23
MUNICIPAL CORPORATION OF DELHI OFFICE OF THE EXECUTIVE ENGINEER PROJECT-I, CENTRAL ZONE SHIV MANDIR MARG, LAJPAT NAGAR, NEW DELHI-110024 No. D/EE (Pr)-I/CNZ/11-12/832 Dated: 12.01.2012 To All Prospective Bidders Sub: Covering of Nallah from Pushp Vihar, Press Enclave road passing through Sheikh Sarai, Chirag Delhi, Panchsheel Enclave, GK-I, Andrews Ganj upto ring road behind Police Station, Defence Colony (except the stretch of Nallah in GK-I in a length of 1000 mtr) under JNNURM for providing Parking/Road cum Parking under the jurisdiction of MCD – Reply to the pre- bid queries and Addendum/Clarifications. Sir(s), Please refer to the pre-bid meeting held on 11.1.2012 on the aforesaid subject. The reply/clarification to the pre-bid queries submitted/raised by the various agencies in the aforesaid meeting are as under: S. No Query Reply M/s Oriental Structural Engineers Pvt. Ltd. 1. Points related to instructions of Bidders 1. Sr. No. 1 of Instructions to Bidder on page 8 - States to read very carefully all instructions terms and conditions, contract, clauses, nomenclature of items. Specifications tender drawings etc. before quoting the rates. Sr. No. 3 on the same page indicates to sign and witness all pages of tender including drawing of tender documents indicating full address of witness and names of signatories. Specifications and tender drawings are not available with RFP documents available on Only Tender Form given at page 15- 16 of RFP need to be witnessed by a witness indicating full address of witness alongwith the signature/name/postal address of Contractor/ authorized signatory. Each and every page of the RFP document duly signed only by the Contractor/authorized signatory is required to be submitted along with the bid. Reply to pre-bid queries 1 of 23 South Delhi Nallah Covering under JNNURM

  · Web viewOnly TMT Fe-500 steel, procured from the main producers of steel shall be used for the work. All the prospective bidders are advised to visit the site and carry out

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1:   · Web viewOnly TMT Fe-500 steel, procured from the main producers of steel shall be used for the work. All the prospective bidders are advised to visit the site and carry out

MUNICIPAL CORPORATION OF DELHIOFFICE OF THE EXECUTIVE ENGINEER PROJECT-I, CENTRAL ZONE

SHIV MANDIR MARG, LAJPAT NAGAR, NEW DELHI-110024

No. D/EE (Pr)-I/CNZ/11-12/832 Dated: 12.01.2012

To

All Prospective Bidders

Sub: Covering of Nallah from Pushp Vihar, Press Enclave road passing through Sheikh Sarai, Chirag Delhi, Panchsheel Enclave, GK-I, Andrews Ganj upto ring road behind Police Station, Defence Colony (except the stretch of Nallah in GK-I in a length of 1000 mtr) under JNNURM for providing Parking/Road cum Parking under the jurisdiction of MCD – Reply to the pre-bid queries and Addendum/Clarifications.

Sir(s),

Please refer to the pre-bid meeting held on 11.1.2012 on the aforesaid subject.

The reply/clarification to the pre-bid queries submitted/raised by the various agencies in the aforesaid meeting are as under:

S. No

Query Reply

M/s Oriental Structural Engineers Pvt. Ltd.1. Points related to instructions of Bidders1. Sr. No. 1 of Instructions to Bidder

on page 8 - States to read very carefully all instructions terms and conditions, contract, clauses, nomenclature of items. Specifications tender drawings etc. before quoting the rates. Sr. No. 3 on the same page indicates to sign and witness all pages of tender including drawing of tender documents indicating full address of witness and names of signatories. Specifications and tender drawings are not available with RFP documents available on the net. It is therefore requested that specifications & drawings should be also uploaded for studying & preparing tenders accordingly. It is further requested that provision of witness on all pages indicating full address of witness and the name of signatories be reviewed and considered limiting to be signed by the signatory only on all pages and witnessed at one place.

Only Tender Form given at page 15-16 of RFP need to be witnessed by a witness indicating full address of witness alongwith the signature/name/postal address of Contractor/ authorized signatory.Each and every page of the RFP document duly signed only by the Contractor/authorized signatory is required to be submitted along with the bid.

2. Sr. No. 12 of Instructions to Bidder It was a typographical mistake. The pre-

Reply to pre-bid queries 1 of 18 South Delhi Nallah Covering under JNNURM

Page 2:   · Web viewOnly TMT Fe-500 steel, procured from the main producers of steel shall be used for the work. All the prospective bidders are advised to visit the site and carry out

on Pages 9 - States to make a reference in writing seeking any clarification or pointing out any ambiguity in tender document till 5 :00 PM on 07.12.11 positively whereas last date for submission of queries is 10/01/12 - 5 : 00 PM as stipulated in table on pages 1. Ambiguity in date of submission of clarifications / queries may please be rectified.

bid queries have been received upto 2.00 P.M. on 11.1.2012.

3 Sr. No. 13 of Instructions to Bidder on page 9 - States that the site in full or parts for the work shall be made available at the time of time of issue of work order. Site handing over schedule be supplied so that the bidder may plan and process his tender accordingly

No change.

4. Sr. No 15 of Instructions to Bidder on pages 9 & Sr. No. 39 on pages 13 - States to provide material testing lab, site office for MCD & its consultants etc. it is understood that the land shall be provided by the MCD for such facilities. The same may please be confirmed.

Land for the site office/conference room shall be provided by MCD.

5. Sr. No. 28 of Instructions to Bidder on pages 12 - States that no claim on account of any delay caused due to shifting of services (underground / overhead). Removing of trees etc. will be entertained however suitable extension of time will be granted. It is not logical to ignore cost variation, in such cases price variation should be adjusted for such delays beyond the control of bidder.

