clarifications to pre-bid queries tender: section & clause

13
Sr. No. Tender: Section & Clause detail Queries/ comment of the bidder Reply/ Clarification by the Employer 1 Volume- I Clause No 3.1.02 of Section-V Kindly share this Consultant's Report on the Existing Installed System at 40 Hectare Coal Yard Area, which will help to understand the requirements for Sprinkler Position and Numbers in new project .as per site requirements. Its an internal document for internal purpose of DPT and hence cannot be shared. The bidder may carry out his own study for the work, if required. Further, all the Requirements related to the specifications and minimum requirements are mentioned in the Technical Scope Matrix in Volume-II 2 Volume - I Clause No -GCC 15.1.e of Section- VII SCC (i) We request acceptance of Payment on Pro rata Basis on submission and approval of all design documents, drawings, operation & maintenance plan and all other documents as required in Chapter – 2 of Volume - II : 01% of Accepted Contract Amount for BOQ Part-I, Sr. No. 1 & 2 and, 01% for BOQ, Part-I Sr. No. 3 & 4 respectively. ii) We request you to kindly accept 70% of Accepted Contracted amount of respective item of BOQ, Part-I and payment on Pro-rata basis for the components of each item of BOQ, Part- 1. iii) We request you to kindly accept 19% Accepted Contract Amount of respective item of BOQ, Part-I and payment on Pro-rata basis for installation/construction/erection of each item of BOQ, Part-1 iv) We request you to kindly accept : On testing, satisfactory trail-runs, acceptance of Commissioning of each system as per Sr.no. 1-4 of BOQ, Part- 1 by the Employer’s Representative/ TPIA as per the technical specification and terms and conditions specified in the Contract: 10% of Accepted Contract Amount of BOQ-1 Payment shall be done on Pro-rata basis on the BOQ items breakup for the Stage wise payment as per payment terms mentioned in SCC Clause 15.1. As mentioned in Section-VII, GCC 15.1 F) and Sec-IV Form-9 c), the successful bidder is required to furnish Schedule A - Items of Work, containing the breakup of detailed components of each BOQ (Part -1) item, rate & their quantities matching the amount quoted in the BOQ, for payment purpose. For Payment terms Tender Conditions Hold Good. 3 Volume-II Clause No- 2.1.4 of Employer’s requirement and Design Basis We understand that Bidder need to lay underground Power Cable of maximum 1 Km. length in single route from Existing Substation at 34 Hectare Yard to Pump Room. Kindly confirm our understanding. Tender Condition holds good. 4 Volume-II Clause No- 2.1.4 of Employer’s requirement and Design Basis We understand that Existing Substation is located at 34 Hectare area which is maximum 1 Km. distance from proposed Pump House. Kindly confirm our understanding. Please Refer reply to the Quey No 3 of the above 5 Volume-II Clause No- 2.1.5.1.a of Employer’s requirement and Design Basis We understand the scope mentioned in this clause is limited to Coal Dust Suppression Sprinkler System only. Kindly confirm our undersntanding. Please Refer Clause No 2.1.5.1.a) of Volume II Design and engineering hold complete scope i.e design and engineering of plant and equipment, technological structures and non-standard equipment, piling, if required, and civil work, excavation for foundation, building structures, electrics, instrumentation, automation, and power system for the entire plant. Clarifications to Pre-Bid Queries Pre-bid Meeting held on 13.08.2021 at 1530 hrs In the chamber of CME at Gandhidham, for Tender No. MS/WK/4046 Tender for: 'Supply, installation, testing & commissioning of Sprinkling System for coal dust suppression in 34-hectare coal yard with five Years Operation & Comprehensive Maintenance Contract'

Upload: others

Post on 21-Oct-2021

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Clarifications to Pre-Bid Queries Tender: Section & Clause

Sr.

No.

Tender: Section & Clause

detailQueries/ comment of the bidder Reply/ Clarification by the Employer

1Volume- I Clause No 3.1.02

of Section-V

Kindly share this Consultant's Report on the Existing Installed System at 40 Hectare Coal

Yard Area, which will help to understand the requirements for Sprinkler Position and Numbers

in new project .as per site requirements.

Its an internal document for internal purpose of DPT and hence cannot be shared. The bidder

may carry out his own study for the work, if required. Further, all the Requirements related to

the specifications and minimum requirements are mentioned in the Technical Scope Matrix in

Volume-II

2Volume - I Clause No -GCC

15.1.e of Section- VII SCC

(i) We request acceptance of Payment on Pro rata Basis on submission and approval of all

design documents, drawings, operation & maintenance plan and all other documents as

required in Chapter – 2 of Volume - II : 01% of Accepted Contract Amount for BOQ Part-I, Sr.

No. 1 & 2 and, 01% for BOQ, Part-I Sr. No. 3 & 4 respectively.

ii) We request you to kindly accept 70% of Accepted Contracted amount of respective item of

BOQ, Part-I and payment on Pro-rata basis for the components of each item of BOQ, Part- 1.

iii) We request you to kindly accept 19% Accepted Contract Amount of respective item of

BOQ, Part-I and payment on Pro-rata basis for installation/construction/erection of each item

of BOQ, Part-1

iv) We request you to kindly accept : On testing, satisfactory trail-runs, acceptance of

Commissioning of each system as per Sr.no. 1-4 of BOQ, Part- 1 by the Employer’s

Representative/ TPIA as per the technical specification and terms and conditions specified in

the Contract: 10% of Accepted Contract Amount of BOQ-1

Payment shall be done on Pro-rata basis on the BOQ items breakup for the Stage wise

payment as per payment terms mentioned in SCC Clause 15.1. As mentioned in Section-VII,

GCC 15.1 F) and Sec-IV Form-9 c), the successful bidder is required to furnish Schedule A -

Items of Work, containing the breakup of detailed components of each BOQ (Part -1) item,

rate & their quantities matching the amount quoted in the BOQ, for payment purpose.

