement of launching, the ship’s weight limit can be up to an approximate weight of 3000 tons if it
isn’t a pontoon-assisted launch. In case of a pontoon-assisted launch, the ship’s weight limit can be progressed
approximately up to 4200 tons. Once the ship is launched in water, it means that the PSC has finished its work, i.e.,
PSC has finished the Hull, has got the structure of the ship in place.

Weight recordings are taken only for the first ship of a project if there are more than one ships ordered. After
launching, the ship is shifted to the Dry dock or wet basin for balance outfitting works depending upon the availability
of the area. During the Outfitting works, equipment is integrated according to the systems requirement.

Activities in the Dry Dock:

- Preparation and installation of the underwater hull appendages like Rudder, Rudder Cartridge, ‘A’ Bracket,
Stern Boss Casting, Stabiliser Fins, Sonar Dome, Eco sounder, EM LOG, ICCP Anodes etc.
- Shaft installation is carried out as a major activity in Dry Dock.

Activities in the Wet Basin:

- Activities mainly include Weapon systems, Communication systems, Outfit systems. The SB Electrical &
Weapon, SB Engineering departments depute the manpower like the electricians, weapon mechanics, and
fitters.

When all that is over, the ship goes for Harbour Acceptance Testing (HATs) and Sea Acceptance Testing (SATs). When
HATs and SATs are over, the ship is delivered to the Customer with the assurance that it is completely ready and now
can be delivered. The ship will be delivered to the Customer, followed by a Commissioning ceremony of the ship.

Fabrication continues in the slipway as well. The slipway is where the ship is assembled completely. The ship is built in
small parts in Module, South Yard and North Yard, and then completely assembled on the Berth.

Current Status

According to the present Task Management System the following drawbacks in every department at MDL:

P a g e | 123
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

1. Distribution of Tasks

The illustration above is an example of the task sheet that is distributed to the departments, which are assigned with
tasks related to a ship’s production. As can be seen, the sheet gives the person in charge of the task all the details of
the work to be done. The sheet includes details such as-

- The main image of the ship, which illustrates the ship’s profile indicating units to be produce.

- The next section, towards the left side of the sheet, is called the reference drawings. These are instructions for
workers about the subtasks that they are supposed to carry out which are accompanied along with this master

P a g e | 124
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

task sheet. The reference drawing section also depicts the tasks that need to go into production and the tasks
that do not need to go into production. An example of one of the reference drawings is as seen below.

- Next, again on the left side of the sheet, are other sections like the Material List, Part List, and Notes. The
Notes section explains to the workers the meaning of a particular shape that is seen on a design.

The cover sheet, along with all the other drawings is accessible to everyone on the work floor.

2. The progress of the completed tasks are updated manually on a progress report by the Officer-in-Charges of the
respective departments. The problem here is that not everyone is actually updating the progress report.
3. Sometimes the tasks that are allocated are not equally distributed to the work areas. This means that while one
work area is overburdened with tasks, another has fewer tasks. There is no system to track the equal allocation of
the tasks.
4. There is no system to track the amount of work done by workers as well as the type of work they are carrying out
on any particular day.
5. In the present scenario, welders are using welding with high current than required. This is being done in order to
perform the task faster. This creates a bad quality of the weld and structural deformation.

Requirements

Shipbuilding tasks are divided between various departments on the bases of life-cycle. The whole process of
delivering metal to MDL workshop and remaining materials to other departments are bifurcated into tasks with help
from nesting docs to streamline shipbuilding operations.

Proposed system should solve the large-scale scheduling and monitoring problem with a three-layer parallel
computing system, and undertaking condition of taking time and resource contains into account. The task
management system is aimed at bringing transparency in the following areas at MDL-

- The progress of tasks in each department


- the idle time of workers
- the idle time of a machine

P a g e | 125
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

The task management system should be designed to work as under.

- The task management system for MDL should start as soon as the design department parses a ship’s drawings
and input it into the Industry 4.0 system. This should automatically create a link between the design software to
this Industry 4.0 software.
- When the Design department uploads the drawings into the system, all concerned users should receive a
message saying, “Upload Done/Complete”. After this, the person in charge, from the design team, has to press on
the “Nest” or “Distribute” button so that the correct drawings are passed on to the correct departments.
- When the sub-nesting and every other document is taken into the system the designs are to be broadcasted to
everybody on the ground with a restriction of who is authorized to see, which part of the design and at which
area. For example, the person-in-charge of the module shop can see the entire design, but workers can only see
what is assigned to them. This would solve the problem area where all the drawings were shared with everyone.
In short, the accessibility of viewing the drawings should be controlled by the design distribution mechanism or
the design workflow.
- After the Design Department has uploaded the drawing into the system it should be forwarded it to PSC
department.
- The PSC department would allocate the drawing and task to the production shops, which are, Production shops
:Module, South yard, and North Yard.
- This drawing could also be about Outfitting. In that case, the outfitting design would go to PMT, who will allocate
tasks to the sheet metal shops, pipe shops or anybody in these outfitting’s department.
- When the PSC and PMT departments will allocate the tasks to their shops further, the shops will pass it on to the
shop managers or the heads, who will pass it on to the workers below.
- The tasks allocated to the workers will keep increasing. Hence, the PSC and PMT departments need to know how
much of the tasks have been completed from time to time. This should be tracked by the inputs that workers
enter into the task management system. The task management system should display the daily work done in
every department in detail.
- The task management system should also be designed to measure the tasks performed with the welding
machines to ensure their proper usage. Other than that, it should also ensure-
a. The conservation of energy
b. A better quality of weld on the units.

Task Management Outline & Features

Mazagon Dock Shipbuilders Limited (MDL) is a Defense PSU and it holds a major stake in design, development
and production of Warships and Submarines in India. MDL is also manufacturer of tankers, carriers and
passenger ships. The shipyard was nationalized in 1960 and is now a Public Sector Undertaking of the
Government of India.

MDL with such a big portfolio of delivered Ships and Subs is revamping its process and automating processes ae
per industry standards. In the view and in line with Industry 4 standard Mazgaon Dock intends to implement a
Task Management Solution to manage entire end to end Tasks and performance of each individual. The system
should optimize the performance of individuals and create a competitive environment among various Projects.
This is to enhance quality of delivered entities as well as monitor and manage process so that delays can be
countered in time for timely delivery of the complete project.

The challenges faced and to be eased by the Task management solution are as following:-

The primary challenge is monitoring each individual’s deliveries and performance. Deliveries in relation to total
task allocated to individual and performance in terms of quantities to be delivered within a specific time frame.

Various compliance and related risks must be managed which includes health and safety rules, local permits,

P a g e | 126
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

environmental laws, licenses, and project management standards.

Projects generate a huge amount of data and content of various types including drawings, Storyboards, Drafts
etc. The content must be properly analyzed and indexed. This should enable each location of data by required
entities and save time and performance in turn delivering quality with reduced quantity.

Managing budget in projects which stretches over years is a massive challenge. If projects are not executed in
sequence and as per defined plan the environment will lose visibility in terms of delivery timelines costing huge
amount of money and scheduling overruns. Controlling the budget from early stages by monitoring cost heads
should help in project optimization and sustainability.

If handing over of data and content is not managed this can derail a previously successful project. If data cannot
pass successfully, consistently, and efficiently from one project phase to the next, continuity, accountability,
and productivity are lost.

The proposed solution should have the following core features “however vendor will have to do a system
study and prepare requirements before commencement of the project. The features are mere guidelines.”

Should have online collaboration at planning and proofing stage. Real time collaboration and feedback sharing
on files.

Should have one click approval and comment option on proofs and timeline charts.

Should be able to review number of iteration and cycles in approval process of tack allocation documents.

Each individual should be allocated custom roles in the hierarchy as per the organizational chart of MDL. Each
level should control and manage tasks within its own hierarchy.

The system should allow custom rights management to each project team and each project can have its own
hierarchy.

New roles should also be created and existing ones should be modified. Individuals should be able to upgraded
in role execution with added or reduced rights and permissions.

Should have a separate set of access level can be defined and can be applied to a specific user or to a group if
users.

Each project should have its own color code so that its easier for management to review returns and charts
based on colors.

Should have a simple interface to create a task and allocate it to a group or to a specific individual
transparently. Once a specific task is allocated an email can be sent to specific team of individual who has been
allocated a task and details like start date end date, description of task and user levels.

Tasks once created should also be cloned for repetitive tasks to save time of the task manager for each project.

Should have an adding special tag to manage tasks with various levels of priority and visibility levels.

Each task should be monitored as an individual thread and should have its own start and end date apart from
the entire sprint.

Time estimates should be attached for each task apart for Start Date and End Date of Sprint.

Should have an option to break Task to Subtask so that each manager can reallocate tasks to individuals down
within the hierarchy and should have its own properties apart from properties of the parent task.

Should have Tasks Sets to be assigned to specific teams or groups.

P a g e | 127
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Should have an option to add files and attachments into each task to provide more clarity on task description.

Should be able to follow through and comments on each task as a chat thread to allow interaction on tasks in
case of any confusion or further deliberation required. This should also allow project managers to edit time
lined if required.

Each individual should be able to keep its task private and can update completion as and when required. The
user should also have option to share tasks in case the user wants its manager to update task progress.

Should be able to track progress of each task and also its subtasks collectively. Use burndown chart to see if the
team or project is going as per schedule or if there is any upward or downward deviation.

Drill down reports to move from one report to another.

Should be able to analyze report on tasks to monitor and manage which team is performing best and use the
sequence of events as benchmarking for other Teams to optimize performance and quality of deliverables.

Should have an option to export tasks as Excel, Csv, PDF or XML as per user requirement.

Should have an option to integrate workflow with task management tool to increase transparency and visibility.

Should have an option to add custom workflow and sequence all tasks as per work flow.

Should support multilingual languages i.e. English, Hindi & Marathi for Menu’s & Captions.

Simultaneous user capability of 1000 Users should not require upscaling to cover whole of MDL.

Gantt Charts :-

a. Should have a visual timeline of the project so that we can schedule our tasks, and plan & iterate our
projects quickly and more efficiently.
b. Should have a set dependencies between different tasks to reflect how change in their scheduling is going
to impact the overall project progress and make teams more accountable.
c. Should be able to highlight critical path in our Gantt chart software you can identify the tasks, which are
putting a direct impact on the overall project progress, and iterate them to get them delivered on time.
d. The system should give a clear idea of the progress made in tasks by team members so that we can
manage resources and plan their schedules better.
e. Should be able to use critical tags and labels to highlight important and prioritized tasks in the chart.
f. Should be able to consolidate all Gantt charts for combined viewing.
g. Should have an option to export Gantt chart.

Reports: -

h. Should generate a project wise burndown chart and report showing progress of each project (Ship,Subs).
i. Should generate a milestone report to show progress in relation to milestones and their defined
timelines.
j. Should generate a resource report to monitor progress and performance of each individual and also a
team.
k. Should generate a comparative report for similar projects so as to get comparison in performance of each
project.
l. Should generate other custom reports as required by MDL after detailed Study.

System Study:-
System study to be submitted prior to start of development.

P a g e | 128
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

42. Maintenance Module

The importance of an effective maintenance program cannot be overlooked because it plays an important role in the
effectiveness of the shipbuilding process. Maintenance may be considered as an insurance of the manufacturing
machines and equipment. Maintenance is essential in order to effectively reduce downtime and run an efficient,
continuous shipbuilding operation. The cost of regular maintenance is very small when it is compared to the cost of a
major breakdown. A major break down costs multiple folds as this impacts the overall process of manufacturing,
delay in the process, un utilized resource time etc.

The main purpose of regular maintenance is to ensure that all equipment required for production is operating at
100% efficiency at all times. Through short daily inspections, cleaning, lubricating, and making minor adjustments, can
detect issues which can be corrected before they become a major problem that can shut down a production line. A
good maintenance program requires organisation-wide participation and support from all related entities and also
feedback from the machines itself.

The maintenance department at MDL is responsible for maintaining everything that is involved in the shipbuilding
process. Maintenance takes care of the compressor, motor, crane, electricity, water and everything else except for
the supply of the industrial gases. All industrial gases are maintained by the respective yards/respective production
facilities.

Current Status

● At present, the maintenance department dutifully and diligently performs all its duties toward the upkeep and
maintenance of all the facilities, utilities and all support infrastructure.

● Currentlymanual records of the type of fault to the rectification carried out is recorded.

● The issue of not having detailed logs causes a delay in the project when certain unexpected issues arise. For
example, if the CO2 or Oxygen is cut off, or if the electricity is out, or if a crane broke down, then various
activities come to a standstill. These problems can be preventively and then predictively countered if the levels of
CO2, Oxygen, Oil and other factors like fuse blow out frequencies e.t.c, were recorded and logged in.

● This absence of detailed logs on the fault and repairs/rectification carried out leads to partial or no information
collected which is the key for any preventive and subsequently a predictive maintenance schedule.

Requirements

MDL proposes the maintenance department at MDL to have a ticketing system where they start putting up records of
the types of maintenance that is carried out on different kinds of equipment. It means that MDL should start tagging
the equipment into a master database. This will, in turn, answer the question, “what are the maintenance happening
on each equipment” and “what repairs were carried out and where was the fault?” In other words, this process of
tagging the equipment would help in fault detailing of the equipment.

This way, in about a year’s time, MDL can have enough data on the kind of failures that is happening to different
equipment from which MDL should be able to take out a preventive data maintenance schedule. Then in another
year, MDL can start working on predictive maintenance system (PMS), where we can predict when a part needs to be
replaced.

MDL's current maintenance management is reactive. In the current model, MDL is missing out on detailed data as on
date on the maintenance that was performed. From a reactive model, MDL is planning to generate and move to a
preventive maintenance system. MDL’s reactive model will stay the same for one year. When the required
maintenance system is combined with MDL’s already existing reactive model, then the maintenance system will also

P a g e | 129
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

become preventive rather than purely reactive. Even after one year of testing the preventive maintenance system,
the present reactive maintenance system will continue to perform because failures will still happen in the preventive
maintenance system. However, in two years’ time, MDL should able to get to an level where MDL can apply analytics
on maintenance data, and based on that analytics, MDL can start creating a predictive maintenance schedule. MDL
will be able to automate the maintenance logging and slowly graduate from the process of reactive to the next level
of reactive plus preventive, to the next level of predictive only.

Furthermore, the data on key Machines like the CNC, plasma cutting, welding and the important cranes should be
collected, even from the OEM, to create a logical base preventive maintenance schedule to start with. This with the
passage of time would give MDL the ability to create a predictive Maintenance schedule by applying analytics on the
data collected.

The Predictive Maintenance System would then prevent the occurrence of failure allowing the maintenance
frequency to be as required to prevent unplanned reactive maintenance, without incurring the associated cost. The
PMS should uses conditional-monitoring equipment to evaluate shipbuilding asset’s performance in real-time using
the Internet of Things (IoT) for all assets to connect, analyse and work together in an actionable environment.

The derived advantages of PMS expected are:

● Minimizing time for equipment maintenance.

● Minimizing the cost of spare parts and supplies for shipbuilding.

● Minimizing loss of production hours to maintenance.

System Study:-

System study to be submitted prior to start of development

I. Predictive Management for bigger types of machinery

In the shipbuilding process, failures and downtime are common as it deals with huge items of machinery and tasks
are often repetitive. Companies that collect sufficient data from a large number of machines will have the power to
predict issues and suggest fixes. A shipbuilding company with multiple types of machinery, such as cranes, has the
ability to find the patterns that lead to different kinds of breakdowns and fixes – especially if those cranes are the
same make and model.

The cost-saving point of view in PMS for bigger pieces of machinery:

● Optimizing equipment lifetime.

● Optimizing employee productivity.

● Minimizing unplanned downtime.

The system should be designed to access existing status based on the data for machine performance using OEE
standards, to review all shipbuilding pieces of machinery for historical performance: downtime, component-failure,
maintenance schedule, etc. Using this data and patterns, a process needs to be instituted to reflect current status and
should flag patterns for failure and maintenance.

Should support multilingual languages i.e. English, Hindi & Marathi for Menu’s & Captions.

Simultaneous user capability of 1000 Users should not require upscaling to cover whole of MDL.
P a g e | 130
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

II. Internet of Things (IoT)

The Internet of Things (IoT) has provided shipbuilding companies with advanced data gathering tools and analytics,
enabling them to use predictive maintenance to their advantage. One such tool should be implemented i.e., the use
of RFID sensor that should be installed in material stores and also attached to materials and components in order to
track them and to set up a communication system for data flow between the centralized cloud server and the assets.
The central data store (data warehouse) should store all assets data for processing and analysis on the cloud. Next,
the predictive analytics algorithm is applied to these aggregated data to recognize a pattern and generate insights for
final reporting on a user interface. Finally, data analytics tools should be used to investigate and determine the
corrective action to be performed.

By proactively identifying potential issues, MDL can deploy their maintenance services more effectively and improve
equipment up-time. The critical features that help to predict faults or failures are often buried in structured data,
such as year of production, make, model, and warranty details, as well as unstructured data such as maintenance
history and repair logs.

III. Reporting

The reporting tool should be designed to assist in the presentation of information such that the end user can
comprehend the data from PMS visually creating actionable information for improved decision making.

The system should have an intuitive interface, which when coupled with built-in automation and intelligence in the
PMS process should be functionally effective across all platforms and devices eliminating the need for constant IT
assistance. One of the most valuable advantages of the reporting tool should be the ability to create reports in a real-
time process that are minute, such that decision makers are sure that they are working with up-to-date data available
from real-time PMS, and other advantages include:

● Adding value to a software application.


माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

● Saving time, cost and effort.

● Real-time integration and deployment.

Maintenance Management

The guiding principle of PPM is the regular and systematic application of engineering knowledge and maintenance
attention to equipment and facilities to ensure their proper functionality and to reduce their rate of deterioration. In
addition to dedicated engineering, PPM encompasses regular examination, inspection, lubrication, testing and
adjustments of equipment without prior knowledge of equipment failure. PPM should also provide the framework for
all planned maintenance activity, including the generation of planned work orders to correct potential problems
identified by inspection. The result is a proactive (rather than a reactive) environment, optimizing equipment
performance and life.

Properly developed PPM programs should be designed which optimize the relationship between equipment
ownership and operating profits by balancing cost of maintenance with cost of equipment failure, and associated
production losses. Equipment ownership cost is a function of three factors: purchase price, equipment life and
maintenance cost. Total maintenance cost is the sum of material and labour cost required to repair the item, the cost
of preventive maintenance to avoid repairs, plus the cost of lost production while the unit is out of service for repairs.
PPM should be able to schedule actions which extend the life of equipment and avoid unnecessary failures by
substituting selective programmed effort for “fix it when it fails” maintenance.

Actions that extend the life of equipment would include (not limited to ): lubrication, cleaning, adjusting and the
replacement of minor components like drive belts, gaskets, filters, etc. Actions that avoid unnecessary failure include
timely, consistent equipment inspection and the aggressive use of non-destructive testing techniques such as
vibration analysis, infrared testing, oil analysis and other techniques should also be schedulable .

Difference between Preventive and Predictive Maintenance

Predictive maintenance is the complement of preventive maintenance. Through the utilization of various non-
destructive testing and measuring techniques, predictive maintenance determines equipment status before a
breakdown occurs. With predictive devices currently available, it is incumbent upon maintenance organizations to
include the process of predictive maintenance in their maintenance programs.

New System

The new system that will be put into place should use analytics to create a preventive schedule that shall be followed
to Preventive and Predictive Maintenance into action.

How will the System work?

