Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
Sl No Clause No Item Description Bidders Query EPI Reply
1 Page No- 23 & 43 of Vol-I Security deposit2% Security deposit is mentioned in page no 23 where as 5% security deposit is
mentioned in page no 43, Pl clarify.
Security Deposit Clause should be followed as per Additional Conditions of Contract
(Cl No:14) which takes precedence over the Clause mentioned in General Conditions
of Contract. Accordingly Security Deposit cum Performance Guarantee is 2%.
2 Page No- 23 & 44 of Vol-I Retention Money8% Retention money is mentioned in page no 23 where as 5% Retention money is
mentioned in page no 44, Pl clarify.
The Clause for Retention Money should be followed as per Additional Conditions of
Contract (Cl No:10) which takes precedence over the Clause mentioned in General
Conditions of Contract. Accordingly the Retention Money is 8%.
3 Clause No 13 page no.57 of Vol-I TaxesPl confirm that price shall be inclusive of GST + BOCW ( Labour cess) or without
GST + BOCW.
Price shall be inclusive of all Taxes, Levies, Cess & Duties etc including GST. Refer
Cl. No. 11.4 of Additional Conditions of Contract(ACC)
4 Clause No-11 page No-55 of Vol-I Water & Electricity Pl confirm that water & power shall be provided free of cost at site for erection
work.
The Clause no 47 & 75 of Additional Conditions of Contract is clarified itself.
Accordingly the Electricity & Water is to be arranged by the Contractor on his own
cost.
5 Clause No-11 page No-55 of Vol-I Material storagePl confirm that material storage space & security shall be provided by client free
of cost.
The Clause no 59 & 76 of ACC is clarified itself. Accordingly the material storage
space & security shall be arranged by the Contractor at his own cost.
6 Clause No 16, page no-59 of Vol-I Price Escalation/ Variation
We confirm that our price shall be valid for 8 moths (total completion period) for
this project. But if the project gets delay for any reason, then price variation
shall be applicable.
As per Clause no 8 of ACC it is already clarified that No price escalation is payable.
Pl consider bellow mentioned payment terms.
10% Advance against BG.
70% against supply of material at site pro rata bases.
15% against installation of material at site pro rata bases.
5% against handing over & commissioning.
8 Clause No 35. page no-65 of Vol-ISecure Advance against Non-
perishable materials.
As per the clause 75% of the material cost (as per the market value) shall be
release after certified by the EPI site engineer. Pl confide when will be get the
rest of the amount.
The clause no 35.0 of GCC at page no. 65 is deleted. In this regard please refer Cl.
No. 12 of page 5 of Additional Conditions of Contract that no secured advance
against non perishable materila is payable.
9 Vol-I Civil Work
Pl confirm that, Civil work like Fire Pump foundation work, electrical panel
foundation work, Chiller foundation work, core cutting, sealant work and major
civil work shall be provided free of cost
To be provided by the existing Civil Contractor working with EPI.
10 EMDPl confirm that we can the total amount of EMD @14,55,000/- in the form of
Bank Guarantee valid upto 150 days from the date of bid submission.Yes. You may refer details in the Clause No: 7 of NIT at page no. 8
Clause No-37, page no-66 of Vol-I Payment Terms7
Sub: Tender for “External & Internal Electrical works including Supply, Installation, Testing & Commissioning of Transformers, Electrical HT/LT Panels, Air-Conditioning & Firefighting Works for 1st Phase (B+G+IV) of Administrative Building
of New Town Kolkata Development Authority at Plot No. DG/13, Premises No. 04-3333, Action area 1D, New Town, Kolkata” of Estimated Value Rs.7.27 Crs.
DLI/CON/710/634
27.09.2018
Engineering Projects (India) Ltd
Contracts Division, CO, New Delhi
Ref: NIT No. DLI/CON/710/634 dated 04.08.2018.
Not accepted.
Please refer the payment terms which are already mentioned in Clause No: 31.0 of
page 13 of Additional Conditions of Contract
The Reply to Pre-Bid queries of the subject tender is listed below as Addendum No. 1 which shall be part of tender documents
Addendum No. 1
COMMERCIAL
Sl No Clause No Item Description Bidders Query EPI Reply
11 Bid Submission Requesting to increase the bid submission date till 10.09.2018Date of Bid submission has already been extended upto 04.10.2018. Refer
Corrigendum No. 4 dated 27.09.2018
12 Approved Make list Pl provide that approved make list for fire fighting system. The approved Make List is enclosed at Annexure-1
13 Civil WorkPl confirm that pump foundation for fire pumps shall be in client scope, we will
submit the foundation drawing.To be provided by the existing Civil Contractor working with EPI.
14 Sleves Civil work like sleves & core cutting shall be provides by client. To be provided by the existing Civil Contractor working with EPI.
