AITL - Auric Bidkin Response to Pre-Bid Queries – Bidder 1 Tender No. AITL/SBIA/2020-21/01
Page 1 of 12
Project: Design, Construction, Testing, Commissioning and Operation & Maintenance of Treated Water Pumps and Conveyance Main from Clear Water Reservoir in Existing Water Treatment Plant at Khodegaon to Bidkin Underground Service Reservoir at Sector A, Phase - II in AURIC Bidkin Industrial Area, Aurangabad, Maharashtra on EPC Basis (Package - II) [Tender No. AITL/SBIA/2020-21/01]
Sl. No.
Volume/ Section of
Tender
Clause/ Item No.
Page No.
Subject Bidder’s Query Employer’s Response
1. Vol 1: Part 1, Vol 1: Part 6
2.4.1,
Annexure VIII
8,
12
Litigation and Arbitration
History
As per the clause 2.4.1 the condition is that the Bidder to provide Litigation History for last 5 years whereas in Annexure-VIII the bidder is asked to provide litigation history for last 7 years.
We presume that the bidder has to provide the Litigation history for last 5 years only. Please confirm.
Bidder to refer Corrigendum No. 1
2. Vol 1: Part 1 2.4.3 9 Similar Project
or Similar Works
As per clause for technical qualification for similar works shall be considered only form SEZ industrial parks, Airports, Smart City, Industrial parks projects.
As the proposed work is related to water supply, we request you to consider the experience of Water Supply/ Irrigation projects also for qualification. Please accept.
Bidder to refer Corrigendum No. 1
3. Vol 1: Part 1 2.4.3(4) 10&11 Bid Capacity
As per the contract condition construction duration for this project is only 5 months. However, the proposed bid capacity formula mentioned in the tender is
Bidder to refer Corrigendum No. 1
AITL - Auric Bidkin Response to Pre-Bid Queries – Bidder 1 Tender No. AITL/SBIA/2020-21/01
Page 2 of 12
Sl. No.
Volume/ Section of
Tender
Clause/ Item No.
Page No.
Subject Bidder’s Query Employer’s Response
predominantly suitable for long duration projects only. Hence, considering the shorter construction duration we request you to revise the bid capacity formula as,
Assessed Available Bid capacity = (A x N x 2.5 - B), where
A = Maximum value of construction works executed in anyone year during the last five years (updated to the price level of the year indicated in table) taking into account the completed as well as works in progress.
B =Value of existing commitments and on-going works to be completed during the next 5 months.
4. Vol 1: Part 1 2.4.3(4) 11 Bid Capacity
As per clause all existing commitments and stipulated period of completion should be countersigned by the Engineer in charge, not below the rank of an Executive Engineer or equivalent.
Presently we are executing more 600 jobs across the globe it will be extremely difficult to us to obtain the client certificate for each project. Instead we can submit a consolidated
Bidder to provide documentary evidence like the copy of Work order and Purchase order issued by client
AITL - Auric Bidkin Response to Pre-Bid Queries – Bidder 1 Tender No. AITL/SBIA/2020-21/01
Page 3 of 12
Sl. No.
Volume/ Section of
Tender
Clause/ Item No.
Page No.
Subject Bidder’s Query Employer’s Response
statement duly certified by chartered accountant’s which is widely acceptable in all tenders across the country. Please accept.
5. Vol 1: Part 1 5.1.1 21
Submission of document
under financial bid
As per the tender document it is stated that the bidder shall submit Technical and Financial Bid online through e -procurement portal.
Document comprising Financial Bid consist of
a) Appendix A: Form of Bid Security (Bank Guarantee)
b) Appendix B: Form of Performance Security (Bank Guarantee)
c) Appendix C: Form of Contract Agreement.
We presume that bidder has to submit only price proposal under the financial bid through online only and Appendix A, Appendix B and Appendix C are inadvertently mentioned in the document. Please confirm.