No change.

6. Name of Works – Sr. II) of Instructions to Bidder on pages 14 - State to open tenders at 3:30 pm on 20/01/12 whereas NIT activity schedule Sr. No. 5 stipulates opening of Technical Bid at 3 : 15 pm on 20/01/12. Discrepancy in stipulate time of opening may please be rectified.

Tenders shall be received upto 3.00 P.M. on 30.1.2012 in the office of SE(Pr.)/Central-South under Sewa Nagar Flyover, New Delhi-110003 and the same shall be opened at 3.30 P.M. on 30.1.2012 itself in the office of Supdt. Engineer (Pr.)/Central-South.

7. Para 3 of Tender on page 15 - Providing to keep the tender open for 6 months from the date of submission whereas validity of B.G for Earnest Money as per NIT is 7 months from the date of submission. It is suggested that validity of B.G. should be the same as validity of tender i.e. 6 months from the date of submission.

No change.

2. Points related to Bill of Quantities1. B.O.Q item No. 1 on page 18 – In 7th

line the word “food” should have been “flood”. Necessary correction may please be incorporated

RFP document Page 18, BOQ item No. 1, line 7 –, “food” may be read as “flood”.

It is presumed that excavated earth shall be part of earth available from BOQ

The BOQ items shall be operated as per nomenclature of the item.

Reply to pre-bid queries 2 of 18 South Delhi Nallah Covering under JNNURM

Page 3:   · Web viewOnly TMT Fe-500 steel, procured from the main producers of steel shall be used for the work. All the prospective bidders are advised to visit the site and carry out

items 4 & 6 of excavation. The same may please be confirmed

2. B.O.Q item No. 38 on page 22 – Item provides for CC pavement work wherein panel shuttering work shall be paid for separately. It may please be clarified under which item panel shuttering shall be paid.

The BOQ items shall be operated as per nomenclature of the item.

3. B.O.Q item No. 39 on page 22 – Class of G.I. Pipe & its weight per meter may please be specified so that the rate be quoted accordingly

As per relevant CPWD specifications.

4. B.O.Q item No. 46 on page 23 - Sates that payment for providing groove shall be made for separately. It may please be clarified under which item it shall be payable.

The BOQ items shall be operated as per nomenclature of the item. Payment for providing grooves, if required, shall be made separately.

5. B.O.Q item No. 53 on page 24 - Standard drawing of foot rest may please be providing to evaluate its rate.

The BOQ items shall be operated as per nomenclature of the item/relevant specifications.

6. B.O.Q item No. 57 & 58 on page 25 - Drawing for Transverse contractions construction joint and Longitudinal joint be supplied for analyzing the rate of the item.

The BOQ items shall be operated as per nomenclature of the item/ relevant specifications.

3. Points related to General Conditions of the Contract1. Clause 1 on pages 27 – Stipulates that

copies of the specification, designs and drawings and other documents which are part of tender documents. Shall be open for inspections be the Contractor at the office of officer inviting tender duty office hours. It is requested that the copies of specifications, designs and drawings be uploaded on the net & made available to the bidders for preparation of their tenders accordingly. The drawings are also required to be signed and submitted with the tender as per Sr. No 1 of I.T.B on Page 8.

The undermentioned drawings are enclosed herewith:1. General layout of Nallah 2. General layout of proposed box drain3. General X-section of proposed box drain.

2. Clause 8 on pages 29 - States that the schedule of materials to be supplied by the department and their issue rates, shall be filled and completed in the office of the officer inviting tender before tender from is issued. Such schedule shall form part of tender and it is very much needed to evaluate the tender rates. It is therefore requested that the same should be supplied and it should from part of tender. Also Section – I on pages 5 indicates that the RFP may also be down loaded and may be used for tender purposes. Therefore the said schedule of materials should be available on net with the tender document.

No material shall be issued by the department.

Reply to pre-bid queries 3 of 18 South Delhi Nallah Covering under JNNURM

Page 4:   · Web viewOnly TMT Fe-500 steel, procured from the main producers of steel shall be used for the work. All the prospective bidders are advised to visit the site and carry out

3. Clause 13 i) on page 32 – 3rd line form top, the work as” should probably be “cash” Necessary correction may please be incorporated.

It is a typographical error and the same may be read as “cash” in place of “ash”

4. Points related to condition of contract.1. Clause 2 – Compensation for delay on

pages 41 - State compensation for delay of work @ 1 .50 % per month of delay to be computed on per day basis provided total amount of delay shall not exceed 10 % of the tendered value.

The withheld amount (if any) in pursuant to provision given in Schedule-F for slippage in achieving the requisite milestone shall be adjusted against compensation for delay (if any) to be levied as per clause 2 above after completion of work.Further schedule F provides mile stones

and in the event of not achieving the necessary progress as assessed from running payment. 10 % of the tendered amount will be withheld for failure of each mite stone. The withheld amount may be released against BGs of equal amount.It may please be clarified whether the amount withheld for net achieving the milestones will be adjusted against compensation for delay to be levied as per clause 2 above after completion of work.

2. Clause 10 B – i) – Secured Advance on Page 56 - Schedule ‘F’ is silent on its applicability. It may be clarified whether it will be applicable. Similar is the case with 10 B (iii).

Clause 10 B (i) and 10 B (iii) regarding Secured advance and T&P advance are applicable.

3. Clause 10 B iv) - Interest & Recovery on pages 58 – Stipulated 10 % simple interest on Mobilization Advance & plant & Machinery Advance. If interest is payable the bidder shall load it on his tender rates and finally department has to bear it is therefore requested that the advances be given free of interest to avoid unnecessary work of calculating and keeping interest account.

No change.

