Upload
trinhcong
View
219
Download
5
Embed Size (px)
Citation preview
Name of Work :- Minutes of Prebid meeting conveyed on 02.04.2014 at 03.00 pm. Queries received up to 05.00 pm dt- .3.04.2014 as
decided in Prebid meeting and replies/ clarification given by MHADA.
S.N. Name of the Agency and Question Raised Clarification of MHADA
1. Shapoorji Pallonji & Co.Ltd. vide letter No.
SPCL/PUN/CLT/T-89/2014/001 dt.03/04/2014
Type of similar
works
Value of
work
High-rise
residential
buildings based
on R.C.C.
monolithic
shear wall
concept using
aluminum
formwork
Technology
with minimum
50 M height (16
Storied)
including
electrification
etc.
Infrastructural
Works allied
with the mass
housing projects
viz. site
development,
roads,
pathways,
amenity
development,
compound wall,
off site, on site
electrification,
landscape etc.
One similar completed
work costing not less
than the amount equal
to 60% of the estimated
cost put to tender.
Rs. 252.00 Cr..
Rs. 22.00 Cr
Two similar completed
works costing not less
than the amount equal
to 40% of the estimated
cost put to tender.
Rs. 168.00 Cr.
Rs 15.00 Cr.
Clause Type of Similar
Work
High-rise residential buildings based on
R.C.C. monolithic shear wall concept using
aluminum formwork Technology having FSI
Built-up area 120000
Sqm with minimum 50
M height (16 Storied)
including electrification
etc.
Infrastructural Works
allied with the mass
housing projects
Building and Factories viz. site development,
roads, pathways, amenity development,
compound wall, off site, on site electrification,
landscape etc.
MHADA
Requirement
SPCL
Request
MHADA
Requirement
SPCL
Request
1)
Eligibility Criteria -
Sr. 2;Sub Clause
2.1 Pg. 8
One similar
completed work
costing not less
than the amount
equal to 80% of
the estimated cost
put to tender.
Rs. 336 Cr Rs. 336
Cr Rs. 29 Cr Rs. 29 Cr
Eligibility Criteria -
Sr. 2;Sub Clause
2.1 Pg. 8
Two similar
completed works costing not less
than the amount equal to 40% of
the estimated cost put to tender.
Rs. 210 Cr Rs. 168
Cr Rs. 18 Cr
Rs. 14
Cr.
Eligibility
Criteria -Sr. 2;Sub
Clause 2.1 Pg. 8
Three similar completed works
costing not less than the amount
equal to 30% of the estimated cost
put to tender.
Rs. 168 Cr Rs. 126
Cr Rs. 15 Cr 11 Cr
Three similar completed
works costing not less
than the amount equal
to 30% of the estimated
cost put to tender.
Rs. 126.00 Cr.
Rs 11.00 Cr.
Eli
gib
ilit
y C
rit
eri
a –
S.N
.2.3
Pg
. 9
.
2) The past experience in similar nature of work should be supported by certificate/
latest certified RA Bills issued by an officer not below Executive Engineer or
equivalent. In case the work experience of other than Govt./ Semi Govt. / PSU’s the
completion certificate/ certified RA Bills shall be supported with copies of – Letter of
award / MOU/Agreement, last bill / latest certified RA Bill and TDS Certificates
issued by owner for the work executed and audited balance sheet issued by Chartered
Accountant . Experience in R C C monolithic shear wall building works (Residential &
Non Residential) with Fire Fighting, lifts, internal and external services. As per
Clause 2.1
Not accepted, it should be as per Bid documents.
Eli
gib
ilit
y
Cri
teria
– S
.N.
5
Pg
. 9
3) The Bidder should have a minimum net worth of 135 Crores. 750 Crores during last
three years ending 31st March 2013
Not accepted, it should be as per Bid documents.
Eli
gib
ilit
y
Cri
teria
– S
.N.
9
Pg.
9 4) Average Annual Financial Turnover (in RCC monolithic shear wall construction
works) during that last three years ending 31st March 2013 should be atleast 135 Crore.
2000 Crores (Scanned Copy of certificate from CA to be uploaded)
Average Annual turnover shall be 135 crs. During last 3 yrs. Out of which 60% work shall be in RCC monolithic shear wall
construction work and balance shall be in conventional RCC multistoried frame structure building.
2. Larsen & Toubro Limited vide letter No.LTCD/MBCO/B &
F/RBBU/1510 dt.29/03/2014 & LTCD/MBCO/B & F/RBBU/1515
Dt.03/04/2014
A) GENERAL QUERIES :
5. Requested to provide soil Investigation reports. Soil Investigation report is uploaded.
6. Requested to provide Contour surveying reports. Contour surveying report is uploaded
7. Requested to provide Drawings in AutoCAD format. All Drawings are uploaded in PDF format.
8. Requested to confirm the references for the standard specifications. As mentioned in tender documents, however latest will be prevail.
9. Requested to provide foundation drawings. Drawings are uploaded in PDF format.
10. Requested to provide BOQ’s in unprotected Excel format. Not Accepted.
11. Requested to provide kitchen platform drawing. Drawings are uploaded in PDF format.
12. Requested to provide drawings and details for Roads, STP, Parking, UGWT, Landscaping
and Arboriculture. All Drawings are uploaded in PDF format.
13. Requested to provide all MEP drawings. Drawings are uploaded in PDF format.
14. Frequency of tests for materials look high compared to standard industry practice. Requested
to relook.(Vol-III – Pg.17) As mentioned in tender documents.
15. Requested you to extend the date of submission of tender 9th May 2014 to enable them to
submit most competitive bid. (Vol-I – Pg.14) As per attached revised e-tender schedule.
16. Milestones
S.No. % of the work completed Period from date of issue of work order
1 15% 25%
2 40% 50%
3 80% 75%
4 100% 100%
Milestone as modified.
S.No. % of the work
completed
Period from date of
issue of work order
1 15% 25%
2 45% 50%
3 80% 75%
4 100% 100%
17. Requested to kindly provide formwork quantity as separate items for works below Plinth
level.( Vol-II – Item No.17, Pg.3/391) Not accepted, As mentioned in tender documents only.