Bidder to refer Corrigendum No. 1
6. Vol 1: Part 1 6.4.3 26 Examination of
Bids and determination
As per the clause the prerequisite condition for determining substantial responsiveness of the bid are:
‘In case the Bidder does not have a statutory auditor, it may provide the certificate from its Chartered Accountant’.
AITL - Auric Bidkin Response to Pre-Bid Queries – Bidder 1 Tender No. AITL/SBIA/2020-21/01
Page 4 of 12
Sl. No.
Volume/ Section of
Tender
Clause/ Item No.
Page No.
Subject Bidder’s Query Employer’s Response
of responsiveness
Certificates from its statutory auditor in the formats specified.
Considering the short duration of bid submission, we request you to consider the certificates from Chartered Accountant also for consideration. Please accept.
7. Vol 1: Part 1 1.2.8(4) 2 Bid security
@2%
We understand that the bid security @2% of bid price submitted in case of opting for availing RoFR option, shall be released after submission of performance Bank Guarantee. Please confirm
The bid security will be retained by the Employer in addition to the performance bank guarantee and shall be released upon issue of Final Completion certificate.
8. Vol 1: Part 2 Cl 17 3 Performance
Security
As per clause that the Performance security of 10% of contract value has to be furnished for a validity of 60 days after completion of O&M. Considering the pandemic situation and the setbacks, we request you to consider the performance security of 5% of Contract value. Kindly accept.
The conditions given in the Tender Document remain unchanged.
9. Vol 1: Part 2 18 3 Performance
Security Submission
As per the tender that the Performance security has to be submitted within 7 days of LOA. Considering the current situation which delaying the process of issuing the bank guarantee from the bank, we request you to consider minimum 15
Bidder to refer Corrigendum No. 1
AITL - Auric Bidkin Response to Pre-Bid Queries – Bidder 1 Tender No. AITL/SBIA/2020-21/01
Page 5 of 12
Sl. No.
Volume/ Section of
Tender
Clause/ Item No.
Page No.
Subject Bidder’s Query Employer’s Response
days time for submission of performance Bank guarantee instead of 7 days. Please accept.
10. Vol 1: Part 6 Annexure III 7 Financial Capacity
As pe the format for financial capacity shall be certified by the statutory auditor.
Considering the shorter duration for bidding we request you to consider Certificate from chartered accountant also. Please accept.
Bidder to refer the Note 1 in the ANNEXURE III: FINANCIAL CAPACITY QUALIFICATION INFORMATION which states that, ‘In case the Bidder does not have a statutory auditor, it may provide the certificate from its Chartered Accountant’.
11. Vol 1: Part 6 Annexure VI
and VII 10,11
Technical Capacity
As per the Annexure V, VI and VII, bidder is required to furnish the minimum five and maximum ten relevant references meeting the qualification criteria as indicated in ITB. Whereas as per clause 2.4.3.2 Qualification of the Bidder; Technical capacity, page number 10 of vol 1, ITB bidder is required to demonstrate successful completion of at least one similar project.
We presume that bidder is required to submit the details only related to projects submitted for Technical qualification. Please confirm.
The conditions given in the Tender Document remain unchanged.
12. Vol 4: Part 3 2.1.1 2 Non-
Performance Damages
We presume that in the formula mentioned for calculating Non-performance damages the value of
Q is flow in cu.m/day
AITL - Auric Bidkin Response to Pre-Bid Queries – Bidder 1 Tender No. AITL/SBIA/2020-21/01
Page 6 of 12
Sl. No.
Volume/ Section of
Tender
Clause/ Item No.
Page No.
Subject Bidder’s Query Employer’s Response
“Q” shall be the quantity of water pumped per day.
We request you to clarify the rationale behind the consideration of factor 9.56 in the formula.
13. General GST
Applicability
We presume that since it is an infrastructure development works to be executed for AITL which is a Government entity, the rate of GST shall be 12%. Please confirm.
Taxes shall be as Govt rules as on date of submission of bid.
