national high speed rail corporation limited (nhsrcl ......90 mtr. span bridge. since we do not have...
Post on 23-Jan-2021
2 Views
Preview:
TRANSCRIPT
Page 1 of 42
National High Speed Rail Corporation Limited (NHSRCL)
Bidding for Procurement of Works (International Competitive Bidding)
Procurement, Fabrication, Check-Assembly, Painting at workshop(s) and Transportation to various Bridge Sites of Steel Truss
Superstructures alongwith bearings for 28 Nos. of Bridges for High Speed Rail Corridor for crossing over Roads / Rivers / Railways / other
structures in two (2) Packages [MAHSR P-4(X) and MAHSR P-4(Y)]
for the
Project for Construction of Mumbai-Ahmedabad High Speed Rail
REPLIES TO BIDDERS’ QUERIES (Set 2) (dated 28.08.2020)
S. No.Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
1. As per the drawings provided, there
is no gap shown in the specific
connection between the joint and the
compression members. Please clarify
whether, as per design consideration,
partial load transfer has been
considered through the butting
surface of the members, or full load
transfer is considered through splice
connection only. This is important as
it may not be possible to achieve the
full butt contact of members which
is considered in design. It is
suggested that the design may be
done with clear gap between the
members and full load transfer by
splice connection only. Please
clarify.
There is no butting of the
members at joint and to
ensure the same a gap is
maintained between the
joining members. Further,
the splicing is a friction joint,
the load is completely
transferred through the
splices and bolts.
Page 2 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
2. Part 1, Section III Clause 4.2.4 We would like to bring to your kind
attention the stipulation in bidding
document Part 1 Section III clause
4.2.4, requiring international experts
for welding and quality management
with five years’ experience in
international high-speed rail project.
It also stipulates requirement of
knowledge of Japanese code and
certification of International Welding
Engineer (IWE) or International
Welding Technologist (IWT) person.
The CV for the same is required to
submitted along with the bid and
will also be evaluated at Stage 4
Technical evaluation on an in entire
“Pass” or “Fail” basis. As these
experts are likely to be from Japan or
European countries, we are finding it
difficult to obtain willingness of
such candidates at this juncture due
to COVID-19 and lock down
situation prevalent in many
countries.
Even if we are able to secure the
required CV, we will not be able to
enter with them on a definitive
contract for employment, thus
making the entire exercise futile.
Bidding Document
condition(s) shall remain un-
altered.
Refer Addendum No. 7, Item
No. 7.
Page 3 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
After the contract is awarded, the
contractor will be able to secure
services of such experts who is
definitive date of deployment and
remuneration. We will be submitting
details of other key personnel to
demonstrate our technical capability.
Who is therefore request to kindly
waive off the requirement of
submission of CV for international
expert and instead an undertaking
may be furnished by the bidder to
deploy search expert.
3. In our pre bid query letter dated 9-
05-2020 we had requested to provide
approved list of steel/metallic
bearings manufacture and supplier in
Japan. As the response to the query
is yet to be uploaded, we are unable
to work on the rates for the same.
In view of above, we request that bid
submission date may be extended by
at least 30 days.
Bidding Document
condition(s) shall remain un-
altered.
4. Bidding
Documents - Part
1/ Section IV.
Bidding Forms
Page 27 of
120, Cl.
2.8.2.A, BOQ
Item No.201)
Note 1)
Package No. P-4(X)
Stage Payment for item
No.201 shall be as below:
a) On receipt of material at
fabrication workshop: 70% of
We suggest Stage Payment for item
201 as below:
a) On receipt of material at
fabrication workshop: 90% of
Bidding Document
condition(s) shall remain un-
altered.
Page 4 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
invoice quantity @ 90% of
quoted rate.
b) On completion of
fabrication of super-structure
for completed quantity:
Balance 10% of the quoted
rate for the fabricated quantity.
c) Adjustment for the balance
payment for total fabricated
quantity shall be made based
on reconciliation as approved
by the Engineer.
invoice quantity @ 90% of quoted
rate.
b) On completion of fabrication of
super-structure of each bridge:
Balance 10% of the quoted rate for
the fabricated quantity.
c) Adjustment for the balance
payment shall be made after super-
structure of each bridge is ready for
dispatch.