B) PRE –QUALIFICATION CRITERIA :-
18. Requested to kindly consider and revise the eligibility criteria as follows.(Vol-I – Pg.8 & 17)
a) Experience of having successfully completed “ Similar works “* during last 7 years ending last day of month previous to the one of which application are invited should
be either of the following One similar completed work costing not less than the amount equal to 80 % of the estimated cost put to tender.
Or. b) Two similar completed works costing not less than the amount equal to 50% of the
estimated cost put to tender. Or.
c) Three similar completed works costing not less than the amount equal to 40% of the
estimated cost put to tender.
* ‘Similar Works “ means High –rise residential buildings (minimum 10 storeyed )
based on R.C.C monolithic shear wall concept using Aluminum formwork
Technology with fire fighting , Lift & MEP services.
As mentioned in Sr. No.1 above.
19 Requested to confirm the list of documents to be submitted in the form of hard copy towards tender submission.
As mentioned in tender documents.
C) CONDITION OF CONTRACT:
20. We shall paid an interest free mobilization advance of 15% ( fifteen Percent) of contract
value in single installment along with issue of LOI against submission of Bank guarantee of equivalent amount . (Vol-I – SCC Clause No. 1, Pg. 82)
Not Accepted. As per Bid document.
21. Requested to allot the space marked for Commercial building in master plan for site
Infrastructure like Batching plant, office, steel yard etc. and also allocate sufficient space for
labour accommodation to the contractor Free of cost.
Space will be provided as per availability within the plot
boundary Excluding commercial complex plot. Agency
has to arrange additional space outside the plot boundary
as per requirement at their risk and cost.
22. Requested to consider reimbursement of any statuary tax variation like VAT , excise duty
,LBT etc, (Vol-I – Clause No. 47A, Pg. 78) The difference in taxes after submission of Bid will be reimbursed / recovered as per actual.
23. We shall raise bills on Monthly basis based on the actual work done irrespective of the bill
value ; the same shall be measured and paid as per the agreed item rate .75% of our monthly
bill shall be paid within 7 days of bill submission and balance 25% within 21 days from
submission date including certification. (Vol-I – Clause No. 8, Pg. 62)
Accepted in case of measured R.A. Bills as 75% amount
shall be worked out after due deduction like mobilization
advance, secure advance, income tax, other deduction if
any. This bill amount to be adjusted in remaining 100%
payment of that bill. This will not be applicable for final bill.
24. Requested to accept the curtailment criteria from 25 % to 15% of excess quantity. Kindly Not Accepted / clause no.38 is clear & it will prevail.
specify the compensation criteria if the rate for any item exceeds Rs.5000/-.
(Vol-I – Clause No. 38, Pg. 76)
25. We shall strive our best to deploy local workforce .however due to the magnitude of work it
may not be possible to satisfy the criteria laid by you, requested not to consider the same as
mandatory. (Vol-I – Clause No. 50, Pg. 78)
Maximum efforts should be made to adhere provision in
Bid document.
26. Requested to accept EMD in the form of bank Guarantee.
(Vol-I – Clause No. 50.10.1-b), Pg. 26) Not Accepted.
27. Requested to accept security deposit of 2% of contract value in the form of Bank Guarantee in lieu of FDR & bill deduction. (Vol-I – Clause No. 21, Pg. 19) Not Accepted
28. Requested to consider defects liability period as 12 months. (Vol-I – Clause No. 1, Pg. 58) Not Accepted
29. Requested to clarify Contract scope of approvals. The scope of work of approval is as below :- As far as electrical work is concern the approval to the
network / laying of cable, provision of substation etc. is within the scope of contract. In short from the source of
supply of electricity upto the building i.e. approval to the
onsite and offsite electrical work is within the scope of
contract.
Approval to any temporary structure erected for construction purpose will have to be brought by the
agency. In rest of the approvals the construction agency will have to assist PMC/Pune Board MHADA.
D) ELECTRICAL:
30. Requested to provide drawings for Master SLD, Power circuits, Electrical layouts, SLD for
lighting, Scheme layout for ELV system. Drawings are uploaded in PDF format.
31.
32.
• Volume 3- specifications -1.7 Point wiring specification No WG-PW/SW –Page no 168 ,
Earth Continuity wire 2.5 Sqmm minimum size specified .So please clarify whether can be consider earth wire for point wiring as 1.5 Sqmm or 2.5 Sqmm?
• Point wiring for independent plug with FRLS wire is mentioned. In specification FR wire is mentioned and in BOQ FRLS is mentioned. Requested to confirm.
( Vol-II – Item No.1-9-11, Pg. 57 & 58/391)
• Consider 1.5sqmm wire as per BOQ.
• Consider FR wire instead of FRLS wire mentioned in BOQ.
33.
34.
35.
• Requested to clarify the scope like; switch socket is independent or dependent type in
common area?
• Requested to provide the approved makes of Lift and Cable tray.
• Requested to confirm the model like, Anchor Rider/ Anchor woods/ Anchor Roma/
• Switch sockets are dependent type on lighting Switch
Board.
• The approved makes of cable tray are Profab, Asian
and OBO and for Lift are Otis, Schindler, Thysssen
Krupp and Kone.
Anchor Viola for switches and sockets. ( Vol-II – Item No.1-9-14, Pg.61/391) • Anchor-Woods/Legrand-Myrius/Wipro-Northwest/Schneider-Livia.
36.
37.
38.
• Civil works like excavation, sand, tile protection, backfilling are excluded from the scope of HT cable line work, supply and installation of 22Kv 3C x 300sqmm cable, requested
to confirm. ( Vol-II – Item No.1.1, Pg. 336/391)
• Requested to provide the specification and SLD of 22Kv HT feeder pillar supply and
installation to understand the requirement. ( Vol-II – Item No.1.1, Pg. 336/391)
• In BOQ, line Item specified as “H.T. earthing set with GI strip with UOM in set.