15Vol-III Section-V BOQ Sl No-8,
page no-18Power Cable Pl confirm what shall we consider Aluminium / Copper cable. Aluminium Cable
16Vol-III Section-V BOQ Sl No-11,
page no-18CI Gate Valve
As per BOQ PN- 10 is mentioned for CI Gate valve and others valves are PN-16, pl
clarify.Please consider PN-16 for other valves
17Vol-III Section-V BOQ Sl No-20,
page no-19Non return valve Pl confirm the pressure rating for Non return valve. PN-10/16. Please consider PN-16.
18Vol-III Section-V BOQ Sl No-22.6
&22.7, page no-19Hose Cabinet
Pl confirm the size for Hose cabinet. As per standard manufacture norms hose
cabinet shall be of 18 gauge with 750mm x 600mm x 250mm.Confirmed
19Vol-III Section-V BOQ Sl No-28,
page no-19Flexible hose Pl confirm the length for flexible hose. Un Braided type 1000 mm length
20 Approved Make listPlease provide approved make list for all the items, few are mentioned in BOQ but
most of them are missing, like LT PanelsThe approved Make List is enclosed at Annexure-1
21 Civil WorkAll civil work will be done by you or any other agencies deputed by you, like cable
trench, foundation of transformer, DG & HT panels etc. Please confirm.To be provided by the existing Civil Contractor working with EPI.
22 BOQ item no: 49 Fire alarm panel We consider that the fire alarm panel will networkable over copper cable. Confirmed
23 BOQ item no: 49 Fire alarm panelInterface with SCADA/BMS - We will consider 1 no BACNET/ MODBUS gateway
for the purpose - Please confirm.Please consider 1 no MODBUS gateway along with Network control module
24 BOQ item no: 476 Watt Wall/ Ceiling mount
Speaker
Please confirm whether the Speaker is ceiling mount or wall mount as there are
cost difference between the itemsConsider Ceiling mounted Speaker only.
25 BOQ item no: 48250 watt amplifier with
microphone
Controller for Public address system is not mentioned against the item without
which the system will not be operational. Please conform whether we have to
consider 6 zone analogue type Controller for Public address system
Please consider as follows.
1. 6 Zone Controller - 1 no.
2. 6 Zone Call Station - 1 no.
3. 240 watt Amplifier - 1 no.
26 Make List Please provide make list for FDA & PA systems. The approved Make List is enclosed at Annexure-1
TECHNICAL
Electrical
Fire Fighting
Fire Alarm and Detection system
Sl No Clause No Item Description Bidders Query EPI Reply
TECHNICAL (BOQ)
27Section I
(Sub Station) BOQ S. no. 1
750 KVA, 3 phase ,
11/0.433KV, ONAN, indoor
type transformer
As per schedule, transformer rating is 750 KVA. But as per SLD transformer
rating is 1500KVA.
------ Please Clarify
750 KVA Transformer (as per schedule).
28Section I
(Sub Station) BOQ S. no. 12.1 & 12.2
3C x 240sqmm & 3C x
120sqmm 11.0 KV grade
XLPE/A Al. Conductor cable
i) As per SLD, HT cable rating is 3C x 150 sqmm 11KV XLPE/A Al. from WBSEB
VAB Panel to Consumer HT Panel and 3C x 120 sqmm 11KV XLPE/A Al. from HT
Panel to Transformer.
------ Please clarify among BOQ & SLD, which one will be followed.
ii) Whether these are 11KV grade 'Earth' cable or 'Un-Earth' cable.
i) HT cable rating is 3C x 240 sqmm 11KV XLPE/Al Ar. cable is to be used (as
specified in the schedule).
3C x 120 sqmm 11KV XLPE/A Al.Ar. cable from HT Panel to Transformer (as
specified in the schedule) is to be used.
Ii) 11KV grade earth cable is to be used.
29Section I
(Sub Station) BOQ S. no. 19
Main LT Panel i) As per schedule, Incomer is 2 Nos. 1250A, 50KA ACB. But As per SLD, the incomer is 3 Nos.
2500A 50 KA ACB.
------ Please Clarify
ii) As per schedule, 1 No. 1250A, TPN ACB as Bus coupler. But as per SLD the Bus coupler rating
& quantity is 2500A ACB - 3 Nos.
------ Please Clarify
iii) 3 Nos. 1000A TPN ACB is provided as outgoing as per SLD. But it is not mentioned in the
BOQ.
iv) As per schedule, 630A, 4P, 50KA, MCCB outgoing feeder is 05 Nos. But as per SLD, it is 03
Nos.
------ Please Clarify
v) As per schedule, 150A, 4P, 25KA, MCCB outgoing feeder is 02 Nos. But as per SLD, it is 01
No.
------ Please Clarify
vi) As per schedule, 100A, 4P, 25KA, MCCB outgoing feeder is 02 Nos. But as per SLD, it is 01
No.