5. Bidding
Documents - Part
1/ Section IV.
Bidding Forms
Page 32 of
120, Cl.
2.8.3.A, BOQ
Item No.301)
Note 3)
Package No. P-4(X)
Stage Payment for item
No.301, as below:
a) On completion of
fabrication for super-structure
for completed quantity: 75%
b) On completion of check
assembly of all spans and all
components (excluding
shuttering and accessories: 5%
c) On completion of
Transportation activity: 20%
We suggest Stage Payment for item
No.301 as below:
a) On completion of fabrication for
super-structure of each bridge : 85%
b) On completion of check assebmly
of each bridge : 10%
c) On completion of transporation of
each bridge : 5%
Bidding Document
condition(s) shall remain un-
altered.
6. Bidding
Documents - Part
1/ Section IV.
Bidding Forms
Page 45 of
120, Cl.
2.8.2.B, BOQ
Item No.201)
Note 1)
Package No. P-4(Y)
Stage Payment for item
No.201 shall be as below:
a) On receipt of material at
fabrication workshop: 70% of
We suggest Stage Payment for item
201 as below:
a) On receipt of material at
fabrication workshop: 90% of
Bidding Document
condition(s) shall remain un-
altered.
Page 5 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
invoice quantity @ 90% of
quoted rate.
b) On completion of
fabrication of super-structure
for completed quantity:
Balance 10% of the quoted
rate for the fabricated quantity.
c) Adjustment for the balance
payment for total fabricated
quantity shall be made based
on reconciliation as approved
by the Engineer.
invoice quantity @ 90% of quoted
rate.
b) On completion of fabrication of
super-structure of each bridge:
Balance 10% of the quoted rate for
the fabricated quantity.
c) Adjustment for the balance
payment shall be made after super-
structure of each bridge is ready for
dispatch.
7. Bidding
Documents - Part
1/ Section IV.
Bidding Forms
Page 51 of
120, Cl.
2.8.3.B, BOQ
Item No.301)
Note 3)
Package No. P-4(Y)
Stage Payment for item
No.301, as below:
a) On completion of
fabrication for super-structure
for completed quantity: 75%
b) On completion of check
assembly of all spans and all
components (excluding
shuttering and accessories: 5%
c) On completion of
Transportation activity: 20%
We suggest Stage Payment for item
No.301 as below:
a) On completion of fabrication for
super-structure of each bridge : 85%
b) On completion of check assebmly
of each bridge : 10%
c) On completion of transporation of
each bridge : 5%
Bidding Document
condition(s) shall remain un-
altered.
8. Section IV.
Bidding Forms
2.1.(4)
The rates and prices quoted in
the Bill of Quantities are for
completed and finished items
of the work in all respects.
The rates and prices shall,
Bidder will submit the rates and
prices based on information
stipulated in the Bidding Document
only. If delay occurs outside the
Bidder’s responsibility, the Bidder is
Bidding Document
condition(s) shall remain un-
altered.
Page 6 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
except insofar as it is
otherwise provided under the
Contract, be deemed to have
included, all Contractor’s
Equipment, tools, machinery,
labour, supervision, materials,
transportation, handling,
storage,…(cont’d).
entitled to receive additional
payment on items that is counted on
time-basis, such as supervision,
labour, storage, etc. Please advise
how to the costs will be
compensated.
9. Section IV.
Bidding Forms
2.8.2.A. Bill No.
2: Providing Steel
Materials and
Bearings
(Item no. 201) Providing
Structural Steel for fabrication
of super structure and
accessories including all
arrangements, transportation,
testing, loading, unloading,
handling, storage, etc., all
complete as per Drawings, GS
and TS.
(Item no. 202) Providing
Bearings along with necessary
arrangements, testing,
transportation to fabrication-
workshop and then from
fabrication-workshop to the
bridge-sites/site-delivery-
yards, loading, unloading,
handling, duties (if any),
insurance against loss or
damage in transit, storage,
In case the Bidder is awarded the
Contract, Bidder wishes to modify
the Bill of Quantities to clearly
distinguish the services provided
inside and outside India to be
attached to the Contract. This is a
mere request from a Bidder to avoid
litigation with Indian tax authorities
in future.