Requested to provide the details spec & drawings. ( Vol-II – Item No.1.6, Pg. 336/391)
• Item includes with necessary civil work.
• Specification as per MSEDCL and for SLD ref
electrical drawing uploaded.
• Specification as per MSEDCL.
39.
40.
41.
42.
• Requested to provide the specification, layout and SLD of 22Kv VCB 9 set to understand
the requirement. . ( Vol-II – Item No.2.1, Pg. 336/391)
• Civil work like excavation, sand, tile protection, backfilling is excluded from the scope of HT cable line work, supply and installation of 22Kv 3C x 95sqmm cable, requested to
confirm. ( Vol-II – Item No.2.4 - 7-3-5, Pg. 338/391)
• Civil work like excavation, sand, tile protection, backfilling is excluded from the scope
of HT cable line work, supply and installation of 22Kv 3C x 120sqmm cable, requested to confirm. ( Vol-II – Item No.2.6 - 7-1-27, Pg. 338/391)
• Requested to provide the specification, layout and SLD of LT feeder box for station transformer to understand the requirement. ( Vol-II – Item No.2.7, Pg. 338-339/391)
• Specification as per MSEDCL and for SLD ref
electrical drawing uploaded.
• Item includes with necessary civil work.
• Item includes with necessary civil work.
• Specification as per MSEDCL and for SLD ref electrical drawing uploaded.
43.
44.
• Requested to provide the specification, layout and SLD of HT panel of SS 1,2 and 3to understand the requirement.( Vol-II – Item No.1 – 5-9-2, Pg. 339/391)
• Requested to provide the specification, layout and SLD of 6 way LT feeder pillar panel to understand the requirement. ( Vol-II – Item No.4.1, Pg. 340/391)
• Ref electrical drawing SLD & specification as per MSEDCL
• Ref electrical drawing SLD & specification as per
MSEDCL
45. • Requested to provide the specification, layout and SLD LT Electrical work to understand
the requirement.
• Normally meter supply will be in service provider scope. Requested to confirm that,
whether meter scope to be considered or not?
• Requested to provide the specification, layout and SLD of D.G. Distribution panel to understand the requirement. ( Vol-II – Item No.5.1 – 5.5, Pg. 363/391)
• Specification as per MSEDCL and for SLD ref
electrical drawing uploaded
• As per tender documents this item is in contractors
scope however connection charges/Deposits will be
borne by MHADA
• Specification as per MSEDCL and for SLD ref electrical drawing uploaded & approved by
Electrical Inspector.
46. • Requested to provide cable routing drawings like cable trenches/cable tray and specifications for LT cables and also requested to confirm civil trench works not
included in the scope. ( Vol-II – Pg. 363-366/391)
• Requested to provide scheme drawings and specifications for lighting arrester.
( Vol-II – Pg. 367-368/391)
• Requested to provide the specification, layout and SLD like lighting and power circuit
for Basement area( Vol-II – Pg. 368-370/391)
• Requested to provide scheme drawings and specifications for CCTV.
( Vol-II – Pg. 368-374/391)
• Specification as per Standard specification of PWD rules & regulation and for ref electrical drawing
uploaded, civil trench work is included.
• Specification as per Standard specification of PWD Electrical and for ref electrical drawing uploaded
• Ref drawings uploaded.
• Ref drawings uploaded.
47. • Requested to provide the specification, layout and SLD for garden lighting system ( Vol-II – Pg. 368-374/391)
• Requested to provide the specification, layout and SLD of control panels for fire pumps
provide at external area. ( Vol-II – Pg. 377/391)
• Requested to provide the specification, layout and SLD of D.G. set to understand the
requirement. ( Vol-II – Pg. 384-387/391)
• Requested to provide the drawings, specification, layout and SLD for HT/LT line shifting
work to understand the requirement. ( Vol-II – Pg. 388/391)
• As per BOQ item description../ make approved by competent authority.
• Ref drawings uploaded & approved by CFO / PCMC
• Ref drawings uploaded as per load requirement & approved by Electrical Inspector.
• As per MSEDCL.
E) PHE :
48. Requested to provide the pressure rating for HDPE PE 100 class pipe
( Vol-II – Item No.UC/DR/INT/3.1.2, Pg. 34/391)
It should be as per relevant I.S. code and approved by
PCMC.
49. Requested to provide the pressure rating for PVC Rain water 100 class pipe
( Vol-II – Pg. 34/391)
The PVC Rain water 100 class pipe should be as per relevant I.S. code and approved by PCMC.
50. Requested to provide the sizes for roof coner outlets.
( Vol-II – Item No.UC/RW/EXT/4.1.1, Pg. 34/391) The sizes for roof corner outlet is 110 mm dia.
51. Requested to provide the sizes for balcony drain.
( Vol-II – Item No.UC/RW/EXT/4.1.2, Pg. 34/391) The sizes for balcony drain is 75 mm dia.
52. Requested to provide the sizes for Y type strainers since 110 mm dia is not available and
MOC for the same. ( Vol-II – Item No.UC/VA2.3.3, Pg. 40/391)
The sizes for Y type strainers shall be 100 mm dia. Cast
Iron material.
53. Requested to provide the specifications of solar system. ( Vol-II – Pg. 41/391) The specifications of solar system are uploaded
54. Requested to provide the class of RCC pipes. ( Vol-II – Pg. 326/391) The class of RCC pipes shall be NP2.
55. Requested to provide the type and pressure rating for providing and fixing 160mm dia PVC
soil vent/waste pipe. ( Vol-II – Pg. 327/391)
The type shall be “B” type and pressure rating shall be 10
kg/sqcm for providing and fixing 160mm dia PVC soil
vent/waste pipe
56. Requested to provide the specifications for STP along with raw water and treated water
parameters. ( Vol-II – Pg. 331/391)
Treated effluent shall be designed as per raw sewage. The
design shall be got approved from NEERI (National
Environmental Engineering Research Institute, Nagpur)
57. Requested to provide the specifications for water supply pumps and filtration systems. As per Standard specification of PWD. Makes for pumping and filtration system = Deccan/CG/CRI
58. As per BOQ, scope consider supply and installation .But in Volume 3 specification page no
84 to 100, the scope mentioned only installation. Requested to clarify the scope regarding the
supply of sanitary fixtures. ( Vol-II – Pg. 331-334/391)
Scope to be considered as per BOQ item description.