For Payment terms Tender Conditions Hold Good.

3

Volume-II Clause No- 2.1.4

of Employer’s requirement

and Design Basis

We understand that Bidder need to lay underground Power Cable of maximum 1 Km. length in

single route from Existing Substation at 34 Hectare Yard to Pump Room.

Kindly confirm our understanding.

Tender Condition holds good.

4

Volume-II Clause No- 2.1.4

of Employer’s requirement

and Design Basis

We understand that Existing Substation is located at 34 Hectare area which is maximum 1

Km. distance from proposed Pump House.

Kindly confirm our understanding.

Please Refer reply to the Quey No 3 of the above

5

Volume-II Clause No-

2.1.5.1.a of Employer’s

requirement and Design

Basis

We understand the scope mentioned in this clause is limited to Coal Dust Suppression

Sprinkler System only.

Kindly confirm our undersntanding.

Please Refer Clause No 2.1.5.1.a) of Volume II Design and engineering hold complete scope

i.e design and engineering of plant and equipment, technological structures and non-standard

equipment, piling, if required, and civil work, excavation for foundation, building structures,

electrics, instrumentation, automation, and power system for the entire plant.

Clarifications to Pre-Bid Queries

Pre-bid Meeting held on 13.08.2021 at 1530 hrs In the chamber of CME at Gandhidham, for Tender No. MS/WK/4046

Tender for: 'Supply, installation, testing & commissioning of Sprinkling System for coal dust suppression in 34-hectare coal yard with five Years Operation & Comprehensive Maintenance Contract'

Page 2: Clarifications to Pre-Bid Queries Tender: Section & Clause

6

Volume - II Clause No-

2.1.5.3.b of General Scope

of Work

We understand the scope mentioned in this clause is limited to Coal Dust Suppression

Sprinkler System only.

Kindly confirm our understanding.

The scope pertains for Coal Dust Suppression systems related to Painting of all plant and

equipment and structures to be installed by the successful bidder at 34 Hectares area.

7

Volume - II Clause No-

2.2.2. Sr No.(v) Broad

technical parameters for the

Turnkey work

We understand that the Structural Platform adjacent to DSS Sprinkler is acceptable to Client.

Kindly confirm our understanding.

Tender Condition holds good.

8

Volume - II Clause No- 2.03

Sprinklers Bullet No. 13

Broad technical parameters

for the Turnkey work

We understand that the 2 Nos. of 150 NB MS ERW Pipes having 1.5 mtr. height with concrete

filling inside infront of the DSS Sprinkler are acceptable as a Bollard in this project. Out of 1.5

mtr. height, the 0.5 mtr. height will be underground.

Kindly confirm our understanding.

Tender Condition holds good.

9

Volume - II Clause No- 2.04

Sprinklers Bullet No. 06

Broad technical parameters

for the Turnkey work

Kindly share the drawing by highlighting the Paved Area to consider the construction of the

RCC Trench for underground pipes.

Please refer Cl. No. 2.10 Vol-II bullet no. 4, where it is clearly mentioned that, the successful

bidder is required to submit the detailed drawings and design of the structural foundations for

approval of the DPT before commencement of work.

10

Volume - II Clause No- 2.05

Sprinklers Bullet No. 03

Broad technical parameters

for the Turnkey work

We understand that HDPE conduit pipe are acceptable in this project.

Kindly confirm our understanding.

Yes, HDPE conduit Pipe can also be used for laying the cables inside the plot

11

Volume - II Clause No- 2.10

Civil Structure works Bullet

No. 01 Broad technical

parameters for the Turnkey

work

Kindly share the details of the Air Conditioning required inside the Pump House.Dust & temperature control is already mentioned in the refrenced clause please. AC of suitable

capacity is also a requirement.

12

Volume - II Clause No 3.1

(B) Pipe and Fittings Sr No

1.5 Tentative

Technical specifications of

the equipment’s and

materials

We understand that the minimum pipe thickness for 200 NB pipe (6.3 mm.), for 3000 NB pipe

(7.1 mm) and for 350 / 400 NB pipe (8.0 mm) shall be required. Hence, Bidder to select the

next higher size pipe thickness for respective size of pipes for 200 NB & higher pipe sizes.

Kindly confirm our understanding.

Please refer relevant IS Codes for Pipe Tolerances of the different sizes.

13

Volume - II Clause No 3.4

Approved Vendor List Sr No

9 Tentative

Technical specifications of

the equipment’s and

materials

We are requesting you to add the following mentioned make in the Fitting:-

1. Montex

Tender Condition holds good. If none of the make/ brands as mentioned in the list are

available in the market then the department may accept an equivalent make/ brand subject to

the contractor producing a letter of non-availability from the manufacturer only.

Page 3: Clarifications to Pre-Bid Queries Tender: Section & Clause

14

Volume - II Clause No 3.4

Approved Vendor List Sr

No12

Tentative Technical

specifications of the

equipment’s and materials

We are requesting you to add the following mentioned make in the Fitting:-

1. Zed Valves (EIL Approved vendor)

Tender Condition holds good. If none of the make/ brands as mentioned in the list are

available in the market then the department may accept an equivalent make/ brand subject to

the contractor producing a letter of non-availability from the manufacturer only.

15

Volume - II Clause No 3.4

Approved Vendor List Sr

No13

Tentative Technical

specifications of the

equipment’s and materials

We are requesting you to add the following mentioned make in the Fitting:-

1. Zed Valves (EIL Approved vendor)

Tender Condition holds good. If none of the make/ brands as mentioned in the list are

available in the market then the department may accept an equivalent make/ brand subject to

the contractor producing a letter of non-availability from the manufacturer only.