14. Vol-I; Part-2: Contract Data Sheet
12 3 Project Start
Date
We request you to consider the project start date as date signing of contract agreement instead of date of issue of LOA. Please accept.
The conditions given in the Tender Document remain unchanged.
15. Vol 1: Part 5 & Vol 4: Part 1
3.1 & Price Schedule
7 Payment for Operation & Maintenance
As per the clause the total O&M charges for the project shall be 1% of contract value whereas, in price schedule (Vol-4) it is mentioned as 2% bid price. We presume that condition mentioned in price schedule shall prevail i.e, 2%.
Bidder to refer Corrigendum No. 1
16. Vol-I; Part-4: Condition of Contract
1.7.1 9 Site
We understand that necessary permission has been already taken from concerned authority by the employer and an encumbrance free ROW shall be handed over to the
The pipeline has to be laid along the existing public road. The conditions given in the Tender Document remain unchanged.
AITL - Auric Bidkin Response to Pre-Bid Queries – Bidder 1 Tender No. AITL/SBIA/2020-21/01
Page 7 of 12
Sl. No.
Volume/ Section of
Tender
Clause/ Item No.
Page No.
Subject Bidder’s Query Employer’s Response
contractor before commencement of works. Please confirm
17. Vol-I; Part-4: Condition of Contract
3.6.1 14 Release of retention
money
We understand that retention money shall be released after construction completion. Please confirm.
Retention money will be released 30 days after the issue of Completion certificate.
18. Vol-I; Part-4: Condition of Contract
8.1.2 39 O&M during
DLP
We understand that Operation & maintenance charges shall be paid after trial run period for next 4 years of operation & maintenance period which is concurrent to DLP. Please confirm.
O&M charges shall be paid after successful commissioning, PGTR and start of O&M period.
19. Vol-I; Part-4: Condition of Contract
10.1.3 40 Adjustments
for Changes in Legislation
As per the clause 10.1.3 it is mentioned that Contract Price shall not be adjusted except as stated in clause 9.2(adjustment due to change in legislation). We understand that the clause reference of 9.2 above is mentioned by mistake instead of referring clause 10.9. Hence, we understand that price adjustment due to change in law/Legislation shall be payable. Please confirm.
Bidder to refer Corrigendum No. 1
20. Vol_2_Part 1_General Requirements
1.3 Detailed Project Scope
of Works / Item 23
6
Piping material inside
pumping station
As per general requirement - MS Manifold with cement lining shall be provided outside / inside the pump house as per the approved design drawings.
Bidder to consider pipe material as per Vol 2, Part 2, Mechanical Particular Specification.
AITL - Auric Bidkin Response to Pre-Bid Queries – Bidder 1 Tender No. AITL/SBIA/2020-21/01
Page 8 of 12
Sl. No.
Volume/ Section of
Tender
Clause/ Item No.
Page No.
Subject Bidder’s Query Employer’s Response
As per Vol_2_Part 2_Mechanical Particular Specification, 4.1.2 – DI K9 pipes are proposed inside pumping station.
Request to confirm pipe material to be considered inside pumping station.
21.
Vol_2_Part 2_Mechanical Particular Specification
1.General , 1.2 References
2 Reference drawing
Reference drawing listed in specified clause are not shared in tender document. Request to share the following drawings & Pump Sizing Calculation.
a. GA of Clear Water Tank Pump Station
b. GA Bidkin UGST
c. Pipe Profile & Layout Drawings for Rising Main
Bidder to visit the site and obtain necessary information.
22.
Vol_2_Part 2_Mechanical Particular Specification
3.SUBMERSIBLE PUMPS
15 Sewage Pumps
As per scope of work, treated water needs to be pumped from clear water reservoir pumping station to Bidkin UGSR.
But as per specified clause equipment’s like Submersible pumps, Pipeline. Surge vessel etc., are referred to handle sewage water. We understand that is mentioned inadvertently. Please confirm
Bidder’s understanding is correct.