59. Requested to provide the specification and makes for the quick coupling valves with keys and
swivel hose. ( Vol-II – Pg. 313/391)
makes for the quick coupling valves – harit/ARI
60. Requested to provide the specification and makes for rotary sprinklers and drip irrigation
system. ( Vol-II – Pg. 314-315/391)
Makes for__
• Rotary sprinklers = Rainbird/Toro/Irritol and
• Drip irrigation system = Finolex/Netafim/johndeere
61. Requested to provide the specification and makes for water features.
( Vol-II – Pg. 325-326/391)
makes for water features = ripple fountain/premier
62. Requested to provide the specification and makes for Bore well, tube well and rain harvesting
system. ( Vol-II – Pg. 332/391)
As per relevant BIS codes and approval of Engineer-In-
Charge.
63. Requested to provide the makes for the items like air admittance valve, screw down wheeled
stop tap, GI pipe, air release valve and water meters.
Makes for__
• Air admittance valve = Studor/Durgo/Gebrit ,
• Screw down wheeled stop tap = Kirloskar/Leader/Loloto
• GI pipe = Tata/Zenith/Jindal ,
• Air release valve = Kirloskar/Leader/Loloto and
• Water meters = as per approved makes of PCMC.
F) FPS:
64. Requested to provide the specification and makes list for fire protection system Specification as per Standard specification of PWD & approved by CFO/PCMC
65. Requested to provide the specification for supply and installation 150mm dia end line strainer
for positive suction. ( Vol-II – Pg. 65/391)
Specification as per Standard specification of PWD
66. Requested to confirm regarding material specification for nozzle as for supply and erection of Nozzle shall be of gun metal chrome plated.
gun metal chrome plated nozzles. ( Vol-II – Pg. 65/391)
67. As per the IS code for fire extinguisher is IS 2171 but code has been changed to IS 15683.
Requested to confirm/change. ( Vol-II – Pg. 65/391)
Fire extinguisher of BC type confirming to IS:15683 shall
be used instead of dry chemical powder extinguisher.
3. Simplex Infrastructures Ltd.
1. The said bidder has not raised any query only list of works has given. -
4. B.G. Shirke Construction Tech. Pvt. Ltd. Pune.
1. The said bidder was present in Pre-bid conference but has not raised any query.
5. PLANEDGE Consultant Pvt. Ltd. vide letter dt.03/04/2014.
68. Requested to extend Bid submission date upto 2nd May 2014. As per revised e-tender schedule.
69. Requested to accept EMD in form of Bank Guarantee Not Accepted
70. Requested to give them interest free mobilization advance of 20% of Bid value Not Accepted
71. Requested to kindly issue Bill of Quantity to enable to give an accurate Bid Not Accepted
72. Requested to relax the criteria of similar work of Rs. 168 Crore in Aluform to the same in any
form of shuttering. As mentioned in Sr. No. 1 above.
73. Requested to provide for any changes in taxes to be paid at actual. Not Accepted
2. Larsen & Toubro Limited Pre-Bid Queries / Request
A) PRE –QUALIFICATION CRITERIA :
1. Requested to kindly consider and revise the eligibility criteria as follows.
(Vol-I – Pg.8 & 17)
d) Experience of having successfully completed “ Similar works “* during last 7 years
ending last day of month previous to the one of which application are invited should
be either of the following One similar completed work costing not less than the
amount equal to 80 % of the estimated cost put to tender.
As mentioned in Sr. No. 1 above.
Or.
e) Two similar completed works costing not less than the amount equal to 50% of the
estimated cost put to tender.
Or.
f) Three similar completed works costing not less than the amount equal to 40% of the
estimated cost put to tender.
* ‘Similar Works “ means High –rise residential buildings (minimum 10 storeyed )
based on R.C.C monolithic shear wall concept using Aluminum formwork
Technology with fire fighting , Lift & MEP services.
2. Requested to confirm the list of documents to be submitted in the form of hard copy towards
tender submission. As mentioned in tender documents.
B) GENERAL QUERIES :
1. Requested to provide soil Investigation reports and Contour surveying reports. Soil Investigation report and Contour surveying report is
uploaded.
2. Requested to provide Structural and MEP drawings in AutoCAD format. All Drawings are uploaded in PDF format.
3. Requested to provide BOQ’s in unprotected Excel format. Not Accepted
4. Requested to kindly consider project duration as 39 months Not Accepted
5. Requested you to extend the date of submission of tender 9th May 2014 to enable them to
submit most competitive bid. (Vol-I – Pg.14) As per revised e-tender schedule.
6. Requested to clarify Contract scope of approvals. The approvals which are not included in tender condition,
agency has to assist PMC and coordinates with concern
departments.
7. Requested to provide Tender drawings for below mentioned
a PHE:
PHE Schematic layout All Drawings are uploaded in PDF format.
PHE typical floor / Basement / Stilt Floor / Terrace Water supply and Drainage plan All Drawings are uploaded in PDF format.
Pump room equipment layout, External / landscape PHE plan and equipment layouts ,STP/solar system layouts, Club house layout
All Drawings are uploaded in PDF format.
b FPS:
FPS Schematic layout All Drawings are uploaded in PDF format.
FPS typical floor / Basement / Stilt Floor / Terrace plan All Drawings are uploaded in PDF format.
Pump room equipment layout, External FPS plan and equipment layouts, Club house layout All Drawings are uploaded in PDF format.
c Electrical:
Electrical Master SLD and Equipment layout All Drawings are uploaded in PDF format.
Electrical typical floor / Basment / Stilt Floor / Terrace electrical layout plan All Drawings are uploaded in PDF format.
ELV schematic layout All Drawings are uploaded in PDF format.
