Name of Work: Development of Infrastructure of Commercial ...

26
Page 1 of 17 Name of Work: Development of Infrastructure of Commercial Plots of PIECC in Sector 5 & 8 at Moshi, Pune 412105 Tender ID No: 2020_PCNTD_626165_1 COMMON SET OF DEVIATIONS (CSD) Sr. No Volume No, Clause No. & Page No. of Tender Document Original Clause in the Bid Document Queries Clarifications 1 Vol-I Page No.4, Clause No.4 (f) Quantity Criteria f) Strom water Drainage Work (Pipe Dia. above 450mm) - 5700 Rmt Please amend this clause as f) Strom water Drainage Work (Pipe Dia. above 200 mm)-5700Rmt NIT Prevails. 2 Vol-I Pg No.18, Clause No.16.7 Additional Performance Security: If the tenderer has quoted below the estimated rates, the Additional Performance Security shall be paid additionally as per below mentioned table in the form of DD/ Bank Guarantee/FDR of any Govt. Bank having MICR and IFSC Code in the name of concern authority payable at Pune/Pimpri Chinchwad. Please allow Bank Guarantee from Schedule/ Nationalized Bank for Additional Performance Security and please clarify when we have to submit Additional Performance Security. Please Refer Addendum and corrigendum Sr.No 1 3 Vol-I Pg No.17, Clause No.16.2 Bid Security The Earnest Money shall be paid by net banking payment gateway system by using digital registration key as stated in Appendix to ITB. Please allow the Bank Guarantee from any schedule/ Nationalized bank for Earnest Money deposite. Also provide format of Bank Guarantee. NIT Prevails.

Transcript of Name of Work: Development of Infrastructure of Commercial ...

Page 1: Name of Work: Development of Infrastructure of Commercial ...

Page 1 of 17

Name of Work: Development of Infrastructure of Commercial Plots of PIECC in Sector 5 & 8 at Moshi, Pune – 412105 Tender ID No: 2020_PCNTD_626165_1

COMMON SET OF DEVIATIONS (CSD)

Sr.No

Volume No, Clause No. & Page No. of

Tender Document

Original Clause in the Bid Document Queries Clarifications

1

Vol-I Page No.4, Clause

No.4 (f) Quantity Criteria

f) Strom water Drainage Work (Pipe Dia. above 450mm) - 5700 Rmt

Please amend this clause as f) Strom water Drainage Work (Pipe Dia. above 200 mm)-5700Rmt NIT Prevails.

2

Vol-I Pg No.18, Clause No.16.7

Additional Performance

Security:

If the tenderer has quoted below the estimated rates, the Additional Performance Security shall be paid additionally as per below mentioned table in the form of DD/ Bank Guarantee/FDR of any Govt. Bank having MICR and IFSC Code in the name of concern authority payable at Pune/Pimpri Chinchwad.

Please allow Bank Guarantee from Schedule/ Nationalized Bank for Additional Performance Security and please clarify when we have to submit Additional Performance Security.

Please Refer Addendum and corrigendum Sr.No 1

3 Vol-I Pg No.17, Clause No.16.2

Bid Security

The Earnest Money shall be paid by net banking payment gateway system by using digital registration key as stated in Appendix to ITB.

Please allow the Bank Guarantee from any schedule/ Nationalized bank for Earnest Money deposite. Also provide format of Bank Guarantee.

NIT Prevails.

Page 2: Name of Work: Development of Infrastructure of Commercial ...

Page 2 of 17

4 Vol-I Pg No 4, Clause No.4

The bidder should have Experience of successfully completed minimum one work of similar type during one of the last 5 years amounting to Rs.73.50 Cr. (with Government/ Semi Government / Municipal Corporation/ Municipal Council/ Public sector undertaking.)

As other department like MMRDA,NHAI,MORTH etc.90% completed work consider as similar work for qualification criteria, so we request you to amend this clause as The bidder should have Experience of successfully/more than 90% work completed minimum one work of similar type during one of the last 5 years amounting to Rs.73.50 Cr. (with Government/ Semi Government / Municipal Corporation/ Municipal Council/ Public sector undertaking.)

NIT Prevails.

5 Vol-I Pg No.25,

Clause No.

Mobilisation & Machinery Advance: Deleted. Please allow 10 % Mobilization & Machinery Advance NIT Prevails.

6

Vol-I Pg No.64 ANNEXURES-I

(Key Plant & Equipment)

9)Hot Mix Plant with batch mix Controls (Minimum 150 TPH Capacity)……..OWN 1 Nos 15)Movable Stone Crusher Plant (Minimum 100-150 TPH Capacity)…….OWN 1 Nos

Please allow 9)Hot Mix Plant with batch mix Controls (Minimum 150 TPH Capacity)……..OWN/Hire 1 Nos 15)Movable Stone Crusher Plant (Minimum 100-150 TPH Capacity)…….OWN/Hire 1 Nos

9) NIT Prevails. 10) Please Refer Addendum & Corrigendum Sr. No. 4

7 Vol-I Pg No.91, Clause No.48.3

Retention

On completion of the whole works, employer may accept retention money to be converted with an “on demand” Bank Guarantee from nay Nationalized Bank in the favor of the Chief Executive Officer, PCNTDA for defect liability period of 60 months.

Please allow Bank Guarantee from Schedule/ Nationalized Bank

NIT Prevails.