4. Clause 10 C – Increase in price / wages due to statutory order on pages 59 – Stipulates adjustment in price / wages due to statutory order (but not due to any charges in sales tax /VAT). Sales tax/ VAT is part of law/ statutory rule. Therefore it should be considered payable for price variation under this clause.

No change.

5. Clause 10 CA – Increase / Decrease in Price of Cement and Steel bars on pages 60 - Defines Bs and Bso as ex- works price + Excise Duty whereas Schedule ‘F’ provides prevailing steel rate i.e. Bso as Rs. 46,500/- which includes freight, handling charges and VAT also. Contradiction in two values of

There is no contradiction in the 2 values. Bso = ex- works price of SAIL steel + Excise Duty. Bso shall be worked out on the basis of the prevailing SAIL steel rate for the month of January 2012, which is Rs.47,500/- per MT.

Reply to pre-bid queries 4 of 18 South Delhi Nallah Covering under JNNURM

Page 5:   · Web viewOnly TMT Fe-500 steel, procured from the main producers of steel shall be used for the work. All the prospective bidders are advised to visit the site and carry out

Bso may be looked into. 6. Clause 11 – Specifications, Drawings

etc. on pages 70 - Stipulated that the Contractor shall be furnished free of charge one copy of the contractor documents together with specifications, design, drawings and instructions after award of work. It Is requested that all such documents be supplier along with tender documents and also uploaded on the net for use by tenderers downloading the documents. So that the bidders may process their tenders accordingly

There are no particular specifications. Generally CPWD specifications shall be followed. However, in case of any discrepancy, the order of preference has been given in Clause 1 of SCC.

7. Special conditions of contract – clause 1 on pages 159 - A set of particular specifications mentioned in clause 1 (ii), may please be supplied to process tender accordingly

No change.

8. Special conditions of contract – clause 19 on page 164 – Provide for temporary barricading of site at the Contractor’s own cost. Site is very lengthy and provision of barricading is indeterminate. As such paid item for barricading with the type & size of barricading be provided in financial bid to avoid undue over loading of tender cost for the provision of barricading.

No change.

9. Special Conditions of contract – clause 20 on page 165 - Provides for traffic diversion as incidental to work. It is also indeterminate similar to barricading. It is thereof suggested that item of temporary diversion be also provided in financial bid. In case it is incidental there will be a tendency either to avoid or to provide substandard diversions which will attract public griencance.

No change.

10. Special Conditions of Contractor- Clause 45 on Page 171 - Provides for third party checking 7 fee payable is 1.75 % to 2 % of total cost of work plus service tax and is payable by the Contractor in advance. It is a variable amount which depends upon the decision of Competent Authority. Therefore its cost should be Borne by the MCD

All third party quality assurance/audit charges shall be borne by the Contractor and no claim whatsoever in this account shall be entertained by MCD.

11. Special Conditions of Contract – Clause 45 on Page 171 – Stipulates to provide fully furnished Air Conditioned site office and conference room for MCD officials. Drawings for site office and conference room with details of furniture and other amenities to be provide be

Site office is required to be consisting of minimum one office room and a conference room to accommodate 10-12 persons with the requisite facilities as mentioned in the RFP. Land for the site office/conference room shall be provided by MCD.

Reply to pre-bid queries 5 of 18 South Delhi Nallah Covering under JNNURM

Page 6:   · Web viewOnly TMT Fe-500 steel, procured from the main producers of steel shall be used for the work. All the prospective bidders are advised to visit the site and carry out

given for cost calculation. It may be clarified whether land for the same will be made available by MCD

12. Special Conditions of Contract – Clause 46 on Page 172 - States about the formation of a dispute resolution committee (DRC) consisting of representative of the Contractor which shall be presided by Chief Engineer MCD. Number of members of DRC have not been indicated. It should have at least 3 members, One of MCD, another of Contractor and 3rd any outsider chosen with the consent of both.

No change.

13. Special conditions of contract- clause 47 on page 172 – Stipulates that payment of the passed bill will depend on availability of funds. In case of delay in payment progress of work may hamper. The Contractor should be assured to get monthly payment within a fortnight of submission of bill by him.

No change.

14. Special conditions for procurement of cement – clause 44 (A) page173 – Sub clause 5 - stipulates that the theoretical consumption of cement shall be worked out as per clause 42 and shall be governed by conditions laid therein. Since clause 42 is deleted, Procedure to work out theoretical consumption of cement may please be elaborated

Clause 44 (A) shall prevail. Accordingly, clause 42 of GCC shall be made applicable. Clause 42 of GCC & relevant part of Schedule-F enclosed herewith.

15. Special conditions for procurement of steel – clause 44 (B) on page 174 – sub clause – 6 Same query as above for Cement under Sr. No. 14.

As above.

16. List of Documents to be submitted on pages 177 - Sr. NO. 3 States to provide activity schedule with CPM network. It is suggested that Activity schedule based on Bar Chart should be accepted with tender and CPM network be obtained from successful bidder only

At this stage, the Contractor may submit the activity schedule with bar chart.

17. Form T-1 – Earnest Money on Pages 178 provides to submit Earnest Money in two different modes viz. 20 lacs. In the shape of Demand Draft and balance as Bank Guarantee. It is suggested that the entire Earnest Money be taken in the shape of Bank guarantee which shall facilitate the bidder at this stage and subsequently MCD while returning Earnest Money of unsuccessful bidders.

No change. Proforma for bank guarantee against earnest money is enclosed.

M/s WAPCOS limited1. Time of completion as per the NIT is 18

months. It is requested to review the completion time vie- a-vie project scheduling, as it is practically not viable

No change.