SLD / GA Drawing for HT/LT EB and DG panel All Drawings are uploaded in PDF format.
HT / LT cable routing layout,Lightning Arrestor scheme dwg and layout All Drawings are uploaded in PDF format.
Garden lighting / External lighting layout, Substation and DGSET yard & equipment layout,
HT / LT Shifing work schematic and layout All Drawings are uploaded in PDF format.
8 Request to provide Technical Specifications for the below mentioned works
a PHE:
Solar System, STP, Water supply and Filtration system, Water feature As clarified earlier.
b FPS:
For all the internal and external scope of work. As clarified earlier.
c Electrical:
External Electrification work, HT/LT Panel & Cables, CCTV systems, Garden lighting
system, DG Sets
As clarified earlier.
9 Approved makes required for the below list of items.
a PHE:
STP, Water Feature, Air Admittance valve, Screw down wheeled stop tap, GI Pipe, Air
Release Valve, Water meters
As clarified earlier.
b FPS :
All the items as per scope of work As clarified earlier.
c Electrical:
Transformer, Lift, HT Cable As clarified above.
Specific models for Switches to be mentioned like Anchor Roma / Anchor Rider / Anchor
woods / Anchor Viola As clarified above.
C) TECHNICAL QUERIES :
1. Foundation Details - We request to provide Structural foundation/Substructure drawings All Drawings are uploaded in PDF format.
2. Kitchen Details - We request to provide kitchen platform drawing. All Drawings are uploaded in PDF format.
3. Drawings for External Development works - We request to provide drawings and details for
Roads, STP, Parking, UGWT, Landscaping and Arboriculture
All Drawings are uploaded in PDF format.
4. Frequency of Test - a) Request to kindly accept all material testing as per IS codes. Not Accepted
b) For this kind of project Fully automated CTM( Compression testing machine) with web
controls is not required, request to kindly accept conventional CTM for testing.
Not Accepted
5. Requested to kindly provide formwork quantity as separate items for works below Plinth
level.( Vol-II – Item No.17, Pg.3/391)
As mentioned in tender documents.
PHE :
6
.
Requested to provide the pressure rating for HDPE 100 class pipe
( Vol-II – Item No.UC/DR/INT/3.1.2, Pg. 34/391)
Same as above on Sr. No.48.
7. Requested to provide the pressure rating for PVC Rain water 100 class pipe
( Vol-II – Pg. 34/391)
Same as above on Sr. No.49.
8. Requested to provide the sizes for roof coner outlets.
( Vol-II – Item No.UC/RW/EXT/4.1.1, Pg. 34/391)
Same as above on Sr. No.50.
9. Requested to provide the sizes for balcony drain.
( Vol-II – Item No.UC/RW/EXT/4.1.2, Pg. 34/391)
Same as above on Sr. No.51.
10. Requested to provide the sizes for Y type strainers in 100mm size and MOC for the same.
( Vol-II – Item No.UC/VA2.3.3, Pg. 40/391)
Same as above on Sr. No.49.
11. Requested to provide the class of RCC pipes. ( Vol-II – Pg. 326/391) Same as above on Sr. No.54.
12. Requested to provide the type and pressure rating for providing and fixing 160mm dia PVC
soil vent/waste pipe. ( Vol-II – Pg. 327/391)
It should be as per Relevant I.S. Code & as approved by
PCMC.
FPS:
13. Requested to provide the specification for supply and installation 150mm dia end line strainer
for positive suction. ( Vol-II – Pg. 65/391)
Same as above on Sr. No.65.
14. Requested to confirm regarding material specification for nozzle as for supply and erection of
gun metal chrome plated nozzles. ( Vol-II – Pg. 65/391)
Same as above on Sr. No.66.
ELECTRICAL:
15. Volume 3- specifications -1.7 Point wiring specification No WG-PW/SW –Page no 168 ,
Earth Continuity wire 2.5 Sqmm minimum size specified .So please clarify whether can be consider earth wire for point wiring as 1.5 Sqmm or 2.5 Sqmm?
( Vol-II – Item No.1-9-11, Pg. 57/391)
Same as above on Sr. No.31.
16. Point wiring for independent plug with FRLS wire is mentioned. In specification FR wire is
mentioned and in BOQ FRLS is mentioned. Requested to confirm. ( Vol-II – Item No.1-9-11, Pg. 58/391)
Same as above on Sr. No.32.
17. Requested to clarify the scope like; switch socket is independent or dependent type in common area? ( Vol-II – Item No.1-9-14, Pg.61/391)
Same as above on Sr. No.35.
SWITCHING STATION:
18. Civil works like excavation, sand, tile protection, backfilling are excluded from the scope of
HT cable line work, supply and installation of 22Kv 3C x 300sqmm cable, requested to
confirm. ( Vol-II – Item No.1.1, Pg. 336/391)
Same as above on Sr. No.36.
19. Civil work like excavation, sand, tile protection, backfilling is excluded from the scope of HT
cable line work, supply and installation of 22Kv 3C x 95sqmm cable, requested to confirm.
( Vol-II – Item No.2.4 - 7-3-5, Pg. 338/391)
Same as above on Sr. No.40.
20. Civil work like excavation, sand, tile protection, backfilling is excluded from the scope of HT cable line work, supply and installation of 22Kv 3C x 120sqmm cable, requested to confirm.
( Vol-II – Item No.2.6 - 7-1-27, Pg. 338/391)
Same as above on Sr. No.41.
LT ELECTRICAL WORK:
21. Normally meter supply will be in service provider scope. Requested to confirm that, whether
meter scope to be considered or not?
Same as above on Sr. No.45.
LT CABLES/CABLE TRAY:
22. Requested to provide cable routing drawings like cable trenches/cable tray and specifications
for LT cables and also requested to confirm civil trench works not included in the scope. ( Vol-II – Pg. 363-366/391)
Same as above on Sr. No.46.
D) COMMERCIAL CONDITIONS OF CONTRACT:
1. Requested to accept security deposit of 2% of contract value in the form of Bank Guarantee
in lieu of FDR & bill deduction. (Vol-I – Clause No. 21, Pg. 19)
Not Accepted on Sr. No.27.