8

Physical Submission Please clarify wheather hard copy submission is required or not.

Only online submission required. Physical submission will not be allowed.

Page 3: Name of Work: Development of Infrastructure of Commercial ...

Page 3 of 17

9

Vol-I Pg No.56, FACILITIES TO EMPLOYER’S ENGINEERS

(B)During the entire contract period till handing over, bidder shall provide & maintain mobile communication facility along with the 5 Nos. '(C) bidder shall provide Two no’s new brand cars (1) Toyota Innova and (2) Mahindra Scorpio with diesel, driver & maintenance for a running of at least 3000 Kms per month

There is no such provision/ item in BOQ we request you to add separate items in the BOQ. Also please clarify wheather cost put to tender includes such provisions.

NIT Prevails. No extra claim on this account will be entertained.

10

Vol-I Pg No.103 Contract Data

to General Conditions of Contract Sr No.26 (vii)

(vii) C.I. & D.I. Pipes Component. Please amend as C.I. D.I. & M.S Pipes Component.

NIT Prevails.

11

Vol-I Pg No.103 Contract Data

to General Conditions of Contract Sr No.26 (vii)

a. Bitumen Component – 29,200/- MT for 30/40 grade (ex-refinery) b. HYSD & Mild Steel Component – 41,200/- MT c. Cement Component – 4,700/- MT

As the cost put to tender is excluding GST, We presume that the star rates given are also excluding GST. Please clarify.

NIT Prevails. Excluding GST.

12 Vol-I Pg No.78

The Defects Liability and maintenance Period is sixty months calculated from the Completion Date.

Please clarify exact scope of maintenance, also give details about how contractor will get payment against maintenance.

Please Refer Addendum &

Corrigendum Sr. No. 5.

13

Vol-II Pg No.218,LIST

OF APPROVED MAKES OR

BRANDS

26)Grating K.K.Manhole:-Jain spun pipe / Pragati 28)R.C.C:-Pipe Jain Spun Pipe / Pragati /Daya Spun Pipe 34)HDPE Pipes:- Jain / Finolex / Netafim/ Kisan 35)DI pipes:- Ambika / Suprme /Jindal 36)CI Valves:-Steelstrong / Amco / Amtech

Please allow Equivalent make or brand.

NIT Prevails.

Page 4: Name of Work: Development of Infrastructure of Commercial ...

Page 4 of 17

14 Vol-II Pg

No.4,MEMORANDUM

Time allowed for the work from date of written order to commence. 18 Calendar Months including monsoons.

Please allow Time Limit should be 24 months instead of 18 months because there are lot of departments involved , i.e (HP/GOM) for NOC & liasoning. Also, amend milestones accordingly.

NIT Prevails.

15 Vol-II Pg

No.4,MEMORANDUM

Retention money as specified in item (d) of the Memorandum contained in paragraph (i) above

Please clarify how much is the retention money, as there is no item (d) specified.

NIT Prevails.

16 Land acquation Please provide status of land

acquation. NIT Prevails

17 Fund availability Please clarify fund availability for this

work. This project will be funded from own funds.

18

Volume I – Page No. 18 Clause No.

16.7 Additional Performance

Security

Additional Performance Security. If the tenderer has quoted below the estimated rates, the Additional Performance Security shall be paid additionally as per below mentioned table in the form of DD/ Bank Guarantee/FDR of any Govt. Bank having MICR and IFSC Code in the name of Concern authority payable at Pune/Pimpri-Chinchwad. (For details Please refer the GR No./ ससससस/2017/08/ससस-2 on dated 26/11/2018). 1.If the offer submitted is below cost put to tender by more than 1% but less than 10% of the estimated cost put to tender-1% of the estimated cost put to tender 2. If below by more than 10% of the estimated cost put to tender.- 1% of the estimated cost put to tender plus an amount equal to the percentage by which the offer is below 10% of the estimated cost put to tender, (e.g. if the offer is 14.31% below, the Performance Security will be 1%+(14.31- =5.31% of the estimated cost put to tender. 3. If below by more than 15% of the estimated cost put to tender- 1% of the estimated cost put to tender plus

On account of slowdown in economy due to the pandemic, there is acute financial crunch among many commercial entities and contractors, which in turn is affecting timely execution of the contracts. This may affect the ability of contractors to bid in tenders and hence reduce competition. So it is request to you kindly give the relaxation for Additional Performance Security as per new guidelines of Central Govt. projects.

NIT Prevails.

Page 5: Name of Work: Development of Infrastructure of Commercial ...

Page 5 of 17

an amount equal to the percentage by which the offer is below 10% plus an amount double to the percentage by which the offer is below 15% of the estimated cost put to tender, (eg. if the offer is 16% below, the Performance Security will be 1%+(15-10) * 1%+(16-15) * 2% =8% of the estimated cost put to tender.

19

Volume I, Page No.18 Clause

No. 16.10 Additional

Performance Security

After opening the technical bid, if it is found that the tenderer is not qualified for opening his financial bid, then his Demand draft/Fixed Deposit Receipt of any Nationalized Bank shall be returned within 7 working days of opening of financial bid. Also after opening financial bid, except the Demand draft/Fixed Deposit Receipt of any Nationalized of 1st and 2nd lowest bidders, the Demand draft/Fixed Deposit Receipt of any Nationalized of other bidders shall be returned within 7 working days of opening of financial bid.