Bidding Document
condition(s) shall remain un-
altered.
Page 7 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
etc., all complete as per
Drawings, GS and TS.
10. ITB19.1
ITB19.2
The amount and currency of
Bid Security(ies) shall be as
follows:
•Case 1: INR 145,000,000
(Indian Rupee One hundred
and Forty-five Million only),
•Case 2: Two Bid Securities
each of INR 145,000,000
(Indian Rupee One hundred
and Forty-five Million only).
Replace ITB 19.2 with the
following:
The Bid Security(ies) shall be
in any of the following forms
at the Bidder’s option:
(a) an unconditional guarantee
issued by a bank; or
(b) a cashier’s or certified
cheque,
from a reputable source from
an eligible source country. In
the case of a bank guarantee,
the Bid Security(ies) shall be
submitted either using the Bid
Security Form included in
Section IV, Bidding Forms or
In case the Bidder is a Consortium,
can the bidder submit multiple Bank
Guarantees under each member’s
name? Of course, the total amount,
in case of Bid Securities, shall be
INR 145 million in Case 1 and INR
290 million in Case 2. Please
confirm.
Yes. Bidding Document
condition(s) shall remain un-
altered.
Page 8 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
in another substantially
similar format approved by
the Employer prior to Bid
submission. In either case, the
form must include the
complete name of the Bidder.
The Bid Security(ies) shall be
valid for twenty-eight (28)
days beyond the original
validity period of the Bid, or
beyond any period of
extension if requested under
ITB 18.2.
11. Sl. No. 18 of
Table-2 –
Details of bridges
under Pkg.
No. MAHSR – P-
4(Y)
Bridge GA drawing for
P4(Y) Pkg.
Please arrange to provide the Bridge
GAD for 90M Span Bridge as
mentioned below:
i) Bridge GAD No. 15, 54 & 55 for
90 Mtr. Span bridge.
Since we do not have any other
reference detailed drawing showing
member sections, we are unable to
take out the BOQ of the said span to
calculate the proper cost input.
Please furnish the same at the
earliest.
The GAD No. 15 doesn’t
have 90m span.
The quantity corresponding
to the GAD No. 54 & 55 is
already included in the BOQ.
Refer Addendum No. 7, Item
No. 59
12. Part 3, Section
VIII
Page No.8 Table Summary Of
Milestones. - MS01
Pl. elaborate priorities. Bidding Document
condition(s) shall remain un-
altered.
Page 9 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
Delivery of this bridges to be
reflected by NHSRCL in MS
Project.
13. Editable pdf file required.
To be provided by NHSRCL for all
documents.
Bidding Document
condition(s) shall remain un-
altered.
14. Route Map required from Crossing
Stake Holder (Western Express
Highway/ NH-48) to the respective
delivery site.
Route drawings & GPS co-ordinates
To be furnished by NHSRCL
Bidding Document
condition(s) shall remain un-
altered.
15. Section VI Page No.13/
clause no 1.7.3
Fabrication & welding expert
details with relevant
experience of High speed
girder with JIS & Sweep
standards.
Recommendation of
CV's/Agencies/Contact details for
hiring required from NHSRCL
Bidding Document
condition(s) shall remain un-
altered.
16. Safe access / proper roads till the
delivery points.
To be arranged / advised by
NHSRCL
Bidding Document
condition(s) shall remain un-
altered.
17. Section VI-I Page No. 116/
Chapter-4,
Point 3.c
Handling & unloading scope
at site.
To be put in the scope of site /
interfacing contractor under the
presence of XXXX Engineer.
Bidding Document
condition(s) shall remain un-
altered.
18. Section VI-I Page No. 40/
03030-
Videography & Photography
requirement
Is it required at all stages of
execution or only fabrication stages /
assembly?
Bidding Document
condition(s) shall remain un-
altered.
Page 10 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
Pl. provide the checklist for the
extent to be covered.
19. Section VI-I Page No. 7/
01020 & 1.8
Authorities names? NHSRCL to enlist the names of
authorities involved.
Bidding Document
condition(s) shall remain un-
altered.