2. Requested to accept EMD in the form of bank Guarantee.
(Vol-I – Clause No. 50.10.1-b), Pg. 26)
Not Accepted on Sr. No.26.
3. Requested to consider defects liability period as 12 months. (Vol-I – Clause No. 1, Pg. 58) Not Accepted
4. Milestone
S.No. % of the work completed Period from date of issue of work order
1 15% 25%
2 40% 50%
3 80% 75%
4 100% 100%
Milestones as modified on Sr. No.16.
S.No. % of the work
completed
Period from date of
issue of work order
1 15% 25%
2 45% 50%
3 80% 75%
4 100% 100%
5. We shall paid an interest free mobilization advance of 15% ( fifteen Percent) of contract
value in single installment along with issue of LOI against submission of Bank guarantee of
equivalent amount . (Vol-I – SCC Clause No. 1, Pg. 82)
Not Accepted, As mentioned in Tender document only.
6. Requested to allot the space marked for Commercial building in master plan for site Infrastructure like Batching plant, office, steel yard etc. and also allocate sufficient space for
labour accommodation to the contractor Free of cost.
As per Sr. No. 21.
7. Requested to consider reimbursement of any statuary tax variation like VAT , excise duty
,LBT etc, (Vol-I – Clause No. 47A, Pg. 78)
Not Accepted, as per Sr. No. 22.
8. We shall raise bills on Monthly basis based on the actual work done irrespective of the bill
value ; the same shall be measured and paid as per the agreed item rate .75% of our monthly
bill shall be paid within 7 days of bill submission and balance 25% within 21 days from
submission date including certification. (Vol-I – Clause No. 8, Pg. 62)
Not Accepted, as per Sr. No.23.
9 Requested to accept the curtailment criteria from 25 % to 15% of excess quantity. Kindly
specify the compensation criteria if the rate for any item exceeds Rs.5000/-. (Vol-I – Clause No. 38, Pg. 76)
Not Accepted, as per Sr. No.24.
10. We shall strive our best to deploy local workforce .however due to the magnitude of work it
may not be possible to satisfy the criteria laid by you, requested not to consider the same as mandatory. (Vol-I – Clause No. 50, Pg. 78)
As mentioned in tender documents, as per Sr. No.25.
3. Shapoorji Pallonji & Co.Ltd.
Pre –Bid Queries/Request
Clause Type of Similar Work
High-rise residential
buildings based on R.C.C.
monolithic shear wall
concept using aluminum
formwork Technology
having FSI Built-up area
120000 Sqm with
minimum 50 M height (16
Storied) including
electrification etc.
Infrastructural Works allied
with the mass housing
projects Building and
Factories viz. site
development, roads,
pathways, amenity
development, compound
wall, off site, on site
electrification, landscape
etc.
MHADA
Requirement
SPCL
Request
MHADA
Requirement
SPCL
Request
Eligibility
Criteria –Sr.
2;Sub
Clause 2.1
Pg. 8
One similar completed
work costing not less
than the amount equal
to 80% of the
estimated cost put to
tender.
Rs. 336 Cr Rs. 336
Cr Rs. 29 Cr Rs. 29 Cr
As per Sr. No.1
Eligibility
Criteria –Sr.
2;Sub
Clause 2.1 Pg. 8
Two similar
completed works
costing not less than
the amount equal to
50% of the estimated cost put to tender.
Rs. 210 Cr Rs. 168
Cr Rs. 18 Cr
Rs. 14
Cr.
Eligibility
Criteria –Sr.
2;Sub
Clause 2.1
Pg. 8
Three similar
completed works
costing not less than
the amount equal to
40% of the estimated
cost put to tender.
Rs. 168 Cr Rs. 126
Cr Rs. 15 Cr 11 Cr
E
ligib
ilit
y
Cri
teria
– S
.N.2
.3 P
g.
9
.
The past experience in similar nature of work should be supported by certificate/ latest
certified RA Bills issued by an officer not below Executive Engineer or equivalent. In
case the work experience of other than Govt./ Semi Govt. / PSU’s the completion
certificate/ certified RA Bills shall be supported with copies of – Letter of award /
MOU/Agreement, last bill / latest certified RA Bill and TDS Certificates issued by
owner for the work executed and audited balance sheet issued by Chartered
Accountant . Experience in R C C monolithic shear wall building works (Residential
& Non Residential) with Fire Fighting, lifts, internal and external services. As per
Clause 2.1
As per Sr. No.2.
Eli
gib
ilit
y
Cri
teria
–
S.N
. 5
Pg.
9
The Bidder should have a minimum net worth of 135 Crores. 750 Crores during last
three years ending 31st March 2013
As per Sr. No.3.
Eli
gib
ilit
y
Cri
teri
a –
S.N
. 9
Pg
. 9
.
Average Annual Financial Turnover (in RCC monolithic shear wall construction
works) during that last three years ending 31st March 2013 should be atleast 135
Crore. 2000 Crores (Scanned Copy of certificate from CA to be uploaded)
As per Sr. No. 4
** Please note that the BOQ item of “Providing and applying gypsum plaster (with Gypsum material of Gypsum India / Mega Sign or
equivalent make) with finishing with gypsum material in 10 to 13 millimeter thickness to previously plastered surface / or on newly brick surface
(Excluding rough cast plaster) in all position including preparing and finishing the surface scaffolding etc. Complete.” is DELETED and
instead the quantities of the same shall be considered in BOQ item of “Providing internal cement plaster 12 mm thick in a single coats in
cement mortar 1:4 with neeru finish to concrete or brick surfaces, in all positions including scaffolding and curing complete.” For all buildings
and clubhouse. The quantity variation for these items shall not be applicable.
**The revised BOQ for above Gypsum plaster and 12mm thick in a single coat in cement mortar 1:4 with neeru finish is as below.