16

Volume - II Clause No 3.4

Approved Vendor List Sr

No14

Tentative Technical

specifications of the

equipment’s and materials

We are requesting you to add the following mentioned make in the Fitting:-

1. Zed Valves (EIL Approved vendor)

Tender Condition holds good. If none of the make/ brands as mentioned in the list are

available in the market then the department may accept an equivalent make/ brand subject to

the contractor producing a letter of non-availability from the manufacturer only.

17

Volume - II Clause No 3.4

Approved Vendor List Sr No

52 of Tentative

Technical specifications of

the equipment’s and

materials

We are requesting you to add the following mentioned make in the Fitting:-

1. F Harley

Tender Condition holds good. If none of the make/ brands as mentioned in the list are

available in the market then the department may accept an equivalent make/ brand subject to

the contractor producing a letter of non-availability from the manufacturer only.

18

Volume - II Clause No 3.1

(L) Sprinklers

Tentative Technical

specifications of the

equipment’s and materials

Kindly provide the detailed Data Sheet / Specfication of the Sprinklers which defines required

throw range (in mtr.), minimum pressure reqd., etc. complete

Please refer Clause No 2.03 Sprinklers for Specifications. Jet length of each sprikler of 3636

LPM @ 9 bar should be 90 metres.

19Volume - I Form-9 BOQ

PART 2 of Section IV

During operation & maintenance period, for system operation needs huge water supply and

same shall be made by Tankers, consumption of fuel shall be huge. As market of fuel/oil is

very volatile we would request you to include price variation (+/-) clause in contract and

proposing same shall be in your account.

Tender Condition holds good.

20Volume - I Clause No- 2.1.3

of Section III

The value of works executed as mentioned in your Pre qualification seems to be very high.

Though we will be able to qualify but request to kindly review the same.Tender Condition holds good.

Page 4: Clarifications to Pre-Bid Queries Tender: Section & Clause

21

Volume - 1 NIT Explanatory

Notes for JV Sr No 1 &

Section - II (TIS) Clause

No.ITT 38.1

Regarding Joint venture you have mentioned in your tender the below line,

“Only no of work orders executed by members of JV shall merged to evaluate experience.”

- We would request for further clarification for the same. Are we eligible if we submit

experience of one work order of the value Rs.1124.53L and the other members of JV submit

another work order of same/greater value?

- Further can any of the JV partner fulfill the criteria by submitting work of Fire fighting system

or only sprinkling system.

- What kinds of documents are required to be submitted if the Bidder intends to bid through "

Joint Venture" route to fulfill the qualification criteria ? Is it only as per the following : 1) FORM

5 titled "JOINT VENTURE PARTNER INFORMATION FORM",

2) FORM 16 titled " PROFORMA OF JOINT VENTURE /CONSORTIUM AGREEMENT " 3)

FORM 16, ANEEXURE A titled "PROFORMA OF POWER- OF-ATTORNEY FOR LEAD

MEMBER OF JV/ CONSORTIUM"

4) FORM 16, ANEEXURE B titled FORMAT FOR DETAILS OF CONSORTIUM MEMBERS

Please Refer Clause No ITT 38.1 of Section II (TIS) for complete information of JV bidding.

Please Refer NIT & Sec-III 2.1 Sr. No. 4 for the definition of similar works..

Please refer Cl. No.ITT 38.1 of Sec-II and Sec-III, and also Sec-IV for Tendering for JV/

Consortium. Further, relevant clauses of JV/ Consortium in tender holds good.

22

Volume - II Clause No 3.4

Approved Vendor List Sr No

52,60,59, of

Tentative Technical

specifications of the

equipment’s and materials

List of Approved makes for some components are very limited. For eg… For sprinklers only

one Indian party is approved; for solenoid box only one supplier ie. Eagle is approved.

Similarly for the Junction box only Eagle is approved. Request you to kindly approve some

more Indian parties in all this sections.

Tender Condition holds good. If none of the make/ brands as mentioned in the list are

available in the market then the department may accept an equivalent make/ brand subject to

the contractor producing a letter of non-availability from the manufacturer only.

23Volume - II Clause No 2.03

Bullet No.02

In Volume-II of your Tender document under clause 2.03 you had mentioned the sprinklers

capacities of 3636 Lpm @ 9 bar Pressure. This seems to be very high and request you to

please kindly review or give free hand to the suppliers to select the capacities themselves.

Tender Condition holds good.

24Volume - II Clause No 2.2.1

Bullet No 11

The pump house locations mentioned by you in clause no-2.2.1 of Vol-II is “ Near Static tank -

15” This area is not clear in the drawing given with the tenders. You have also mentioned that

the co-ordinates are to be finalized later. Please appreciate that without fixation of pump

house location the total piping layout cannot be estimated. Please clarify.

Please refer Drawing No M1-005 General Arrangement for Pumphouse and Water tank. Also

Space adjacent to Static tank -15 shall be used for constuction of Pumphouse.

25Volume - II Clause No 2.04

Bullet No 1

In clause no 2.04 it is mentioned that the dedicated sprinkler pumps are to be installed at

pump house adjacent to water tanks. We are not clear about the location. Is it the same as

stated above i.e Near Static tank -15

Please refer the reply to the Query No 24 above

26 Volume - II Clause No 3.1 L

In clause no 3.1-L a photograph with operating figures of a sprinkler is given. It seems to be a

catalogue page of one of the approved sprinkler manufacturer. Request to kindly clarify as

these are different for different sprinkler manufactures.

The technical specification figure in the clause is for required minimum technical

specifications.

Page 5: Clarifications to Pre-Bid Queries Tender: Section & Clause

27Volume - II Clause no 2.2.1

Bullet No 12

In Clause no 2.2.1 Vol-II, the plot areas with dimensions are mentioned. The stockpile heights

for each of the plots are to be known to design coverage of the sprinklers.