Please allow Additional performance security in the form of BG/FDR within 8 days after financial bid opening as per G.R. No./ ससससस/2017/08/ससस-2 on dated 26/11/2018).

Please Refer Addendum & Corrigendum Sr. No. 1 & 2.

20

Volume I, Clause-32,

Page No 109 – Mobilization

Advance

Mobilization Advance – DELETED

Interest free mobilization advance, reflects directly in reduction of overall cost to PCNTDA which will be alternate saving to PCNTDA. Hence we suggest and encourage to award mobilization advance against Bank guarantee.

NIT Prevails.

21

Volume I, Clause No.48 Page No.91 Retention

Money

On completion of the whole works, employer may accept retention money to be converted with an “on demand” Bank Guarantee from nay Nationalized Bank in the favor of the Chief Executive Officer, PCNTDA for defect liability period of 60 months.

Please release retention money after completion of work. NIT Prevails.

22 Volume I, Page

No.78

The Defects Liability and maintenance Period is sixty months calculated from the Completion Date.

Kindly consider DLP for bituminous work 36 month & for Concrete work 60 Month.

NIT Prevails.

Page 6: Name of Work: Development of Infrastructure of Commercial ...

Page 6 of 17

23 Invitation for

Bid, Page No. 3 Volume-I

Earnest Money Deposit: We request you to accept the Bid Security in the form of Bank Guarantee instead of paying by Gateway system and issue a suitable the bank Guarantee format with following para:

NIT Prevails.

24 Invitation for

Bid, Page No. 3 Volume-I

Earnest Money Deposit: As per the guidelines issued by Indian Bankers Association, following Para needs to be added at the end in the Bank Guarantee Format: i. Our liability underthis guarantee shall not exceed Rs. __________/- (Rupees __________only). ii. This bank guarantee shall be valid up to and including date _______________ . iii. We are liable to pay the guarantee anount or any part thereof under this bank guarantee only and only if you serve upon us a written claim or demand on or before____________ . Unless a claim or demand is made against the bank in terms of this Gaurantee on or before ___________, all your rights in the said guarantee shall be forfeited and we shall be discharged from all liability therein irrespective of whether guarantee is received by us or not.

NIT Prevails.

Page 7: Name of Work: Development of Infrastructure of Commercial ...

Page 7 of 17

25 Invitation for

Bid, Page No. 3 Volume-I

Earnest Money Deposit: Further we request you that as per Circular No. F.No.7/112/2011 - BOA dated 17.07.2012 issued by Ministry of Finance Department of Financial Services to all Public Sector Banks, it is mandatroy to submit banking details (Bank's Name, address, Account Number and Bank IFSC Code) of the beneficiary for opening /extension of Bank Guarantee. The Bank Guarantee paper can become operative only after these details are submitted. In the view of above, since :The Chief Executive Officer, PCNTDA, Pune" is the beneficiary of Bank Guarantee towards Earnest Money Deposit for the subject tender, we request you to kindly share the relevant bank details.

NIT Prevails.

26 Cl. No.2 Page

No. 4

Average Annual Financial Turnover As per this clause the bidders are required to submit Average Annual Financial Turnover whereas elsewhere in Cl. No. 4.2 (b), Page No. 8 & Cl. No. 1.2, of works. We presume that the bidder is required to submit the turnover for civil construction work only. Please confirm.

NIT Prevails.

Page 8: Name of Work: Development of Infrastructure of Commercial ...

Page 8 of 17

27 Annexure -I, Page No. 64

Plant & Equipment We have noticed that the number of plant & equipment specified vide Annuexure -I are very much on higher side with respective to the scope & quantum of work in the present tender. Therefore, we reques you to review and suitably reduce the minimum number of equipment. We presume that documentary evidence in support of avilibility of these machinery & equipments in the form of Invoices will be sufficient to meet the requirement of Ownership for the same. In such case RC/TC documents need not be submitted. If, bidder does not possess/own some of the machinery required to be owned by the bidder, in such case we request you to allow bidders to hire these equipment & submit agreement in lieu of ownership documents. Alernatively, undertaking on stamp paper of Rs. 100/- for deployment of stipulated plant and equipment shall be considered. This has been followed for many of the goverment projects. In such case ownership & hire agreements are not required to be submitted.

Please Refer Addendum & Corrigendum Sr. No. 4.

Page 9: Name of Work: Development of Infrastructure of Commercial ...

Page 9 of 17

28 1.21(iii), Page

No. 15

Existing Commitment and Ongoing Works & Bid Capacity duly Certified by C.A.

As per the Sr. No. 4.6 & foot note, page no.11, the bidder is required to submit Bid Capacity as per given formula and the statements showing the value of existing commitments and ongoing works as well as the stipulated period of the completion remaining for each of the works listed should be counter signed by the Engineer in Charge, not below the rank of an Executive Engineer or equivalent and for private works from the concerned architect. Further the bid capacity is to be certified by C.A as per Cl. No. 1.21, Page No. 15.We request you to consider Chartered Accountant Certificate instead of the requirement of certificates for each ongoing work from Executive Engineer. Please Confirm.

NIT Prevails.

29

Section 2, Cl. No. 1.3.1 & 1.4 (A), Page No.

70

Work performed as prime contractor and existing commitment and ongoing works

The foot note mentioned below tables, "Immediately proceeding the financial year in which bids are received. Attached certificate from Chartered Accountant", seems irrelevant in the given context and request you to review and delete this requirement.