1. Requested to provide structural drawing to plan/design aluminium formwork scheme. All Drawings are uploaded in PDF format
2. Requested to provide MEP Drawings All Drawings are uploaded in PDF format. As per Sr.
No.13.
3. As per BOQ substructure concrete work, it include formwork also. Hence requested
to provide a foundation drawing or formwork coefficient for the same. As mentioned in tender documents. As per Sr. No.10.
4. Requested to provide BOQ in excel format Not Accepted As per Sr. No.10.
5. Requested to provide Auto CAD drawings All Drawings are uploaded in PDF format As per Sr. No.7.
6. As the project is item rate B1 type tender, hence we presume that all approvals for
permanent work is not in Main Contractor’s scope.
The approvals which are not included in tender condition,
agency has to assist PMC and coordinates with concern
departments.
7. Requested to give extension for submission of Tender upto 25th
April 2014 As per revised e-tender schedule. As per Sr. No.15.
SCHEDULE - " B " LIG (466 T/s)
Item No.
Ref. No. Standard
Specification of red book of
PWD, Govt. of Mah. & its Page
No.
Quantity Description of Item
Rates
Per
Unit Amount
In Figure In Word
1 2 3 4 5 7 8
WAP/8
Spec. No.:
Bd.L.2 Page
No. 368 and
Spec. No.:
Bd.L.10 Page
No. 370
Providing internal cement plaster 12 mm
thick in a single coats in cement mortar 1:4
with Neeru finish to concrete or brick
surfaces, in all positions including
scaffolding and curing complete.
213.54 a) Ground Floor 215.05 Rupees Two Hundred Fifteen and
Paise Five Only Sqm. 45921.78
3455.53 b ) First Floor 215.92 Rupees Two Hundred Fifteen and
Paise Ninety Two Only Sqm. 746120.26
5210.22 c) Second Floor 216.79 Rupees Two Hundred Sixteen and
Paise Seventy Nine Only Sqm. 1129523.59
5210.22 d) Third Floor 218.53 Rupees Two Hundred Eighteen and
Paise Fifty Three Only Sqm. 1138589.38
5210.22 e) Fourth Floor 220.27 Rupees Two Hundred Twenty and
Paise Twenty Seven Only Sqm. 1147655.16
5210.22 f) Fifth Floor 222.01 Rupees Two Hundred Twenty Two
and Paise One Only Sqm. 1156720.94
5210.22 g) Sixth Floor 223.75 Rupees Two Hundred Twenty Three
and Paise Seventy Five Only Sqm. 1165786.73
82057.11 h ) Seventh Floor & above 225.49 Rupees Two Hundred Twenty Five
and Paise Forty Nine Only Sqm. 18503057.73
SCHEDULE - " B " LIG (466 T/s)
WAP/10
As directed by
the Engineer-in-charge
Providing and applying gypsum plaster
(with Gypsum material of Gypsum India / Mega Sign or equivalant make) with
finishing with gypsum material in 10 to 13 milimeter thickness to previously plastered
surface / or on newly concrete/brick surface (Exluding rough cast plaster) in all position
including preparing and finishing the
surface scaffolding etc. Complete.
ITEM DELETED
SCHEDULE - " B " MIG ( 896 T/s )
WAP/9
Spec. No.: Bd.L.2 Page
No. 368 and Spec. No.:
Bd.L.10 Page No. 370
Providing internal cement plaster 12 mm thick in a single coats in cement mortar 1:4
with Neeru finish to concrete or brick surfaces, in all positions including
scaffolding and curing complete.
1041.06
a) Ground Floor
215.05 Rupees Two Hundred Fifteen and
Paise Five Only Sqm. 223879.95
8901.77
b ) First Floor
215.92 Rupees Two Hundred Fifteen and
Paise Ninety Two Only Sqm. 1922070.18
12098.14
c) Second Floor
216.79 Rupees Two Hundred Sixteen and
Paise Seventy Nine Only Sqm. 2622755.77
12098.14
d) Third Floor
218.53 Rupees Two Hundred Eighteen and
Paise Fifty Three Only Sqm. 2643806.53
12098.14
e) Fourth Floor
220.27 Rupees Two Hundred Twenty and
Paise Twenty Seven Only Sqm. 2664857.30
12098.14
f) Fifth Floor
222.01 Rupees Two Hundred Twenty Two
and Paise One Only Sqm. 2685908.06
12098.14
g) Sixth Floor
223.75 Rupees Two Hundred Twenty Three
and Paise Seventy Five Only Sqm. 2706958.83
183695.81
h ) Seventh Floor & above
225.49 Rupees Two Hundred Twenty Five
and Paise Forty Nine Only Sqm. 41421568.20
SCHEDULE - " B " MIG ( 896 T/s )
WAP/11
As directed by
the Engineer-in-
charge
Providing and applying gypsum plaster
(with Gypsum material of Gypsum India /
Mega Sign or equivalant make) with finishing with gypsum material in 10 to 13
milimeter thickness to previously plastered surface / or on newly concrete/brick surface
(Exluding rough cast plaster) in all position including preparing and finishing the
surface scaffolding etc. Complete.
ITEM DELETED
SCHEDULE - " B " HIG ( 289 T/s )
WAP/8
Spec. No.:
Bd.L.2 Page No. 368 and
Spec. No.: Bd.L.10 Page
No. 370
Providing internal cement plaster 12 mm
thick in a single coats in cement mortar 1:4 with Neeru finish to concrete or brick
surfaces, in all positions including scaffolding and curing complete.