20. Section VI-I Page No. 40/
03030-
Assembly of super structure
with bearing
Acceptance criteria? Bidder to refer Sub-Clause
2.5 of TS, Section VI-2, Part
2.
21. Please arrange to provide the exact
delivery locations of each point
mentioned in the attached file for the
route survey.
Bidding Document
condition(s) shall remain un-
altered.
22. We have been submitting our
clarifications to the Employer
pursuant to clause 7.1 of 1TB.
However, we have not yet received
any response as of 14 July 2020. As
technically essential queries are
included in it, we will check the
Employer's reply with the utmost
care and respect.
Since it is very common for a reply
to cause additional clarification, we
request bid submission date to be
extended sixty (60) days from the
day your response is uploaded to
the Employer's website. Sixty (60)
Bidding Document
condition(s) shall remain un-
altered.
Page 11 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
days is considering the time for us to
check your responses and consider if
any additional clarification is
necessary before the forty-nine (49)
days deadline set for clarification.
We do understand that COVID-19
has, and still is, deeply affecting
activities in India and is sincerely
hoping that the situation would
improve in coming months. Please
stay safe and well.
23. 11000-13000_P-
4_Part1_I-
III_FinalDraft_rev
002_20200206
4.2.2 , pg 46 of
49
Method Statement:
It shall elaborate the setting up
/ expansion of workshop
facilities, test-fabrication for
approval, actual-fabrication,
check-assembly and painting
of steel truss bridge members
at workshop, complete with
procurement of material
including bearings,
equipment, plant & machinery
etc. employing the required
skilled manpower like welders
/ technicians including their
regular training.
Bidder understands that, if the bidder
intends to sub-contract the works,
then, the vendor fabrication facilities
can be shown as proof for this
method statement.
Kindly confirm
Bidding Document
condition(s) shall remain un-
altered.
Page 12 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
24. 11000-13000_P-
4_Part1_I-
III_FinalDraft_rev
002_20200206
4.2.5 , pg 47 of
49
Major Plant and
Equipment :
The Bidder shall explain
adequacy and appropriateness
of the Contractor’s Equipment
included in the Bidder’s
Technical Proposal as
compared with key work
volumes and the Bid
Programme. The criteria are
listed below
Bidder understands that, if the bidder
intends to sub-contract the works,
then, the vendor P&M can be shown
as proof for this requirement.
Kindly confirm
Bidding Document
condition(s) shall remain un-
altered.
25. 14000_P-
4_Part1_IV_Final
Draft_rev002_202
00206
303, Pg: 33 of
120
Corrosion protection
(painting, metallizing and
galvanizing) for super
structure and accessories
including surface preparation,
testing and repair of corrosion
protection along with
providing of materials and
other accessories with all
arrangements, required
Bidder understands that the
corrossion requirement is either one
of Painting/Metallizing/Galvanizing
and that its upto bidders to select the
type of Corrossion protection
measure.
Kindly Confirm
Metallization is not
envisaged.
Bidding Document
condition(s) shall remain un-
altered.
Bidder to refer Clause 6 of
Sub-Division 01020, GS and
Sub-Clause 2.6.2 & Sub-
Clause 2.6.5 of TS, Part 2.
26. 14000_P-
4_Part1_IV_Final
Draft_rev002_202
00206
303, Pg: 52 of
120
Corrosion protection
(painting, metallizing and
galvanizing) for super
structure and accessories
including surface preparation,
testing and repair of corrosion
protection along with
providing of materials and
Bidder understands that the
corrossion requirement is either one
of Painting/Metallizing/
Galvanizing and that its upto
bidders to select the type of
Corrossion protection measure.
Kindly Confirm
Metallization is not
envisaged.
Bidding Document
condition(s) shall remain un-
altered.
Bidder to refer Clause 6 of
Sub-Division 01020, GS and
Page 13 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
other accessories with all
arrangements, required plant
and machinery, handling, etc.,
all complete
Sub-Clause 2.6.2 & Sub-
Clause 2.6.5 of TS, Part 2.