NIT Prevails.

Page 10: Name of Work: Development of Infrastructure of Commercial ...

Page 10 of 17

30 12.1 (a), Notes Sr. No. 3, Page

No.16

Tender Documents to be uploaded In this clause is it stated that the bidders shall not upload the bid documents in scanned PDF or any other format as the technical bid. From the above it is understood that the bidder is not required to upload tender documents i.e. volume I, II and III in the technical bid. However please confirm whether bidders need to physically submit hard copy of technical bid documents uploaded online and also specify the dead line for submission of such documents.

NIT Prevails.

31 Cl. No. 15.1, Page No. 17

Bid Validity As per this clause "Bids shall remain valid for a period of 120 days after the deadline date for bid submission specified in Clause 20. A bid valid for a shorter period shall be rejected by the Employer as non-responsive. In discrepancy in bid validity period between that given in the undertaking pursuant to Clause 12.1 (v)----------------------shall be reject by the Employer as non-responsive". It is observed that the Clause no. 12.1 (v) on page no.15 is related to list of machinery and plant to be deployed on the proposed work, which seems to be irrelevant in respect to bid vailidity. We request you to review and modify this clause accordingly.

Please Refer Addendum & Corrigendum Sr. No. 3.

Page 11: Name of Work: Development of Infrastructure of Commercial ...

Page 11 of 17

32 Cl. 32, Page

No. 108 & 109

Mobilisation Advance We request you to pay 10% in erest free mobilisation advance against submission of bank guarantee and same shall be recovered from 3rd RA bill on proata basis, by the time of 90% work is completed.

NIT Prevails.

33 Cl.32. Page

109

Machinery Advance You are well aware that the sophisticated machineries are required to be deployed to complete the project within the stipulated period. We therefore request you to pay 5% interest freee machinery advance against submission of Bank Guarantee which shall be recovered from 3rd RA bill on prorata basis, by the time 90% work is completed.

NIT Prevails.

34 Cl. 32, Page

No. 108 & 109

Secured Advance We request you to pay 75% secured advance on material brought to site.

NIT Prevails.

35

Cl. 27, Page no. 108 &

Cl.48.2 Page no. 91

Retention Money It is mentioned that retention shall be @ 6% from each bill subject to a maximum 5% of final contract price. We request you that retention shall be accepted in the form of BG initially instead of FDR and Cash retention from RA bill.Further we request you to release retention amount after completion ofwork instead of releasing on completion of defect liability period as performance security is with client upto defect liability period.

NIT Prevails.

Page 12: Name of Work: Development of Infrastructure of Commercial ...

Page 12 of 17

36

Cl. 27, Page no. 108 &

Cl.48.2 Page no. 91

Payment & Fees to Statutory Authorities It is mentioned on page no. 28 that "All the permission for Load sanctioning from MSEDCL, inspection of MSEDCL, electrical inspection, PCMC, etc, shall be the responsibility of the contractor. In this record no extra chargers will be paid by PCNTDA. No Expenses/extra charges will be paid by PCNTDA." Further it is mentioned on Page No. 29 that "The bidder shall make liaisoning with HPCL for obtaining the NOC. The charges for NOC will be born by bidder, bidder should obtain NOC within one month after issue of work order. The bidder should follow all terms conditions given by HPCL. The bidder sole responsible for obtaining permission, carried for work and completion work within time frame. No extra claim on this account will be entertained." In addition to above it is mentioned on page 116 that "The Contractor shall carry out laisioning work with PCMC, MSEB, Local bodies Gov. Maharashtra, Gov Of India, HPCL and All authorities to get permission required for completion of the project including but not limited to water connection, drainage connection, permission regarding Electrification, Solar, Firefighting, Culvert work and all other required permission." In this context your goodself is well aware that drawings are prepared by client and therefore we request you to

NIT Prevails.

Page 13: Name of Work: Development of Infrastructure of Commercial ...

Page 13 of 17

pay all fees, deposits, charges required to be paid to local/statutory Auhorities. Also obtaining applicable statutory permissions, approvals from the concern authorities shall be the responbility of client. Please confirm.

37 Cl.45 Page No.

90 & 91

Taxes Any increase I present taxes, levies, duties like cess, royality etc. of State/Central Govt. local statutory bodies etc. and new taxes, if imposed after submission of tender, shall be reimbursed. This is being done by all Govt. bodies. Further we presume that rates to be quoted inclusive of Labour Cess. Please Confirm.

NIT Prevails.

38 Cl.26 Page No.

104

Price Variation We presume that price rates mentioned for bitumen, HYSD & Mild steel and cement is exculding taxes. Please confirm.

The Star Rates considered in

tender document are excluding GST.

39

Cl. 26 Page No. 104 & BOQ

item No. 18 & 19

Bitumen grade The basic rates are mentioned for bitumen VG40 (30/40) grade. However, rates to be quoted for DBM & BC are with VG 30 (60/70) bitumen grade. Please specify the correct grade of bitumen.

NIT Prevails. i.e VG 30

40 Cl.8 Page NO. 100 and BOQ Item No. 411

Landscaping & Beautification Work We presume that DLP period is one year for Landscaping and mentioned in BOQ item no. 411. Please confirm.

Please Refer Addendum & Corrigendum Sr. No. 5 & 13.

Page 14: Name of Work: Development of Infrastructure of Commercial ...