Initially, whenever there is a failure in an equipment, a repair should take place for that equipment. The system
should keep a log of the type of equipment, the type of fault and the type of repair conducted on it along with other
details like cause of failure and cost of repair. As time passes by, the log should be fed with new data as long as repair
is taking place. After the data has been collected for a year, a Preventive Maintenance Schedule can be prepared by
analysing the existing data. Once this schedule is prepared, it should be followed throughout the departments in
order to minimize the occurrence of the same faults. At this point in time, new data should still keep on adding to the
existing data as the kind of repair is not exhaustive. This data should only improve the Preventive Maintenance
Schedule. After about two years, there should be enough data so that analytics can be performed on it and a
Predictive Maintenance List can be prepared. This Predictive Maintenance List should then be followed throughout
the company in order to further minimize downtimes due to repairs. The Preventive/Predictive Maintenance Lists
should contain information on how to avoid risking damaging an equipment, may it be replacing a part on time or
timely oiling of the parts, etc.

P a g e | 132
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Preventive/Predictive Maintenance

Indicators of Ineffective PPM

1. Low equipment utilization due to unscheduled stoppages

2. High wait or idle time for machine operators during outages

3. High scrap and rejects indicative of quality problems

4. Higher than normal repair costs due to neglect of proper lubrication, inspections or service.

5. Decrease in the expected life of capital investments due to inadequate maintenance

Setting Up a Preventive/Predictive Maintenance Program

(Sequence of Major Steps)

1. Assess the Need

A. Analyse equipment history

B. Review available records

a. Downtime

b. Defects

c. Yield Losses

d. Energy Losses

e. Regulatory Fines

f. Work Place Accidents

C. Establish definitions, principles and concepts

D. Build a Case

2. Educate Management and Obtain General Commitment

A. No sense expending the effort on hope of support

B. Make it clear that PPM is an investment. Payback is excellent, but does not occur over night.

C. Obtain approval for sufficient, dedicated and qualified Reliability Engineering resource forProgram design,
installation and continuing refinement.

3. Inventory Equipment

A. Establish a plant-wide equipment identification system

4. Appraise Equipment Condition

A. Can it be easily maintained in its present condition? If not;

B. Can it be upgraded to maintainable condition? If it can;

P a g e | 133
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

C. How can it be taken out of service and how much will it cost? If it cannot be;

D. What alternatives are there to choose from?

5. Choose Equipment to Be Included in the Initial Program

A. Start small. Build as you go. Use early successes to justify and sell program expansion. Progressive improvement
is better than delayed perfection.

a. Apply the Pareto Principle in selecting initial equipment to be included (A-B-C Analysis)

B. Select critical items. Those where failure to maintain properly results in seriousConsequences, such as:

a. Excessive out-of-service time

b. Excessively high maintenance cost

c. Serious equipment deterioration

d. Conditions endangering employee safety or health

e. Variations in product beyond quality items

C. Consider Alternatives. Decide whether, or not, to PPM.

a. Is the equipment critical to the operating plan?

b. Does normal equipment life without PPM equal or exceed operating needs?

c. Will the cost of PPM exceed the cost of all losses incurred within a reactive maintenance

Mode (repair only upon failure)?

d. Will failure cause a major shutdown, create a hazard, or cause costly damage?

D. When possible, select members of a large class of identical items—compounded benefits.

6. Define the Program in General Terms

A. Establish Principles, Concepts, Objectives, Scope, Definitions, Goals, and Interim Targets (milestones)

7. Develop System Details by Individual System/Component

A. Gather source documents

B. Perform Failure Mode and Maintenance Analysis (FMMA) to establish the mechanisms andconditions to be
monitored

a. Analyse equipment history

b. Analyse downtime records

c. Conduct design review to identify functional failure modes

C. Evaluate existing PPM’s

D. Determine the most suitable type of system

a. Component vs. Process

P a g e | 134
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

b. Inspection vs. Programmed Change Out/Overhaul

c. Avoid Over-Inspection! It is expensive!

d. Prevention vs. Predictive vs. Combination Inspections

E. Determine what to inspect for

a. A few questions are in order

1. What symptoms indicate the pending failure under review?

2. How can the symptom be detected?

3. Which methods of detection might be useful?

4. How long is the anticipated failure development period?

5. What does this suggest about inspection interval?

b. Prepare and code written standard practices, instructions, and check sheets for all PPM work (inspections,
lubrications, adjustments, and part replacements)

8. Organize for a Successful Program

A. Develop a program plan establishing functions, responsibilities, training and equipment needs,budgetary
requirements, etc.

a. Establish total PPM workload

b. Determine necessary PPM staffing

c. Decide upon Dedicated vs. Non-Dedicated PPM Crew

B. Tie PPM into the scheduling system

a. Establish PPM priority and placement upon schedules relative to other work

b. Balance weekly PPM resource requirements using calendar loading

C. Define the responsibility for writing corrective work orders stemming from PPM inspections

D. Avoid excessive and cumbersome administrative detail (paperwork).

E. Schedule compliance for preventive and corrective maintenance must be high (initially above 85%, eventually
above 95%)

9. Sell the PPM Program to Management, Operations, and the Maintenance Tradespersons.

A. Obtain management approval . . . and commitment!!!

10. Upgrade Equipment to Maintainable Condition, as Defined in the Plan

A. Set priorities

B. Obtain vendor quotes

C. Obtain approval

D. Take equipment out of services by priority


P a g e | 135
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

E. Reinstall upgraded equipment

F. Immediately activate PPM inspections and corrective actions

11. Conduct Essential Training

12. Set up equipment history

A. Create permanent files and records on PPM work performed (including costs)

B. Develop files of completed PPM work orders and resultant corrective work orders

13. Create computerized program to fit needs of the PPM system

14. Put PPM scheme into operation

15. Activate reliability-engineering review

A. Develop tests that establish operating parameters and gather data

B. Analyse reports of completed PPM/Corrective work orders to determine high-cost areas

C. Establish methodology for trending and analysing data to make recommendations

D. Focus reliability-engineering talent on essential areas

E. Establish assessment process to fine tune the program

a. Establish performance standards for each piece of equipment

b. Adjust inspection frequencies based on experience

c. Optimize inspection methods and introduce advanced inspection methods

d. Conduct a periodic review of equipment on the PPM program and delete the equipmentno longerrequiring
PPM

e. Remove from or add to the PPM program equipment and items deemed appropriate

F. Communicate problems and solution to involved personnel

G. Control the direction and cost of the PPM program

Over view of the System

The proposed system should make sure that the necessary steps are followed for avoiding damaging an equipment.
This should not only save time but should also increase the life period of an equipment. Many workers use an
equipment improperly that may lead to faulty machinery. With the new system, which should use IoT (Internet of
things) and NoT (Network of Things), all the IP enabled equipment should be centrally monitored so that no
equipment is mishandled by the workers or management.

The system should help increase efficiency, as the system will be able to identify which equipment is free at any given
moment and can be assigned to a worker to perform certain related tasks. It should be time saving. It should also
reduce environmental impact by monitoring the current drawn by an equipment and making sure that no equipment
is drawing more energy than required.
P a g e | 136
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

User Classes and Characteristics

The system shall be used by the following class of users: -

1. Super Admin – Super admin should have access to all sorts of Critical Reports

2. Admin – Creation of users and giving permission and access accordingly

3. Department user – Creation of masters and updating of data which is not automated

Modules

Masters:

Machine: This module should store the details of all the equipment

Fault: This module should store the details of the kind of fault a particular equipment has developed

Repair: This module should store the details of the repair conducted on the equipment along with the costs, etc.

Parts: This module should store the details of parts that will be purchased for repair of an equipment

Schedule: This module should store the details of the Preventive/Predictive Maintenance Schedule

Entries:

Machine Details: This module should take the input for the details of an equipment

Fault Details: This module should take the input of the fault in an equipment, like cause of failure, person responsible,
event responsible, etc.

Repair Details: This module should store the details of the repair that will take place on an equipment, like type of
repair, parts required, cost, etc.

Parts Details: This module should take the input of the kind of parts that were needed for a repair of an equipment.

Forms:

Schedule: This module should generate the Preventive/Predictive Maintenance Schedule.

Idle Time: This module should display the amount of time a particular equipment has been idle during a time period
so that it can be better utilised by the management

Approach & Methodology

Requirement Analysis

Analyse user requirements to arrive at a proposed solution for the system in terms of Software characteristics. This
Phase is initiated on approval of a project Proposal. The deliverables in this Phase define the proposed System in
enough details to justify the recommendations presented and to prepare an implementation plan. This Phase may
include following activities:-

 Examine the current System


 Define System context and objectives of the proposed.
 Build Conceptual Data Model.
P a g e | 137
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

 Build Conceptual Process Model.


 Establish basic System concepts by Conceptualizing Prototype
 Prepare a User Requirement Specification and System Requirement Specification and get it approved.

High Level Design

Define the overall functioning of the System and establish the Functional and Physical rules and design guidelines.
The functional definition of the System is presented in the documentation in a manner understandable to the user as
well as development Team. This Phase may include following activities:

 Build Functional Data Model.


 Build Functional Process Model
 Define System performance criteria
 Define Architectural Standards.
 Build Prototype.
 Prepare Functional Specifications for Unit Process.

Low Level Design

Do the detailed design of the Software components and write specifications of various software components based
on High Level Design. The Function design documentation should allow the user to approve the description of each
Unit Process and contain sufficient details to allow the development Team to process with System Construction
activities. The Phase includes following activities:

 Build Physical Data Model.


 Build Physical Process Model.
 Write Specifications for Unit Process.

Flow for Preventive Maintenance


• Preventive measures
• Initially, when a machine is found faulty, or needs to be repaired, the corrective measures are taken into
account and the same should be logged by the system.
• Once, the log has been recorded for a year, a preventive measure schedule should be prepared so that the
same fault does not occur

P a g e | 138
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

• After collecting a years’ worth of data, analytics should be performed for both Reactive and Preventive
Measure
• Once, the system has enough data, a proper Preventive Measure should be adopted.
• Using the analytics, a predictive measure should also be prepared by the system.

Should support multilingual languages i.e. English, Hindi & Marathi for Menu’s & Captions.

Simultaneous user capability of 1000 Users should not require upscaling to cover whole of MDL.

43. Material Management

Introduction

Material management in the shipbuilding industry has gained considerable interest in recent years. It has been
emphasized that the effective handling, storage, and flow of materials determine the successful operation of a
warehouse and a production facility like MDL.

Production, planning, and scheduling are also important and vital in determining shop floor schedules because they
minimize processing cost and material inventory cost. There is a need for proper planning and control of processes
and materials, including procurement, storage, and inventory, making the process cost-effective. Monitoring and
tracking in the shipbuilding industry are very important in fulfilling the aforementioned objectives.

Group technology also plays an important role in material management for grouping and coding. With group
technology, the following issues in material management can be solved-

- reduce labour

- material handling

- time management; and

- The shifting of parts to different places.

An effort has been made in this perspective to visualize the state-of-the-art in material management with special
emphasis on the Balance Return to Stores by the use of technologies of Industry 4.0.

The Current Material Management at MDL

The movement of materials is one stage where disambiguation of information takes place the most. To have a better
understanding of the Material management at MDL here is the workflow of the present day.

P a g e | 139
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

- After the final design of a ship is approved by the Customer, the design department interacts with the PSC and
PMT departments, sending them the approved designs of the ship so that materials can be ordered and the work
can start.

- On the basis of these designs, the PSC Department performs that tasks of sending material requisitions to the
stores at Anik, Chembur for special steel sheets which are used specifically only for building ships. The materials
are D40S and DMR 249 Steel, which are costlier than the regular items.

The material comes from 3 sections

a. Chembur Steel stores

b. CSS; and

c. Bond stores.

The steel stores provide the following materials-

a. Material full plates

b. Material sections

c. Material cut parts

d. Material skid

e. Material skid plates

The CSS and Bond Stores provides the following material:

P a g e | 140
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

a. Material Pipes.

- The PSC department is already aware of the requirements of materials at every yard at MDL, which are, the
North Yard, South Yard, and Module Shop. Hence, PSC sends an advance material requisition to the store in
Chembur.

- If the materials are not in stock they inform MDL about it. However, if the materials are in stock, the person in
charge signs the material request as “issued”. The stocks are issued, but since they have been on the racks for too
long, the raw plates are first treated with blasting and painting from Chembur. This process takes time and the
sheet metal never reaches MDL on time, thus causing a delay in the production.

- After the plates are cleaned and painted at Anik Chembur, they are sent to the production yard at MDL. Sub-
contractors collect the steel plates from Chembur.

- Upon receipt of the sheet metals, the production department cuts the plate into units/modules on the CNC
machine, as per the design that they receive from the PSC Department.

- The cut plates are identified on the basis of size, thickness, and marking. PSC Hull Planning physically write stroke
number of the plates on MR.

- The cut pieces are then sent out for fabrication to all other workshops within MDL so that the units can all be put
together to form a block.

- After the units are cut, the balance material goes back to local stores if it is more than 1 sq. meter in size.

The current material management processes at MDL addresses several aspects of material management that need to
be considered for efficient material handling and inventory management processes. The various aspects of material
management, including material handling, inventory management, planning and scheduling, procurement and
receiving, monitoring and tracking, controlling, and status are highlighted.

It should, however, be mentioned that in this case of Material Management, MDL is limiting its requirements to the
tracking of movement of sheet metals from AnikChembur store to the local stores, which is then issued to the
production floors at MDL, from where the balance return of materials is sent back to the local stores, where it is to be
stored in a traceable fashion.

The details of present Material Management at MDL are:

- It is that the material management system that is currently being used at MDL is SAP-based. The current SAP
based module provides many useful details such as the quantity of material issued and receipts. However, the
system lacks the necessary tools to track the movement of the actual material. This raises certain issues like-

a) Has the material left the store?

b) Is the material in transit or has it reached MDL?

c) If the material has reached MDL, which work area is it in?

d) Has the material been cut and send in for fabrication?

e) Has the balance material reached the local store or is it still in the cutting area?

Furthermore, to elaborate the point further, it was also noted that a when a material requisition is sent to the
Chembur store, the SAP-based module highlights that store has issued the material that has been requisitioned for.
This material needs to be traced right from Chembur store

P a g e | 141
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

- In the current material maintenance system of MDL is that delivery of the material is often delayed due to-

a) Though the store at Chembur mentions that the material has been dispatched upon receipt of Material
Requisition, there is a delay in sending the materials because the store has to first get these steel sheets
cleaned. This causes a great deal of confusion between the stores and the production shops at MDL because
neither is aware whether the materials have been dispatched.

b) Not being able to arrange a suitable mode of transportation for the materials from the Chembur store. As a
result, there is substantial delay in dispatching of the material in question This causes a major accountability
issue. As the SAP-based module indicates that the material is dispatched from the Store, it is automatically
assumed that the material is with the concerned department. It is, therefore, further assumed that the
department has not started work related to the material, thus causing delays in the shipbuilding process.

- Further, when the required materials reach the MDL local stores and then the Production Shop, the production
shops get to work by cutting the required parts, shapes, and forms as per the demands of the ship design. If more
than 1 sq. meters of steel is left out after all the cutting is done, the balance materials are then sent back to the
local store at MDL. The cut, formed and shaped parts are then sent to the Assembly Shops for assembling. At
times, the tracking of these materials also become a little difficult as there are so many of these parts available
which all look similar.

Requirements

To handle the above-mentioned issue and also to improve on the existing material management module a new
material management systems hould be developed that should link the existing SAP “Issue module” and should
provide an option to receive stores at the work areas and also within stores. The module should also manage and
monitor material movement in real time based on various IoT sensors and RFID tagged materials.

Now, the entire process of Returning Balance to Store or plates coming back to the store is little weak. The
requirement here is to track the sheet metal component of the ship. Therefore, the material management module,
should have option to track all sheet metal materials coming in from AnikChembur.

MDL also intends to implement the IoT infrastructure for better management of its materials. This should be done via
the use of high-end UHF RFID devices, which utilizes contactless technology to add speed, accuracy, efficiency, and
security to an ever-expanding range of applications.

There is already an ongoing process in the stores where MDL is creating vertical racks for storing the requisite
materials putting up a new cemented floor. This is a good modification because the stores are in bad condition.

Once the store's renovations are done, their coding system should be adopted as it is, should be made into an
automated RFID using metal RFID tags. This way, when all the plates move out of the Store or come into the store
should be all easily traceable. So MDL wants to augment the existing store system of storage.

The current manual processes have to be completely replaced with an automation of stores, issue register, receiving
register, and movement register.

The requirements are to install RFID readers in every department at MDL, and special RFID tags for heavy sheet
metal, on materials, including the stores. The RFID monitors should effectively detect any material with the required
RFID tag within a radius of 4-5 meters. The benefits of adopting this technology should be-

1. Due to the presence of RFID monitors/readers in every department, stakeholders shall be intimated of any
material that arrives into or leaves their department, in real-time, because of the RFID tags attached to them.
2. The concerned person who is to receive the materials shall not be dependent on a “supplied” instruction from
the stores anymore. Workers can mark the documents as “Received” on their systems when they physically
acquire the materials from the store.

P a g e | 142
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

3. Cut pieces of materials, as well as the balance sheet, should have RFID tags fitted on them so that they can be
differentiated according to their purpose. When these pieces are joined together, two tags should be removed
and one tag should be used for tracking it when the entire ship is being fitted together.
4. The local store should have an RFID monitor/readers which shall track the number of balance sheets that it has
received.
5. The task management system shall broadcast tasks to related departments when the materials are received so
that work can start.
6. The system should generate MIS reports that elaborate track delays in dispatch, Date wise summary, location-
wise availability of materials and so on.

7. Should support multilingual languages i.e. English, Hindi & Marathi for Menu’s & Captions.
8. Simultaneous user capability of 1000 Users should not require upscaling to cover whole of MDL.

This is the scope of the new material management system, which should be linked to the particular drawing for which
the material request is being placed. Material management should reduce the delays, increase productivity, resource
management to an optimum.

System Study

System study to be submitted prior to start of development.

I. API’s to integrate with SAP Store:

The SAP QIM (one way) system shall be integrated for improved credibility to identify and analyse all quality issues,
take quick corrective and preventive action (CAPA) to drive continuous ship manufacturing process.

This system should be integrated to incorporate the following:

● Standardised guided process for shipbuilding material tracking in inventories, shop and warehousing.

● Spot and resolve problems earlier to reduce the cost of poor quality.

● Reduce safety risk and increase the visibility of product quality.

● Efficient tracking of stores and work areas.

Material movement is one of the important aspect when it comes to manufacturing and production. Presently SAP is
being used which is managing how much of procurement is being done, how much issue is being done all are being
monitored, but the physical movement of material right from the issuing the material from Chembur store till the
material being received in the MDL local store are not being monitored. In present system when the material
requisition needs to be done, the software puts a requisition to Chembur Store, and whatever material is available in

P a g e | 143
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Chembur store, system shows the material are issued, but technically it doesn’t reach the local MDL store because
the material is still in Chembur store. So as the actual tracing of material is not being done in the current system there
is no accountability of the material as such. With these bottlenecks in the system leads to late delivery of the overall
project. So, with the implementation of the proposed system, it should help MDL to ease out their work. There
should be minimal human intervention as everything shall be done by system itself with the help of IOT and robotics
which should decrease the errors and bottleneck in the present system and increase efficiency and transparency.

Product Perspective
The application should be a module which should be a part of MDL Industry 4.0 and should aim to provide end to end
solution for Material Management. It should be deployed on Centralized Server, so the application is accessible to
various departments. The system should be designed in such way that user will get access to the module only to the
users that has been allotted.

User Classes and Characteristics


The system shall be used by the following class of users: -

1. Super Admin – Super admin should have access to all sorts of Critical Reports. Login mechanism for admin
would provide user name and password
2. Admin – Creation of users and giving permission and access accordingly. Login mechanism for admin should
be 2 steps verification initially admin shall provide user name and password then biometric, as the data
pertaining to admin would be the most critical ones.
3. Department user – Creation of masters and updating of data which is not automated. Login mechanism for
admin should provide user name and password.