27. 21000_P-4(X) &
P-4(Y)_Part2_VI-
1GenSpec_rev000
_20200129
Clause 8, pg: 8
of 202
Temporary Works:
The Contractor shall plan for
the Test Fabrication using
partial Mock-ups immediately
after the Commencement
Date. Test Fabrication shall be
undertaken after approval of
the Method Statements by the
Engineer. Steel plate to be
used for the Test Fabrication
shall be of same grade and
thickness as of the actual steel
truss. Machinery and
equipment to be used for Test
Fabrication shall be the same
as those to be used for actual
fabrication work. The Test
Fabrication shall be conducted
for each workshop separately.
Kindly specify the meaning of each
workshop.
Bidder understands that, Two (02)
mock ups has to be carried out on
the longest bridge structure
fabricated.
Also, Kindly clarify, what will be the
maximum dimension & Weightage
of Mock up envisaged.
Bidder to refer the
Addendum No. 7, Item No.
46.
28. 21000_P-4(X) &
P-4(Y)_Part2_VI-
1GenSpec_rev000
_20200129
Chapter 4,
Clause :2 , pg:
117 of 202
This includes
making/strengthening of
access roads suitable for
plying of trailers carrying the
fabrication material. However
C-3/ P-1(B)/ P-1(C)/ C-5/ C-7
Arriving a cost for
Making/Strengthening access roads
at 33 different locations cannot be
assessed by the bidder at this stage
due to non avalability of details like,
distance from NH/ SH/district roads.
Bidding Document
condition(s) shall remain un-
altered.
Page 14 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
Contractors shall allow the use
of their access roads, if
available, by the Contractor,
for this purpose.
As the interface contractor is
responsible for providing adequate
handling and stacking space, kindly
add the requirement in interface
contractor scope OR provide the
bidder details of the location of area
of stacking .
Also, does Client envisage the
transportation of Fabricated structure
to staking area through Private
roads.
29. 21000_P-4(X) &
P-4(Y)_Part2_VI-
1GenSpec_rev000
_20200129
07020, Pg: 175
of 202
07020 : Plant Material and
workmanship:Unless
specified otherwise in the
Contract, the Plant and
Materials for the Works shall
be of the specified quality and
new.
Kindly allow the bidder to use
their/Vendors Existing Plant and
machineries. Bidder guarantees the
good working conditions of all their
P&M.
Bidder to refer Sub-Clause
1.3 of TS, Section VI-2, Part
2.
30. 22000_P-4(X) &
P-4(Y)_Part2_VI-
2-
TechSpec_rev.001
_20200203
Table 2.2: , pg:
15 of 83
Table 2.2: Applicable Member
Thickness and corresponding
steel grade
For the same member thickness,
different grades has been specified.
For example, if we are using plate
thickness of 20 mm, should the
bidder use E250 grade B0 or E350
Grade B0 ?
Kindly clarify the intent of this table
(Table 2.2)
Bidder to refer the Drawings
for steel grade and quality
information of a particular
member.
Page 15 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
31. 22000_P-4(X) &
P-4(Y)_Part2_VI-
2-
TechSpec_rev.001
_20200203
2.4.6.2- Welder
Qualification,
pg: 23 of 83
The welder shall pass the tests
specified in IS 817 or JIS (JIS
Z 3801 and JIS Z 3841) or
equivalent. However, welder
already having passing
certificate conforming to JIS
may be exempted from the
tests
As the fabrication activities will be
carried out in India, Bidder requests
to add the following too :
"Welder already having passing
certificate confirming to IS
Standards with continuity records
may also be exempted from the
tests".
Bidding Document
condition(s) shall remain un-
altered.
32. Pre bid meeting In pre bid meeting conducted on
11th May 2020, usage of E450
Grade steel has been mentioned. But
the same is not appearing in Bill of
quantities provided in file "
14000_P-
4_Part1_IV_FinalDraft_rev002_202
00206" .
Kindly specify where this graded
material is envisaged. If envisaged,
then what is the mode of payment
for this graded material.
Bidding Document
condition(s) shall remain un-
altered.
33. 22000_P-4(X) &
P-4(Y)_Part2_VI-
2-
TechSpec_rev.001
_20200203
2.9 Measure of
payment, Point
"e" ,Pg: 38 of
83
No additional payment shall
be made for bolts, nuts and
washers, drifts and ordinary
plates etc. used in the
fabrication and Check-
assembly of the work.