Page 14 of 17

41 Cl. 4 Page No.

102 & 78

Defect Liability Period We request you to reduce Defect Liability period to 2 years instead of 5 years. Further it is mentioned on page no. 78 that. The Defects Liability and maintenance Period is sixty months calculated from completion of date. We presume that this shall be read as Defect Liability Period only and not maintanance.

Please Refer Addendum & Corrigendum Sr. No. 5.

42 Vol-II, BOQ Item No.26

Road Signages a. Cautionary / Warning sign BOQ item No. 26, page 25 - kindly specify size of sign board & thickness of aluminum sheet. b. Retroreflectorised informatory sign BOQ item 27 & 28, Page No.26,27 - Kindly specifiy thickness of aluminum sheet & class of reflective sheeting.

NIT Prevails.

43

Vol-II, BOQ item no. 70,71 & 172, Page no. 40 & 59

Manhole Kindly provide the grade of concrete. Further we presume that the rate is to be quoted is exculding reinforcement. Please confirm.

Please Refer Addendum & Corrigendum Sr. No. 6 to 9.

44 Vol-II, BOQ item no.101 Page no. 50

Approach Slab The rate to be quoted is inclusive of reinforcement. We therefore request you to provide the reinforcement details to derive quantity and rate/m3 for the same.

Please Refer Addendum &

Corrigendum Sr. No. 16.

45

Vol-II, BOQ item no.117 to 121 & 328, 329 , Page no. 54 &

108

Polythene pipes Kindly provide pressure & grade for polythene pipes.

NIT Prevails.

Page 15: Name of Work: Development of Infrastructure of Commercial ...

Page 15 of 17

46

Vol-II, BOQ item no. 257 & 258, Page no.

85

RCC pipes Kindly provide class of 100mm and 150mm dia. RCC pipes.

Please Refer Addendum &

Corrigendum Sr. No. 10 & 11.

47 Vol-II, BOQ

item no. 269, Page No. 88

Self Supporting Steel Roofing Kindly provide the details sectional drawings for self supporting steel roofing system.

Please Refer Addendum &

Corrigendum Sr. No. 16.

48 Vol-II, BOQ

item no. 341, Page 112

Pipes The polythene as well as DI K-7 pipes are mentioned in the item description. Please specify correct type of pipe to be considered.

Please Refer Addendum &

Corrigendum Sr. No. 12.

49 Vol-II, BOQ

item no. 332, Page 109

Electro fusion fittings Kindly provide diameter of pipe for electro fusion fittings. Further we presume that unit shall be RMT instead of Lumpsum. Please confirm.

NIT Prevails.

Page 16: Name of Work: Development of Infrastructure of Commercial ...

Page 16 of 17

50 Vol-II, BOQ

item no. 411, Page 130

Maintanance of Garden The unit mentioned for Maintanance of Garden is Sqm. We presume that unit shall be per Sqm per month. Further it is mentioned that Maintanance of Garden with Toilet Washing and cleaning for 2 years and rate is to be quoted on Sqm basis. In this context we request to make separate item for toilet washing and cleaning with unit on day/month basis which will be easy to quanity for payment. It is also mentioned that maintanance of garden with toilet washing and cleaning for 2 years and first year should be considered in DLP. We presume that payment will be done for DLP of one year +1 years for weeding, cleaning, watering, cutting, gap filling, manuaring, cutting (lawn, hedges, trees, etc.) and composting, preparation of bed plantation, tress, shrubs, ground cover, flowerbed, lawn etc. with toilet washing and cleaning.

Please Refer Addendum &

Corrigendum Sr. No. 13.

51 Vol-II, BOQ

item no. 358, Page 117

GI Strip The unit mentioned for GI strip is Each. We presume that unit of strip is in Kg/Rmt.. Please confirm.

Please Refer Addendum &

Corrigendum Sr. No. 14.

52 Vol-II, BOQ item no. 23 Page 120

Street Light Control Panel The battery for 5 years is not possible in any digital time switch-- Please clarify. Fruther kindly provide Single lime Diagram of street light control panel.

NIT Prevails. Please Refer Addendum &

Corrigendum Sr. No. 16

Page 17: Name of Work: Development of Infrastructure of Commercial ...

Page 17 of 17

53 Vol-II, BOQ

item no. 23 & 35, Page 222

List of Preffered makes The make mentioned is Volmount and Valmont, please specify the correct make.

Please Refer Addendum &

Corrigendum Sr. No. 15

54

Vol-II, BOQ item no. 23, 29, 32 & 35, Page

222

List of Preferred makes We request to accept addditional makes of follwong items - a. GI octogonal poles - Bajaj b. High Mast - Bajaj c. Sreet Lights LED fittings - Havells d. Bollard Light - Havells

NIT Prevails.

Sd/- Sd/- Sd/- Sd/- DE VI/VII E.E CAFO CEO

Page 18: Name of Work: Development of Infrastructure of Commercial ...

Page 1 of 9

Name of Work: Development of Infrastructure of Commercial Plots of PIECC in Sector 5 & 8 at Moshi, Pune – 412105 Tender ID No: 2020_PCNTD_626165_1

ADDENDUM & CORRIGENDUM

Sr.No

Volume No

Clause No. &

Page No.

Written as

To be Read as

1

Volume-I

Clause No. 16.7 Page No.