Benefits of System

Improved Communication:Implementation of these application should improve communication


between different departments, teams, disciplines, professional fields and organizations.

Improved Decision Making: With material management it should lead to better decision making. It should enhance
our ability to make better decisions about the materials and their procurements process.

Efficiency: It should promote cost saving mechanism and measures resulting in increased efficiency.

Brief description of how the System should work

When an order is requested for a material from the Store to be delivered to the manufacturing location, it should be
saved in the system and should be available to the concerned Store where that material is delivered. Each material
that will be delivered should have an RFID tag that should give it a unique identification as well as traceability. Once
the material gets dispatched from the source, it should go through an RFID reader checkpoints which can read the tag
between 4-5 meters distance that should automatically read the RFID Tag attached in the materials details of dispatch
in the system so that the information gets updated and should display wherever necessary. There should be RFID
Reader (Checkpoints) throughout the journey of the material at various locations. Each time a material goes through
a checkpoint, the RFID reader located at that point should read the tag on the material as it passes through. The
details of the material reaching that certain location should be updated on the system and this information should
again be available in the system to be viewed. This should take place throughout all the locations along the way from
the source to destination. When the material finally reaches its destination, it should go through the RFID reader at
that location. The system should then automatically update the information that the material has reached its

P a g e | 144
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

destination. The material should then be distributed to the various sub sections at the manufacturing plant. Each sub
section should also have an RFID reader. When the material is received at a certain sub section, the system reads the
RFID tag and ascertains what work can be performed now that the material has arrived. The system should find out
from its information base which worker can work on a task with that material that has now arrived at the sub section
and then it should allocate the task. All these information should be available through display panels with which
workers shall interact via touch input. Each worker should be able to input the different tasks that they have done
throughout the day. The system should then generate reports of the work done based on the various inputs. Using
the system it should not only make work easier butalso eliminate human error. It should increase efficiency and
should make logging of data easier as it shall no longer be all manual.

Modules

Masters:

Master Items – This module should manage all the materials details, such adding a new material, updating and
Deletion of Material. This shall be done by the admin on Personal Computer.

Master AU – This module should help in creation of Accounting Units, updating and Deletion of Accounting Units. This
shall be done by the admin on Personal Computer.

Master Store – This module should create and update Store, basically the godown where the materials would be
stored. This shall be done by the admin on Personal Computer.

Master Checkpoints – This module should maintain the checkpoints, such as creation of new checkpoints, updating
and Deletion of checkpoints. In case of any new checkpoints needs to be created this form can be used. This shall be
done by the admin on Personal Computer.

Master RFIDs Tag - This should manage all RFID Details, such as adding a new RFID, updating and deleting. This shall
be done by the admin on Personal Computer.

Master RFIDs Reader - This should manage the all the RFID Reader Details, such as adding a new RFID Reader,
updating and deleting. This form can be used whenever new checkpoints needs to be created. This shall be done by
the admin on Personal Computer.

Master Checkpoint Allotment – Whenever a new checkpoints is created, the check points needs to be attached to
the RFID reader, this can be done from this form. This shall be done by the admin on Personal Computer.

Master Category – This module should help in creating categories such as RFID Type, User Type and so on. This form
should also be used to update and delete the categories. In case of deleting the category, all past entries and data
related to the categories should be shown and the logged should be maintained for the same by the system. This shall
be done by the admin on Personal Computer.

Master User – User should be managed from this module. It should create users for the application, updating and
deletion can also be done. This shall be done by the admin on Personal Computer.

User Permission – This module should help admin to give rights and Permission to the user, so that the user can get
access to the module which is specific to the user. This form specifically should have the user listed, admin selects the
user and then he selects which form user should get access to, then admin has to check that user with this form
should have read, write, or read/write permissions. . This shall be done by the admin on Personal Computer.

Master Section – This should be used to create different sections required in MDL. This form should have provision to
create department, and the department head can also be assign, so that system knows the authority of each
department. This shall be done by the admin on Personal Computer.

P a g e | 145
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Master Vehicle – Vehicles can be created from here, which should use for the transportation purpose. This shall be
done by the admin on Personal Computer.

Entries:

Purchase Order (Chembur Store) –This module should create purchase order when the material is required. Material
List is prepared with quantity and the same is generated for purchasing of the materials. This form should have PO
Date which is auto generated, PO Number. Material can be selected and the quantity can be put on against the
material. This shall be done by the store keeper user on Personal Computer.

Stock In (Chembur Store) – Using this module, user should be able to select the PO which was generated and selects
the same. Once the PO is selected all materials which were ordered should automatically populate. User ticks on the
material which he receives in the Receive Order with Receive Order No and Saves the details. This shall be done by
the store keeper user on Personal Computer.

Material Requisition – Material Requisition should ease user to create a request on the stores for the material. This
Form should show Request Date automatically, it should have option to select the store where the request has to go
and option should be provided to select the priority of the request (High, Medium, and Low). Material List and details
should automatically pulled with the help of API. The API should interact with design management and should
automatically extract the material list required to complete the design from the design nested document. Also, the
quantity should also be auto populated against the material, but provision should be there of changing the quantity if
required. The log of entry request should be maintained automatically, so that any kind of manipulation can be traced
out easily.

Material quantity present in the local store should also been shown and the requested quantity should be
automatically calculated based on the qty. present in local store and qty. required for the production. This shall be
done by the store keeper on Personal Computer.

Note: An automated notification should be shown on the display as well as on the user dashboard on the store where
the request has been put on. For an instance when the MDL local store puts on the requisition to the Chembur Store,
Chembur Store System automatically displays that the MDL local Store has requested for materials. The Chembur
store then clicks on the notification and should get to view the details of the material requested from the MDL local
Store.

Stock Out (Chembur Store) - When the material request comes to Chembur store, all material should be
automatically listed. User selects the available material with quantity and saves the details.

Note: When the material is dispatched, the checkpoints where the RFID Card reader is deployed, it reads the RFID tag
present in the material and the same data is pushed on the server. So now the system says that the material has been
dispatched from Chembur Store, so this process is carried out in the entire movement lifecycle of the material from
when it starts from the source till it arrives at the destination and the material is being used for the manufacturing
process. This shall be done by the store keeper user on Personal Computer.

Stock In (MDL) –When material reaches, local store the checkpoints it should automatically reads that the material
(using the RFIDs tags attached on them) has reached its destination and updates the system. This shall be
done by the store keeper user on Personal Computer.

Material Distribution – When material reaches respective section, System should automatically updatethat the
material has reached respective department.
P a g e | 146
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Note: On arrival of material the system should display on the screen that the material has arrived and the following
workers has to perform the respective task. For an instance if a worker with his own RFID tag gets into the
department, on arrival of the material the system should tell that the worker has to perform following task
based on the material which has arrived.

The task allotment is done by the supervisor from the touch screen kiosk. The worker would login to the
system based on biometric and RFID, based on the biometric and RFID details the user should be
authenticated and then the task allotted to him pertaining to the material should be displayed. This process
is carried out by the system itself thus it doesn’t need any human intervention.

Reports:

List of all Item: It should show list detailing of items, based on filter criteria. Filters should have fields like Name, Date
range. User should have the option to view the list and on double click on the row of the list it should take user into
the update mode and when presses delete button it should take user on the deletion mode and when press space bar
it should take user to the view mode which is non editable. This can be accessed by admin and Super admin.

List of all AU: It should show list detailing of AU, based on filter criteria. Filters should have fields like Name, Date
range. User should have the option to view the list and on double click on the row of the list it should take user into
the update mode and when presses delete button it should take user on the deletion mode and when press space bar
it should take user to the view mode which is non editable. This can be accessed by admin and Super admin.

List of checkpoints: It should show list detailing of checkpoints, based on filter criteria. Filters should have fields like
Name, Date range. User should have option to view the list and on double click on the row of the list it should take
user into the update mode and when presses delete button it should take user on the deletion mode and when
pressed space bar it should take user to the view mode which is non editable. This can be accessed by admin and
Super admin.

List of Stores: It should show list detailing of store, based on filter criteria. Filters should have fields like Name, Date
range. User should have option to view the list and on double click on the row of the list it should take user into the
update mode and when presses delete button it should take user on the deletion mode and when press space bar it
should take user to the view mode which is non editable. This can be accessed by admin and Super admin.

List of RFID Tag: It should show list detailing of RFID Tag, based on filter criteria. Filters should have fields like Name,
Date range. User should have option to view the list and on double click on the row of the list it should take user into
the update mode and when presses delete button it should takeuser on the deletion mode and when press space bar
it should take user to the view mode which is non editable. This can be accessed by admin and Super admin.

List of RFID Reader: It should show list detailing of RFID Reader, based on filter criteria. Filters should have fields like
Name, Date range. User should have option to view the list and on double click on the row of the list it should take
user into the update mode and when presses delete button it should take user on the deletion mode and when press
space bar it shouldtake user to the view mode which is non editable. This can be accessed by admin and Super admin.

List of Checkpoints Allotment: It should show list detailing of allotted checkpoints with RFID Reader, based on filter
criteria. Filters should have fields like Name, Date range. User should have option to view the list and on double click
on the row of the list it should take user into the update mode and when presses delete button it should take user on
the deletion mode and when press space bar it should take user to the view mode which is non editable. This can be
accessed by admin and Super admin.

List of categories: It should show list detailing of categories, based on filter criteria. Filters should have fields like
Name, Date range. User should have option to view the list and on double click on the row of the list it should take
user into the update mode and when presses delete button it should take user on the deletion mode and when press
space bar it should take user to the view mode which is non editable. This can be accessed by admin and Super
admin.
P a g e | 147
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

List of User: It should show list detailing of categories, based on filter criteria. Filters should have fields like Name,
Date range. User should have option to view the list and on double click on the row of the list it should take user into
the update mode and when presses delete button it should take user on the deletion mode and when press space bar
it should take user to the view mode which is non editable. This can be accessed by admin and Super admin.

List of User Permission: It should show list detailing of categories, based on filter criteria. Filters should have fields
like Name, Date range. User should have option to view the list and on double click on the row of the list it should
take user into the update mode and when presses delete button it should take user on the deletion mode and when
press space bar it should take user to the view mode which is non editable. This can be accessed by admin and Super
admin.

List of Section It should show list detailing of categories, based on filter criteria. Filters should have fields like Name,
Date range. User should have option to view the list and on double click on the row of the list it should take user into
the update mode and when presses delete button it should take user on the deletion mode and when press space bar
it should take user to the view mode which is non editable. This can be accessed by admin and Super admin.

List of Vehicle It should show list detailing of categories, based on filter criteria. Filters should have fields like Name,
Date range. User should have option to view the list and on double click on the row of the list it should take user into
the update mode and when presses delete button it should take user on the deletion mode and when press space bar
it should take user to the view mode which is non editable. This can be accessed by admin and Super admin.

Trace Material – In this report, all material should be traced. User should have option to select the items which needs
to trace out, it should also show the history of the material movement. User should be able to view the list and on
double click on the row of the list it should take user into the update mode and when presses delete button it should
take user on the deletion mode and when press space bar itshould take user to the view mode which is non editable.
This can be accessed by Super admin.

Audit Trail Log – Audit trail log is automatically maintained by the system, the admin and super admin should have
access to the logs. By using these logs, authorities should have a clear vision and transparency of the data
manipulation and can take any necessary action.

Approach & Methodology

Requirement Analysis

Analyse user requirements to arrive at a proposed solution for the system in terms of Software characteristics. This
Phase is initiated on approval of a project Proposal. The deliverables this Phase define the proposed System in
enough details to justify the recommendations presented and to prepare an implementation plan. This Phase may
include following activities:-

 Examine the current System


 Define System context and objectives of the proposed.
 Build Conceptual Data Model.
 Build Conceptual Process Model.
 Establish basic System concepts by Conceptualizing Prototype
 Prepare a User Requirement Specification and System Requirement Specification and get it approved.

High Level Design

Define the overall functioning of the System and establish the Functional and Physical rules and design guidelines.
The functional definition of the System is presented in the documentation in a manner understandable to the user as
well as development Team. This Phase may include following activities:
P a g e | 148
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

 Build Functional Data Model.


 Build Functional Process Model
 Define System performance criteria
 Define Architectural Standards.
 Build Prototype.
 Prepare Functional Specifications for Unit Process.

Low Level Design

Do the detailed design of the Software components and write specifications of various software components based
on High Level Design. The Function design documentation should allow the user to approve the description of each
Unit Process and contain sufficient details to allow the development Team to process with System Construction
activities. The Phase includes following activities:

 Build Physical Data Model.


 Build Physical Process Model.
 Write Specifications for Unit Process.

P a g e | 149
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

P a g e | 150
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

P a g e | 151
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Material Movement Work Flow

• Requisition for material is being sent to Local Store

• Local Store system should show if the material is available locally. If locally available then issues material to
the Cutting Section.

• If locally not available then requisition is escalated to Chembur Store.

• Material should have RFID tags, so when it moves out of the Chembur store RFID Reader reads the tag and
updates the system. User doesn’t have to feed the same.

• RFID Reader should be deployed on various check points, so the material location can be traced easily.

• Once the material reaches its destination, the RFID reader should read the materials which can be
distributed to different sub sections where the manufacturing will take place.
P a g e | 152
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

• When material is received by the department, a display should show the different tasks that have to be
worked with the particular material based on the RFID tags.

• Each sub section should have RFID readers that should detect when the material arrives at that section. The
system should automatically detect which worker is available to work and assign the various tasks
accordingly.

P a g e | 153
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

44. Design Module


P a g e | 154
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Shipbuilding is a highly complicated process involving many disciplines and stakeholders, often situated in multiple
geographical locations. It is also an expensive and lengthy process with new vessels costing several million and
requires many man-months to build.

MDL is envisaging on implementation of Industry 4.0 Standard which will in its first phase consist of IT infrastructure
with a software process to take care of the complete automation of the workflow. There are 4 management
processes that are to be considered as a part of their Industry 4.0 to the current work processes. They are:

1. Design Management

2. Task Management

3. Material Movement & Management

4. Maintenance (Predictive and Preventive)

To start with the primary focus is on the design management system at MDL, which is the starting point of any
shipbuilding project.

A. Design Management

Ship design at MDL typically consists of three basic stages-

- Pre-contract Stage

- Order Stage; and

- Post- Contract Stage

These design processes are highly iterative and take many man-months to redesign and update before the final
design is considered ‘optimal’.

Currently, design improvements or design optimisations are carried out manually with ship designers relying much on
their experience and conventional design tools. However, with the advances in process of manufacturing and
evolution of Industry standards, improvement in computational methods and high-performance computing, the use
of more high-end optimisation and performance evaluation procedures are becoming more prevalent in the ship
design process.

The technologies of Industry 4.0 have been recognised as the main drivers for the future of the shipbuilding design,
which can help in achieving mass customisation via the use of computational intelligence based Computer-
Automated Designs (CAutoD).

Industry 4.0 addresses the use of a cyber-physical system in MDL to automate and optimise designs for mass
customisation. This allows the realisation of smart ship designs which possess interconnected features that have the
potential to elevate and improve the entire shipbuilding process.

P a g e | 155
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Current Design Workflow at MDL

The flowchart above illustrates the entire workflow of a shipbuilding process at MDL right from the first point of
interaction of the Design team with the Customer to the end when the ship is finally delivered for use to the end user.
As we can see every department is connected and inter-dependent, in terms of tasks, to one another. Design
Department stands at the core of all processes.

The designs and its related documents when processed under Industry 4.0 will provide the following details-

- What materials will be required

- The Quantity of materials required

- Manpower requirements

- Departments Involved

- List of Tasks to be carried out to achieve delivery of the said design.

The study below is citing the current workflow of the design department which provides an understanding of the
entire functional aspects and various users and touchpoints of the Design Department in terms of infrastructure,
process, tasks and technology.

P a g e | 156
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

First of all, the Design Department is divided into sub-groups or sub-departments, which all put in the effort of
making the ship’s design. These sub-departments are as follows:

1. Forward Design Group (FDG)

2. Structural Department (SD)

3. Outfit Department (OD)

4. Engineering Department (ED)

5. Electrical Department (LD)

6. Weapons Department

In the initial stage of design, the Customer hands over a draft drawing of the type of ship that they want to be built,
with a rough specification of its size and other requirements, to the Design Department at MDL. During this stage,
other departments are completely out of the picture; it is only a two-way communication between the Customer and
the Design Team. This is how the initial stage looks like-

1. The Customer draws a basic design on paper and sends that to the Design department at MDL. Along with the
sketch the Customer also gives a basic briefing about the required product consisting of the following documents:

a. Client Architecture Specifications

b. Basic Drawings

c. Electrical and Other requirements

d. General Arrangement (if available)

e. Machinery Specifications
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

2. The specifications for the designs are forwarded by the Functional Design Department (FDD) to the design
department. The design department makes a 2D design, based on this specification. The forward design group
can be further subdivided into 3 sections:

f. Basic Design Group

g. Cost Estimation Cell

h. Contract and Marketing Cell

3. The 2D design is sent back to the Customer for approval.

4. If the Customer disapproves the design, the design team starts working on another 2D structure of the ship,
which is again sent for approval to the Customer.

5. On the other hand, if the design is approved by the Customer, it is sent back to the design department, which
then creates a detailed 3D model based on the 2D design.

6. The detailed 3D model designs show all the necessary raw materials required to start building the vessel.

7. The design department then interacts with the PSC and PMT departments, sending them the approved design so
that materials can be ordered and the work can start.

8. The software used by the Design department are as follows – AutoCAD, Aviva Marine (various versions), PDM-
PLM software (Team enter), Wind-chill by PTC, VR lab of Tata Elxsi.

The PMT department is the first one to receive the detailed drawings of the ship from the design department. It is
from here that a build strategy for the ship is passed on to the PSC department. The PMT department also sends
Work Instructions (WI) to the stores and the production shops. A Material Requisition (MR) is also sent to the stores.

It is the PMT Department’s responsibility to work on the complete detail fitting of the ship along with the Outfitting
Department to install items like pipes, weaponry, CO2, Oxygen, fire extinguishers, engineering, hull, production, and
installation of the ship. The PMT department sends a build strategy to the PSC department with project timelines for
Production, Keel Laying, Launching and Delivery (PKLD). Based on this the production and activities for assembly and
erection are scheduled.

The PSC department is again divided into two departments, each responsible for carrying out different tasks. These
departments are-

1. PSC Tech; and

2. PSC Hull Planning

The PSC department is aware of all the material requirements in respective work areas like the Module, South Yard,
and North Yard. Hence, it sends an advance product requisition of materials to the store at Anik, Chembur and
informs the production team about it 15 days later to ensure that work can start on time when materials reach the
respective work areas.

The PSC department also carries out the following responsibilities-

- Generating a partial list of tasks mainly for structural work.

- Physically writing the MR stroke number of plates

- Planning for assembling units for the in-house assembly shop

P a g e | 158
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

- Preparing the work instruction for the production shop,assembly shop, pipe shop, and fittingshop and mould
lofts for rolling templates

- Getting the status of progress of work from the assembly and erection shop, and Berth

The PSC department continues to assist in the shipbuilding process even after the launch in case there are any types
of modifications that need to be made. These changes, also known as MOD, are issued by the design department,
during the process of manufacturing in the South Yard, Module, or North Yard. Modifications can be due to the
following reasons.

a. A flaw in the design while manufacturing. Like for instance, when the workers were making a part of the ship,
they find that it was not the right design so they need modifications.

b. The other form of modification comes from the customer, in this case, the Customer, when they realise that
they want something else in the ship and hence a modification is provided.