Max. stockpile height of coal in each plot to be considered as 10 m for deisgn of sprikling

height with clearances.

28 Volume - II Clause No 2.07 We presume that our scope will start from the Tank inlet and the water to the inlet of the tank

is to be supplied by you. Please clarify whether our assumption is right or not.

Please Refer Clause Nos 1.11, 2.1.4, 3.6.1 of Volume- II for the arrangement of water for the

project

29Volume- II Clause No 5.4.6

Sr No (g)

In clause no 5.4.6. pt no g) of vol-II it is mentioned that 75% of the guaranteed capacity has to

be achieved. We presume that these capacities are the capacities of the pumps and the

output capacities of the sprinklers. Please clarify if any other guaranteed parameters are to be

achieved or not.

This capacity depicts the minimum requirements for the smooth functioning of the Coal Dust

Suppression systems as per scope of work mentioned in the tender. Refer Clause No. 2.1.5.5

& 5.4.6 of Vol-II in this regard.

30 Volume- II Clause No. 4.2.1

The painting specifications as mentioned in clause no 4.2.1, are related to pipes, pipe fittings

and pipe supports. Please specify if any painting specifications are to be followed for other

non pipe items.

Please Refer Clause No 4.2 of Vol-II for painting codes & standarad.

31 Volume - II Clause 3.6

The tender asked for 5(Five) years of operation and maintenance work. Please clarify the start

date of O&M works. Will it be from the date of commission or from the expiry of the warranty

period.

Please Refer Clause No 3.6.6 of Vol-II.

32Volume -I Section VII GCC

27.1 to 27.7

In clause no GCC 27.1-27.7 under Section VII( SCC) , the warranty period is mentioned to be

valid upto 12 months from the date of acceptance of the work. In case of any delay of

acceptance due to no fault of F.Harley the warranty should be link also with 18 Months from

the date of last supply, whichever is earlier. Please clarify.

The warranty will be accounted after successful commissioning and handing over of the work

and/or services for O&M by DPT.

33Volume - I Section VII GCC

26.1

In clause no GCC 26.1 under Section VII( SCC), The LD is levied @ ½ % of the contract value

per week to a maximum of 10% of the contract price. It is also mentioned in point no 5) of the

same clause about the termination of the contract and LD levied therein. In case of

termination with mutual agreement, generally LD or Forfeiting of Security deposit is not

applicable. Please clarify.

Tender Condition holds good.

34Volume - I Section VII GCC

15.1

In Clause no GCC 15.1 under Section VII ( SCC) the terms of payments schedule is not clear

to us. Schedule of Payments as we understand is as follows:

a. 1% Against submission & Approval of Drawings b. 65% Against Supplies c. 20% Against

Erection d. 14% Against Commissioning

Please confirm whether payments against a, b &c will be on Prorata Basis as per approved

Billing Break Up Schedule. Please also confirm whether the Bidder can propose different

Payment Terms.

Please refer Volume - I Clause No -GCC 15.1.e of Section- VII SCC and reply to query no. 2

above for payment terms.

35Volume - II Section VII GCC

25.2, 25. & 25.5

Clause No GCC 25.2, 25.3 & 25.5, SCC. Section VII, Page No 141 regarding the points of

inspection the clause is contradictory to Clause No 5.0, Section V, Page 89 to 92 ( Part -2,

Supply Requirements ). This needs clarification.

Tender Condition holds good. Clause No GCC 25.2, 25.3 & 25.5, SCC. Section VII is

regarding TPIA engaged / to be engaged by the bidder/ manufacturer for the internal

inspection of works and materials confirming their internal quality policy, whereas, Clause No.

5.0 Sec-V is regarding the scope of TPIA engaged by employer (DPT) for inspection of the

scope of work.

Page 6: Clarifications to Pre-Bid Queries Tender: Section & Clause

36

Volume - II Clause No 2.10

& 7.0 Sr No. 07 Drawing No

M1-007- C02

Based on Volume II, Sr 2.10 of the tender document as well as Drawing # MI-007- C01/02

provided with the tender, we understand that a RCC constructed water storage tank has been

envisaged. In lieu of the same, we propose to design, supply. install, test & commission 2 nos.

x 500 M3 capacity pre-fabricated metal tanks suitable for the corrosive nature of the site.

These tanks are widely used by us for several applications and have proven to be durable and

very low on maintenance cost in the long run.

The bidder may opt the same. The information, size, specifications, & dimensions mentioned

in the tender Volume and drawings, are indicative only. Please refer Clause No. 3 sub-clause

1.03 of Section-V, Vol-I , and, 2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of

Vol-II in this regard.

37

Volume - II Clause No 2.10

& 7.0 Sr No. 07 Drawing No

M1-007- C02

In continuation to the above query, since the tanks proposed are pre-fabricated and shall be

mounted at the finished floor level with necessary concrete foundations, the pump room shall

also be constructed at the similar level so as to ensure that the suction to the pump sets is

positive and always flooded.

The information, size, specifications, & dimensions mentioned in the tender Volume and

drawings, are indicative only. Please refer Clause No. 3 sub-clause 1.03 of Section-V, Vol-I ,

and, 2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of Vol-II in this regard.

38 Volume - II Clause 3.6

Based on Volume II, Sr 3.6 of the tender document, we understand that after successful

supply, installation, testing & commissioning of the plant, the system is to be run by us for a

period of 5 years and fresh water arrangements are to be made by us on a regular basis to

ensure that the 2 ns. X 500 M3 reservoirs are always full & available for operation of the

sprinkler nozzles as per the designed cycle time. The tender document suggests that this

arrangement of fresh water be carried out by water supply tankers regularly throughout the

period of the CAMC. In lieu of the above. our proposal is to have an independent, fully

automatic, low maintenance desalination plant installed adjacent to the proposed pump house

and water reservoir. The feed to the desalination plant shall be done through a dedicated bore

well. The water shall be desalinated and pumped to both the reservoirs. This method shall

eliminate the to depend on external water tankers, additional water transfer pumps and its

paraphernalia. The entire system would work seamlessly & efficiently ensuring round the clock

service.