18

If the tenderer has quoted below the estimated rates, the Additional Performance Security shall be paid additionally as per below mentioned table in the form of DD/ Bank Guarantee/FDR of any Govt. Bank having MICR and IFSC Code in the name of concern authority payable at Pune/Pimpri-Chinchwad. (For details Please refer the GR No./

सीएटी/2017/प्र.क्र.08/इमा-2 on dated

26/11/2018). If the offer submitted is below cost put to tender by more than 1% but less than 10% of the estimated cost put to tender 1% of the estimated cost put to tender If below by more than 10% of the estimated cost put to tender. 1% of the estimated cost put to tender plus an amount equal to the percentage by which the offer is below 10% of the estimated cost

If the tenderer has quoted below the estimated rates, the Additional Performance Security shall be paid additionally as per below mentioned table in the form of DD/ Bank Guarantee/FDR of any Govt. Bank having MICR and IFSC Code in the name of concern authority payable at Pune/Pimpri-Chinchwad within 8 days from the date of opening of financial bid by 'L-1' only. (For details Please refer

the GR No./ सीएटी/2017/प्र.क्र.08/इमा-2 on

dated 26/11/2018). If the offer submitted is below cost put to tender by more than 1% but less than 10% of the estimated cost put to tender 1% of the estimated cost put to tender If below by more than 10% of the estimated cost put to tender. 1% of the estimated cost put to tender plus an amount equal to the percentage by which the offer is below 10% of the estimated cost

Page 19: Name of Work: Development of Infrastructure of Commercial ...

Page 2 of 9

put to tender, (e.g. if the offer is 14.31% below, the Performance Security will be 1%+(14.31-10) =5.31% of the estimated cost put to tender If below by more than 15% of the estimated cost put to tender 1% of the estimated cost put to tender plus an amount equal to the percentage by which the offer is below 10% plus an amount double to the percentage by which the offer is below 15% of the estimated cost put to tender, (eg. if the offer is 16% below, the Performance Security will be 1%+(15-10) * 1%+(16-15) * 2% =8% of the estimated cost put to tender

put to tender, (e.g. if the offer is 14.31% below, the Performance Security will be 1%+(14.31-10) =5.31% of the estimated cost put to tender If below by more than 15% of the estimated cost put to tender 1% of the estimated cost put to tender plus an amount equal to the percentage by which the offer is below 10% plus an amount double to the percentage by which the offer is below 15% of the estimated cost put to tender, (eg. if the offer is 16% below, the Performance Security will be 1%+(15-10) * 1%+(16-15) * 2% =8% of the estimated cost put to tender

2

Volume-I

Clause No. 16.10 Page No.

18

After opening the technical bid, if it is found that the tenderer is not qualified for opening his financial bid, then his Demand draft/Fixed Deposit Receipt of any Nationalized Bank shall be returned within 7 working days of opening of financial bid. Also after opening financial bid, except the Demand draft/Fixed Deposit Receipt of any Nationalized of 1st and 2nd lowest bidders, the Demand draft/Fixed Deposit Receipt of any Nationalized of other bidders shall be returned within 7 working days of opening of financial bid.

Deleted

Page 20: Name of Work: Development of Infrastructure of Commercial ...

Page 3 of 9

3

Volume-I

Clause No. 15.1 Page No.

17

Bids shall remain valid for a period of 120 days after the deadline date for bid submission specified in Clause 20. A bid valid for a shorter period shall be rejected by the Employer as non-responsive. In discrepancy in bid validity period between that given in the undertaking pursuant to Clause 12.1 (v) and form of bid submitted by the bidder, the latter shall be deemed to stand corrected in accordance with the former and the bidder has to provide for any additional security that is required.

Bids shall remain valid for a period of 120 days after the deadline date for bid submission specified in Clause 20. A bid valid for a shorter period shall be rejected by the Employer as non-responsive. In discrepancy in bid validity period between that given in the undertaking pursuant to Clause 12.1 and form of bid submitted by the bidder, the latter shall be deemed to stand corrected in accordance with the former and the bidder has to provide for any additional security that is required.

4

Volume-I

Page No. 64

Annexure I List of

Key Plant &

Equipment to be

deployed on

Contract Work

Sr.

No

Type of

Equipment

Maximu

m age as

on date of

submissio

n of bid

Own Hire Total

1 JCB 15 2 2 4

2 Excavators/Po

clain (150 HP)

15 6 11 17

3 Motor Grader 15 1 2 3

4 Bulldozer 15 3 2 5

5 Dumper/Tippe

r(72 H.P)

15 9 16 25

6 Front end

Loader

15 1 1 2

7 Smooth

WheeledRoller

15 1 1 2

8 Vibratory

Roller and

Power Roller

15 3 2 5

Sr.

No

Type of

Equipment

Maximu

m age as

on date of

submissio

n of bid

Own Hire Total

1 JCB 15 2 2 4

2 Excavators/Poc

lain (150 HP)

15 6 11 17

3 Motor Grader 15 1 2 3

4 Bulldozer 15 0 2 2

5 Dumper/Tipper

(72 H.P)

15 9 16 25

6 Front end

Loader

15 1 1 2

7 Smooth

Wheeled Roller

15 1 1 2

8 Vibratory

Roller and

Power Roller

15 3 2 5

Page 21: Name of Work: Development of Infrastructure of Commercial ...