Reply to pre-bid queries 6 of 18 South Delhi Nallah Covering under JNNURM

Page 7:   · Web viewOnly TMT Fe-500 steel, procured from the main producers of steel shall be used for the work. All the prospective bidders are advised to visit the site and carry out

to executed the drawing work involving diversion etc in a period of eighteen months. It is also requested to introduce the 10 CC clause.

2. There is no drawing enclosed with the tender as stated at serial No. 1 on page No. 8 of REP. In the absence of the drawing it is difficult/impossible to workout the costs input by the Contractor for the different items. It is requested to provide the Plan. L-Section & X-Section of the existing drain and proposed scheme.

The undermentioned drawings are enclosed herewith:1. General layout of Nallah 2. General layout of proposed box drain3. General X-section of proposed box drain.

3. It is requested to provide a time of atleast three weeks after the drawings are provided to the contract or for the submission of bids,

Tenders shall be received upto 3.00 P.M. on 30.1.2012 in the office of SE(Pr.)/Central-South under Sewa Nagar Flyover, New Delhi-110003 and the same shall be opened at 3.30 P.M. on 30.1.2012 itself in the office of Supdt. Engineer (Pr.)/Central-South.

4. The methodology of temporary diversion of salvage/sewer water in drain is not mentioned. It is suggested to add the item of RCC pipe of suitable die for diversion and gunny bags for making coffer dam.

No comments.

5. Various taxes as mentioned at S.No.9 is acceptable, but is requested to clarify, if the service tax is applicable in this work.

Clause 9 of ITB (page-9) and clause 15 of General Rules & Directions (Page 32) may be read as under:Sales Tax/VAT (except service tax) purchase tax, turnover tax or any other tax on material in respect of this contract shall be payable by the Contractor and MCD will not entertain any claim whatsoever in respect of the same. However, in respect of service tax, same shall be paid by the Contractor to the concerned department on demand and it will be reimbursed to him by the Engineer-in-Charge after satisfying that it has been actually and genuinely paid by the contractor.

M/S PUNJ LLOYD LIMITED1. Request to provide tentative location of

setting up of concrete batching plant, site office, stores, yard in order to set up site establishment.

MCD shall try to facilitate the land for establishment of concrete batching plant and other Contractor’s establishment. However, the same may not be guaranteed.

2. Please provide the detailed tender document with site plan. No drawing has been provided alongwith the tender document. Request to provide site layout plan, cross section of Nallah with detail of length, opening to the provided for desilting arrangement, L-section etc alongwith top and bottom levels etc. to

The undermentioned drawings are enclosed herewith:1. General layout of Nallah 2. General layout of proposed box drain3. General X-section of proposed box drain.

Reply to pre-bid queries 7 of 18 South Delhi Nallah Covering under JNNURM

Page 8:   · Web viewOnly TMT Fe-500 steel, procured from the main producers of steel shall be used for the work. All the prospective bidders are advised to visit the site and carry out

be followed for 3 vent / 4 vent cross section, structural details of walls, slab and bottom raft etc.

3. For water requirement for construction purpose, tentative location of bore holes to be provided.

The water for the construction purpose has to be met by the Contractor himself.

4. Under clause No. 10C, request to provide component of labour percentage and formula to be provided for calculating the same.

Component of labour for variation under Clause 10C shall be worked out as per BOQ and DAR.

5. Request to provide Geo-technical survey report.

Copy of the soil investigation report of the Nallah is enclosed. However, the prospective bidders are advised to carry out their own Geo-technical survey/ investigation. No claim whatsoever shall be entertained by MCD as a fall out of such survey/investigation.

6. Request to provide the details of permanent and temporary shifting of utilities along the length of the Nallah i.e. electric cables, telephone cables & sewer lines.

As of now, the department does not envisage any utility shifting. However, provisions of clause 12 of SCC (page 161) shall prevail.

7. Please provide the list of primary supplier of reinforcement steel.

Clause 44 (B) of SCC (page 174) states to procure steel reinforcement from main producers as approved by the Ministry of Steel. As per the Ministry Website, the main producers of steel are:1. SAIL2. TISCO3. RINL

8. Refer Clause No. 38 of tender document (third party checking), the fee payable to outside agency/organization is mentioned as @ 1.75% of total cost of work+ service tax and education cess. Please clarify whether this percentage is applicable to total contract value (which appears to be on higher side).

All third party quality assurance/audit charges shall be borne by the Contractor and no claim whatsoever in this account shall be entertained by MCD.

9. As an alternative for slab casting of Nallah, whether precast concrete panels shall be permitted to be placed on the RCC walls following by a layer of concrete (screed concrete) on the top. This arrangement will save a considerable time in order to complete the work in a specified time period of 18 months.

No change.

10. For removal of disposable/after excavation from existing Nallah upto 10 km lead – whether suitable dumping space shall be provided by client free of cost to us.

Suitable dumping place shall be provided by MCD free of cost. The disposable earth/malba/slush shall be disposed off at MCD Sanitary Land Fill sites at Okhla/Gazipur or any other suitable site approved by Engineer-in-Charge.

11. For movement of our vehicles transit Department shall try to facilitate due

Reply to pre-bid queries 8 of 18 South Delhi Nallah Covering under JNNURM

Page 9:   · Web viewOnly TMT Fe-500 steel, procured from the main producers of steel shall be used for the work. All the prospective bidders are advised to visit the site and carry out

mixtures during no entry time whether client shall arrange permission from the respective authorities.

permission from the respective authorities.

12. Whether client will arrange to provide us electric connection at our site office and batching plant location at one point. Electricity consumption charges shall be borne by us.

Department shall issue an NOC in favour of the Contractor for obtaining electricity connection from the electricity distribution company. All charges in respect of providing connection/energy charges shall be borne by the Contractor himself.

13. We request you to consider extension of time by atleast 15 days for submission of our offer as sufficient detail are required to be provided by the client after the pre bid meeting.