------ Please Clarify
vii) As per schedule, 63A, 4P, 25KA, MCCB outgoing feeder is 04 Nos. But as per SLD, it is only
the 01 No.
------ Please Clarify
(i) Incomer is 3 Nos. 1250A, 50KA FP ACB with other specifications as per schedule.
(ii) 1 No. 1250A, 50KA TPN ACB as Bus coupler is tobe used as per schedule.
(iii) This is not required as mentioned in the BoQ.
(iv) 630A, FP, 50KA, MCCB outgoing feeder of 05 Nos. are required as mentioned in schedule.
(v) 150A, 4P, 25KA, MCCB outgoing feeder of 02 Nos are required as mentioned in the schedule.
(vi) 100A, 4P, 25KA, MCCB outgoing feeder of 02 Nos. are required as mentioned in the
schedule.
(vii) 63A, 4P, 25KA, MCCB outgoing feeder of 04 Nos. are required as mentioned in the
schedule.
30Section II (Generator & AMF Panel) BOQ S.
no. 4
DG Set & AMF Panel i) As per schedule, DG Set capacity is 750 KVA whether as per SLD, it is 1500
KVA.
------ Please Clarify
ii) For AMF Panel, Incomer rating is 1250A, 50KA 4P ACB as per schedule. But
as per SLD, it is 2500A 4P ACB.
---------Please Clarify
iii) Kindly provide the detail of exhaust system i.e size of pipe, length of pipe etc.
i) DG Set capacity is 750 KVA as mentioned in the schedule.
ii) For AMF Panel, Incomer rating is 1250A, 50KA FP ACB as mentioned in the
schedule.
iii) The Exhaust System should have the size and length as per the specification of
OEM / Pollution Control Board considering the Building height as 25 mtr.
31Section III (Air-Conditioning
System)BOQ S. no. 4
VRF Main Panel i) As per Schedule, Outgoing feeder is 63A, 4P, 10KA, MCB whereass as per
SLD, it is 63A, 4P, 25KA, MCCB.
--------Please Clarify
i) Outgoing feeder is 63A, FP, 10KA, MCB as mentioned in the schedule.
32Section III (Air-Conditioning
System)BOQ S. no. 4.4
Basement Ventilation Panel i) As per schedule, 7 Set of 32A, 4P, 25KA MCCB has been provided for Jet Fan.
But as per SLD, 6 Set of 32A MCCB has been provided.
------Please Clarify
ii) All the outgoing feeder has been provided along with DOL starter as per BOQ.
But the same is not indicated in SLD.
i) 7 Set of 32A, FP, 25KA MCCB is required for Jet Fan as mentioned in the
schedule.
ii) All the Outgoing feeder are to be provided with DOL starter as mentioned in the
schedule.
33 Section V (Fire) BOQ S.no. 7
Fire protection panel i) As per schedule, 2 Nos. 250A, TP MCCB as outgoing but as per SLD, quantity
is 3 Nos.
--------Please Clarify
ii) As per schedule, 1 No. 32A, TP MCCB as outgoing but as per SLD, quantity is 2
Nos.
--------Please Clarify
i) 2 Nos. 250A, TP MCCB as outgoing feeder are to be provided as mentioned in the
schedule.
ii) 1 No. 32A, TP MCCB as outgoing feeder is to be provided as mentioned in the
schedule.
34 Section Vol III (Abstract)Vol III (Abstract) There is error in the actual Total Abstract Value of the tender Revised Abstract is enclosed at Annexure -2
All other terms & conditions shall remain unchanged.
ED(Contracts)
27.09.2018
Annexure-2
Engineering Projects (India) Ltd.
(A Govt. Of India Enterprise)
Abstract Sheet (Revised)
Tender No: DLI/CON/710/634 dtd. 04.08.2018
Tender for “External & Internal Electrical works including Supply, Installation, Testing & Commissioning of Transformers, ElectricalHT/LT Panels, Air-conditioning& Fire Fighting works for 1st Phase (B+G+IV) of Administrative Building of New Town Kolkata Development Authority at Plot No. DG/13, Premises No.04-3333, Action Area – 1D, New Town Kolkata”.
Sl. No. Item Description Value(in Rs.)
1 HT Sub-Station 10973060.42
2 Generator & AMF panel 9619588.29
3 Air condition system with VRF 24635119.00
4 Compound Lighting 5470262.29
5 Fire 14812025.25
Total 65510055.25
Add Tender Premium-1 @ 8.44% 5529048.66
Total 71039103.91
Add Tender Premium-2 @ 0.40% 284156.42
Total 71323260.33
Add Tender Premium-3 @ 2.00% 1426465.21
Total 72749725.54
Total Value Say= 7,27,49,725.00
Total Estimated Value: Rupees Seven Cores Twenty Seven Lakh Forty Nine Thousand Seven Hundred Twenty Five Only.
Note : The quoted price by the bidder shall be inclusive of all taxes and duties including GST