AND
Bidder has the following query:
Is the Bolt Nut mentioned in BoQ,
1. Permanent bolts to be handed over
to interface contractor
or
2. Is it the bolts used for Check
Assembly
Or
Bidder to refer Addendum
No. 8, Item No. 1 and 2.
Page 16 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
In BoQ, File name: 14000_P-
4_Part1_IV_FinalDraft_rev00
2_20200206
Bill No:2 - Providing steel
materials and bearing , Sl No:
201 € in pg: 27 of 120 and 45
of 120 ,
A line item is given as " Flat
bar, Round bar, B.N, and
Misc. metal
(E250) - 7 MT".
3. Is it the temporary bolts used
during transportation of Fabricated
steel items to Project site location
Or
Kindly clarify
34. 14000_P-
4_Part1_IV_Final
Draft_rev002_202
00206
Pg 28 of 120
Clause 202
Providing Bearings along with
necessary arrangements,
testing, transportation to
fabrication-workshop and then
from fabrication-workshop to
the bridge-sites/site-delivery-
yards, loading, unloading,
handling, duties (if any),
insurance against loss or
damage in transit, storage,
etc., all complete as per
Drawings, GS and TS.
GAD 1134, GAD C5-2, GAD C5-3,
GAD 25, GAD 42, GAD Laundry
drawings doesn’t show any Bearing
details. Kindly provide these bearing
details
Bidder to refer Addendum
No. 7, Item No. 59 and 60.
35. 14000_P-
4_Part1_IV_Final
Draft_rev002_202
00206
Pg 46 of 120
Clause 202
Providing Bearings along with
necessary arrangements,
testing, transportation to
fabrication-workshop and then
from fabrication-workshop to
GAD C5-1, GAD 27, GAD 37, GAD
54&55 drawings doesn’t show any
Bearing details. Kindly provide these
bearing details
GAD C5-1, GAD C5-2,
GAD C5-3, GAD25 and
GAD 27 are now not in
Scope of P-4 package as per
Page 17 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
the bridge-sites/site-delivery-
yards, loading, unloading,
handling, duties (if any),
insurance against loss or
damage in transit, storage,
etc., all complete as per
Drawings, GS and TS.
GAD 2357-3 & GAD Diesel Shed
drawings arent available in the
tender document. Kindly provide
these documents with bearing
details.
Addendum No. 7, Item No.
2.
Refer Addendum No. 7, Item
No. 59 and 60 for remaining
GAD’s.
36. 22000_P-4(X) &
P-4(Y)_Part2_VI-
2-
TechSpec_rev.001
_20200203
Appendix 8, Pg
76 of 83
The painting shall be as per C-
5 Painting system confirming
to “Handbook for Corrosion
Protection of Steel Road
Bridges 26th March 2014
(Japan Road Association)”
Kindly provide the Handbook for
Corrosion Protection of Steel Road
Bridges
Bidding Document
condition(s) shall remain un-
altered.
37. 22000_P-4(X) &
P-4(Y)_Part2_VI-
2-
TechSpec_rev.001
_20200203
Appendix 8, Pg
76 of 83
Detailed procedure for
sampling and testing of the
paint components as per
Japanese Industrial standard
JIS K 5659:2008 (Long
durable paints for steel
structures) shall be arranged
within the quoted rates in
RDSO or IITs or any other
NABL certified laboratory as
directed by the Engineer. The
Top coat shall be confirming
to class-1 in terms of clause 4
& 5 of JIS K 5659:2008
Kindly provide the sampling and
testing procedure equivalent indian
code of the paint components.
Bidding Document
condition(s) shall remain un-
altered.
Page 18 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
38. 22000_P-4(X) &
P-4(Y)_Part2_VI-
2-
TechSpec_rev.001
_20200203
Appendix 8, Pg
76 of 83
Table 1
Inorganic Zinc-rich Paint
Kindly give the specification of this
paint
Bidder to refer Appendix-8
of TS, Part 2.
39. 22000_P-4(X) &
P-4(Y)_Part2_VI-
2-
TechSpec_rev.001
_20200203
Appendix 8, Pg
76 of 83
Table 1
Epoxy resin Paint
Kindly give the specification of this
paint
Bidder to refer Appendix-8
of TS, Part 2.