Tenders shall be received upto 3.00 P.M. on 30.1.2012 in the office of SE(Pr.)/Central-South under Sewa Nagar Flyover, New Delhi-110003 and the same shall be opened at 3.30 P.M. on 30.1.2012 itself in the office of Supdt. Engineer (Pr.)/Central-South.

M/s URC Construction (P) Ltd.1. Value Added Tax. Education cess, labour

Cess or any other tax etc. as applicable on date of submission of tender shall be paid by the Contractor himself. The Contractor shall quote his rates considering all such Taxes. Please clarify service tax applicable or not for this contract.

Clause 9 of ITB (page-9) and clause 15 of General Rules & Directions (Page 32) may be read as under:Sales Tax/VAT (except service tax) purchase tax, turnover tax or any other tax on material in respect of this contract shall be payable by the Contractor and MCD will not entertain any claim whatsoever in respect of the same. However, in respect of service tax, same shall be paid by the Contractor to the concerned department on demand and it will be reimbursed to him by the Engineer-in-Charge after satisfying that it has been actually and genuinely paid by the contractor.

2. The department shall deduct Income Tax and education cess as on the value of work done from each bill of the Contractor as per prevailing Government instruction/ Orders. – Please clarify the % of education cess on this contract.

As per relevant Act/GO of the Government.

3. Third Party quality assurance / audit of the work will be carried out by the selected outside agencies/ organizations as per detail given below or any other agency (s) as decided by Competent Authority and result if their finding will be binding on the Contractor.

All third party quality assurance/audit charges shall be borne by the Contractor and no claim whatsoever in this account shall be entertained by MCD.

Name of outside agency/ organization , : Free payableIIT (Indian Institute of Technology): @ 1.75 % of total cast of work plus service tax & education cess as admissible.NCCBM (National Council for cement & Building Material): @ 1.75 % of total cost of work plus service tax & education

Reply to pre-bid queries 9 of 18 South Delhi Nallah Covering under JNNURM

Page 10:   · Web viewOnly TMT Fe-500 steel, procured from the main producers of steel shall be used for the work. All the prospective bidders are advised to visit the site and carry out

cess as admissible.CRRI (Central Road Research Institute) Mathura Road: @ 2.00 % of total cost of work plus service tax & education cess as admissible.Please clarify to the above points is mandatory

4. As per NIT tender submission date is 20.01.12 at 3.00 PM. We request you to extend the tender submission date upto 15.02.12 instead of 20.01.12.

Tenders shall be received upto 3.00 P.M. on 30.1.2012 in the office of SE(Pr.)/Central-South under Sewa Nagar Flyover, New Delhi-110003 and the same shall be opened at 3.30 P.M. on 30.1.2012 itself in the office of Supdt. Engineer (Pr.)/Central-South.

5. The mobilization advance and plant and machinery advance in (ii) & (iii) above bear simple interest at the rate of 10 percent per annum and shall be calculated from the date of payment to the date of recovery, both days inclusive on the outstanding amount of advance – We request you to provide a mobilization advance without interest.

No change.

6. Please clarify the Delhi VAT details As per relevant Act/GO of the Government.

7. Please clarify whether we would be provided with some land for batching plant

MCD shall try to facilitate the land for establishment of concrete batching plant and other Contractor’s establishment. However, the same may not be guaranteed.

8. Please clarify whether Dewatering of Nallah water is payable

As per BOQ.

9. Should we use earth brought from outside for filling and clarify us the item under which it is payable

As per BOQ.

10. Please clarify quarry dust can be used instead of coarse sand

As per BOQ/Specifications.

11. Please clarify whether the total value of project should be 113 Crores or the value of drainage works in the project should be 113 Crores.

Please refer to Clause 2 (xiii) (page 35) of RFP.

M/s Valecha Engineering Limited.1. We would like to draw your attention to

BOQ provided in tender document. The amount of BOQ as reflected is Rs. 120. 93 Crore whereas the estimated cost of project is Rs. 186 Crore. We request you to please let us know if the BOQ provided is complete in all respect

The BOQ provided in the RFP is complete. The bidder is expected to quote percentage above or below the BOQ amount as given in the financial bid (page 222 of RFP).

2. Pages n. 156 Clause 12 ; - Deviation in QuantitiesDeviation limit for building works is 100% while under item 12.5 for foundation work is 30 % however generally deviation limit for foundation item is 100% and for building work is

The amended provision of schedule-F in this regard is as under:Clause 1212.2&12.3 Deviation Limit beyond which clauses 12.2 & 12.3 shall apply for building work. - 30%12.5 Deviation Limit beyond which

Reply to pre-bid queries 10 of 18 South Delhi Nallah Covering under JNNURM

Page 11:   · Web viewOnly TMT Fe-500 steel, procured from the main producers of steel shall be used for the work. All the prospective bidders are advised to visit the site and carry out

30%. We request you to please review this provision.

clauses 12.2& 12.3 shall apply for foundation work. - 100%

3. Pages No. 162 Clause 15 : - Disposal of soilPlease specify the areas for disposal of spoils available near the works area which are acceptable to the authority concerned.

Suitable dumping place shall be provided by MCD free of cost. The disposable earth/malba/slush shall be disposed off at MCD Sanitary Land Fill sites at Okhla/Gazipur or any other suitable site approved by Engineer-in-Charge.

4. Page No. 163 Clause 17 C; - Electric Connection. We understand that the recovery of Rs. 50,000/- months is applicable only in case such electric connection is taken by the Contractor. Please confirm.

Department shall issue an NOC in favour of the Contractor for obtaining electricity connection from the electricity distribution company. All charges in respect of providing connection/energy charges shall be borne by the Contractor himself.