Page 4 of 9

9 Hot Mix Plant

with batch mix

Controls

(Minimum 150

TPH Capacity)

15 1 0 1

10 Paver Finisher

with

Electronic

Sensor

15 2 0 2

11 Water Tanker 15 3 2 5

12 Bitumen

Sprayer

15 1 1 2

13 Tandem Roller 15 1 1 2

14 Concrete

Batching and

Mixing Plant

(Minimum

Capacity – 30

Cum / hour)

15 1 0 1

15 Movable Stone

Crusher Plant

(Minimum

100-150 TPH

Capacity)

15 1 0

1

Total 36 41 77

9 Hot Mix Plant

with batch mix

Controls

(Minimum 150

TPH Capacity)

15 1 0 1

10 Paver Finisher

with

Electronic

Sensor

15 2 0 2

11 Water Tanker 15 3 2 5

12 Bitumen

Sprayer

15 1 1 2

13 Tandem Roller 15 1 1 2

14 Concrete

Batching and

Mixing Plant

(Minimum

Capacity – 30

Cum / hour)

15 1 0 1

15 Movable Stone

Crusher Plant

(Minimum 100-

150 TPH

Capacity)

15 0 1

1

Total 32 42 74

5

Volume-

I

Conditions of

Contract A.

General 1.

Definitions

The Defects Liability and maintenance Period is

sixty months calculated from the Completion Date.

The Defects Liability Period for all components

except landscaping is sixty months calculated from

the Completion Date of Project. For Landscaping work

the Defects Liability Period is Twelve months

calculated from the Completion Date of Project.

Page 22: Name of Work: Development of Infrastructure of Commercial ...

Page 5 of 9

6

Volume-II

BOQ Item No 70

Providing and constructing RCC manhole Size 1.5 M x 1.5 M upto a depth of 5.00 M excluding excavation including foundation concrete 250 mm thick and haunches and channels in C.C. 1:2:4 proportion, finishing channels in smooth rendering, providing C.I. dapuri type steps each weighing 5.5 kg., 1:2:4 coping and fixing in position steel fibre reinforced concrete ( SFRC) Frame and cover (20 tonnes capacity) of approved make including loading, unloading, transportation, all taxes, etc complete as directed by Engineering-incharge. Upto Depth of 2.5m

Providing and constructing RCC manhole Size 1.5 M x 1.5 M in M25 upto a depth of 5.00 M excluding excavation including foundation concrete 250 mm thick and haunches and channels in C.C. 1:2:4 proportion, finishing channels in smooth rendering, providing C.I. dapuri type steps each weighing 5.5 kg., 1:2:4 coping and fixing in position steel fibre reinforced concrete ( SFRC) Frame and cover (20 tonnes capacity) of approved make including loading, unloading, transportation, all taxes, etc complete as directed by Engineering-incharge. Upto Depth of 2.5m

7

Volume-II

BOQ Item No 71

Providing and constructing RCC manhole Size 1.5 M x 1.5 M upto a depth of 5.00 M excluding excavation including foundation concrete 250 mm thick and haunches and channels in C.C. 1:2:4 proportion, finishing channels in smooth rendering, providing C.I. dapuri type steps each weighing 5.5 kg., 1:2:4 coping and fixing in position steel fibre reinforced concrete ( SFRC) Frame and cover (20 tonnes capacity) of approved make including loading, unloading, transportation, all taxes, etc complete as directed by Engineering-incharge. Upto Depth of 3.0m

Providing and constructing RCC manhole Size 1.5 M x 1.5 M in M25 upto a depth of 5.00 M excluding excavation including foundation concrete 250 mm thick and haunches and channels in C.C. 1:2:4 proportion, finishing channels in smooth rendering, providing C.I. dapuri type steps each weighing 5.5 kg., 1:2:4 coping and fixing in position steel fibre reinforced concrete ( SFRC) Frame and cover (20 tonnes capacity) of approved make including loading, unloading, transportation, all taxes, etc complete as directed by Engineering-incharge. Upto Depth of 3.0m

Page 23: Name of Work: Development of Infrastructure of Commercial ...

Page 6 of 9

8

Volume-II

BOQ Item No 72

Providing and constructing RCC manhole Size 1.5 M x 1.5 M upto a depth of 5.00 M excluding excavation including foundation concrete 250 mm thick and haunches and channels in C.C. 1:2:4 proportion, finishing channels in smooth rendering, providing C.I. dapuri type steps each weighing 5.5 kg., 1:2:4 coping and fixing in position steel fibre reinforced concrete ( SFRC) Frame and cover (20 tonnes capacity) of approved make including loading, unloading, transportation, all taxes, etc complete as directed by Engineering-incharge. Upto Depth of 3.5m

Providing and constructing RCC manhole Size 1.5 M x 1.5 M in M25 upto a depth of 5.00 M excluding excavation including foundation concrete 250 mm thick and haunches and channels in C.C. 1:2:4 proportion, finishing channels in smooth rendering, providing C.I. dapuri type steps each weighing 5.5 kg., 1:2:4 coping and fixing in position steel fibre reinforced concrete ( SFRC) Frame and cover (20 tonnes capacity) of approved make including loading, unloading, transportation, all taxes, etc complete as directed by Engineering-incharge. Upto Depth of 3.5m

9

Volume-II

BOQ Item No 172

Providing and constructing RCC manhole Size 1.5 M x 1.5 M upto a depth of 5.00 M excluding excavation including foundation concrete 250 mm thick and haunches and channels in C.C. 1:2:4 proportion, finishing channels in smooth rendering, providing C.I. dapuri type steps each weighing 5.5 kg., 1:2:4 coping and fixing in position steel fibre reinforced concrete ( SFRC) Frame and cover (20 tonnes capacity) of approved make including loading, unloading, transportation, all taxes, etc complete as directed by Engineering-incharge.