40. 22000_P-4(X) &
P-4(Y)_Part2_VI-
2-
TechSpec_rev.001
_20200203
Appendix 8, Pg
76 of 83
Table 1
Fluoro resin Paint
Kindly give the specification of this
paint
Bidder to refer Appendix-8
of TS, Part 2.
41. Part 1
Section VI-2.
Specifications
(Technical
Specifications)
2.4.6.7 a), Page
27 of 83
In case any distortion due to
welding is noticed, the
Contractor shall report the
same along with a Method
Statement to rectify, to the
Engineer for approval.
Rectification required if any
shall be carried out only after
obtaining Engineer’s
approval.
This kind of report can occur on a
daily basis. Will the Engineer be
stationed at factory on daily basis?
Bidding Document
condition(s) shall remain un-
altered.
42. Part 1
Section VI-2.
Specifications
2.6.4 a), Page
35 of 83
Painting shall not be
commenced till the surface
preparation has been
approved by the Engineer.
Zinc rich paint needs to be applied
immediately after blast cleaning. The
Contractor needs the Engineer’s
prompt inspection on surface
Bidding Document
condition(s) shall remain un-
altered.
Page 19 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
(Technical
Specifications)
preparation. Will the Engineer be
stationed at factory on daily basis?
43. Part 1
Section VI-2.
Specifications
(Technical
Specifications)
Appendix-2 /
Test of Welder
for Fillet
Welding, Page
53 of 83
The Contractor shall submit
Method Statement for fillet
welding for test of welders, to
the Engineer for prior
approval. The test shall be
carried out by the Contractor
in the presence of the
Engineer.
If the Contractor needs additional
welders after starting the fabrication
work, can the Engineer attend this
test every time?
Bidding Document
condition(s) shall remain un-
altered.
44. Section VIII.
Particular
Conditions (PC)
Part A - Contract
Data
Sub-Clause
18.2 (d)
Insurance for
Works and
Contractor's
Equipment,
Page 7 of 37
Maximum amount of deductibles for insurance of the Employer's risks
INR 6,000,000.00 (Indian Rupees six million only)
The specified amount of deuctibles
is high. All Employer always specify
high amount of decutibles in order to
reduce the costs of insurance.
It is up to PJ Management to
determine the proper action.
Bidding Document
condition(s) shall remain un-
altered.
45. Section VIII.
Particular
Conditions (PC)
Part A - Contract
Data
Sub-Clause
18.3 Insurance
for Works and
Contractor's
Equipment
Insurance for
Works and
Contractor's
Equipment,
Page 7 of 37
Minimum amount of third
party insurance
INR 50,000,000.00 (Indian
Rupees fifty million only) per
occurrence.
To be reviewed with XXXX who is
in better position to determine the
minimum amount of third party
insurance.
Bidding Document
condition(s) shall remain un-
altered.
Page 20 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
46. Part 3, Section
VIII
Pg No.
654/666
14.2/14.7
Advance payment/payment
terms
We propose 20% - advance along
with PO, 30% -on raw material
receipt, 50% -before dispatch
progressively, 5% CPBG - against
which sub clause 14.3(C) limit of
retention money will be eliminated.
Bidding Document
condition(s) shall remain un-
altered.
47. Part 3, Section
VIII
Pg No. 654,
8.7
Delay damages for the
works/Maximum delay for the
works
LD shall be levied @0.05% per
week of delay or part thereof of the
basic order value subject to
maximum of 5% of the basic order
value of the undelivered portion and
XXXX should have right to request
for waiver of LD in case the project
is not delayed by XXXX, despite of
delay in delivery of material
Bidding Document
condition(s) shall remain un-
altered.
48. Part 3, Section
VIII
Pg No 655,
18.1/1.3
Insurance policy Ideally this insurance towards
Employer’s risks and third party
insurance should not cover in our
scope of wok if we are not doing any
casting, installation or
commissioning work. It shall be
"contractors all risk policy".
Bidding Document
condition(s) shall remain un-
altered.
49. Part 3, Section
VIII
Pg No. 654,
13.5(b)(ii)
Provisional sums Please elaborate not clear Bidder to refer Sub-Clause
13.5 of GC and Sub-Clause
13.5 of PC, Part B, Part 3.