If intended by the bidder, Desalination plant with its dedicated bore-well(s) & filtering system of

the required capacity for fresh water supply may be installed conforming/ complying the

Environmental norms, well within the Pump house area in the 34-Hectare yard at his own risk

& cost, subject to compliance of the respective tender conditions and payment of applicable

land lease rent well in advance and electricity charges for such system with its escalation from

time to time. In such case, it shall be complete responsibility of the contractor to obtain

necessary clearances/ permission from statutory bodies, if any, and to fulfill the fresh water

requirement during the tenure of the contract as in scope of work mentioned in Vol-I & II. The

successful bidder, if intends to install the desalination plant shall submit the proposed layout &

design/ drawing for the approval as per Clause No. 3 sub-clause 1.03 of Section-V, Vol-I , and,

2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of Vol-II, and shall commence the

same only after due approval of the layout. The complete Installation and O&M cost of the

such facility shall be borne by the contractor and DPT will not pay any additional cost towards

it. Also, the discharge from such system shall be disposed to the nearby area allocated for the

purpose as per the direction of DPT.

This system will not absolve the contractor for performing his scope of work as mentioned in

the tender volumes.

Further, the bidder shall be responsible for any damage caused by the desalination plant with

its borewell(s) in the vicinity and shall pay the demmurage as justified by TPI, if any. After

completion of the tenure of the contract, the contractor may take away the system by

dismantling the same at his own risk & cost.

39Volume - II Clause No 3.1

(A) Sr No 1.3

Based on system specification provided with the tender documents, pump sets of 273

Cu.m/hr have been selected in a combination of 2 working sets + 1 standby set. Please clarify

whether we can provide a pump set to deliver the required flow & pressure of the nozzle as

per the tender specification with a 1 larger capacity working pump + 1 standby

The information, size, specifications, & dimensions mentioned in the tender Volume and

drawings, are indicative only. Please refer Clause No. 3 sub-clause 1.03 of Section-V, Vol-I ,

and, 2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of Vol-II in this regard.

40Volume - II Clause No 3.5

Point No 6

Please clarify whether an updated soil investigation report and water analysis report is

available with your department for reviewPlease refer Clause No. 1.9, 2.10 bullet no. 3 & 5 of Vol-II.

Page 7: Clarifications to Pre-Bid Queries Tender: Section & Clause

41 Volume - II Clause No 1.11

Please clarify whether the use of potable or fresh water required for

feeding the water tanks is to be mandatorily arranged by means of water tankers from external

sources? May we propose the provision of a self

sufficient desalination plant along with a bore well unit in the similar

vicinity of the water sprinkling system? This plant can work on a

standalone basis and ensure the required quantity of water to the

sprinkling system at all times.

Please refer reply to the query no. 38 above.

42Volume - II Clause No 2.10

& 2.1.5.1

Please clarify whether ROC tanks are to be mandatorily constructed for

storage of water? May we propose alternate storage methods that are friendly to the corrosive

environment around the port? The use of pre fabricated metal tanks treated for corrosion is

recommended by us. Kindly confirm your acceptance for the same.

Please refer reply to the query no 36 above.

43Volume - II Clause No 3.4

Approved Vendor List

Please clarify whether alternate makes for certain products other than those as specified in

the approved vendor list could be offered? We shall

provide all necessary approvals, certifications etc to support our proposal.Please refer reply to the query no 22 above.

44

Volume - II Clause No 2.10

& & 7.0 Sr No. 6,7

Drawing No M1-007- C01

Drawing No M1-007- C02

The tender document as well as Drawing # M1-007-001/02 provided with the tender, we

understand that a RCC constructed water storage tank has been proposed. We propose to

design, supply, install, test & commission 2 nos. x 500 M3 capacity prefabricated metal tanks

suitable for the corrosive nature of the site. The proposed tanks shall be mounted above

ground on RCC Raft foundations suitably designed for the loads. These tanks are more

durable and very low on maintenance cost in the long run. We request you to share the soil

analysis report along with the sub soil water analysis report.

Please refer reply to the query no 36 above.

45 Volume - II Clause No 2.10

In continuation to the above query, since the proposed tanks are prefabricated and shall be

mounted at the finished floor level with necessary RCC foundations, the pump room shall also

be constructed at the similar level to ensure that the suction to the pump sets is positive and

always flooded.

Please refer reply to the query no 37 above.

46 Volume - II Clause 3.6

Based on Volume II, Sr 3.6 of the tender document, we understand that after successful

supply, installation, testing & commissioning of the plant, the system is to be run by us for a

period of 5 years and freshwater arrangements are to be made by us on a regular basis to

ensure that the 2 ns. X 500 M3 reservoirs are always full & available for operation of the

sprinkler nozzles as per the designed cycle time. The tender document suggests that this

arrangement of fresh water be carried out by water supply tankers regularly throughout the

period of the CAMC. In lieu of the above, we propose to have an independent, fully automatic,

low maintenance desalination plant installed adjacent to the proposed pump house and water

reservoir. The feed to the desalination plant shall be done through a dedicated bore well. The

water shall be desalinated and pumped to both the reservoirs. This method shall eliminate the

need to depend on external water tankers, additional water transfer pumps and its

paraphernalia. The entire system would work seamlessly & efficiently ensuring round the clock

service.

Please refer reply to the query no 38 above.