AITL - Auric Bidkin Response to Pre-Bid Queries – Bidder 1 Tender No. AITL/SBIA/2020-21/01
Page 9 of 12
Sl. No.
Volume/ Section of
Tender
Clause/ Item No.
Page No.
Subject Bidder’s Query Employer’s Response
23.
Vol_2_Part 2_Mechanical Particular Specification
5.Surge Protection
30 Capacity of
Surge vessel
As per Clause mentioned “The minimum net tank volume of 32 m3 is provided for Surge vessel” in tender document.
Please confirm Surge vessel minimum net size and pressure rating shall be finalised based on requirement of Surge analysis.
Request to provide Positive & Negative Pressure tolerance for Surge Analysis
Bidder shall provide the surge protection as per its proposed design complying with relevant IS standards/codes. The design shall be submitted for review and approval by engineer-in-charge as a part of detailed engineering prior to supply and installation.
24. Vol. 3 Part 4 3.2.2 19 &
20 ICA panel &
Servers
We presume that RTU with 12” HMI (One at UGSR & One at Pumping Station) shall be provided with connectivity for SMFO for communication and the same shall be interfaced with the existing PLC & servers at STP location using OPC Gateway
Bidder’s query reference is incorrect. The reference should be Vol 3, Part 3. Bidder’s understanding is correct. However, one more ICA panel with PLC shall be provided at Bidkin STP control room.
25. Vol. 3 Part 4 3.2.2 20 UPS
We presume that each ICA panel shall contain a DIN rail mounted battery charger with SMF battery to ensure sufficient backup capacity.
Bidder’s query reference is incorrect. The reference should be Vol 3, Part 3.
Bidder’s understanding is correct.
26. Vol. 3 Part 4 3.2.4 20 Additional
Screens at STP
Kindly furnish the make and model no. of existing IT infrastructure at STP. Please provide the system architecture for reference.
Bidder’s query reference is incorrect. The reference should be Vol 3, Part 3.
Bidder to collect the data from Bidkin Project site office.
AITL - Auric Bidkin Response to Pre-Bid Queries – Bidder 1 Tender No. AITL/SBIA/2020-21/01
Page 10 of 12
Sl. No.
Volume/ Section of
Tender
Clause/ Item No.
Page No.
Subject Bidder’s Query Employer’s Response
27. Vol. 3 Part 4 7 32 Fire Alarm Kindly brief the scope of work for Fire Alarm system
Bidder’s query reference is incorrect. The reference should be Vol 3, Part 3.
The fire alarm system shall be limited for the equipment being installed by the contractor in the existing pump house as per relevant standard/code.
28. General
We presume that all the required clearance including environmental clearance for the complete project including transmission main alignment has taken by the employer. Please confirm.
Bid conditions are confirmed.
29.
Vol_2 PART 3 PARTICULAR ELECTRICAL SPECIFICATION
1.5 (Point iii) Scope of Work
As per the clause it is mentioned that “If the MSEDCL source is nearest MSEDCL substation, then the overhead line shall be laid from the MSEDCL source till the transformer yard. Contractor shall quote an optional unit rate price for the overhead line and the associated works.”
Tapping and termination from nearest MSEDCL 11KV substation to the transformer though overhead line is in contractor scope, however length of the overhead line is not mentioned. Hence, please provide the details such
Bidder to visit the site and obtain necessary information/details. Conversion of Overhead to Underground cable, laying of HT cable inside switch yard, connection with equipment etc. complete in all respect, shall be in Bidder’s scope. Bidder to consider the scope of metering panel as per MSEDCL norms/standards.
All the conditions given in the Tender Document remain unchanged.
AITL - Auric Bidkin Response to Pre-Bid Queries – Bidder 1 Tender No. AITL/SBIA/2020-21/01
Page 11 of 12
Sl. No.
Volume/ Section of
Tender
Clause/ Item No.
Page No.