5. Page 168 Clause 32; - Wastage – reinforcement steel.Please clarify the definition of wastage in this clause. We understand that all measurements shall be made as per CPWD specifications including steel measurement wherein laps are payable. Please Confirm

CPWD specifications shall be followed.

6. Pages No 171 Clause 45 Please specify the size of the site office and conference room required for MCD offices.

Site office is required to be consisting of minimum one office room and a conference room to accommodate 10-12 persons with the requisite facilities as mentioned in the RFP. Land for the site office/conference room shall be provided by MCD.

7. Pages No. 172 Clause. 46 Please review the formation of the committee

No change.

8. Financial Bid Page No 200 & 222We understand that this tender is called as percentage rate tender. Please confirm

It is hereby confirmed that this is a percentage rate tender.

9. General : - Drawings Please provide the layout/ alignment drawing for the Nallah. Please specify the length and width of the Nallah

The undermentioned drawings are enclosed herewith:1. General layout of Nallah 2. General layout of proposed box drain3. General X-section of proposed box drain.

Cost of Project : The cost given in BOQ is Rs. 120,93,75,829 while Estimated cost shown is Rs. 186.0 crore . Please Clarify

The tenderer is expected to quote percentage above or below the BOQ amount as given in the financial bid (page 222 of RFP).The estimated cost of Rs.186.00 Crores is purely indicative so as to arrive at the eligibility criteria of the prospective bidder.

Extension of Tender : We request you to please extend the date of submission by at least 15 days to enable us to come up with a responsive

Tenders shall be received upto 3.00 P.M. on 30.1.2012 in the office of SE(Pr.)/Central-South under Sewa Nagar Flyover, New Delhi-110003 and the

Reply to pre-bid queries 11 of 18 South Delhi Nallah Covering under JNNURM

Page 12:   · Web viewOnly TMT Fe-500 steel, procured from the main producers of steel shall be used for the work. All the prospective bidders are advised to visit the site and carry out

and competitive bid. same shall be opened at 3.30 P.M. on 30.1.2012 itself in the office of Supdt. Engineer (Pr.)/Central-South.

10. We request you to please release the drawings and GAD of the subject work so as to have a comprehensive understanding of the project

The undermentioned drawings are enclosed herewith:1. General layout of Nallah 2. General layout of proposed box drain3. General X-section of proposed box drain.

11. We further request you to please extend the date of submission by at least 15 days to enable us to come up with a responsive and competitive bid.

Tenders shall be received upto 3.00 P.M. on 30.1.2012 in the office of SE(Pr.)/Central-South under Sewa Nagar Flyover, New Delhi-110003 and the same shall be opened at 3.30 P.M. on 30.1.2012 itself in the office of Supdt. Engineer (Pr.)/Central-South.

M/s Simplex Infrastructure LimitedAs per the Notice Inviting Tender – The similar works means the civil work of RCC drainage, u/g storage and water retaining structures and other structures such as under bridge, Bridges, Flyovers and RCC framed structures etc.

1. Does it mean that any of the work executed shall be considered for the qualification?

As per RFP.

2. In the Qualification criteria, Elevated Viaduct for Metro Rails shall also be considered?

As per RFP.

3. In case of Bridge/ Flyover / Viaduct Projects, if it is substantially completed and opened to traffic, shall it be considered for pre- qualification?

As per RFP.

4. Does RCC frame structure means Building Projects shall also be considered for Pre-qualification?

As per RFP.

M/s Unity Infra Projects Limited1. We have purchased the above

mentioned tender and working on the same. We have deputed out person for site visit and work out at all logistics. So u ’ r requested to extend date of submission by a fortnight

Tenders shall be received upto 3.00 P.M. on 30.1.2012 in the office of SE(Pr.)/Central-South under Sewa Nagar Flyover, New Delhi-110003 and the same shall be opened at 3.30 P.M. on 30.1.2012 itself in the office of Supdt. Engineer (Pr.)/Central-South.

M/s Ahluwalia Contracts (India) Limited1. Please provide the soil investigation

report.Copy of the soil investigation report of the Nallah is enclosed. However, the prospective bidders are advised to carry out their own Geo-technical survey/ investigation. No claim whatsoever shall be entertained by MCD as a fall out of such survey/investigation.

2. Please provide related drawings showing section of retaining wall and columns

The undermentioned drawings are enclosed herewith:1. General layout of Nallah 2. General layout of proposed box drain

Reply to pre-bid queries 12 of 18 South Delhi Nallah Covering under JNNURM

Page 13:   · Web viewOnly TMT Fe-500 steel, procured from the main producers of steel shall be used for the work. All the prospective bidders are advised to visit the site and carry out

3. General X-section of proposed box drain.

3. Service tax is applicable or not for this project, please clarify

Clause 9 of ITB (page-9) and clause 15 of General Rules & Directions (Page 32) may be read as under:Sales Tax/VAT (except service tax) purchase tax, turnover tax or any other tax on material in respect of this contract shall be payable by the Contractor and MCD will not entertain any claim whatsoever in respect of the same. However, in respect of service tax, same shall be paid by the Contractor to the concerned department on demand and it will be reimbursed to him by the Engineer-in-Charge after satisfying that it has been actually and genuinely paid by the contractor.

4. ESI is applicable or not for this project. Please clarify

All provisions of the relevant labour laws are applicable.

5. Service diversion should be in scope of owner because it is not possible to assess at this stage.

No change.

6. Provide list of make for all civil work items

As per RFP.

7. We Assume that the permission of cutting trees has already been obtained by MCD from relative Authorities.

Permission of cutting trees shall be obtained by MCD from concerned Authorities.

8. Mention the cement content for M-25 which is to be used in CC pavement

As per BOQ.