Page 8: Clarifications to Pre-Bid Queries Tender: Section & Clause

47

Volume - I Section-II Clause

No- ITT 38.1 & TENDERING

FORMS of SECTION-IV

What kinds of documents are required to be submitted if the Bidder intends to bid through "

Joint Venture" route to fulfill the qualificatin criteria ? Is it only as per the following :

1) FORM 5 titled "JOINT VENTURE PARTNER INFORMATION FORM",

2) FORM 16 titled " PROFORMA OF JOINT VENTURE /CONSORTIUM AGREEMENT "

3) FORM 16, ANEEXURE A titled "PROFORMA OF POWER- OF-ATTORNEY FOR LEAD

MEMBER OF JV/ CONSORTIUM"

4) FORM 16, ANEEXURE B titled FORMAT FOR DETAILS OF CONSORTIUM MEMBERS

Please refer reply to the query no 21 above.

48Volume - I Clause No -GCC

15.1.e of Section- VII SCC

Client to confirm whether payments against 1,2 & 3 will be on Prorata Basis as per approved

Billing Break Up Schedule. Client is also to confirm wherher the Bidder can propose different

Payment Terms.

Please refer reply to the query no 34 above.

49

Volume - I Clause No - GCC

25.2,25.3 & 25.5 &Clause

No 5.0, Section V

This clause is contradictory to Clause No 5.0, Section V, Page 89 to 92 ( Part -2, Supply

Requirements ). This needs clarification.Please refer reply to the query no 35 above.

50

Volume - I Clause No 3.07

(b) & Volume - II Clause No

1.1 & 2.11.2 (b)

Please clarify whether construction power will be provided by DPT free of cost or in

contractor scope as the referred clauses are contradicting each other.

Please refer clause No. 3.07 b. Sec-Vof Vol-I, Clause No. 1.10 & 2.1.4 of Vol-II for provision of

Electriicty. Clause No. 2.11.2 pertains to Temporary works, if any, required by the contractor.

51 Volume - II Clause No 2.1.1 Kindly clarify the scope of ducting involved in this system. Please refer Clause No. 2.04 bullet nos. 3 to 6 and 2.05 bullet no. 3 of Vol-II.

52 Volume - II Clause No 2.1.2

It is given as IS approval is required as per Clause No.2.1.2, however as per your datasheet

the following approvals are required

D.GATE VALVE - DESIGN STANDARD - BS5150

E.GLOBE VALVE - DESIGN STANDARD - BS5150

F. NON RETURN VALVE - DESIGN STANDARD - BS 5153

H. BUTTERFLY VALVE - DESIGN STANDARD - BS5155

We understand we have to supply the materials complying to the specifications mentioned in

the above datasheet and IS Standards, wherever available, In case of non availability as per

IS Standards, we can go with the standards mentioned in your Datasheet. Please confirm.

Pleasse refer Clause No 2.1.2 of Vol-II.

53 Volume - II Clause No 2.2.1

We understand that the system is designed & installed considering only storage yards

mentioned. The hoppers, crushers and conveyors etc are not considered in our scope of work

or approval

The understanding is correct.

54 Volume - II Clause No 2.2.1

We understand that the system is to designed & installed considering only storage yards

mentioned in clause no.2.2.1- Plot A1, A2, A3, B1, B2, B3, C1, C2, C3 of 34-Ha yard.

The hoppers, crushers and conveyors, etc are not to be considered in the scope of Dust

Suppression System . Please confirm.

The understanding is correct.

55Volume - II Clause No 3.1

(L)

The details of the sprinklers given in pg no. 45 is not clearly visible. Kindly provide the clear

Datasheet of Dust Suppression SprinklersThe indicative datasheet is attached in Annexure-1.

Page 9: Clarifications to Pre-Bid Queries Tender: Section & Clause

56 Volume- II Clause No 2.03

a) We understand that the Globe Valve mentioned here is used isolation for maintenance of

sprinklers. Kindly clarify the requirement of Globe valve instead of Gate Valve for isolation of

each sprinklers

b) Kindly provide the size of Isolation Valve & Solenoid Valve to be considered for each

Sprinkler.

c) Kindly provide the Datasheet of Solenoid Valve

The information, size, specifications, & dimensions mentioned in the tender Volume and

drawings, are indicative only. Please refer Clause No. 3 sub-clause 1.03 of Section-V, Vol-I ,

and, 2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of Vol-II in this regard.

57

Volume - II Clause No

2.03,2.2.2 XI, Drawings

Part Drawing no M1-002

Rev 0, Clause No 2.10

As per referred Clause No.2.03, Flow through each Sprinkler is given as 3636lpm ( 218.16

m3/hr.).

No. of Sprinklers operated at a time - 2 nos.

Hours of operation per day - 2 Hours

As per referred Clause No.2.2.2 ix), Storage capacity = water requirement for 02 Days

operation.

Water storage requirement works out to 218.16 m3/hr. x 2 nos. sprinklers x 2 hours x 2 days

= 1745.28m3.

However as given in the referred drawing, the Total Water capacity of both the comparments

is 1000 m3 only. Hence there is a shortage of 750 m3 water requirement. Kindly clarify.

The information, size, specifications, & dimensions mentioned in the tender Volume and

drawings, are indicative only. Please refer Clause No. 3 sub-clause 1.03 of Section-V, Vol-I ,

and, 2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of Vol-II in this regard.

58 Volume - II Clause No 2.10 Kindly provide the type of air conditioning system to be provided. Dust & temperature control are already mentioned in the referred clause.