Subject Bidder’s Query Employer’s Response
as OH line length, circuit type, location of the MSEDCL existing substation.
30.
Vol_2 PART 3 PARTICULAR ELECTRICAL SPECIFICATION
1.2.1 Design
Philosophy
As per the clause it is mentioned that “Dedicated MSEDCL metering panel shall be located outside adjacent existing pumphouse. Actual location of MSDECL metering panel shall be confirmed by Engineer-in-charge at site.”
We presume that scope of metering panel is not under the scope of contractor. Please confirm.
Bidder’s scope includes the metering panel as per MSEDCL’s guidelines/norms.
31.
Vol_2 PART 1 PARTICULAR GENERAL REQUIREMENT
17.1 (k) II Inspection and Testing During Manufacture
As per the clause it is mentioned that “415V metal enclosed switch gears (PMCC) with Inbuilt 415V Power Capacitor and control panel and with provision to receive DG power (to be installed in future)”
We understand that the scope of providing one DG incomer in the PMCC is under contractor’s scope. Please confirm.
Bidder’s understanding is correct.
32. General - - -
Existing pump house location layout not provided in the tender drawing. Kindly provide the Existing pump house location layout with proposed pump house location demarcation,
Bidder to visit the site and obtain necessary information. Bidder to consider the scope as per MSEDCL norms/standards.
AITL - Auric Bidkin Response to Pre-Bid Queries – Bidder 1 Tender No. AITL/SBIA/2020-21/01
Page 12 of 12
Sl. No.
Volume/ Section of
Tender
Clause/ Item No.
Page No.
Subject Bidder’s Query Employer’s Response
space for transformer yard, Metering panel etc., for better understanding.
33. Volume-2/Part 1 19.2.2 69
Manpower for O&M
As per clause minimum requirement of operator personnel is mentioned. We request you to allow the contactor to deploy minimum manpower to fulfil functional requirement.
The conditions given in the Tender Document remain unchanged.
34. General - - Price
adjustment for O&M
As per the tender price adjustment is not payable for operation maintenance. Considering the volatile nature of material price in the market and increasing labour payment trend. Hence, we request you to consider price adjustment for O&M works to include labour, Fuel & all commodities. Please accept.
The conditions given in the Tender Document remain unchanged.
AITL - Auric Bidkin Response to Pre-Bid Queries – Bidder 2 Tender No. AITL/SBIA/2020-21/01
Page 1 of 4
Project: Design, Construction, Testing, Commissioning and Operation & Maintenance of Treated Water Pumps and Conveyance Main from Clear Water Reservoir in Existing Water Treatment Plant at Khodegaon to Bidkin Underground Service Reservoir at Sector A, Phase - II in AURIC Bidkin Industrial Area, Aurangabad, Maharashtra on EPC Basis (Package - II) [Tender No. AITL/SBIA/2020-21/01]
Sl. No.
Volume/ Section of
Tender
Clause/ Item No.
Page No.
Subject Bidder’s Query Employer’s Response
1. Vol 1: Part 2, Contract Data Sheet
15 -
Date of Submission
of Designs -Basic
Engineering
Package
We request you to consider 30 days for submission from the date of issue of Letter of Award. Please approve.
The conditions given in the Tender Document remain unchanged.
2. Vol 1: Part 2, Contract Data Sheet
16 -
Date of Submission
of Designs Detailed
Engineering
Package
We request you to consider 45 days for submission from the date of issue of Letter of Award. Please approve.
The conditions given in the Tender Document remain unchanged.
3. General - - Price Adjustment
We request you to include suitable price adjustment clause for construction and Operation maintenance period. Please accept.
The conditions given in the Tender Document remain unchanged.
4. Vol 1: Part 2, Instruction To Bidders
2.4.3 - Net Worth
As per tender bidder has to submit minimum Net Worth of Rs 70 Crore. We request you to consider Net Worth of Rs 30 Crore for qualification.
The conditions given in the Tender Document remain unchanged.