9. Specify the thickness of CC pavement Shall be as per the site/design requirements.

10. We will install out own DG,s as per our requirement.

Power supply arrangement either through DG set or the power distribution company has to be made by the Contractor at his own cost with respect to installation/connection/usage.

11. Security deposit shall be released with final bill.

As per RFP.

M/s Patel Engineering Ltd.1. Please extend submission date atleast

15 days due to Lohiri, Makar Sankranti festivals, so that we can given out most competitive offer.

Tenders shall be received upto 3.00 P.M. on 30.1.2012 in the office of SE(Pr.)/Central-South under Sewa Nagar Flyover, New Delhi-110003 and the same shall be opened at 3.30 P.M. on 30.1.2012 itself in the office of Supdt. Engineer (Pr.)/Central-South.

2. Kindly provide soil test report and drawings. The undermentioned drawings are

enclosed herewith:1. General layout of Nallah 2. General layout of proposed box drain3. General X-section of proposed box drain.

3. Please inform us whether these works come under service tax and what is the

Clause 9 of ITB (page-9) and clause 15 of General Rules & Directions (Page 32)

Reply to pre-bid queries 13 of 18 South Delhi Nallah Covering under JNNURM

Page 14:   · Web viewOnly TMT Fe-500 steel, procured from the main producers of steel shall be used for the work. All the prospective bidders are advised to visit the site and carry out

percentage of tax to be considered. Please inform us.

may be read as under:Sales Tax/VAT (except service tax) purchase tax, turnover tax or any other tax on material in respect of this contract shall be payable by the Contractor and MCD will not entertain any claim whatsoever in respect of the same. However, in respect of service tax, same shall be paid by the Contractor to the concerned department on demand and it will be reimbursed to him by the Engineer-in-Charge after satisfying that it has been actually and genuinely paid by the contractor.

4. As per clause. 1A of page 40, we request MCD to release security deposited against submission of equivalent amount of Bank guarantee.

As per RFP.

5. We request MCD to take the responsibility of shifting utility if any falling with the proposed works. We understand MCD shall provide complete right of way for smooth working a project also it is request to provide special permission for movement of vehicle, plant and Machinery etc. Also pervade area for keeping plant and machinery labour camp etc.

Provisions of clause 12 of SCC (page 161) shall prevail.Department shall try to facilitate due permission from the respective authorities for movement of vehicle/ plant / machinery etc.MCD shall try to facilitate the land for establishment of concrete batching plant and other Contractor’s establishment. However, the same may not be guaranteed.

6. As per clause 10 CA to CC, page 63-69, we request you to include clause 10 Cc also which is mentioned not applicable in documents. Please provide us the various factors to be considered for this project and the price variation formula.

No change.

7. We request you to provide water and power at site according mentioned charges for the same

No change.

8. Clause 43 SCC, page 172, we request you to release security deposit against Bank guarantee which is valid for two years, same should be release after completion of two years of O & M period

As per RFP.

9. In estimated cost of NIT is 186 Cr. and EMD amount also ask for 196 Cr. Whereas the total process given in BOQ is 120.93 cr. Please clarify.

As per RFP.

10. In financial bid S.no. 19, item code 5. 22 .6 the total amount given is 547843887 but we observe it comes 547843895. Please clarify

The total amount may be read as 120,93,75,829/-.

M/s NCC Limited1. Reference to the above cited project, in

this regard, we would like to request you to extend the date of submission by 15 Days since this Tenders needs lots of

Tenders shall be received upto 3.00 P.M. on 30.1.2012 in the office of SE(Pr.)/Central-South under Sewa Nagar Flyover, New Delhi-110003 and the

Reply to pre-bid queries 14 of 18 South Delhi Nallah Covering under JNNURM

Page 15:   · Web viewOnly TMT Fe-500 steel, procured from the main producers of steel shall be used for the work. All the prospective bidders are advised to visit the site and carry out

input for Market and various different agencies/vendors

same shall be opened at 3.30 P.M. on 30.1.2012 itself in the office of Supdt. Engineer (Pr.)/Central-South.

M/s DSC Limited1. Page 59 of Tender Schedule :-

Clause 10 C is applicable However no. % of labour is specified in schedule F as per CPWD schedule. Please provide

Component of labour for variation under Clause 10C shall be worked out as per BOQ and DAR.

2. Page No. 164. : -Barricading is required to be fixed on both the sides the cost is t be borne on the items of work. There is no item in the schedule. Please Clarify

As per RFP/BOQ.

3. Bailing out of water to be done by the Contractor as incidental item, but the entire work is to be done in the Nallah. What about diversion of the running Nallah. No item is provided in the Contractor. Please Clarify.

As per RFP/BOQ.

4. The entire work is to be done under foul conditions. No item is provided for working under foul conditions. Please Clarify.

As per RFP/BOQ.

5. Will there be any requirement of making diversion road or permanent diversions. Payment details for the same to be Clarified

As per site condition.As per RFP/BOQ.

6. Pages No. 172 Para 47:- Payment condition given is vague. This needs to be clarified in details.

No change.

7. Page 168 Para 32 : - Payment for laps to be provided in the reinforcement to be clarified

As per CPWD specification.

8. There is no item of diaphragm wall construction in the tender schedule. Please Clarify.

As per BOQ.

9. Expansion joints details are not give. No. item of expansion joint have been given in the schedule. Please Clarify

As per BOQ.

10. Pages no. 172 Para. 46 : - There is no Arbitration clause. Instead there is a dispute review committee under the chairmanship of chief Engineer. Please provide Arbitration clause in details.

No change.

11. No. details/ items of silt chambers are given. Please clarify

As per BOQ items.

12. Police permission for work is required to be taken. Delay in getting police / other , permissions are to be considered to ward extension of time along with benefits

Department shall try to facilitate due permission from the respective authorities.