The modification (MOD) will follow a similar chain of approval as in the initial phase of design. This is how the process
should flow-

a. The design team will generate the MODs according to the specifications/corrections provided by the
Customer.

b. The MOD drawings, after necessary approval, are again sent to the PMT department and PSC department in
a hierarchy.

c. The end users in the Production shop receive these drawings in the forms of printouts since they do not have
a computer savvy staff and the computers do not have the compatible software as in the Design department.

This way the entire process of allocating tasks, work instructions, and material requisition is repeated all over again.

Required Actions:

The design management should help in supporting a creative process of designing, to incorporate a culture of
effective management for productivity, structure and organization. The required design management system should
be modelled for deploying and maintaining a super-efficient business production to achieve organizational missions
and strategic goals through the effective management system, as compared to a traditional management paradigm.

Traditionally, design management is limited to the management of design projects, but over time, with the help of
software and technology in Industry 4.0, MDL should be able to evolve and to include other aspects of an
organization at the functional and strategic level. The technological solutions should apply design management to
improve the design and better connect with corporate strategy.

The design management system would work to support design in alignment with the business processes and
objective within the market environment. It should also seek to connect design, technology, management, customers
and innovation to offer competitive advantage across economic, social and environmental factors.

This is the workflow that should replace the current Design Management system at MDL

- Shipbuilding materials are divided between various departments on the bases of life-cycle. The whole process of
delivering metal to a Client workshop and remaining materials to other departments are bifurcated into tasks
with help from nesting docs to streamline shipbuilding operations. Hence, first of all, the entire design documents
and sub-nesting documents, which are put together into the system, should be broken up and get parsed in
particular software. This software should automatically create a link between the design software to the Industry
4.0 software.

P a g e | 159
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

- When the sub-nesting and every other document is taken into the system the designs should be broadcasted to
everybody on the ground with a restriction of who is authorized to see the design, which part of the design, and
at which area of the work floor. For example, the person-in-charge of the module shop should be able to see the
entire design, but workers should be able to see what is assigned to them.

- Material requisitions should be passed on to the Stores and tasks should be allocated to respective departments
along with work instructions and drawings that are meant only for their viewing.

- It should also implement a broadcasting mechanism for notifying all departments and stockholders for the
process and progress of shipbuilding for effective management of designing process, changes, and updates.

- The design data for shipbuilding should be accumulated in one centralized system, so that it can be easily
managed across the entire organization.

Version Control in the design management system should enablemultiple people to simultaneously work on a project
to coordinate changes and logs. The version system in shipbuilding should be incorporated to control the production
of ship components and manufacturing automation.

The system should be designed to track and control production in a real-time environment, such that, the changes in
the overall system or component design can be monitored and halted as in when required. The advantages are:

a. Minimizing the unnecessary wastage of resources.


b. Effective cost-controlling in production for version updating in design

The proposed system incorporates primary schedule control metrics during each of the six phases of shipbuilding,
which are-

1. Design

2. Module block construction

3. Production &Assembly

4. Outfitting

5. Testing/trials; and

6. Commissioning.

Basic Control areas -

- It should control or reduce changes, especially those late in progress.

- It should resolve changes quickly.

- It should develop an internal set of schedule norms to set realistic expectations.

P a g e | 160
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

System Study

System study to be submitted prior to start of development.

S WARRANTY Remarks
No
Comprehensive Warranty for complete system, software and all supplied
accessories for 36 months from the date of commissioning.
The vendor shall also quote for additional 3 year extended comprehensive
AMC.
TRAINING & DOCUMENTATION
The supplier shall impart training for a minimum of 10 days to 20 operatives
at MDL.
The following documents in ENGLISH language should be provided :-
a) Programming/Operating Manuals

P a g e | 161
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

COMPLIANCE SHEET

Sl no Material / Service Details Item type Compliance Remarks


(Yes/No)

1. Hyper Converged Infrastructure with Private HARDWARE


Cloud Licenses as per Sl. No 1 of Section A
2. Hardware Security Module as per Sl. No 2 of SOFTWARE
Section A
3. Endpoint Data security Module as per Sl. No 3 SOFTWARE
of Section A
4. Unified Threat Management as per Sl. No 4 of SOFTWARE
Section A
5. Network Time Manager as per Sl. No 5 of SOFTWARE
Section A
6. Virtual Firewalls as per Sl. No 6 of Section A SOFTWARE
7. Virtual Load Balancers as per Sl. No 7 of SOFTWARE
Section A
8. Virtualised HCI Container For Firewall and SOFTWARE
Load balancer as per Sl. No 8 of Section A
9. CORE SWITCH as per Sl. No 9of Section A HARDWARE
10. Distribution Switch as per Sl. No 10 of Section HARDWARE
A
11. Power Backup System as per Sl. No 11 of HARDWARE
Section A
12. Network Traffic Manager as per Sl. No 12 of SOFTWARE
Section A
13. Industrial Switches as per Sl. No 13 of Section HARDWARE
A
14. Access Switches as per Sl. No 14 of Section A HARDWARE
15. Ruggedized Hand Held Console as per Sl. No HARDWARE
15 of Section A
16. 1KVA UPS FOR IE SWITCHES & ACCESS HARDWARE
Switches as per Sl. No 16 of Section A
17. 42 U Rack as per Sl. No 17 of Section A HARDWARE
18. 6U Rack as per Sl. No 18 of Section A HARDWARE
19. Category 6 Cable 305 meter as per Sl. No 19 of HARDWARE
Section A
20. 12 CORE OFC (SM) unarmoured as per Sl. No HARDWARE
20 of Section A
21. 12 CORE OFC (SM) ARMOURED as per Sl. No HARDWARE
21 of Section A
22. 12-PORT LIU as per Sl. No 22 of Section A HARDWARE
23. 24-PORT LIU as per Sl. No 23 of Section A HARDWARE
24. 24-Port RJ-45 based Patch Panels as per Sl. No HARDWARE
24 of Section A
25. OFC Patch Cord (3 mtr) as per Sl. No 25 of HARDWARE
Section A
26. Programming Consoleas per Sl. No 26 of SOFTWARE
Section A
27. Display and Entry System Android based as HARDWARE
per Sl. No 27 of Section A
28. Floor Standing 40 inch touch Screen Display as HARDWARE
per Sl. No 28 of Section A
29. 55 Inch LED Screens for Control Centre as per HARDWARE
P a g e | 162
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Sl. No 29 of Section A
30. Display Wall Controller as per Sl. No 30 of SOFTWARE
Section A
31. IOT Platform as per Sl. No 31 of Section B SOFTWARE
32. Energy Management Sensor as per Sl. No 32 HARDWARE
of Section B
33. Automatic Lighting Switch as per Sl. No 33 of HARDWARE
Section B
34. Wind Speed, Temperature & Humidity HARDWARE
Monitoring Sensors as per Sl. No 34 of Section
B
35. Position Monitoring with proximity sensor as HARDWARE
per Sl. No 35 of Section B
36. RFID Readers Android Based for Tagging and HARDWARE
Reading as per Sl. No 36 of Section B
37. UHF RFID Tags as per Sl. No 37 of Section B HARDWARE
38. Fixed RFID Readers as per Sl. No 38 of Section HARDWARE
B
39. Smart Card for Workers for Auto Login and HARDWARE
Task Update as per Sl. No 39 of Section B
40. Robotic Welding System with HARDWARE
a) 3 Axis Gantry
b) Six Axis Robot
c) Robot Controller
d) Teach Pendant
e) Software
f) Welding Power Source
g) Nozzle Cleaning Kit
h) Servo Power Source
i) External Gas Unit
As Per SI. No 40 of Section C
41. Task Management System as per Sl. No 41 of SOFTWARE
Section D
42. Maintenance as per Sl. No 42 of Section D SOFTWARE
43. Material Management Link as per Sl. No 43 of SOFTWARE
Section D
44. Design Module as per Sl. No 44 of Section D SOFTWARE
45. Configuration & Installation of Private Cloud SOFTWARE
46. Laying of OFC, Conduits req for laying of OFC, SOFTWARE
Splicing of LIU, Laying of Cat-6 , Punching of
patch panels/I/o's etc for setting up the
network.
47. Integration of existing Industry 4 Machinery SOFTWARE
48. Integration with Robotic Arms System & SOFTWARE
Gantry
49. Integration of Task manager with Systems, SOFTWARE
Displays and Cloud
50. Configuration of Data Security End Points SOFTWARE
51. DR Set up (Optional) HARDWARE

P a g e | 163
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Enclosure -2

Rate Sheet
Rate Sheet for PR No. 1020005762 dated 25.07.2019.

Item Sr. Material / Service Details Qty** UNIT Basic Rate GST as Total cost incl. of
No. on Rs. applicable Taxes &
Tender in % Duties Rs.

A IT Infrastructure
100 Hyper Converged
Infrastructure nodes with 6 Nos
Private Cloud Licenses
200 Hardware Security
1 Nos
Module
300 Endpoint Data security
1 Nos
Module
400 Unified Threat
1 Nos
Management
500 Network Time Manager 1 Nos
600 Virtual Firewalls with
2 Nos
Manager and Analyzer
700 Virtual Load Balancers 2 Nos
800 Virtualised HCI Container
For Firewall and Load 1 Nos
balancer
900 Core Switch 1 Nos
1000 Distribution Switch 2 Nos
1100 Power Backup System 1 Nos
1200 Network Traffic Manager 1 Nos
1300 Industrial Switches 50 Nos
1400 Access Switches 15 Nos
1500 Ruggedized Hand Held
5 Nos
Console
1600 1KVA UPS FOR IE
SWITCHES & ACCESS 65 Nos
Switches
1700 42 U Rack 2 Nos
1800 6U Rack 15 Nos
1900 Category 6 Cable 305
10 Box
meter
2000 12 CORE OFC (SM)
5000 Mtrs
unarmoured
2100 12 CORE OFC (SM)
2000 Mtrs
ARMOURED
2200 12-PORT LIU 65 Nos
2300 24-PORT LIU 4 Nos
2400 24-Port RJ-45 based Patch
15 Nos
Panels
2500 OFC Patch Cord (3 mtr) 250 Nos
2600 Programming Console 30 Nos
2700 Display and Entry System
45 Nos
Android based
2800 Floor Standing 40 inch 15 Nos

P a g e | 164
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Item Sr. Material / Service Details Qty** UNIT Basic Rate GST as Total cost incl. of
No. on Rs. applicable Taxes &
Tender in % Duties Rs.

touch Screen Display


2900 55 Inch LED Screens for
4 Nos
Control Centre
3000 Display Wall Controller 1 Nos
B IoT
3100 IOT Platform 1 Nos
3200 Energy Management
Nos
Sensor 20
3300 Automatic Lighting Switch 20 Nos
3400 Wind Speed, Temperature
& Humidity Monitoring Nos
Sensors 25
3500 Position Monitoring with
Nos
proximity sensor 15
3600 RFID Readers Android
Based for Tagging and 20 Nos
Reading
3700 UHF RFID Tags 5000 Nos
3800 Fixed RFID Readers 10 Nos
3900 Smart Card for Workers
for Auto Login and Task 3000 Nos
Update
C ROBOTICS
4000 Robotic Welding System
with
i. 3 Axis Gantry
ii. 6 Axis Robot
iii. Robot Controller
iv. Teach Pendent
v. Software
vi. Welding Power 1 Nos
Source
vii. Nozzle Cleaning
Kit
viii. Servo Power
Source
ix. External Gas Unit

D I4 Automation
4100 Task Management System
1 Set
License
4200 Maintenance License 1 set
4300 Material Management
1 set
Link License
4400 Design Module License 1 set
4500 Configuration &
Installation of Private 1 Set
Cloud Job
4600 Laying of OFC, Conduits
req for laying of OFC 1 Au
,Splicing of LIU, Laying of
P a g e | 165
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Item Sr. Material / Service Details Qty** UNIT Basic Rate GST as Total cost incl. of
No. on Rs. applicable Taxes &
Tender in % Duties Rs.

Cat-6 , Punching of patch


panels/I/o's etc for setting
up the network Job
4700 Integration of existing
1 Au
Industry 4 Machinery job
4800 Integration with Robotic
1 Au
Arms System & Gantry job
4900 Integration of Task
manager with Systems, 1 Au
Displays and Cloud job
5000 Configuration of Data
1 Au
Security End Points job
5100 Near DR set up 1 Set
Total A Total Price For Item Sr. No. 1 to 51

5200 Reduction for Utilisation AU In %


of Existing Software
Total B Total Price For Item Sr. No.52

Total Effective Price = TOTAL PROJECT COST


( A – B)

1. Bidders should quote for all items as per rate Sheet is mandatory .
2. All items are non-separable.

Note:-
**Quantity mentioned in rate sheet is indicative however, the quantity may be increased /decreased at the time of
placement of order as per the terms & condition of the tender & rates quoted in your e-offer.

P a g e | 166
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Annexure 3
STANDARD TERMS AND CONDITIONS (STACS)
(FOR PURCHASE OF ITEMS)

101 The word 'Purchaser' refers to MAZAGON DOCK SHIPBUILDERS LIMITED, (MDL), a Company registered under
the Indian Companies Act, 1913 and it includes its successors or assignees.

102 The word 'Bidder/Supplier/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.

103 The word 'Owner' means the person or authority with whom Mazagon Dock Shipbuilders Limited (Purchaser)
has contracted to carry out work in relation to which orders are placed by the Purchaser on the
Bidder/Supplier/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.

120 GENERAL

121. UNLESS OTHERWISE INDICATED SPECIFICALLY BY THE BIDDER / CONTRACTOR IN HIS BID, IT SHALL BE
CONSTRUED AS HIS ACCEPTANCE OF ALL THE CONDITIONS MENTIONED IN THIS STACS.

200 COMMUNICATION & LANGUAGE FOR DOCUMENTATION

201. Any letter, facsimile message, e-mail intimation or notice sent to the Bidder/Supplier/ 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.

210. PURCHASER’S PROPERTY.

211. All property (such as materials, drawings, documents etc) issued by the Purchaser or any other individual or
firm on behalf of the Purchaser in connection with the contract shall remain confidential, being the property of the
Purchaser and the Bidder/Supplier/Contractor shall undertake to return all such property so issued and will be
responsible for any or all loss thereof and damage thereto resulting from whatever causes and shall reimburse the
Purchaser the full amount of loss and damage.

212. On completion of work in any compartment / location of the purchaser’s premises, the Bidder/Supplier
/Contractor must ensure that the place is left in a reasonably clean state and all scrap is transferred to nearby scrap-
bins.

220. RISK PURCHASE

221. If the equipment / article / service or any portion thereof be not delivered / performed by the scheduled delivery
date / period, any stoppage or discontinuation of ordered supply / awarded contract without written consent by
Purchaser or not meeting the required quality standards the Purchaser shall be at liberty, without prejudice to the
right of the Purchaser to recover Liquidated Damages / penalty as provided for in these conditions or to any other
remedy for breach of contract, to terminate the contract either wholly or to the extent of such default. Amounts
advanced or part thereof corresponding to the undelivered supply shall be

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

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

P a g e | 167
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

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 / Supplier / Contractor.

230. RECOVERY-ADJUSTMENT PROVISIONS:

231. Payment made under one order shall not be assigned or adjusted to any other order except to the extent agreed
upon in writing by the Purchaser. During the currency of the contract, if any sum of money is payable by the Bidder /
Supplier / Contractor the same shall be deducted from any sum then due or thereafter may become due to the Bidder
/ Supplier / Contractor under the contract or any other contract with the Purchaser.

240. ADDITIONAL BANK GUARANTEE

241. In case after opening of price bid of technically cleared firms, it is noted that L-1 firm has quoted very low rates
and indicates to withdraw from the tender then EMD shall be forfeited and firm may be given tender holiday including
intimation to other PSUs. If the rates quoted are less than MDL estimates by 40% or so and if the difference in rate
between L1 and L2 is 30% or more then the firm will have to give additional BG of 20% of the PO value as additional
security. Bank charges for this additional BG shall be borne by MDL and reimbursed against proof of payment.

250. INDEMNIFICATION

251. The Bidder / Supplier / Contractor, his employees, licencees, agents or Sub-Supplier / Subcontractor, while on
site of the Purchaser for the purpose of this contract, indemnifies the Purchaser against direct damage and/or injury
to the property and/or the person of the Purchaser or that of Purchaser's employees, agents, Sub-Contractors /
Suppliers occurring and to the extent caused by the negligence of the Bidder / Supplier / 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.

260. TRANSFER OF SUPPLIERS / CONTRACTOR’S RIGHTS:

261. The Bidder / Supplier / 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.

270. SUBCONTRACT & RIGHT OF PURCHASER

271. The Bidder / Supplier / 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
/ Supplier / 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 bidderswho had quoted for the concerned
tender.

280. PATENT RIGHTS.

281. The Bidder / Supplier / 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.

290. AGENTS/AGENCY COMMISSION:

291. The seller confirms and declares to the buyer that the seller is the original manufacturer or authorized
distributor/stockiest of original manufacturer of the stores referred to in this contract and has not engaged any
individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommended to the
Buyer or any of its functionaries, whether officially or unofficially , to the award of the Contract / Purchase order to
the Seller; nor has any amount been paid, promised or intended to be paid to any such individual or firm in respect of
any such intercession, facilitation or recommendation. The Seller agrees that if it is established at any time to the
satisfaction of the Buyer that the present declaration is in any way incorrect or if at a later stage it is discovered by the
Buyer that the Seller has engaged any such individual/firm, and paid or intended to pay any amount, gift, reward ,
fees, commission or consideration to such person, party, firm or institution , whether before or after the signing of this

P a g e | 168
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Contract / Purchase order, the Seller will be liable to refund that amount to the Buyer. The seller will also be debarred
from participation in any RFQ/Tender for new

projects/program with Buyer for a minimum period of five years. The buyer will also have a right to consider
cancellation of the Contract either wholly or in part, without any entitlement or compensation to the Seller who shall
in such event be liable to refund all payments made by the buyer in terms of the Contract along with interest at the
rate of 2% per annum above LIBOR (London Inter Bank Offer Rate) (for foreign vendors) and base rate of SBI plus 2%
(for Indian Vendors). The Buyer will also have the right to recover any such amount from any contracts concluded
earlier with Buyer.

300. USE OF UNDUE INFLUENCE / CORRUPT PRACTICES:

301. The Bidder / Supplier / 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 / Supplier / Contractor or any one employed by him or acting
on his behalf (whether with or without the knowledge of the Bidder / Supplier / Contractor) or the commission of any
offence by the Bidder / Supplier / 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 Bidder / Contractor / Supplier and recover from the Bidder / Supplier / Contractor
the amount of any loss arising from such cancellation. 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 / Supplier / Contractor.

302. The Bidder / Supplier / 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
forborne to do any act in relation to the obtaining or execution of the contract/s. Any breach of the aforesaid
condition by the Bidder / Supplier / Contractor or any one employed by them or acting on their behalf (whether with
or without the knowledge of the Bidder / Supplier / Contractor) or the commission of any

offence by the Bidder / Supplier / 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 / Supplier /
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.

303. In case, it is found to the satisfaction of the Purchaser that the Bidder / Supplier / 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 / Supplier / Contractor, on a specific request of the
Purchaser shall provide necessary information / inspection of the relevant financial document / information.

310. IMMUNITY OF GOVERNMENT OF INDIA CLAUSE

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

P a g e | 169
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

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.

320. EXPORT LICENCE

321. 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.

330. BANNED OR DE-LISTED CONTRACTORS / SUPPLIERS.

331. The Bidder / Supplier / 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.

340. DUTY OF PERSONNEL OF SUPPLIER/SUPPLIER

341. MDL being a Defence Public Sector Undertaking, Bidder / Supplier / 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.