Providing and constructing RCC manhole Size 1.5 M x 1.5 M in M25 upto a depth of 5.00 M excluding excavation including foundation concrete 250 mm thick and haunches and channels in C.C. 1:2:4 proportion, finishing channels in smooth rendering, providing C.I. dapuri type steps each weighing 5.5 kg., 1:2:4 coping and fixing in position steel fibre reinforced concrete ( SFRC) Frame and cover (20 tonnes capacity) of approved make including loading, unloading, transportation, all taxes, etc complete as directed by Engineering-incharge.

Page 24: Name of Work: Development of Infrastructure of Commercial ...

Page 7 of 9

10 Volume-II

BOQ Item No 257

Providing and laying concrete pipes of I.S.NP. class of 100mm diameter in proper line, level and slope including necessary collars, excavation, laying, fixing with collars in cement mortar 1:1 and refilling the trench complete.

Providing and laying concrete pipes of I.S.NP 2. class of 100mm diameter in proper line, level and slope including necessary collars, excavation, laying, fixing with collars in cement mortar 1:1 and refilling the trench complete.

11 Volume-II

BOQ Item No 258

Providing and laying concrete pipes of I.S.NP. class of 150mm diameter in proper line, level and slope including necessary collars, excavation, laying, fixing with collars in cement mortar 1:1 and refilling the trench complete.

Providing and laying concrete pipes of I.S.NP 2. class of 150mm diameter in proper line, level and slope including necessary collars, excavation, laying, fixing with collars in cement mortar 1:1 and refilling the trench complete.

12 Volume-II

BOQ Item No 341

Providing and supplying in standard lengths Polyethelene Pipes, confirming to IS 4984 / 14151 / 12786 / 13488 with nesessary jointing material like mechanical connector i. e. thread / insert joint / quick release coupler joint / compression fitting joint or flanged joint excluding coupler/specials, including transportation and freight charges, inspection charges, loading / unloading charges, conveyance to the departmental stores & stacking the same in closed shade duly protecting from sunrays & rains, excluding GST levied by GI & GOM in all respect etc. complete. D.IK-7 ii) 150 mm.

Providing D.I. pipes (push on joints pressure pipes of D. I. of following class and diameters confirming to the I. S. specification inclusive cost of jointing materials (Rubber gasket of EPDM Quality ) excluding GST levied by GOI & GOM in all respect including Third party inspection charges of TPI Agency approved by MJP including Transit insurance, Railway Freight, Unloading from railway wagon, Loading into Truck, Transportation to departmental store, unloading, stacking etc. completed as directed by Engineer in charges (IS 1536/2001 for pipes and IS 158/1969 and IS 12820/1989 or latest edi-tion/revision with amendments for Rubber Gaskets. DI K7 150mm Dia.

Page 25: Name of Work: Development of Infrastructure of Commercial ...

Page 8 of 9

13

Volume-II

BOQ Item No 411

Quantity Description of Item Unit

300000.00

Maintenance of Garden in all

respect for keeping gardening

in good condition such as

weeding, cleaning, watering,

cutting, gap filling,

manuaring, cutting (lawn,

hedges, trees, flowers etc.)

and composting, preparation

of bed plantation, trees,

shrubs, ground cover,

flowerbed, lawn etc. with

toilet washing and cleaning

for 2 years.

First year should be

considered in DLP.

Sqm

Quantity Description of Item Unit

300000.00

Maintenance of Garden in all

respect for keeping gardening

in good condition such as

weeding, cleaning, watering,

cutting, gap filling,

manuaring, cutting (lawn,

hedges, trees, flowers etc.)

and composting, preparation

of bed plantation, trees,

shrubs, ground cover,

flowerbed, lawn etc. with

toilet washing and cleaning

for 2 years.

First year should be

considered in DLP. Total

Quantity will be utilized in 2

years as directed by Engineer-

in-Charge.

Sqm/

Month

Page 26: Name of Work: Development of Infrastructure of Commercial ...

Page 9 of 9

14

Volume-II

BOQ Item No 358

Quantity Description of Item Unit

18

Supplying and erecting G.I.

strip of required size used for

earthing on wall and/or any

other purpose with necessary

GI clamps fixed on wall

painted with bituminous paint

in an approved manner with

joint required. as per

specification No (EA-

EP).,Page No.161

Each

Quantity Description of Item Unit

18

Supplying and erecting G.I.

strip of required size used for

earthing on wall and/or any

other purpose with necessary

GI clamps fixed on wall

painted with bituminous paint

in an approved manner with

joint required. as per

specification No (EA-

EP).,Page No.161

Kg

15 Volume-II

Page no 196

LIST OF PREFER

RED MAKES Sr.No 23

GI Octagonal Poles : Transrail/ValMount

GI Octagonal Poles : Transrail/ValMont

16 Volume-III

General Refer Additional Drawing Numbers TB/AR/04, ELP-03 & SC06 as a part of Volume - III

Sd/- Sd/- Sd/- Sd/- DE VI/VII E.E CAFO CEO