13. Space for batching plant / site office/ site store/ MCD office/ lab is to be provided free of cost, near project site. Please Clarify

MCD shall try to facilitate the land for establishment of concrete batching plant and other Contractor’s establishment. However, the same may not be guaranteed.

Reply to pre-bid queries 15 of 18 South Delhi Nallah Covering under JNNURM

Page 16:   · Web viewOnly TMT Fe-500 steel, procured from the main producers of steel shall be used for the work. All the prospective bidders are advised to visit the site and carry out

14. The schedule provided suggests that the depth of drain is not more than 3 meters will there be any abnormally deeper sections as these will require different methodology. Please Clarify.

As per site condition. No claim whatsoever shall be entertained on this account.

15. Whether any Radar survey has been conducted if done. Please provide details.

Copy of the soil investigation report of the Nallah is enclosed. However, the prospective bidders are advised to carry out their own Geo-technical survey/ investigation. No claim whatsoever shall be entertained by MCD as a fall out of such survey/investigation.

16. EMD BG format is not given in tender documents. Please Provide.

EMD BG format is enclosed herewith.

M/s J. Kumar Infra projects Ltd.1. Sections – I – pages -4 & Chapter – VII-

pages- 222 – Financial Bid.The estimated cost of work is given as 186.00 Cr, while the total cost under BOQ on page 222 is Rs. 120.94 Cr. Only. It is requested to please give the reason for the difference in cost between the estimated cost and BOQ amount

The tenderer is expected to quote percentage above or below the BOQ amount as given in the financial bid (page 222 of RFP).The estimated cost of Rs.186.00 Crores is purely indicative so as to arrive at the eligibility criteria of the prospective bidder.

2. It is presumed that the bidders have to quote their percentage rate on page no. 222 only and no other place the rates are to be quoted. Please confirm and give clear direction.

The bidders have to quote their percentage rate on page no. 222 only and no other place the rates are to be quoted.

3. Earnest Money for this work as per NIT is 196 lacs. Out of this 20 Lacs will be accepted in D.D./ FDR and balance in the form of B.G. It is requested to supply the format for Bank Guarantee for earnest Money.

EMD BG format is enclosed herewith.

4. Form T-III plants and equipments proposed to be deployed for this project. It is requested to give the list of minimum required machineries to be deployed.

As per RFP.

5. The date of submission of tender may please be extended at least by a fortnight after issue of minutes of Pre-Bid meeting

Tenders shall be received upto 3.00 P.M. on 30.1.2012 in the office of SE(Pr.)/Central-South under Sewa Nagar Flyover, New Delhi-110003 and the same shall be opened at 3.30 P.M. on 30.1.2012 itself in the office of Supdt. Engineer (Pr.)/Central-South.

6. Detailed drawings of the work in soft copy may please be supplied to us for working out the details. Also it is requested to arrange for a joint site inspection after pre-bid meeting

The undermentioned drawings are enclosed herewith:1. General layout of Nallah 2. General layout of proposed box drain3. General X-section of proposed box drain.

7. It is requested to consider price escalation of materials, labours, POI components etc. as the cost of work is 186 cr. And time limit is 18 months

No change.

Reply to pre-bid queries 16 of 18 South Delhi Nallah Covering under JNNURM

Page 17:   · Web viewOnly TMT Fe-500 steel, procured from the main producers of steel shall be used for the work. All the prospective bidders are advised to visit the site and carry out

8. Pages No. 199 Indemnity Bond.It is requested to clarify whether indemnity bond in Rs. 100/- stamp paper is to be submitted along with the bid or it is required to be submitted only on award of work.

Indemnity bond is required to be submitted by the successful bidder after award of work.

The following is further stated:

1. Tenders shall be received upto 3.00 P.M. on 30.1.2012 in the office of SE(Pr.)/Central-South under Sewa Nagar Flyover, New Delhi-110003 and the same shall be opened at 3.30 P.M. on 30.1.2012 itself in the office of Supdt. Engineer (Pr.)/Central-South.

2. Only TMT Fe-500 steel, procured from the main producers of steel shall be used for the work.

3. All the prospective bidders are advised to visit the site and carry out their own assessment of site conditions. No claim whatsoever on this account shall be entertained at a later date.

4. The bid accompanied by any condition/discount letter having financial impact shall be treated as a conditional bid and shall be rejected accordingly.

5. in the RFP, there are no pages numbered 140, 141, 142, 143, 144 & 145. The same may be treated as Blank.

6. Form T-ix of Technical Bid (hypothecation) is not required to be submitted.7. A proforma, regarding non-blacklisting/debarment of the firm, to be submitted by

the prospective bidders is enclosed.8. The reply to the pre-bid queries/addendum/clarification shall be treated as the

part of the RFP/Contract Agreement.

Enclosures:

1. a) Clause 42 of GCCb) Addendum to Schedule ‘F’

2. Proforma for BG against EM3. Drawings – 3 Nos4. Soil investigating report – 7 pages5. Undertaking proforma

Ex. Engineer (Pr)-ICentral Zone

Encl: as above

Copy to:1. C.E. Central/South – for kind information please.2. S.E.-(Pr) – Central/South - for kind information please.3. Chief Director (IT), MCD – alongwith a soft copy of the Reply to the pre-bid

queries and Addendum/Clarifications and related documents for uploading the same on the MCD Website(s) www.mcdonline.gov.in and www.mcdetenders.com.

Ex. Engineer (Pr)-ICentral Zone

Reply to pre-bid queries 17 of 18 South Delhi Nallah Covering under JNNURM

Page 18:   · Web viewOnly TMT Fe-500 steel, procured from the main producers of steel shall be used for the work. All the prospective bidders are advised to visit the site and carry out

Reply to pre-bid queries 18 of 18 South Delhi Nallah Covering under JNNURM