350. DISPUTE RESOLUTION MECHANISM AND ARBITRATION

351. DISPUTE RESOLUTION MECHANISM (DRM)

i) Any dispute/differences between the parties arising out of and in connection with the contract shall be settled
amicably by mutual negotiations.

ii) In case of non-settlement by (i) above, if at any time, before, during or after the contract period any unsettled
claim, dispute or difference arose between the parties, upon or in relation to or in connection with or in any way
touching or concerning this tender/agreement/order/contract, the same shall be referred to the concerned
Functional Director. The Functional Director shall then nominate an Executive of the rank of General Manager whom
he thinks fit and competent or a Committee of Executives who/which shall then scrutinise the claims/ disputes that
have been referred to the concerned functional Director and make efforts for amicable settlements by mutual
discussions/negotiations.

iii) In case no amicable settlement is arrived by (ii) above within a period of three months, then the contractor shall
approach Public Grievance Cell and address the disputes as per the provisions made under the relevant clause of the
contract.

iv) In case the issues/disputes do not get settled within a period of six months from the date of submission of the
dispute to the Grievance Cell, then the contractor may invoke Arbitration Clause of the contract.

352. ARBITRATION.

Unresolved disputes/differences, if any, shall then be settled by arbitration. The Arbitration proceedings shall be
conducted at Mumbai, India, in English Language, under the Arbitration & Conciliation Act, 1996. MDL prefers to have
arbitration through Institutes such as Indian Council of Arbitration (ICA)/ICA-DR, with the mutual consent of the
parties.

353. In case of unresolved difference/dispute between the Purchaser and Supplier, being Central Public Sector
Enterprises/Central Govt. departments, the disputes shall be resolved firstly through mutual discussion or through
the empowered agencies of the Govt. or through arbitration by reference by either party to the department of Public
Enterprises, as per extant guidelines. If disputes/differences remain unresolved/ unexecuted, the same shall be
referred first to the Cabinet Secretariat and then, if necessary to the PMO.

P a g e | 170
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

354. Any changes to arbitration clause must be vetted by HOD (Legal) before incorporation incontract/PO.

360. JURISDICTION OF COURTS

361. All contracts shall be deemed to have been wholly made in Mumbai and all claims there under are payable in
Mumbai City and it is the distinct condition of the order that no suit or action for the purpose of enforcing any claim in
respect of the order shall be instituted in any Court other than that situated in Mumbai City, Maharashtra State, India
i.e. courts in Mumbai shall alone have jurisdiction to decide upon any dispute arising out of or in respect of the
contract.

*********************************************

P a g e | 171
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

STACS ACCEPTANCE FORMAT


To,
MAZAGON DOCK SHIPBUILDERS LIMITED
IT PURCHASE SECTION.
TENDER ENQUIRY No.

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


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

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

101 231 303


102 241 311
103 251 321 NA
121 261 331
201 271 341
211 281 351
212 291 352
221 301 361
222 302

COMPANY’S NAME & ADDRESS:


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

NOTES :
1. Bidder(s) should carefully read the Standard Terms & Conditions (STACS) included in the tender prior to
filling up this acceptance format..
2 This format should be properly filled, signed and returned by the bidder(s) along with their
technical offer for considering their Bid.
3 Bidder(s) should indicate “ACC” for Accepted, “DEV” for Deviation Taken for each clause
number in the above table.
4 Bidder(s) to attach Separate Sheet indicating all relevant details such as Number & description of the
Clause, Reasons for Deviation and Alternative suggested for any deviations taken by them.
5. STACS clause numbers shown in the above format also includes the sub-clauses under these clauses. For
example 220 means – clause nos. 220, 221, 222.

P a g e | 172
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Annexure 4

GENERAL TERMS & CONDITIONS (GT&C) FOR ITEMS & SERVICES

(EXCLUDING CIVIL WORKS)

A10. BLANK

A20. SECURITY DEPOSIT.

A21. The successful bidder shall submit a Security Deposit @ 5 % of the contract / order value (excluding taxes,
duties, freight, service component) of the Order in the form of NEFT / Demand Draft / Bank Guarantee in the
prescribed format in favour of Purchaser within 25 days from date of 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.

A30. FORFEITURE OF EMD / BID BOND.

A31. 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.

A40. FORFEITURE OF SECURITY DEPOSIT.

A41. Non-performance of agreed terms and or default/breach by Bidder/Supplier/Contractor will result in forfeiture
of security deposit with application of risk purchase provisions as felt appropriate by the Purchaser.

A50. FORFEITURE OF PERFORMANCE GUARANTEE

A51. In the event of Bidder/Supplier/Contractor failure to attend the Guarantee defects within a reasonable period of
time, the Performance Bank Guarantee will be encashed by the Purchaser. The Purchaser’s decision shall be final and
binding on Bidder/Supplier/Contractor in this regard.

A60. SUPPLIES

A61. The equipment / products / items / Services to be supplied shall be strictly in accordance with the Drawings /
Specifications / Requirements indicated in the Tender Enquiry / Order with deviations, if any, as mutually accepted.

A70. PROGRESS REPORTING & MONITORING

A71. Where so stipulated in the order, the Bidder / Supplier / Contractor shall render such reports from time to time
as regards the progress of the contract and in such a form as may be called for by the Purchaser.

A80. CANCELLATION OF ORDER

A81. The Purchaser reserves the right to cancel an order forthwith without any financial implications on either side, if
on completion of 50% of the scheduled delivery/Completion period the progress of manufacture/Supply is not to the
satisfaction of Purchaser and failure on the part of the Bidder/Supplier/Contractor to comply with the delivery
schedule is inevitable. In such an event the Bidder/Supplier/Contractor shall repay all the advances

together with interest at prevailing bank rates from the date of receipt of such advances till date of repayment. The
title of any property delivered to Purchaser will be reverted to the Bidder/Supplier/Contractor at his cost.

A82. In case of breach / non-compliance of any of the agreed terms & conditions of order / contract. MDL reserves the
right to recover consequential damages from the Supplier / contractor on account of such premature termination of
contract.

A83. In case of delay beyond agreed period for liquidated damages or 10weeks from contractual delivery period
whichever is earlier, MDL reserves the right to cancel the order and procure the order items / services from any

P a g e | 173
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

available source at MDL’s option & discretion and entirely at your risk and cost. Extra expenditure incurred by MDL in
doing will be recoverable from Bidder/Supplier/Contractor.

A90. # PRESERVATION AND MAINTENANCE

A91. Should any material require any l 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/Supplier/Contractor.

A92. 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 / Supplier / Contractor.

A93. The Bidder / Supplier / 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 indigenousequivalents

A100. FREIGHT AND INSURANCE.

A101. For Indigenous Bidders. In cases where the offers are for 'Door Delivery to Purchaser,' transit freight &
Insurance charges shall be borne by the Bidder / Supplier / Contractor. In other agreed cases of Ex-works / Ex-
Transporter's warehouse or Railway godown offers, the Bidder / Supplier / Contractor on dispatch, shall give details
of materials with dispatch particulars and their value in time to Purchaser's Insurance Company on the contact details
as provided in the order. In such agreed cases, the freight & insurance charges will be paid by the purchaser directly
to the parties concerned.

A102. For Foreign Bidders.

For overseas supplies on CIF basis. Freight & Insurance up to port of destination (Sea/Air) shall be arranged by the
Supplier/Contractor. The Bidder / Supplier / Contractor shall immediately on despatch of the items, inform all
relevant details of despatch such as Order Number, Bill of Lading/AWB Number marked as Freight Paid, Insurance
policy/document, number of packages, value of consignment, invoice number directly to Purchaser's

insurance Company & Purchaser in time. In case of delivery term other than CIF/CIP, the freight & insurance charges
will be paid by the purchaser directly to the parties concerned.

A110. TAXES & DUTIES / STATUTORY LEVIES.

A111. Taxes and duties applicable, if any, shall be regularized by MDL by issuing necessary exemption certificates in
respect of procurement for Defence Projects. Bidder shall indicate separately the taxes and duties applicable in their
offer. When the items qualify for exemption partly/fully but the supplier did not avail of the same, the amount of taxes
and duties on such supplies shall be to supplier’s account. In cases where exemption

certificates are not issued for any reason, taxes shall be paid as indicated in the Purchase Order/Contract. Tax
deduction at source will be effected wherever applicable (e.g. TDS under Income tax Act, TDS on Works Contract
under MVAT Act etc.) from the bills of the Supplier as per statutes. Octroi duty exemption certificate issued by
Customer’s representative will be provided on Supplier’s written intimation with relevant details regarding readiness
of items for dispatch. Where payment of Octroi duty is agreed to and stipulated in the Purchase Order / Contract, the
same will be reimbursed by Purchaser at actual after receipt of Supplier’s bills along with 'Original Octroi paid money
receipt' and copy of Form ‘B’. Octroi receipts are to be drawn/issued in the name of ‘Mazagon Dock Shipbuilders
Limited’ only. Similarly where payment of Custom duty is agreed to and stipulated in the Purchase Order / Contract,
the same will be paid by the Purchaser on receipt of supplier’s bills along with Custom Certified Duty Paid Challan-
Money Receipt in original or carbon copy as relevant. These Challans/ Receipts, Bill of Entry are to be drawn/ issued
in the name of ‘Mazagon Dock Shipbuilders Limited’ only. Where payment of VAT is agreed to and stipulated in the
Purchase Order / Contract, the same will be paid

by the Purchaser. on the basis of Suppliers' TAX INVOICE wherein the VAT TIN Number and declaration in accordance
with the provisions of Maharashtra Value Added Tax Act, 2002, is indicated in the Invoice and where payment of
Central Sales Tax (CST) is agreed to, the Supplier will be paid CST on the basis of the Invoice indicating particulars of
his CST Registration Number and such Invoice should also indicate the VAT TIN Number and CST Number of the
P a g e | 174
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Purchaser. Where Central Excise Duty is agreed to be paid by the Purchaser in the Purchase Order/Contract, the
Suppliers will be paid Excise Duty claimed in the Invoice on the basis of Central Excise Invoice issued as per Rule 11
indicating the ECC/Excise Registration number to be enclosed along with Commercial Invoice/Tax Invoice. In the case
of payment of Service Tax agreed to as per purchase order/contract,

the same will be paid on the basis of Tax Invoice indicating the Service Tax Registration number and the category of
service for which the contractor/Vendor is registered with the Service Tax Department. A copy of the Service Tax
Registration certification will be submitted by the contractor/Vendor as a onetime requirement in support of the
Registration number indicated in the Invoices. Based on requirement, the Vendor/contractor may be

called upon to produce evidence of validity of the Service Tax Registration at any point of time during the currency of
the contract.

A112. Stamp Duty (Applicable only for the Work Contracts): It shall be incumbent on the successful tenderer to pay
Stamp duty on the contract. As per the provision made in article 63, Schedule-I, read with section 30, of the
Maharashtra Stamp Act (Bombay Act LX of 1958), Stamp duty is payable by the successful tenderer for “works
contract” that is to say, a contract for works and labour or services involving transfer of property in goods (whether
as goods or in some other form) in its executions and includes a sub-contract, as under:

Contract Value Stamp Duty

a. Where the amount or value saidforth in work contract does not exceedRs. 10 Lakhs.

Rs. 500.00

b. Where it exceeds rupees 10 Lakhs Rs. 500.00 +1% of the amountabove ten lakhs subject to maximumof Rs. 25
lakhs.

A120. DEMURRAGE

A121. Storage and Demurrage charges will be payable by the Bidder / Supplier / Contractor for all shipments that
reach purchaser without proper despatch documentations, Lorry Receipts not accompanied by packing lists, invoices
etc. The Supplier shall be responsible for fines due to errors or omissions in description, weight or measurements and
for increased handling charges due to improper packing.

A130. # INSPECTION, TESTING.

A131. The ordered items will be inspected either by Classification Society / Nominated Agency and or by Inspection
Executive nominated by Purchaser at stages defined in the tender / Purchase Order or as agreed to be defined
subsequently in terms of the Purchase Order__

A132 The decision of the Inspecting Authority or their representatives, as the case may be, on any question of the
intent, meaning and the scope of Specifications / Standards shall be final, conclusive and binding on the Bidder/
Supplier / Contractor.

A133. The Bidder / Supplier / Contractor shall accord all facilities to Purchaser's Inspectors / Nominated Agency to
carry out Inspection / Testing during course of manufacture / final testing.

A140. RECEIPT INSPECTION BY MDL.

A141. MDL shall carry out necessary inspection of the items on receipt, on the basis of an appropriate quality
assurance system and inspection system requirements along with representative of the Owner. Any objection raised
by MDL Quality Control Team against quality of materials or workmanship shall be satisfactorily corrected by the
Contractor at his expense including replacement as may be required within shortest possible time within

30 days. Items damaged during transit shall also be rectified/replaced by the Contractor within shortest possible
time, payment for which shall be made at mutually agreed rates.

A150. REJECTION OF MATERIALS.

P a g e | 175
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

A151. Should the articles, or any portion thereof of the equipment be found defective / rejected, the Bidder / Supplier
/ Contractor shall collect the same from the Purchaser's Stores, all incidental charges being borne by him (inclusive of
Custom duty, if payable), within 30 days from the date of intimation to the Bidder / Supplier / Contractor of such
rejection. The Purchaser reserves the right to dispose off the rejected items at the end of a total period of 90 days in
any manner to the best advantage to the Purchaser and recover storage charges and any consequential damages, from
sale proceeds of such disposal.

A160. # TECHNOLOGICAL DEVELOPMENTS / MODIFICATIONS

A161. The Bidder / Supplier / Contractor shall unconditionally and free of cost to the Purchaser transfer information
on technological developments / innovations / modifications which the Bidder / Supplier / Contractor would evolve
in future (within 3 years) in relation to the supplied equipment. To enable this, the Purchaser's address shall be
added to the Bidder / Supplier / Contractor 's mailing list or database or any other document maintained for
dissemination of product information and the Purchaser shall be informed of the action taken in this regard. If such
improvements / modifications are brought in by the Bidder / Supplier / Contractor’s Design Department in the course
of manufacture of equipment ordered by the Purchaser, the Bidder / Supplier / Contractor shall incorporate such
improved versions in the equipment without any extra cost to the Purchaser under Purchaser’s prior consent.

A162. If the Purchaser be desirous of getting incorporated all post supply modifications / improvements arising out of
technological developments to the original equipment supplied by the Bidder / Supplier / Contractor, the Bidder /
Supplier / Contractor, shall quote for and carry out all such modifications to the equipment.

A163. Where the whole or a portion of the equipment has been specifically developed by the Bidder / Supplier /
Contractor for the Owner and the latter would through the Purchaser be bearing the entire or part of the development
cost incurred by the Bidder / Supplier / Contractor, the design rights for the whole or portion thereof, of the
equipment as appropriate, shall vest in the Owners.

A164. Prior approval of the Owner should be obtained before similar articles are sold / supplied to any other party
other than the Owner. If such approval is given and sale is effected, the Bidder / Supplier / Contractor shall pay to the
Owner royalty at the rate mutually agreed to.

A165. The Sub-contractor / Supplier / Supplier shall continue to support the equipment for a minimum period of 20
years from the date of supply by making available spare parts and assemblies of the equipment supplied. Should the
Sub-contractor / Supplier / Supplier decides to discontinue the product, for any reason whatsoever, adequate notice
shall be given to the Purchaser / Owner to enable procurement of the requisite lifetime spares.

A170 PURCHASER’S RIGHT TO ACCEPT ANY BID, PART OF BID AND TO REJECT ANY OR ALL BIDS.

171. 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 Supplier / contractor without assigning any reason
whatsoever and without thereby incurring any liability to the affected Bidder or Bidders or any obligations to inform
the affected Bidder or Bidders of the grounds for MDL action.

A180. # BANK GUARANTEE / INSURANCE COVER FOR FREE ISSUE MATERIAL

A181. 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.

A190 BIDDER’S RESPONSE IN CASE OF NO PARTICIPATION

A191 The Sub-contractor / Supplier / Supplier shall inform the Purchaser in advance in case he is unable to
participate in the tender for whatsoever reason. Failure to comply with this will be viewed seriously and consecutive
three failures on the part of Sub-contractor / Supplier / Supplier to do so is liable for disqualification / debarring of
the Sub-contractor / Supplier / Supplier from all future tender enquiries and or delisting from the list of 'Approved
Registered Suppliers.

A200. FACILITY PROVISION (Applicable only for Services)

P a g e | 176
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

A201. The Purchaser would consider providing facilities like - compressed air at one point, cranage facility for
handling heavy loads for lowering onto the ship and water intended for use by the Contractor / Bidder for execution
of contract for working within the Purchaser’s premises at no extra cost to the Contractor / Bidder. Industrial gases,
electrical power, office space / RU store facility may be provided at one point only if possible and available and on
chargeable basis if so desired by the Contractor / Bidder. The contractor / Bidder shall make his own arrangements
for fixing necessary fittings, wires, welding machines, transformer, etc for power, connecting lines, storage etc for
water and necessary fittings, pipes, breaker, hoses etc for compressed air.

A210. INDIGENIZATION BANK GUARANTEE (INDBG)

A211. The successful bidder shall submit a INDBG @ 1% of the value of the Order (excluding taxes & duties) in the
form of Demand Draft / SWIFT/ Bank Guarantee in the prescribed format in favour of Purchaser within 25 days from
date of Order / Contract. Delay in submission of INDBG will entail interest rate & will be deducted as per the
prevailing rate declared by HOD(F)’s Circular (for foreign supplier it will be EUROBOR/LIBOR plus 2% &

for Indian suppliers, it will be SLR plus 2%). The INDBG shall be valid upto Guarantee Period plus 4 weeks. The INDBG
will be returned only after the successful completion of Indigenization & guarantee period of equipment. Refund of
INDBG whenever considered admissible by the Purchaser, shall be without interest only.

A212. In case Price Preference is considered, the INDBG shall be for the value equivalent to the difference between
quoted value of L1 & negotiated value of L2 (excluding taxes & duties).

A220 FORFEITURE OF INDIGENIZATION BANK GUARANTEE (INDBG)

A221. Non-performance of agreed terms and or default/breach by Bidder/Supplier/Contractor will result in


forfeiture of INDBG with application of risk purchase provisions as felt appropriate by the Purchaser.

A230 PREFERENCETIAL PURCHASE FROM MSE VENDORS:

MDL has right to place order on MSE firm meeting following criteria:

In tenders, if participating MSEs quoted prices are within price band of L1+15%, such MSEs shall also be allowed to
supply a portion up to 20% of requirement by bringing down their prices to L1 price where L1 is non MSEs. If more
than 1 MSEs fall under such criteria then this 20% shall be distributed proportionally. This preference shall not be
applicable where MSE firm is L1 firm. % out of 20 percent target of annual procurement from Micro and Small
Enterprises, a sub-target of 20 percent (i.e 4 percent out of 20 percent) shall be earmarked for procurement from
Micro and Small Enterprises owned by the Scheduled Caste or the Scheduled Tribe Entrepreneurs. In respect of items
reserved for MSE, extant guidelines shall be followed. Presently Circular No. S.O. 581(E) dated 23.03.2012 is
applicable.

*********************************************************************************

P a g e | 177
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

ACCEPTANCE FORM FOR GENERAL TERMS AND CONDITIONS

To,
MAZAGON DOCK SHIPBUILDERS LIMITED
IT PURCHASE SECTION.
TENDER ENQUIRY No.