59Drawing No M1-001,M1-005

,Clause No2.2.2.v, 2.03

Referred specification says that sprinkler shall be installed at 2-3 m high, however as per

referred drawings M1-001 Piping Layout of Sprnkler System,"Enlarged Detail X" and M1-006

Pedestal of Sprinkler Support, "Detail of Pedestal & Footing for Sprinkler Support", pedestal is

at 150mm from the FGL. Kindly clarify

The information, size, specifications, & dimensions mentioned in the tender Volume and

drawings, are indicative only. Please refer Clause No. 3 sub-clause 1.03 of Section-V, Vol-I ,

and, 2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of Vol-II in this regard.

60 Clause No- 2.04, B1.4Both referred clauses are contradicting each other reg thickness of IS 3589 ERW pipes.

Kindly clarify the thickenss to be considered.

The information, size, specifications, & dimensions mentioned in the tender Volume and

drawings, are indicative only. Please refer Clause No. 3 sub-clause 1.03 of Section-V, Vol-I ,

and, 2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of Vol-II in this regard.

61Volume - II Clause No-

2.2.2.VI,2.04,2.10

As per referred Clause No.2.2.2 & Clause 2.04, it is mentioned that the Main Sprinkler line

crossing the road should be laid in Hume Pipe. However Clause No.2.10 specifies that the

header pipes shall be run insider API Grade Pipeline with suitable epoxy coating. Both the

clauses are contraditory. Kindly clarify

It is to clarify that, trenches intersecting roads shall have to be provided with crossings suitable

to carry the type of traffic involved viz. protection of the connecting header pipelines with outer

API 5L grade pipeline (with suitable epoxy coating) of atleast two times the diameter of the

respective header pipeline diameter

62 Volume - II Clause No-2.07

Kindly provide the GA Drawing of Shed.

Please clarify whether all the four sides of the shed are protected by Sheet only.

Kindly confirm no brick wall is required

The information, size, specifications, & dimensions mentioned in the tender Volume and

drawings, are indicative only. Please refer Clause No. 3 sub-clause 1.03 of Section-V, Vol-I ,

and, 2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of Vol-II in this regard.

63Volume - II Clause No-2.04

Bullet No 05

Referred clause calls for 3LPE tape coating or wrapping and coating for underground pipes.

Please clarify the type of coating to be considered as the price varies for both.Tender Condition holds good.

64Volume - II Clause No-2.04

Bullet No 06Kindly provide the details of Paved areas. Please refer Clause No. 2.1.1 para-6 of Vol-II.

Page 10: Clarifications to Pre-Bid Queries Tender: Section & Clause

65 Volume - II Clause No-2.1.1

We have considered MOC of valves, pipes equipments etc as per given in the tender

specification. Any change in the MOC of pipes, valves at later stage, the same shall be

supplied at additional cost. Please confirm.

Tender Condition holds good.

66 Volume - II Clause No-2.1.5 Please note that we have not considered any scope for future extension. Kindly confirm. Tender Condition holds good.

67Volume - II Clause No-2.04

Bullet No 07 & 3.3

We are considering painting for above ground pipes as given in the painting specification in

the referred clause no.3.3. Please confirm.Tender Condition holds good.

68Volume - II Clause No 3.1

(G)

The given MOC of strainer is not clear . However we are considering the body of strainer as

IS:1239 part I for sizes up to 150NB and IS 3589 FE410 for sizes 200NB and above. Please

confirm.

The information, size, specifications, & dimensions mentioned in the tender Volume and

drawings, are indicative only. Please refer Clause No. 3 sub-clause 1.03 of Section-V, Vol-I ,

and, 2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of Vol-II in this regard.

69 Drawing no M1-002 Rev 0

The Main Header Isolation Valve is shown as Globe Valve in P&ID for DSS, but the same is

shown as Gate Valve in the drawing no M1-001- Piping Layout for Sprinkler System. Kindly

clarify the type of valve to be considered in the Main Header Lines. Tender Condition holds good.

70Volume - II Clause No 3.1

(K)Kindly provide the flow details for Pressure Relief Valve.

The information, size, specifications, & dimensions mentioned in the tender Volume and

drawings, are indicative only. Please refer Clause No. 3 sub-clause 1.03 of Section-V, Vol-I ,

and, 2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of Vol-II in this regard.

71 Drawing no M1-002 Rev 0 Kindly provide the Size of Valve for Tank Drain.

The information, size, specifications, & dimensions mentioned in the tender Volume and

drawings, are indicative only. Please refer Clause No. 3 sub-clause 1.03 of Section-V, Vol-I ,

and, 2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of Vol-II in this regard.

72 Drawing no M1-002 Rev 0 Kindly provide the overflow pipe size and location of drain.

The information, size, specifications, & dimensions mentioned in the tender Volume and

drawings, are indicative only. Please refer Clause No. 3 sub-clause 1.03 of Section-V, Vol-I ,

and, 2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of Vol-II in this regard.

73Volume - II Clause No-2.10

Bullet No 1

Kindly provide the Soil Report for the Pump House & Water Tank Area

Kindly provide the Soil Report for other plot areas of the plant

Please refer Clause No. 1.9 & 2.10 of bullet no. 5 of Vol-II.

74 Volume - II Clause No-2.10

Kindly clarify about the following civil works associated ( If any ) with the Pump House & Water

Tank ( if any )

a) Drain network around the Pump House

b) Road works connecting to nearest road

c) Separate Room for placing MCC inside pump house

d) Any Sanitary works like Toilet, Septic tank

e) Any Water Tank with piping

Tender Condition holds good.

75 Drawing no M1-002 Rev 0Considering flow of 80 m3/hr. the velocity in the suction piping 100NB works out to 2.61 m/s.

Hence we are considering 150NB in the Suction Piping. Kindly confirm

The information, size, specifications, & dimensions mentioned in the tender Volume and

drawings, are indicative only. Please refer Clause No. 3 sub-clause 1.03 of Section-V, Vol-I ,

and, 2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of Vol-II in this regard.

