24
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.

Shapoorji Pallonji & Co.Ltd. vide letter No. SPCL/PUN/CLT ... · ... (in RCC monolithic shear wall construction works) ... Requested to provide BOQ’s in unprotected Excel format

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