GT&C BIDDER’S GT&C BIDDER’S GT&C BIDDER’S


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

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

A21 A93 NA A162


A31 NA A101 A163
A41 A102 NA A164 NA
A51 A111 A165 NA
A61 A121 A171
A71 NA A131 NA A181 NA
A81 A132 NA A191
A82 A133 NA A201 NA
A83 A141 A210 NA
A91 NA A151 A220 NA
A92 NA A161 A230

COMPANY’S NAME & ADDRESS :


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

NOTES:
1. Bidders should carefully read the Terms & Conditions of the Tender Enquiry Form (TEF)
prior to filling up this acceptance format..
2. This format should be properly filled, signed and returned by the bidder(s) along with their
technical offer for considering their Bid.
3. Bidder(s) should indicate “ACC” for Accepted, “DEV” for Deviation Taken for each clause
number in the above table.
4. Bidder(s) to attach Separate Sheet indicating all relevant details such as Number & description of the Clause,
Reasons for Deviation and Alternative suggested for any deviations taken by them.
5. Clause numbers shown in the above format also includes the sub-clauses under these clauses.
For example Clause no. A10 means – Clause nos. A11, A12, A13.

**********************************************************************************

P a g e | 178
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

ANNEXURE –5

TEF ACCEPTANCE FORMAT

To,

MAZAGON DOCK SHIPBUILDERS LIMITED

IT PURCHASE SECTION.

TENDER ENQUIRY No.

TEFCLAUSE BIDDER’SREM TEFCLAUSE BIDDER’S TEFCLAUSE BIDDER’SREMARK


No. ARK No. REMARK No.
ACC. / DEV. ACC. / DEV. ACC. / DEV.
1 11 21
2 12 22
3 13 23
4 14 24
5 15 25
6 16 26
7 17 27
8 18 28
9 19 29
10 20

COMPANY’S NAME & ADDRESS:


_____________________________ SIGNATURE :
DATE :____________________________ NAME :
DESIGNATION :___________________________

BIDDER’S COMPANY SEAL:


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

P a g e | 179
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

ANNEXURE – 6
PROFORMA BANK GUARANTEE FOR SECURITY DEPOSIT (ILLUSTRATIVE FORMAT)

(On Non-Judicial stamp paper of value Rs 500)

IN CONSIDERATION OF MAZAGON DOCK SHIPBUILDERS LIMTED, a company incorporated under the Companies Act
1956 and having its registered office at Dockyard Road, Mumbai 400010 (hereinafter referred to as the “the
Purchaser” which expression shall, unless it be repugnant or contrary to the subject or context thereof, be deemed to
mean and include its successors and assigns) having placed an order on Messers ............................ a partnership
firm/sole proprietor business/a company registered under the Companies Act, 1956 having its office at ............................
(hereinafter called " the Contractor/ Supplier" which expression shall, unless it be repugnant or contrary to the
subject or context thereof, be deemed to mean and include its successors and assigns) vide order No.......................
dated.............. (hereinafter called "the order" which expression shall include any amendments/alterations to "the
order" issued by "the Purchaser") for the supply , delivery at site, installation and commissioning of certain
equipment, item/services/civil works etc. as stated in the said Order and the Purchaser having agreed with the
Contractor/Supplier to accept a Bank Guarantee in lieu of Security Deposit payable under the said order for the
fulfillment and performance of the said order, We, .................................................... Bank having office at
............................................ (hereinafter referred to as "the Bank" which expression shall includes its successors and
assigns) hereby agree to pay to the Purchaser without any demur on first demand an amount not exceeding Rs...........
(Rupees.............................only) being 5% of the order value against any loss or damage, costs, charges and expenses
caused to or suffered by the Purchaser by reason of non performance and non-fulfillment or for any breach on the
part of the Contractor /Supplier of any of the terms and conditions of the said order.

2. We, ............................. Bank further agree that the Purchaser shall be sole judge whether the said Contractor/Supplier
has failed to perform or fulfill the said order in terms thereof or committed breach of anyterms and conditions of the
order and the extent of loss, damage, cost, charges and expenses suffered or incurred or would be suffered or incurred
by the Purchaser on account thereof and we waive in the favour of the Purchaser all the rights and defences to which
we as guarantors may be entitled to.

3. We, ................................. Bank further agree that the amount demanded by the Purchaser as such shall be final and
binding on the Bank as to the Bank 's liability to pay and the amount demanded and the Bank undertake to pay the
Purchaser the amount so demanded on first demand and without any demur notwithstanding any dispute raised by
the Contractor/Supplier or any suit or other legal proceedings including arbitration pending before any court,
tribunal or arbitrator relating thereto, our liability under this guarantee being absolute and unconditional.

4. We, .................................. Bank further agree with the Purchaser that the Purchaser shall have the fullest liberty without
our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of
the said order/or to extend time of performance by the Supplier from time to time or to postpone for any time to time
any of the powers exercisable by the Purchaser against the Contractor/ Supplier and to forbear to enforce any of the
terms and conditions relating to the order and we shall not be relieved from our liability by reason of any such
variation or extension being granted to the Contractor/ Supplier or for any forbearance, act or omission on the part of
the Purchaser or any indulgence by the Purchaser to the Contractor/Supplier or by any such matter or things
whatsoever which under the law relating to sureties would have the effect of relieving us.

5. We, ........................................ Bank further undertake not to revoke this guarantee during its currency except with the
previous consent of the Purchaser in writing.

6. We, ......................................... Bank also agree that the Bank’s liability under this guarantee shall not be affected by any
change in the constitution of the Contractor / Supplier or dissolution or winding up of the business of the

7. Notwithstanding anything contained herein above:

i) Our liability under this guarantee shall not exceed Rs..........

ii) This Bank Guarantee shall be valid upto and including .......; and

P a g e | 180
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

iii) We are liable to pay the guarantee amount or any part thereof under this Bank Guarantee only and only if you
serve upon us a written claim or demand on or before ………….(validity + ---weeks from the date of expiry of this
guarantee).

8. This Guarantee shall be governed by Indian laws and the Courts at Mumbai, India shall have the
exclusivejurisdiction.

IN WITNESS WHEREOF the Bank has executed this document on this................. day of ......................

For ........................ Bank (by its constituted attorney)

(Signature of a person authorized to sign on behalf of "the Bank")

NOTE :-

1. Indigenous supplier or Foreign Supplier through Indian Bank to submit BG.

2. If BG is not received directly from Bank then MDL shall get the Bank Guarantee verified and only on confirmation of
verification the Bank Guarantee shall be considered as submitted. Expenses for BG verification shall be borne by MDL.

P a g e | 181
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

ANNEXURE – 7
PROFORMA BANK GUARANTEE FOR PERFORMANCE
(On Non-Judicial stamp paper of value Rs. 500.)

IN CONSIDERATION OF MAZAGON DOCK SHIPBUILDERS LIMTED, a company incorporated under the Companies Act
1956 and having its registered office at Dockyard Road, Mumbai 400010 (hereinafter referred to as the “the
Purchaser” which expression shall, unless it be repugnant or contrary to the subject or context thereof, be deemed to
mean and include its successors and assigns) having placed an order on Messers............................ a partnership firm/sole
proprietor business/a company registered under the Companies Act, 1956 having its Registered office at ..................
(hereinafter called the Contractor/ Supplier which expression shall, unless it be repugnant or contrary to the subject
or context thereof, be deemed to mean and include its successors and assigns) vide order No....................... dated ..............
(hereinafter called "the order" which expression shall include any amendments/alterations to "the order" issued by
"the Purchaser") for the supply , delivery at site, installation and commissioning of certain equipment,
item/services/civil works etc. as stated in the said Order and the Purchaser having agreed that the Contractor /
Supplier shall furnish a security for the performance of the Contractor’s / Supplier's obligations and/or discharge of
the Contractor’s / Supplier's liability in connection with the said order and the Purchaser having agreed with the
Contractor/Supplier to accept a performance guarantee, We, .................................................... Bank having office at
............................. (hereinafter referred to as "the Bank" which expression shall includes its successors and assigns)
hereby agree to pay to the Purchaser without any demur on first demand an amount not exceeding Rs........... Rupees
........... only) being 10% of the order value against any loss or damage, costs, charges and expenses caused to or
suffered by the Purchaser by reason of non-performance and non-fulfilment or for any breach on the part of the
Contractor / Supplier of any of the terms and conditions of the said order.

2. We, ............................. Bank further agree that the Purchaser shall be sole judge whether the said Contractor/Supplier
has failed to perform or fulfil the said order in terms thereof or committed breach of anyterms and conditions of the
order and the extent of loss, damage, cost, charges and expenses suffered or incurred or would be suffered or incurred
by the Purchaser on account thereof and we waive in the favour ofthe Purchaser all the rights and defences to which
we as guarantors may be entitled to.

3. We, ................................. Bank further agree that the amount demanded by the Purchaser as such shall be

final and binding on the Bank as to the Bank 's liability to pay and the amount demanded and the Bank undertake to
pay the Purchaser the amount so demanded on first demand and without any demur notwithstanding any dispute
raised by the Contractor/Supplier or any suit or other legal proceedings includingarbitration pending before any
court, tribunal or arbitrator relating thereto, our liability under this guaranteebeing absolute and unconditional.

4. We, .................................. Bank further agree with the Purchaser that the Purchaser shall have the fullest

liberty without our consent and without affecting in any manner our obligations hereunder to vary any of theterms
and conditions of the said order/or to extend time of performance by the Supplier from time to time or to postpone
for any time to time any of the powers exercisable by the Purchaser against the Contractor / Supplier and to forbear
to enforce any of the terms and conditions relating to the order and we shall not be relieved from our liability by
reason of any such variation or extension being granted to the Contractor/ Supplier or for any forbearance, act or
omission on the part of the Purchaser or any indulgence by the Purchaser to the Contractor/Supplier or by any such
matter or things whatsoever which under the law relating to sureties would have the effect of relieving us.

5. We, ........................................ Bank further undertake not to revoke this guarantee during its currency except with the
previous consent of the Purchaser in writing.

6. We, ......................................... Bank also agree that the Bank’s liability under this guarantee shall not be affected by any
change in the constitution of the Contractor / Supplier or dissolution ………………………………

7. Notwithstanding anything contained herein above:

i) Our liability under this guarantee shall not exceed Rs..........

ii) This Bank Guarantee shall be valid upto and including .......; and

P a g e | 182
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

iii) We are liable to pay the guarantee amount or any part thereof under this Bank Guarantee only and only ifyou
serve upon us a written claim or demand on or before ……… (validity + ---weeks from the date of expiryof this
guarantee).

8. This Guarantee shall be governed by Indian laws and the Courts at Mumbai, India shall have the
exclusivejurisdiction.

IN WITNESS WHEREOF the Bank has executed this document on this............ day of ...........................

For ........................ Bank (by its constituted attorney)

(Signature of a person authorized to sign on behalf of "the Bank")

NOTE:-

1. Indigenous supplier or Foreign Supplier through Indian Bank to submit BG.

2.If BG is not received directly from Bank then MDL shall get the Bank Guarantee verified and only on confirmation of
verification the Bank Guarantee shall be considered as submitted. Expenses for BG verification shall be borne by MDL.

P a g e | 183
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

ANNEXURE – 8

RTGS/NEFT – MANDATE AUTHORISATION FORM

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. Street:

Location: District:

City: State PIN

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:

NEFT:

RTGS* - “Real Time Gross Settlement”, NEFT** - “National Electronic Fund Transfer”.

P a g e | 184
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

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.

12. MICR code:

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.

MAZAGON DOCK SHIPBUILDERS LIMITED

DOCKYARD ROAD,

MUMBAI – 400 010

P a g e | 185
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

ECS – FORMAT

BIDDER’S NAME :

ADDRESS :

VENDOR REGN. CODE NO. WITH MDL :

BIDDER’S BANK NAME :

BANK BRANCH ADDRESS :

BANK ACCOUNT NO. :

NATURE OF ACCOUNT :

SAVINGS CURRENT OTHERS* *give details

NAME OF BANK :

MICR NO. (9 DIGITS) FOR PAYMENT :

BIDDER’S PAN NO. :

NOTE : (A) ENCLOSE BANK’S VERIFICATION OF A/C. DETAILS AS PEFORMAT APPENDED BELOW.

(ENCLOSE ONE COPY OF RELEVANT CHEQUE LEAF DULY CANCELLED.)

We hereby authorize Mazagon Dock Shipbuilders Limited to make all due payments through ECS by effecting
credit in our above mentioned bank account.

We, hereby, declare that particulars given above are correct and complete. If the transaction is delayed or not
effected at all for reason of incomplete or incorrect information, we would not hold the user

institution responsible.

P a g e | 186
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Date AUTHORISED SIGNATORY OF THE BIDDER

Certified that the particulars furnished above are correct as per our records.

BANK’S STAMP

Date

SIGNATURE OF THE AUTHORISED OFFICIAL OF THE BANK

***************************

P a g e | 187
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Annexure - 9

EXTRACT OF PROVISIONS OF THE OFFICIAL SECRETS ACT, 1923


SECTION 2(B) ; “PROHIBITED PLACE”

It is defined as the place of any work of Defence Dockyard and other so belonging or occupied and used for the
purpose of building, repairing, making or storing any ammunitions of war.

For the purpose of the above definition, sketch includes any photograph or other mode of representing any place or
thing.

SECTION 3 : “PENALTIES FOR SPYING”

If any per unlawfully -

a) approaches, inspects, passes over or is in the vicinity of any clear place; or

b) make any sketches intended to be directly or indirectly useful to an enemy ; or

c) obtains, collects, records or communicates to any other person any secret official code shall be liable for
imprisonment of 14 years in case of Defence Installation.

SECTION 4 : “COMMUNICATION WITH FOREIGN AGENTS”


If any person has been in communication with or attempted to communicate with foreign agents regarding the vital
information of any “PROHIBITED PLACE” would be guilty of violating the provisions of this Act.

SECTION 5 : “WRONGFUL COMMUNICATION OF INFORMATION”


INFORMATION”
If any person having in his possession or control any official document;

a) Willfully communicates to any person, other than a person, who is authorised to communicate it.

b) Used the information in his possession for the benefit of any foreign power.

c) Retain in his possession when he has no power to retain it

d) Fails to take reasonable care of it shall be guilty of an offence under this Act.

SECTION 6 : “UNAUTHORISED USE OF UNIFORMS”


If any person for the purpose of gaining admission or of assisting any other person to gain admission to a
“PROHIBITED PLACE” wears uniforms without lawful authority shall be guilty of offence under this Section.

SECTION 7 : “INTERFERING WITH OFFICERS OF POLICE”


No person in the vicinity of any “PROHIBITED PLACE” shall abstract any Police Officer engaged on guard, sentry or
similar duty. If any person move in the provisions of this section, shall be punishable with imprisonment, which may
extend up to 3 years.

P a g e | 188
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

SECTION 8 : “DUTY OF GIVING INFORMATION”

It shall be duty of every person to give on demand to a superintendent of Police or any other
Police Officer not below the rank of Inspector, any information in his power relating to an offence
under this Act. If any person fails to give such information, shall be punishable with imprisonment
to 3 years or fine or with both.

SECTION 9 : “INCITEMENT”
Any person who attempts to commit or debate the commission of an offence under this Act shall be punishable with
the same punishment and be liable to be proceeded against in the same manner as if he had committed such offence.

SECTION 10 : “PENALTY FOR HARBOURING SPIES”


If any person whom he knows or has reasonable grounds for supposing to be person who is about to commit or who
has committed offence under this Act shall be guilty of offence under this Section.

SECTION 11 : “SEARCH WARRANTS”

If a presidency Magistrate, Magistrate First Class or Sub-Divisional magistrate is satisfied with the information that
there is reasonable ground for suspecting that an offence under this Act has been or is about to be committed, he may
grant search warrant to any Police Officer to enter at any time any premises to force to search premises or the places.

P a g e | 189
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Annexure – 10
A) LOADING FACTORS FOR RANKING OF BIDS

(ILLUSTRATIVE FORMAT)

Sr. Description Foreign Supplier Indigenous Indigenous


No 100% import Supplier with Supplier without
content part import import content
content

Basic price Quoted a) FOB a) Ex Works a) Ex Works

1 b) CIF b) Delivered to b) Delivered to

MDL stores MDL Stores

2 Add: insurance charges Incase of 1(a) In case of 1(a) In case of 1(a)

3 Add Sea/Air Freight charges / Inland Incase of 1(a) In case of 1(a) In case of 1(a
Road Transport

4 Customs Clearance / Port Handling / In either case i.e. NIL NIL


Transportation to Yard FOB or CIF Price

5 Cost (ex-MDL) excluding taxes & duties Sr.Nos. Sr.Nos. Sr.Nos.


without loading towards any deviations
(1+2+3+4) if FOB (1+2+3) (1+2+3)
price quoted OR CIF
price + Sr.No.4

B. Loading due to variations in Financial Term .

6 Variation in payment Terms

7 Income Tax & Service Tax on Technical


Services / Service engineers liability to MDL.

8 Production Norms such as Scrap %, output-


input ratio

9 Base date for price variation clause

10 Cost (ex-MDL) excluding taxes & duties Sr.Nos. 5 + 6 + 7 + 8 + 9


after loading for variations in financial term.

Loading on Account of deviations in following commercial terms.

11 Security Deposit / Contract performance


guarantee.

12 Equipment Performance guarantee

P a g e | 190
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

13 Additional delivery period sought over


stipulated period as per Tender

14 Additional time sought for supplying


binding data.

15 Liquidated damages per week rate /


maximum ceiling

16 Warranty / Guarantee

17 Cost (ex-MDL) excluding taxes & duties


after loading for variations on account of
financial and commercial terms. Sr.Nos. 10 + 11 + 12 + 13 + 14 + 15 + 16

D. Landed Cost:

18 Taxes & Duties

19 Landed Cost Sr. Nos. 17 + 18

Note :

a) Evaluated Bid Value for the purpose of ranking and determination of L-1 Bid shall be the value arrived at Sr.No.19
of the table above.

b) Bidders are required to quote the amounts of Taxes and Duties as applicable separately, duly indicating the base
amount and the applicable rate, under each of the heads. Set off on any taxes and duties shall not be considered for
ranking of bids.

c) Supplier / contractor will not be entitled to any increase in rate of taxes occurring during the period of extended
delivery completion schedule if there is delay in supplies / completion attributed to him. However if there is a
decrease in taxes, the same must be passed on to MDL.

d) Wherever all inclusive prices are quoted by the Tenderer(s) and accepted without bifurcation of tax elements, no
escalation shall be considered in respect of any variations in statutory levies arising subsequently since the base
figures do not exist in the order/ contract.

e) It is clarified that Bank charges to be incurred for opening, amending LCs, Demand Drafts are excluded while
carrying out evaluation of Bids to determine L1 Supplier.

P a g e | 191
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

ANNEXURE-11

PROFORMA BANK GUARANTEE FOR BID BOND / EMD

(On Non-Judicial stamp paper of value Rs. 500)

IN CONSIDERATION OF MAZAGON DOCK SHIPBUILDERS LIMTED, a company incorporated under the Companies Act
1956 and having its registered office at Dockyard Road, Mumbai 400010 (hereinafter referred to as the “the
Company” which expression shall, unless it be repugnant or contrary to the subject or context thereof, be deemed to
mean and include its successors and assigns) having agreed to accept the Earnest Money Deposit (EMD) of Rs-----------
-----------------------(Rupees-----------------------------only) in the form of Bank Guarantee from Messers ............................ a
partnership firm/sole proprietor business/a company registered under the Companies Act, 1956 having its office at
...............................(hereinafter called " the tenderer" which expression shall, unless it be repugnant or contrary to the
subject or context thereof, be deemed to mean and include its successors and assigns) for participating in the Tender
no..................................dated.............. (hereinafter called "the tender" which expression shall include any
amendments/alterations to "the tender" issued by "the Company") for the supply, delivery at site, installation and
commissioning of certain equipment, item/services/civil works etc., We, ........................... ......................... Bank having office
at ............................................ (hereinafter referred to as “the Bank” which expression shall includes its

successors and assigns) hereby agree to pay to the Company without any demur on first demand an amount not
exceeding Rs................... (Rupees.............................only) against any loss or damage, costs, charges and expenses caused to
or suffered by the Company by reason of non performance and non-fulfilment or for any breach on the part of the
tenderer of any of the terms and conditions of the said tender.