Page 11: Clarifications to Pre-Bid Queries Tender: Section & Clause

76Volume - II Clause No-2.07

Bullet No 4

Kindly confirm the Size w.r.t above query. Kindly provide the Datasheet & MOC of the Quick

release coupling.

The information, size, specifications, & dimensions mentioned in the tender Volume and

drawings, are indicative only. Please refer Clause No. 3 sub-clause 1.03 of Section-V, Vol-I ,

and, 2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of Vol-II in this regard.

77Volume - II Clause No-2.08

Bullet No 2We understand Chain Pulley Block to be provided. Kindly provide the datasheet of the same Tender Condition holds good.

78

Volume - II Clause No-2.04

Bullet NO 3 & 2.2.2 Bullet

No 4

Kindly clarify whether the underground pipe shall have to be laid at a minimum of 1.5 meter

below the finished ground level in all areas Tender Condition holds good.

79 Drawing no M1-001Kindly clarify whether the pipe sizes may be optimised or increased to achieve the pressure

requirement at the sprinklerTender Condition holds good.

80 Volume - II Clause No-2.1.1Bidder understands that PLC / SCADA required for sequential controller panel & Sprinkler

pumps. Please provide the Technical specification of PLC / SCADA.

The information, size, specifications, & dimensions mentioned in the tender Volume and

drawings, are indicative only. Please refer Clause No. 3 sub-clause 1.03 of Section-V, Vol-I ,

and, 2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of Vol-II in this regard.

81Volume - II Clause No 2.03

Bullet No.02

As per sprinkler flow requirement, sprinkler line pipe size shall be approximately 100 or 150

NB. Tender calls for Solenoid valve, as per our experience solenoid valve is not available for

those sizes. Therefore please provide us the technical specification and type of valve for

sprinkler auto operation.

The information, size, specifications, & dimensions mentioned in the tender Volume and

drawings, are indicative only. Please refer Clause No. 3 sub-clause 1.03 of Section-V, Vol-I ,

and, 2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of Vol-II in this regard.

82Volume - II Clause No 2.03

Bullet No 3Bidder understand that Sequential controller panel is PLC based. Please confirmed.

The information, size, specifications, & dimensions mentioned in the tender Volume and

drawings, are indicative only. Please refer Clause No. 3 sub-clause 1.03 of Section-V, Vol-I ,

and, 2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of Vol-II in this regard.

83Volume - II Clause No

3.4.41

Since being 1 no. of sequential panel (PLC based) we request you to approve the authorized

system house of proposed OEM. Tender Condition holds good.

84Volume - II Clause No 3..2

(H) 3.1,3.2,3.4,3.5Please confirm the drawout type requirement against point nos. H.3.1, H.3.2, H.3.4 and H.3.5.

The information, size, specifications, & dimensions mentioned in the tender Volume and

drawings, are indicative only. Please refer Clause No. 3 sub-clause 1.03 of Section-V, Vol-I ,

and, 2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of Vol-II in this regard.

85Volume - II Clause No 3..2

(F)

Specification of MOV provided in the Tendor document but nowhere it is in the P&ID/Layout

drawing. Please confirm the requirement.

The information, size, specifications, & dimensions mentioned in the tender Volume and

drawings, are indicative only. Please refer Clause No. 3 sub-clause 1.03 of Section-V, Vol-I ,

and, 2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of Vol-II in this regard.

86Volume - II Clause No 3..2

(I) There is no Earthing layout drawing available in the Tender document. Please provide.

The information, size, specifications, & dimensions mentioned in the tender Volume and

drawings, are indicative only. Please refer Clause No. 3 sub-clause 1.03 of Section-V, Vol-I ,

and, 2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of Vol-II in this regard.

87 General Please provide the MCC and PLC location

The information, size, specifications, & dimensions mentioned in the tender Volume and

drawings, are indicative only. Please refer Clause No. 3 sub-clause 1.03 of Section-V, Vol-I ,

and, 2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of Vol-II in this regard.

Page 12: Clarifications to Pre-Bid Queries Tender: Section & Clause

88 Volume - II Clause No 2.10We understand that Air conditioning (dust and temperature control) shall be provided only for

PLC room inside the pump house. Other areas shall be provide with the exhaust fans.Tender Condition holds good.

89 Volume - II Clause No 2.1.4

Bidder understand that single point power supply from substation at 40 hectares plot shall be

provided by Owner and bidder will lay the cables suitable for 2 nos.of incomer feeders (2

different routes) upto to the MCC located inside the pump house at 34 hectare plot. Please

confirm.

DPT will provide single point power supply source from adjacent 40-Ha. sub-station at 40-

Hectare area, and, the bidder will lay suitable size of 02 nos. of cables upto MCC at their end.

However, the required panel for termination of two cable including metering device at electrical

sub-station at 40-Hectare area will be in the scope of the bidder.

90 Volume - II Clause No 2.09

Total power requirement mentioned as 383KW but it does not include 32Amp and 63Amp

welding socket loads. Hence we are not considering the same for incoming cable selection.

Please confirm.

Tender Condition holds good.

91 General Please confirm UPS and UPS supply at pump house for PLC panel will be in owner scope. Tender Condition holds good.

92 General Please provide the Technical specification of Cable Tray

The information, size, specifications, & dimensions mentioned in the tender Volume and

drawings, are indicative only. Please refer Clause No. 3 sub-clause 1.03 of Section-V, Vol-I ,

and, 2.1.5.1 a), 2.11.4 bullet no. 4 A), Clause 3.1 & Clause 7 c) of Vol-II in this regard.

Page 13: Clarifications to Pre-Bid Queries Tender: Section & Clause
Admin
Text Box
2 to 3 M
Admin
Text Box
Admin
Text Box
Annexure - 1