809.81
a) Ground Floor (With Club House)
215.05 Rupees Two Hundred Fifteen and
Paise Five Only Sqm. 174149.64
4092.74
b ) First Floor (With Club House)
215.92 Rupees Two Hundred Fifteen and
Paise Ninety Two Only Sqm. 883704.42
4991.14
c) Second Floor
216.79 Rupees Two Hundred Sixteen and
Paise Seventy Nine Only Sqm. 1082029.24
4991.14
d) Third Floor
218.53 Rupees Two Hundred Eighteen and
Paise Fifty Three Only Sqm. 1090713.82
4991.14
e) Fourth Floor
220.27 Rupees Two Hundred Twenty and
Paise Twenty Seven Only Sqm. 1099398.41
4991.14
f) Fifth Floor
222.01 Rupees Two Hundred Twenty Two
and Paise One Only Sqm. 1108082.99
4991.14
g) Sixth Floor
223.75 Rupees Two Hundred Twenty Three
and Paise Seventy Five Only Sqm. 1116767.58
77998.94
h ) Seventh Floor & above
225.49 Rupees Two Hundred Twenty Five
and Paise Forty Nine Only Sqm. 17587980.98
SCHEDULE - " B " HIG ( 289 T/s )
WAP/10 As directed by the Engineer-in-
charge
Providing and applying gypsum plaster
(with Gypsum material of Gypsum India /
Mega Sign or equivalant make) with
finishing with gypsum material in 10 to 13 milimeter thickness to previously plastered
surface / or on newly concrete/brick surface (Exluding rough cast plaster) in all position
including preparing and finishing the surface scaffolding etc. Complete.
ITEM DELETED
SCHEDULE - " B " Club House
20
As directed by
the Engineer-in-
charge
Providing and applying gypsum plaster
(with Gypsum material of Gypsum India /
Mega Sign or equivalent make) with
finishing with gypsum material in 10 to 13
milimeter thickness to previously plastered
surface / or on newly concrete/brick surface
(Exluding rough cast plaster) in all position
including preparing and finishing the
surface scaffolding etc. Complete.
ITEM DELETED
**The revised estimated cost put to tender will be Rs. 449,79,19,281.00 (Rupees Four Hundred Fourty Nine Crores Seventy Nine Lakhs
Nineteen Thousand Two Hundred Eighty One Only)
** Clarification for clause. 38 – The tendered quantity to be considered for excess quantity variation shall be summation of all tendered
quantities of similar item for all buildings and structures viz. LIG, MIG, HIG, Infrastructure works, etc.
** Online e-tender schedule (Vol.-I, pg. no. 14) is revised and is as below.
Revised Online e-Tender Schedule (2nd
Revision):-
Seq.
No.
MHADA Stage Vender
Stage
Start Date
& Time
Expiry Date
& Time
Envelopes
7.1 Release Tender -- Friday
14/03/2014
14.00 Hrs.
Friday
14/03/2014
20.00 hrs.
7.2 -- Tender
Download
Saturday
15/03/2014
11.00 Hrs.
Tuesday
27/05/2014
17.00 hrs.
Financial Envelope C1,
Technical Envelope
(Bidders Eligibility
Evaluation Envelope)
T1
7.3 Prebid Conference will be
conveyed by Chief Enginner-
II/A or his representative "
Dr. Babasaheb Ambedkar "
meeting Hall, 2nd floor, Griha
Nirman Bhavan, Agarkar
Nagar, Behind Alankar
Cinema, Pune-411001
-- Wednesday
02/04/2014
@ 15.00
Hrs
Wednesday
02/04/2014
@ 17.00 Hrs
7.4 -- Bid
Preparation
Saturday
15/03/2014
11.00 Hrs.
Tuesday
27/05/2014
17.00 hrs.
Financial Envelope C1,
Technical Envelope
(Bidders Eligibility
Evaluation Envelope)
T1
7.5 Close for Technical Bid -- Tuesday
27/05/2014
17.01 Hrs.
Tuesday
27/05/2014
18.00 hrs.
Technical Envelope
(Bidders Eligibility
Evaluation Envelope)
T1
7.6 Close for Price Bid -- Tuesday
27/05/2014
17.01 Hrs.
Tuesday
27/05/2014
18.00 hrs.
Financial Envelope C1
7.7 -- Bid
Submission
Wednesday
28/05/2014
11.00 Hrs.
Friday
30/05/2014
17.00 hrs.
Financial Envelope C1,
Technical Envelope
(Bidders Eligibility
Evaluation Envelope)
T1
7.8
Tender Document fee DD &
EMD DD Should be
submitted at office Executive
Engineer-I, PHADB, Agarkar
Nagar, Pune 01.
Monday
02/06/2014
11.00 Hrs.
Monday
02/06/2014
17.00 hrs.
7.9 Technical Envelope -T1 (
Bidders Eligibility Evaluation
Documents) Opening
Tuesday
03/06/2014
11.00 Hrs.
Thursday
05/06/2014
Till
completion
of activity.
Technical Envelope
(Bidders Eligibility
Evaluation Envelope)
T1
7.10 Financial Envelope- C1
Opening
Tuesday
10/06/2014
11.00 Hrs.
Wednesday
11/06/2014
17.00 hrs.
Financial Envelope C1
For Drawings, check the following links
� ARCHITECTURAL DRAWINGS
https://drive.google.com/folderview?id=0B8_YQZ9JsXjQTVJwWWJJZkE5OWc&usp=sharing
� RCC DRAWINGS
https://drive.google.com/folderview?id=0B9v7fxVuOJhYZHVYbVhMRlZsS1E&usp=sharing
� LANDSCAPE DRAWINGS
https://drive.google.com/folderview?id=0B9v7fxVuOJhYZmUyWVk1N3ljdTQ&usp=sharing
� PLUMBING DRAWINGS
https://drive.google.com/folderview?id=0B9v7fxVuOJhYN2lUcnktZ0RvM0E&usp=sharing
� FIRE DRAWINGS
https://drive.google.com/folderview?id=0B9v7fxVuOJhYaWN3RUZCbjJTMms&usp=sharing
� ELECTRICAL DRAWINGS
https://drive.google.com/folderview?id=0B9v7fxVuOJhYbUxyZzY0b1o3ZkU&usp=sharing
� CONTOUR PLAN
https://drive.google.com/folderview?id=0B9v7fxVuOJhYajZNNGxlM3pkQjA&usp=sharing
� REPORTS- GEOTECHNICAL,BORE HOLES AND ANGLE OF REPOSE
https://drive.google.com/folderview?id=0B9v7fxVuOJhYWHRhQmIwNVNOSGs&usp=sharing