5. Vol 1: Part 2, Instruction To Bidders
2.4.3 - Minimum Value of
work
Considering the nature and size of project, we request to consider minimum value of project for
The conditions given in the Tender Document remain unchanged.
AITL - Auric Bidkin Response to Pre-Bid Queries – Bidder 2 Tender No. AITL/SBIA/2020-21/01
Page 2 of 4
Sl. No.
Volume/ Section of
Tender
Clause/ Item No.
Page No.
Subject Bidder’s Query Employer’s Response
amount of 35 crore for qualification.
6. Vol 1: Part 2, Instruction To Bidders
2.4.3 - Minimum Annual
Turn Over
As per tender bidder has to submit minimum annual financial turnover of Rs 200 Crore in any one year during last 5 financial years. We request you to consider an annual turnover updated to current price level with escalation
factor as mentioned in clause 2.4.3. Please approve.
The conditions given in the Tender Document remain unchanged.
7. Vol 1: Part 2, Instruction To Bidders
2.4.3 -
Liquid Assets /
Credit
Facilities/Solvency
certificate
We request to consider 3 Crore of Liquid Assets / Credit Facilities/ Solvency for qualification. Please approve.
The conditions given in the Tender Document remain unchanged.
8. Vol 1: Part 2, Instruction To Bidders
2.4.3 - Bid Capacity calculation
We request to revise the formula as proposed below as duration of project is less. Assessed Available Bid capacity = (A x N x 3 - B), where A = Maximum value of construction works executed in anyone year during the last five years (updated to the price level of the year indicated in table) taking into account the completed as well as works in progress.
Bidder to refer Corrigendum No. 1
AITL - Auric Bidkin Response to Pre-Bid Queries – Bidder 2 Tender No. AITL/SBIA/2020-21/01
Page 3 of 4
Sl. No.
Volume/ Section of
Tender
Clause/ Item No.
Page No.
Subject Bidder’s Query Employer’s Response
B =Value of existing commitments and ongoing works to be completed during the next 5 months.
9. Vol 1: Part 6 Tender Forms
Annexure VI and VII
- Technical Capacity
Form
We understand that details of any one qualified project to be submitted in Annexure v, vi and
vii. Please confirm.
The conditions given in the Tender Document remain unchanged.
10. Vol 1: Part 2 Contract Data Sheet
12 - Project Start Date
We understand that project start date will be the date of agreement or Hand over of site which is later. Please accept.
The conditions given in the Tender Document remain unchanged.
11. Vol 4: Part 1 Price Schedule Price Schedule - O&M Cost
We understand that O&M charges shall be 2%of bid price. Please confirm.
O&M charges for the project shall be 1% of the bid price.
12. Vol 3: Part 3 General ICA Specification
3.2.2 - OFC Cable Kindly clarify the scope & arrangement of work for OFC cable laying and termination
Please refer tender document including but not limited to Vol 2: Part 1 – General Requirement, Vol 2: Part 4- Control Philosophy, Vol 3: Part 3 – General ICA Specification.
13. Vol-I; Part-2: Contract Data Sheet
17 - PBG
As per tender value of performance security is 10% of contract value. We request you to
consider the performance security of 5% of Contract value. Kindly accept.
The conditions given in the Tender Document remain unchanged.
AITL - Auric Bidkin Response to Pre-Bid Queries – Bidder 2 Tender No. AITL/SBIA/2020-21/01
Page 4 of 4
Sl. No.
Volume/ Section of
Tender
Clause/ Item No.
Page No.
Subject Bidder’s Query Employer’s Response
14. Vol-5; Part-1: Drawings - - Drawings
Following drawings are missing in tender.
Please provide the drawings.
1. General arrangement drawing
2. General layout
3. Plan & Profile drawing
Bidder to visit the site and obtain necessary information.
15. General - - GST Rate Please confirm the rate of GST applicable for this project.
Taxes shall be as Govt rules as on date of submission of bid.
Top Related