2. We, ............................. Bank further agree that the Company shall be sole judge whether the said tenderer has failed to
perform or fulfil the said tender in terms thereof or committed breach of any terms and conditions of the tender the
extent of loss, damage, cost, charges and expenses suffered or incurred or would be suffered or incurred by the
Company on account thereof and we waive in the favour of the Company all the rights and defences to which we as
guarantors may be entitled to.

3. We, ................................. Bank further agree that the amount demanded by the Company as such shall be final and
binding on the Bank as to the Bank 's liability to pay and the amount demanded and the Bank undertake to pay the
Company the amount so demanded on first demand and without any demur notwithstanding any dispute raised by
the tenderer or any suit or other legal proceedings including arbitration pending before any court, tribunal or
arbitrator relating thereto, our liability under this guarantee being absolute and unconditional.

4. We, .................................. Bank further agree with the Company that the Company shall have the fullest liberty without
our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of
the said tender/or to extend time of performance by the tenderer from time to time or to postpone for any time to
time any of the powers exercisable by the Company against the tenderer and to forbear to enforce any of the terms
and conditions relating to the tender and we shall not be relieved from our liability by reason of any such variation or
extension being granted to the tenderer or for any forbearance, act or omission on the part of the Company or any
indulgence by the Company to the tenderer or by any such matter or things whatsoever which under the law relating
to sureties would have the effect of relieving us.

5. We, ........................................ Bank further undertake not to revoke this guarantee during its currency except with the
previous consent of the Company in writing.

6. We, ......................................... Bank also agree that the Bank’s liability under this guarantee shall not be affected by any
change in the constitution of the tenderer or dissolution or winding up of the business of the tenderer.

7. Notwithstanding anything contained herein above:

i) Our liability under this guarantee shall not exceed Rs..........

ii) This Bank Guarantee shall be valid upto and including .......; and
P a g e | 192
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

iii) We are liable to pay the guarantee amount or any part thereof under this Bank Guarantee only and only if you
serve upon us a written claim or demand on or before ………(validity + ---weeks from the date of expiry of this
guarantee).

8. This Guarantee shall be governed by Indian laws and the Courts at Mumbai, India shall have the exclusive
jurisdiction.

IN WITNESS WHEREOF the Bank has executed this document on this....................... day of ....................

For ........................ Bank (by its constituted attorney or the person authorised to sign)

(Signature of a person authorized to sign on behalf of "the Bank")

NOTE:-

1. Indigenous supplier or Foreign Supplier through Indian Bank to submit BG.

2. If foreign supplier submits BG through Foreign Bank the same should be submitted by SWIFT. MDL

Bank SWIFT A/c. No. is SBININBB101.

P a g e | 193
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

ANNEXURE-12

Undertaking of Authenticity for IT Products Supplies

To,

I.T. Purchase Section

Mazagon Dock Shipbuilders Limited

Dockyard Road, Mazagon

Mumbai – 400 010

Sub : Supply of IT Software

Ref : 1) Your Purchase Order No.

Dated

2) Our Quotation No. / Invoice No Dated

With reference to the IT Software being supplied / quoted to you vide our Invoice No. / Quotation
No. / Order No. cited above.
We hereby undertake that all the software supplied against above, shall be supplied along with the
authorized license certificate and also that it shall be sourced from the authorized source.

In case of default and we are unable to comply with above at the time of delivery or during installation, for
the IT Software already billed, we agree to take back the IT Software without demur, if already supplied and return
the money if any paid to us by you in this regard.

We (system OEM name) also take full responsibility of both Parts & Service SLA as per the content even if
there is any defect by our authorized Service Centre / Reseller / SI etc.

* Authorized Signatory

Name

Designation

Place

Date

* The authorized signatory should not be lower than the company secretary of the system OEM.

P a g e | 194
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

ANNEXURE-13

INTEGRITY PACT

MAZAGON DOCK SHIPBUILDERS LIMITED (MDL) hereinafter referred to as "The Principal/Buyer" And
..............................................hereinafter referred to as "The Bidder/ Contractor" Preamble

The Principal/Buyer intends to award, under laid down organizational procedures, contract/s for

.........................................................................The Principal/Buyer values full compliance with all relevant laws of the
and, rules, regulations, economic use of resources and of fairness / transparency in its relations with its Bidder(s) and
/or Contractor(s).

In order to achieve these goals, the Principal/Buyer will appoint an Independent External Monitor (IEM), who will
monitor the tender process and the execution of the contract for compliance with the principles mentioned above.

Section 1 - Commitments of the Principal/Buyer:

(1) The Principal/Buyer commits itself to take all measures necessary to prevent corruption and to observe the
following principles:

a. No employee of the Principal/Buyer, personally or through family members, will in connection with the
tender for, or the execution of a contract, demand, take a promise for or accept, for self or third person, any
material or immaterial benefit which the person is not legally entitled to.
b. The Principal/Buyer will during the tender process treat all Bidder(s) with equity and reason. The
Principal/Buyer will in particular, before and during the tender process, provide to all Bidder(s) the same
information and will not provide to any Bidder(s) confidential/additional information through which the
Bidder(s) could obtain an advantage in relation to the tender process or the contract execution.
c. The Principal/Buyer will exclude from the process all known prejudiced persons.
d. The Principal/Buyer undertakes to scrupulously follow the Purchase Manual containing Standard Terms &
Conditions (STAC) and General Terms & Conditions (GT&C) in respect of procurement contracts for goods,
services and civil works.
(2) If the Principal/Buyer obtains information on the conduct of any of its employees which is a criminal offence under
the relevant Anti-Corruption Laws of India, or it there be a substantive suspicion in this regard, the Principal/Buyer
will inform the Chief Vigilance Officer, MDL and in addition can initiate disciplinary actions.

Section 2 - Commitments of the Bidder(s)/Contractor(s):

(1) The Bidder(s)/Contractor(s) commit himself to take all measures necessary to prevent corruption. He commits
himself to observe the following principles during his participation in the tender process and during the contract
execution.

a. The Bidder(s)/Contractor(s) will not, directly or through any other persons or firm, offer promise or
give to any of the Principal/Buyer's employees involved in the tender process or the execution of the
contract or to any third person any material or other benefit which he/she is not legally entitled to,
in order to obtain in exchange any advantage or any kind whatsoever during the tender process or
during the execution of the contract.
b. The Bidder(s)/Contractor(s) will not enter with other Bidders into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to introduce cartelization in the bidding process.
c. The Bidder(s)/Contractor(s) will not commit any offence under the relevant Anti-Corruption Laws of
India; further the Bidder(s)/Contractor(s) will not use improperly, for purposes of competition or
P a g e | 195
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

personal gain, or pass on to other, any information or document provided by the Principal/Buyer as
part of the business relationship, regarding plans, technical proposals and business details, including
information contained or transmitted electronically.
d. The Bidder(s)/Contractor(s) of foreign origin shall disclose the name and address of the
Agents/representatives in India, if any. Similarly, the Bidder(s)/Contractor(s) of Indian Nationality
shall furnish the name and address of the foreign principals, if any. All payments made to the Indian
Agent/representative have to be in Indian Rupees only. Further details as mentioned in the
“Guidelines of Indian Agents of Foreign suppliers” shall be disclosed by the Bidders(s)/Contractor(s).
Copy of the "Guidelines on Indian Agents of Foreign Suppliers" as annexed and marked as Annexure-
A.
e. The Bidder(s)/Contractor(s) will when presenting his bid, disclose any and all payments he has made,
is committed to or intends to make to agents, brokers or any other intermediaries in connection with
the award of the contract.
f. The Bidder (s)/Contractor(s), their agents, representatives shall not do such things so as to interfere
with the procedures laid down in the Principal/Buyer’s Purchase Manual containing the Standard
Terms and Conditions (STAC) and General Terms and Conditions (GT&C) in respect of procurement
contracts for goods, services and civil works.
g. The Bidder commits to refrain from giving any complaint directly or through any other manner
without supporting it with full and verifiable facts.
(2) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlines above or be an accessory
to such offences.

Section 3 - Disqualification from tender process and exclusion from future contracts:

If the Bidder(s)/Contractor(s) before contract award has committed a transgression through a violation of Section 2,
above or in any other form such as to put his reliability or credibility as Bidder(s) in question, the Principal/Buyer is
entitled to disqualify the Bidder(s)/Contractor(s) from the tender process or to terminate the contract, if already
signed for such reason, as per the procedure mentioned in the "Guidelines on Banning of business dealings" Copy of
the "Guidelines on Banning of business dealings" is annexed and marked as Annexure-B.

1) If the Bidder(s)/Contractor(s) has committed a transgression through a violation of Section


2 such as to put his reliability or credibility into question, the Principal/Buyer is entitled also to exclude the
Bidder(s)/Contractor(s) from future contract award processes. The imposition and duration of the exclusion
will be determined by the severity of the transgression. The severity will be determined by the circumstances
of the case, in particular the number of transgressions, the position of the transgressors within the company
hierarchy of the Bidder(s) and the amount of the damage. The exclusion will be imposed for a minimum of six
months and maximum of five years, which may be further extended at the discretion of the Principal/Buyer.

2) A transgression is considered to have occurred, if the Principal/Buyer after due consideration of the available
evidence, concludes that no reasonable doubt is possible.
3) The Bidder (s) accepts and undertakes to respect and uphold the Principal/Buyer’s absolute right to resort to
and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion
on any ground, including the lack of any hearing before the decision to resort to such exclusion is taken. This
undertaking is given freely and after obtaining legal advice.
4) If the Bidder(s)/Contractor(s) can prove that he has restored/ recouped the damage caused by him and has
installed a suitable corruption prevention system, the Principal/Buyer may revoke the exclusion prematurely.

Section 4 – Sanctions for Violation:

(1) Any breach of the aforesaid provisions by the Bidder or any one employed by him or acting on his behalf (whether
with our without the knowledge of the Bidder) or the commission of any offence by the Bidder or any one employed
by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of Corruption

P a g e | 196
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Act 1988 or any other Act enacted for the prevention of corruption shall entitle the Principal/Buyer to take all or any
one of the following actions, wherever required –

a) To immediately call off the pre-contract negotiations without assigning any reason or giving any
compensation to the Bidder. However, the proceedings with the other Bidder (s) would continue.
b) The Earnest Money Deposit/Security Deposit/Performance Bond shall stand forfeited either fully or partially,
as decided by the Principal/Buyer, and the Principal/Buyer shall not be required to assign any reason there
for.
c) To immediately cancel the contract, if already signed, without giving any compensation to the Bidder.
d) To recover all sums already paid by the Principal/Buyer, in case of an Indian Bidder with interest thereon at
2% higher than the prevailing Base Rate of SBI, and in case of a Bidder from a country other than India with
interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to the Bidder from the Buyer
in connection with any other contract for any other Defence stores, such outstanding payment could also be
utilized to recover the aforesaid sum and interest.
e) To encash the advance Bank Guarantee and Performance Bond/Warranty bond, if furnished by the Bidder, in
order to recover the payments, already made by the Principal/Buyer, along with interest.
f) To cancel all or any other contracts with the Bidder.
g) To debar the Bidder from entering into any bid from Principal/Buyer for a minimum period of five years,
which may be further extended at the discretion of the Principal/Buyer.
h) To recover all sums paid in violation of this Pact by Bidder(s) to any middleman or agent or broker with a
view to securing the contract.
i) If the Bidder or any employee of the Bidder or any person acting on behalf of the Bidder, either directly or
indirectly, is closely related to any of the officers of the Buyer, or alternatively, if any close relative of an
officer of the Buyer has financial interest/stake in the Bidder’s firm, the same shall be disclosed by the Bidder
at the time of filing of tender. Any failure to disclose the interest involved shall entitle the Buyer to rescind
the contract without payment of any compensation to the Bidder. The term ‘close relative’ for this purpose
would mean spouse whether residing with the Principal/Buyer’s employee/employees or not, but not include
a spouse separated from the Principal/Buyer’s employee/employees by a decree or order of a competent
court; son or daughter or step son or step daughter and wholly dependent upon Principal/Buyer’s
employee/employees, but does not include a child or step child who is no longer in any way dependent upon
the Principal/Buyer’s employee/employees or of whose custody the Principal/Buyer’s employee/employees
has been deprived of by or under any law; any other person related, whether by blood or marriage, to the
Principal/Buyer’s employee/employees or to the Principal/Buyer’s employee/employees wife or husband and
wholly dependent upon Principal/Buyer’s employee/employees.
j) The Bidder shall not lend to or borrow any money from or enter into any monetary dealings or transactions,
directly or indirectly, with any employee of the Principal/Buyer, and if he does so, the Principal/Buyer shall be
entitled forthwith to rescind the contract and all other contracts with the Bidder. The Bidder shall be liable to
pay compensation for any loss or damage to the Principal/Buyer resulting from such rescission and the
Principal/Buyer shall be entitled to deduct the amount so payable from the money(s) due to the Bidder.
k) In cases where Irrevocable Letters of Credit have been received in respect of any contract signed by the
Principal/Buyer with the Bidder, the same shall not be opened.

(2) The decision of the Principal/Buyer to the effect that a breach of the provisions of this Integrity Pact has been
committed by the Bidder shall be final and binding on the Bidder, however, the same Bidder can approach the
Monitor(s) appointed for the purposes of this Pact.

Section 5 - Integrity Pact Bank Guarantee (IPBG):

(1) Every Bidder, while submitting commercial bid, shall submit an Integrity Pact Bank Guarantee for an amount of
*_______ in favour of the Principal/Buyer in Indian Rupees/Foreign Currency.

a) Guarantee will be from an Indian Nationalized Bank/Scheduled Bank in case of Indigenous Bidders.
For Foreign Bidders, Bank Guarantee shall be from a Bank of International repute as updated by SBI
from time to time, promising payment of the guaranteed sum to MAZAGON DOCK SHIPBUILDERS
LIMITED (MDL/Principal/Buyer), on demand within three working days without any demur

P a g e | 197
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

whatsoever and without seeking any reasons whatsoever. The demand for payment by the Principal/
Buyer shall be treated as conclusive proof for payment. A Model Bank Guarantee format is enclosed.
(2) The Integrity Pact Bank Guarantee (IPBG) shall be valid upto and including 45 days after the validity of commercial
offer. However, bidders will be required to extend the Integrity Pact Bank Guarantee, as and when required by the
Principal/Buyer. In the case of the successful bidder, validity of the Integrity Pact Bank Guarantee will be extended
upto the satisfactory completion of the contract, Integrity Pact Bank Guarantee shall be returned promptly in case of
unsuccessful bidders.

(3) In the case of successful bidder a clause would also be incorporated in the Article pertaining to Performance Bond
in the Purchase Contract that the provisions of Sanctions for Violation shall be applicable for forfeiture of
Performance Bond in case of a decision by the Principal/Buyer to forfeit the same without assigning any reason for
imposing sanction for violation of this Pact.

(4) The provisions regarding Sanctions for violation of Integrity Pact include forfeiture of Performance Bond in case of
a decision by the Principal/Buyer to forfeit the same without assigning any reason for imposing sanction for violation
of Integrity Pact.

(5) No interest shall be payable by the Principal/Buyer to the Bidder(s) on Earnest Money/Security Deposit for the
period of its currency.

Section 6 - Previous Transgression:

(1) The Bidder declares that no previous transgressions occurred in the last three years with any other company in
any country conforming to the anti corruption approach or with any other public section enterprise in India that could
justify his exclusion from the tender process.

(2) If the bidder makes incorrect statement on this subject, he can be disqualified from the tender process or further
action can be taken.

Section 7 - Equal treatment of all Bidders/Contractor(s)/Subcontractors:

(1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in conformity with this
integrity Pact, and to submit it to the Principal before contract signing.

2) The Principal/Buyer will enter into agreements with identical conditions as this one with all bidders, contractors
and subcontractors.

(3) The Principal/Buyer will disqualify from the tender process all bidders who do not sign this Pact or violate its
provisions.

Section 8 - Criminal charges against violation Bidder(s)/Contractor(s)/ Subcontractor(s):

P a g e | 198
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

(1) If the Principal/Buyer obtains knowledge of conduct of a Bidder, Contractor or subcontractor, or of an employee
or a representative or an associate of a Bidder, Contractor of subcontractor which constitutes corruption or if the
Principal has substantive suspicion in this regard, the Principal/Buyer will inform the same to the Chief Vigilance
Officer, MDL.

Section 9 - Independent External Monitor/Monitors:

(1) The Principal/Buyer appoints competent and credible independent External Monitor for this Pact. The task of the
Monitor is to review independently and objectively whether and to what extent the parties comply with the
obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and performs his functions
neutrally and independently. He reports to the Chairman & Managing Director of the Principal/Buyer.

(3) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without restriction to all project
documentation of the Principal/Buyer including that provided by the Contractor. The Contractor will also grant the
Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project
documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the
information and documents of the Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality.

(4) The Principal/Buyer will provide to the Monitor sufficient information about all meetings among the parties
related to the Project provided such meetings could have an impact on the contractual relations, between the
Principal/Buyer and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the
Management of the Principal/Buyer and request the Management to discontinue or take corrective action, or to take
other relevant action. The Monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor
has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action.
However, the Monitor shall give an opportunity to the Bidder(s)/Contractor(s) to present its case before making its
recommendation to the Principal/Buyer.

(6) The Monitor will submit a written report to the Chairman & Managing Director of the Principal within 8 to 10
weeks from the date of reference or intimation to him by the Principal/Buyer and, should the occasion arise, submit
proposals for correcting problematic situations.

(7) Monitor shall be entitle to compensation on the same terms as being extended to / provided to Independent
Directors on the Board of Principal/Buyer.

(8) If the Monitor has reported to the Chairman & Managing Director of the Principal, a substantiated suspicion of an
offence under relevant Anti Corruption Laws of India and the Chairman & Managing Director of the Principal/Buyer
has not, within the reasonable time taken visible action to proceed against such offence or reported it to the Chief
Vigilance Officer, the Monitor may also transmit this information directly to the Central Vigilance Commissioner,
Government of India.

(9) The word ‘Monitor’ would include both singular and plural.

Section 10 - Pact Duration:

This pact begins when both parties have legally signed it. It expires for the Contractor 12 months after the last
payment under the contract and for all other Bidders 06 months after the contract has been awarded.

P a g e | 199
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite the lapse of
this pact as specified above unless it is discharged / determined by Chairman & Managing Director of the
Principal/Buyer.

Section 11 - Other provisions:

(1) This agreement is subject to Indian Law, place of performance and jurisdiction is the Registered Office of the
Principal/Buyer, i.e. Mumbai. The Arbitration clauses provided in the main tender document/ contract shall not be
applicable for any issue/dispute arising under this Integrity pact.

(2) Changes and supplements as well as termination notices need to be made in writing. Side agreements have not
been made.

(3) If the Contractor is a partnership or a consortium, this agreement must be signed by all partners or consortium
members.

(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement
remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

Section 12 – Fall Clause:

“The Bidder undertakes that it has not supplied/is not supplying similar products/ systems or

subsystems at a price lower than that offered in the present bid in respect of any other

Ministry/Department of the Government of India or PSU and if it is found at any stage that similar

product/systems or sub systems was supplied by the Bidder to any other Ministry/Department of the Government of
India or a PSU at a lower price, then that very price, with due allowance of elapsed time, will be applicable to the
present case and the difference in the cost would be refunded by the Bidder to the Principal/Buyer, if the contract
has already been concluded.”

__________________________ ____________________________

For & on behalf of

MAZAGON DOCK SHIPBUILDERS LIMITED For & on behalf of Bidder/Contractor

(Office Seal) (Office Seal)

Place___________

Date____________

Witness 1: Witness 2:

(Name & Address) (Name & Address)

______________________ ______________________

______________________ ______________________

P a g e | 200
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Annexure 14

INTEGRITY PACT BANK GUARANTEE (IPBG)

(ILLUSTRATIVE FORMAT)

(On Non-Judicial stamp paper of value Rs. 500/-. However, the value of stamp paper to be confirmed from Legal
Department, MDL.)

IN CONSIDERATION OF MAZAGON DOCK LIMTED, a company incorporated under the Companies Act 1956 and having
its registered office at Dockyard Road, Mumbai 400010 (hereinafter referred to as the “the Company” which
expression shall, unless it be repugnant or contrary to the subject or context thereof, be deemed to mean and
include its successors and assigns) having entered into an Integrity Pact No.........dated ............(hereinafter called “the
Pact”) with Messers ............................ a partnership firm/sole proprietor business/a company registered under the
Companies Act, 1956 (strike out whichever is not applicable) having its office at ...............................(hereinafter called
" the Bidder" which expression shall, unless it be repugnant or contrary to the subject or context thereof, be deemed
to mean and include its successors and assigns) for the Bidder’s participation in the Tender
no..................................dated.............. (hereinafter called "the tender" which expression shall include any
amendments/alterations to "the tender" issued by "the Company") for the supply, delivery at site, installation and
commissioning of certain equipment, item/services/civil works etc. and the Bidder having agreed that the Bidder
shall furnish a security for the performance of the Bidder’s obligation under the Pact and/or discharge of the Bidder’s
liability in connection with the tender and the Company having agreed with the Bidder to accept a Bank Guarantee as
said security, We, .................................................... Bank having office at ............................................ (hereinafter
referred to as “the Bank” which expression shall includes its successors and assigns) hereby agree to pay to the
Company without any demur on first demand an amount not exceeding Rs...................
(Rupees.............................only) against any loss or damage, costs, charges and expenses caused to or suffered by the
Company by reason of non performance and non fulfilment or for any breach on the part of the Bidder of any of the
terms and conditions of the Pact and / or tender.

2. We, ............................. Bank further agree that the Company shall be sole judge whether the bidder has failed to
perform or fulfil the Pact and/or the tender in terms thereof or committed breach of any terms and conditions of the
Pact and/or the tender and the extent of loss, damage, cost, charges and expenses suffered or incurred or would be
suffered or incurred by the Company on account thereof and we waive in the favour of the Company all the rights
and defences to which we as guarantors may be entitled to.

3. We, ................................. Bank further agree that the amount demanded by the Company as such shall be final and
binding on the Bank as to the Bank 's liability to pay and the amount demanded and the Bank undertake to pay the
Company the amount so demanded on first demand and without any demur notwithstanding any dispute raised by
the Bidder or any suit or other legal proceedings including arbitration pending before any court, tribunal or arbitrator
relating thereto, our liability under this guarantee being absolute and unconditional.

4. We, .................................. Bank further agree with the Company that the Company shall have the fullest liberty
without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the Pact and/or the tender or to extend time of performance by the Bidder from time to time or to
postpone for any time to time any of the powers exercisable by the Company against the Bidder and to forbear to
enforce any of the terms and conditions relating to the Pact and/or the tender and we shall not be relieved from our
liability by reason of any such variation or extension being granted to the Bidder or for any forbearance, act or
omission on the part of the Company or any indulgence by the Company to the bidder or by any such matter or things
whatsoever which under the law relating to sureties would have the effect of relieving us.

5. We, ........................................ Bank further undertake not to revoke this guarantee during its currency except with
the previous consent of the Purchaser in writing.

P a g e | 201
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

6. We, ......................................... Bank also agree that the Bank’s liability under this guarantee shall not be affected by
any change in the constitution of the Bidder.

7. Notwithstanding anything contained herein above:

i) Our liability under this guarantee shall not exceed Rs..........

ii) This Bank Guarantee shall be valid upto and including .......; and

iii) We are liable to pay the guarantee amount or any part thereof under this Bank Guarantee only and only ifyou
serve upon us a written claim or demand on or before ………..(validity + ---weeks from the date of expiryof this
guarantee).

8. This Guarantee shall be governed by Indian laws and the Courts at Mumbai, India shall have the
exclusivejurisdiction.

IN WITNESS WHEREOF the Bank has executed this document on this............................. day of

...........................

For ........................ Bank

(by its constituted attorney)

(Signature of a person authorised

to sign on behalf of "the Bank")

NOTE :-

1. Indigenous supplier or Foreign Supplier through Indian Bank to submit BG.

2. If foreign supplier submits BG through Foreign Bank the same should be submitted by SWIFT. MDL

Bank SWIFT A/c. No. is SBININBB101.

P a g e | 202
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

ANNEXURE-15

DECLARATION CERTIFICATE FOR LOCAL CONTENT

This declaration must form part of all tenders & it contains general information and serves as a
declaration form for local content for bidders. (Before completing this declaration, bidders must
study the General Conditions, Definitions, Govt Directives applicable in respect of Local Content &
prescribed tender conditions).

1. General Conditions
1.1. The local content (LC) as a percent must be calculated in accordance with the definition
provided at clause 2 of Public Procurement (preference to Make in India)
Order 2017.i.e. “Local content is the amount of value added in India which shall be total value of
items procured (excluding net domestic indirect taxes) minus the value of imported
content in the items (including all customs duties) as a proportion of the total value
in percent.”

1.2.A bid will be disqualified if:

1. the bidder fails to achieve the stipulated minimum threshold for local content
indicated in tender; and.
2.this declaration certificate is not submitted as part of the bid documentation.
(This is applicable only for tenders below Rs. 50Lakhs)

2. Definitions
2.1. “Imported content” means that portion of the bid price represented by the
cost of components, parts or materials which have been or are still to be imported
(whether by the supplier or its subcontractors) and whose costs are inclusive of the
costs abroad, plus freight and other direct importation costs, such as landing costs,
dock duties, import duty, sales duty or other similar tax or duty at the port of entry
in India i.e Mumbai in case of MDL;

2.2. “local content” means that portion of the bid price which is not included in
the imported content, provided that local manufacture does take place;

3. The stipulated minimum threshold(s) for local content for this bid is/are as
follows:
Description of services, works or goods Local Content Custom Duty
_______________________________ _______% _______%
______________________________________%_______%
______________________________________% _______%

4. Does a bidder seeks benefit of Public Procurement Policy for YES / NO


MSEs –Order 2012. If yes, bidders should not seek benefits
against this policy & should categorically seek benefits of only
one policy which cannot be modified subsequently.

5. 4.1 Does any portion of the services, works or goods offered YES / NO
have any imported content?

4.2 If yes, the rate(s) of exchange to be used in this bid to calculate the local content.
P a g e | 203
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

Indicate the rate(s) of exchange against the appropriate currency in the table below:

Currency Currency Rates of exchange

US Dollar

Euro

Others

LOCAL CONTENT DECLARATION BY CHIEF FINANCIAL


FINANCIAL OFFICER OR OTHERLEGALLY
RESPONSIBLE PERSON NOMINATED IN WRITING BY THE CHIEFEXECUTIVE OR SENIOR
MEMBER/PERSON WITH MANAGEMENTRESPONSIBILITY (CORPORATION, PARTNERSHIP OR
INDIVIDUAL)

IN RESPECT OF BID / TENDER No. ……..…………………...........................................

ISSUED BY:
BY (Name of Firm): .............................................................................

NB: The obligation to complete, duly sign and submit this declaration cannot be
transferred to an external authorized representative, auditor or any other third party
acting on behalf of the bidder.

I, the undersigned, …………………………….................................................... (fullnames),


do hereby declare, in my capacity as …………………………………………….………..……..
of
...............................................................................................................(name
of bidder entity), the following:

(a.)The facts contained herein are within my own personal knowledge.

(b) I have satisfied myself that the goods/services/works to be delivered in terms of


the above-specified bid comply with the minimum local content requirements as
specified in the tender, and as measured in terms of Public Procurement (preference to
Make in India) Order 2017.

(c) The local content has been calculated using the definition given in clause 2 of Public
Procurement (preference to Make in India) Order 2017, the rates of exchange indicated
in paragraph 4.1 above and the following figures:

Bid price, excluding net domestic indirect taxes

Imported content including all custom duties

Stipulated minimum threshold for Local content


(paragraph3 above)

Local content % , as calculated

P a g e | 204
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

NB: If the bid is for more than one product or the product offered has components / raw material
/ sub assemblies, a schedule of the local content by product or product break-up including
applicable custom duties of shall be attached.

(d) I accept that the Procurement Authority / Institution / MDL has the right to request
that the local content be verified in terms of the requirements of Public Procurement
(preference to Make in India) Order 2017.

(e) I understand that the awarding of the bid is dependent on the accuracy of the
information furnished in this application. I also understand that the submission of
incorrect data, or data that are not verifiable as described in Public Procurement
(preference to Make in India) Order 2017, may result in the Procurement Authority /
Institution / MDL imposing any or all of the remedies as provided for in Clause 9 of the
Public Procurement (preference to Make in India) Order 2017.

SIGNATURE:_________________________
SIGNATURE:_________________________DATE:
_________________________DATE: ___________

WITNESS No. 1 __________________________DATE:


__________________________DATE: ___________

WITNESS No. 2__________________________


2__________________________DATE:
__________________________DATE: ___________

P a g e | 205
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

ANNEXURE-16

NON DISCLOSURE
DISCLOSURE AGREEMENT(NDA)
AGREEMENT(NDA)

THIS NON DISCLOSURE Agreement made at Mumbai, India on this _______ day of ______2017 between Mazagon
Dock Shipbuilders Limited a company registered under the Companies Act, 1956 and having itsregistered office
at Dockyard Road, Mumbai-400 010 (hereinafter referred to as “MDL”) and____________________________a company
registered under the Companies Act, 1956 and having its registered office at _________________________(hereinafter
referred to as “______”).
MDL and ______ shall hereinafter be collectively referred to as “the Parties” and individually as “a Party”.
WHEREAS
A*. MDL has floated a tender and is required to provide certain information to (name of the bidder) toprepare
his bid and/or
AA**. The Parties are considering to enter into a _______________________for which each Party shallprovide
information (“Disclosing Party”) to the other Party (“Receiving Party”) which at present isconfidential and not
in the public domain.
B. The Parties intend that the aforesaid information be kept confidential as between the Parties. TheParties
undertake and declare that they shall not divulge, publish or reproduce the same before any partyor person
except in accordance with the terms of this Agreement.
NOW THEREFORE the Parties agree as follows:
1. As used in this Agreement (hereinafter referred to as the “Agreement”) the term “ConfidentialInformation”
shall mean any technical, confidential, proprietary or trade secret information or datadisclosed by the Disclosing
Party in connection with the _____________________________ to theReceiving Party including without limitation any
written or printed documents, specifications for the vessel,plans, general arrangement plans, production
schedules, drawings, samples, models, informationregarding business operations, financial information,
marketing strategies, either in writing or orally or anymeans of disclosing such Confidential Information that the
Disclosing Party may elect to use prior to theexecution or during the validity of this Agreement. The Receiving
Party agrees that all ConfidentialInformation shall be treated as absolute confidential and the Receiving Party
shall not disclose to anyperson such information otherwise than in terms of this Agreement. The Receiving Party
will impose as Similar duty of confidentiality on any person to whom the Receiving Party is permitted to
transfer suchinformation in accordance with the terms hereof.For the purposes of this Agreement, the term
“Receiving Party” shall mean and include its officers,employees, directors, agents, contractors, representatives,
affiliated companies, successors and assigns.
2. Nothing in this Agreement may be construed as compelling the Disclosing Party to disclose anyConfidential
Information to the Receiving Party or to enter into any contractual relationships with theReceiving Party.
3. Any information or data in whatever form disclosed by the Disclosing Party to the Receiving Party andwhich
(i) is clearly identified as Confidential Information by an appropriate and conspicuous marking or (ii)has been
identified as Confidential Information at the time of disclosure shall be subject to the relevantterms and
conditions of this Agreement. The Disclosing Party’s decision whether any informationdisclosed by it under this
Agreement is confidential or not shall be final and binding on the ReceivingParty.
4. The Receiving Party hereby covenants that the Confidential Information received from the DisclosingParty
shall:
(a) Be safely kept by the Receiving Party; the Receiving Party shall protect the ConfidentialInformation with the
same degree of care as the Receiving Party uses with its own confidential informationin order to prevent its
disclosure, copy and / or its use (but in no event less than reasonable care) forpurposes other than the Proposal.
(b) Be only disclosed to, and used by, those employees or directors who have a need to know.
(c) Not be disclosed to a third party except those with a need to know provided they receive suchinformation
subject to the same restrictions as are contained in this Agreement.
(d) Be used by the Receiving Party directly or indirectly, solely for the purpose of considering,evaluating and
effecting the tender/bid/contract.
5. The Receiving Party shall promptly upon requests by the Disclosing Party at any time return all copiesof the
Confidential Information communicated to it hereunder together with all copies and extracts madethereof and
shall not retain any copies of the same, in any form whatsoever.
6. The Receiving Party shall have no obligations or restrictions with respect to:
(a) Information publicly known through no wrongful act of the Receiving Party.
(b) Information rightfully disclosed by a third party without breach of this Agreement by the ReceivingParty and
which can be communicated without restriction.
(c) Information which was already known or which was independently developed by the ReceivingParty
(provided that the Receiving Party can demonstrate the same).
(d) Information, the disclosure of which the Disclosing Party authorizes in writing.
P a g e | 206
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

7. Nothing in this Agreement shall be construed as granting to the Receiving Party any patent, copyrightor
design license, or rights of use under similar intellectual property rights in respect of the
ConfidentialInformation.
8. The Receiving Party shall not without prior written consent of the Disclosing Party:
(a) Disclose to any person, directly or indirectly:
i) The fact that the Confidential Information has been made available to the Receiving Party by theDisclosing
Party or that the Receiving Party has inspected any portion of the Confidential Information; or
ii) The fact that any discussion or negotiation is taking place concerning the Proposal; or
iii) Any of the terms, conditions or other facts with respect to the Proposal, including the status thereof;
or
(b) Make any private or public announcement or statement concerning or relating to theProposal.
09. The Disclosing Party represents and warrants that save as otherwise notified in writing to theReceiving
Party:
a) Disclosure of information by it to the Receiving Party does not infringe the rights of any third party noris it
under any restriction with regard to the disclosure of any information, and that where applicable, it hasobtained
all licenses and consents necessary to enable the lawful disclosure of information by it to the
Recipient; and
b) It is not aware of any restriction on the use of such information by the Receiving Party, save asprovided in
this Agreement.
c) To the effect that the foregoing representations and warranties shall be deemed to be given at thedate of this
Agreement and after that date upon and in respect of each disclosure.
The Disclosing Party makes no warranty or representation whatsoever as to the accuracy,
completeness,suitability or adequacy of any information or as to the results obtained from it and assumes
noresponsibility in respect of the use of the information by the Receiving Party.
10. The Receiving Party shall indemnify and hold harmless the Disclosing Party from and against anyaction,
claim or proceeding and any loss, damage, costs, expenses or liabilities arising out of any suchaction, claim or
proceeding, brought by any third party pursuant to any unauthorized disclosure or use ofany information by the
Receiving Party, or by any person for whom the Receiving Party is responsibleunder this Agreement, or
pursuant to any breach of any undertaking, warranty or representation containedin this Agreement.
11. For the purposes of this Agreement ‘Classified Information’ shall mean information, documents andmaterial
of any kind which the respective Government i.e. Indian Government has given or caused to begiven a security
classification irrespective of whether the same is transmitted orally, electronically, inwriting or by hand.
Notwithstanding any other provision of this Agreement:
a) Each Party hereto undertakes to follow security procedures prescribed for military purposes withrespect to
disclosure, receipt, production, use and handling of Classified Information.
b) Any Classified Information, disclosed by one Party hereto shall be, whatever the method of disclosurebe,
identified by the Disclosing Party as Classified Information at the time of disclosure.
c) The provisions of this Clause are to remain in full force and effect notwithstanding any termination
byexpiration or otherwise of this Agreement.
12. In the event the Receiving Party is required to disclose Confidential Information under any provision oflaw
or upon an action, subpoena or order of a court of competent jurisdiction or of any requirement oflegal process
regulation or governmental order, decree, regulation or rule, the Receiving Party willimmediately notify the
Disclosing Party of its having received a request to so disclose (along with the termsand circumstances thereof),
unless otherwise prohibited by law and consult with the Disclosing Party onaction or steps to be taken in
response to such request.
13. This Agreement represents the entirety of the agreement of the Parties relating to the disclosure ofthe
Confidential Information and shall not be waived, amended or assigned by the Receiving Party exceptby prior
written consent of the Disclosing Party. No failure or delay by any party in exercising any right,power or
privilege hereunder shall operate as a waiver thereof nor shall any single or partial exercise ofany right, power
or privilege. The rights and remedies herein provided shall be cumulative and notexclusive of any rights or
remedies provided by law.
14. This Agreement shall be valid for a period of __________(______) years from the date of itsexecution between the
parties. Notwithstanding the aforesaid, the obligations of Parties in connectionwith confidentiality under this
Agreement shall survive in perpetuity.
15. The foregoing constitutes the entire Agreement between the Parties with respect to the subject matterhereof
and supersedes and cancels any prior representation, understanding and commitment (whetheroral and
written) made between the Parties with respect to or in connection with any of the matter ofthings to which this
Agreement applies.
16. This Agreement shall be governed by and shall be interpreted in accordance with the laws of India.

P a g e | 207
207
माझगांवडॉक शप बडस ल मटे ड | MAZAGON DOCK SHIPBUILDER LIMITED
TENDER 3000000387

17. Any dispute arising in connection with or out of the validity, performance or the interpretation of
thisAgreement shall be finally settled by the competent jurisdiction in Mumbai.
18. The Receiving Party acknowledges that any breach of the terms and conditions of this Agreementmay cause
the Disclosing Party irreparable damage for which recovery of money damages would beinadequate. Therefore,
the Receiving Party agrees that the Disclosing Party shall be entitled, in addition toany other remedies available
to it, to seek injunctive relief and/or other equitable relief to prevent orrestrain any breach by the Receiving
Party or its employees/officials, or otherwise to protect its rights,under this Agreement.
19. Unless otherwise provided herein, all notices or other communications under or in connection with
thisAgreement shall be given in writing and may be sent by personal delivery or post or courier or facsimile
atthe address as specified herein below:
To MDL
Address:
Phone No.:
Fax:
E-mail:
To __________
Address:
Phone No.:
Fax No. :
E-mail:
Any such notice or other communication will be deemed to be effective if sent by personal delivery,when
delivered, if sent by post, 4 (four) days after being deposited in the post and if sent by courier, oneday after
being deposited with the courier, and if sent by facsimile, when sent (on receipt of a confirmationto the correct
facsimile number).
IN WITNESS WHEREOF, this Agreement is executed by authorized representatives of both the Parties intwo (2)
originals.
Signed by the within named Signed by the within namedMDL

_____________________ _______________________
In the presence of In the presence of

Note: The above Agreement is to be drawn up by the contractor on non-judicial stamped paper of value
Rs.500/-, if it executed in Maharashtra. However, for other places stamp duty is to be levied as per Stamp
Act of respective States. The value of stamp paper to be confirmed from Legal Department, MDL.
* - A: Pre-submission of Bid
**- AA: Post Entering of Contract

Signature Not Verified


Digitally signed by ASHOK D KANOJIA
Date: 2019.08.14 17:06:13 IST
Location: PSUs of Ministry of Defence

P a g e | 208

You might also like