50. Part 3, Section
VIII
Pg No 653,
1.1.3.7
Defect notification period 12 months from last supply of
respective structure
Bidding Document
condition(s) shall remain un-
altered.
Page 21 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
51. Part 1, Section IV Pg No. 176
Bidding Forms
Bid Security amount We propose that considering the
current COVID 19 impact on cash
flows and banking limits, 25% bid
security of the mentioned bid
amount for respective packages
Bidding Document
condition(s) shall remain un-
altered.
52. Part 1, Section III Clause 4.2.4 International Expert for
Welding and Quality
Management
Bidder is required to submit CV of
International Expert for Welding and
Quality Management with 5 years of
experience in International High-
Speed Rail projects / Japanese High
Speed Rail projects. You will
appreciate that personnel with such
qualifications are likely to be from
Japan or European countries only
and hence it is difficult to enter into
an employment agreement with them
at this stage due to the COVID-19
situation prevalent around the world.
Hence, while the CVs of other key
personnel shall be submitted along
with the bid it is requested to kindly
remove the above requirement of
submission of CV for International
Expert for Welding and Quality
Management at bid stage and accept
an undertaking from the bidder to
appoint the above required expert in
case of award of the contract.
Bidding Document
condition(s) shall remain un-
altered.
Refer Addendum No. 7, Item
No. 7.
Page 22 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
53. We also await replies to the pre-bid
queries discussed during the online
Pre-bid conference
held on 11.5.20 and the list of
approved Japanese vendors for
Metallic bearings, nuts and
bolts which is crucial for our bid
preparation.
We request to extend the current bid
due date by at least 6 weeks to
enable us to prepare a
comprehensive and competitive bid.
Bidding Document
condition(s) shall remain un-
altered.
54. Part 1 Section VI-
2. Specifications
(Technical
Specifications)
Page 17 of 83
2.1.6 d) 1)
The test for density (Weight
per litre), consistency test,
scratch test, flexibility and
adhesive test, shall be carried
out in the field.
Does “the field" mean a fabrication-
workshop or site yard? What is the
frequency and range of these tests?
Please clarify.
The field means fabrication
workshop.
Bidding Document
condition(s) shall remain un-
altered.
55. Part 1 Section VI-
2. Specifications
(Technical
Specifications)
Page 21 of 83
2.4.1 b)
For primary members,
Numerical Control (NC)
method shall be used for
marking, cutting and drilling
holes.
Regarding the marking, marking
such as the outline of the members,
the bolt holes, and the mounting
positions of members shall be done
by using NC method. Is this correct
understanding?
Yes. Bidding Document
condition(s) shall remain un-
altered.
56. Part 1 Section VI-
2. Specifications
(Technical
Specifications)
Page 22 of 83
2.4.4 Table2.7
Through-gauge
Stoppage-gauge
(mm) (mm)
M20 : 20.5 22.5
M22 : 22.5 24.5
M24 : 24.5 26.5
The diameters of Through-
gauge(mm) and Stoppage-
gauge(mm) of TTHS shown in the
table 2.7 are different from ones
which are specified in Japanese
Railway Standard. Please confirm if
they are correct.
Refer Addendum No. 8, Item
No. 4.
Page 23 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
Proposed Revised Text:
Through-gauge Stoppage-gauge
M20 : 20.5 => 21.0, 22.5 => 23.0
M22 : 22.5 => 23.0, 24.5 => 25.0
M24 : 24.5 => 25.0, 26.5 => 27.0
57. Part 1 Section VI-
2. Specifications
(Technical
Specifications)
Page 24 of 83
2.4.6.2 b)
The welder should have
minimum experience of three
year and worked as a welder
for a minimum period of total
6 months in the last one year.
Can welders who have been out of
work for the last one-year work if
they pass the test? Please clarify.
Bidding Document
condition(s) shall remain un-
altered.
58. Part 1 Section VI-
2. Specifications
(Technical
Specifications)
Page 26 of 83
2.4.6.6 c)
For full penetration grooves,
back welding work weld shall
be conducted only after back
chipping exposes sound fusion
metal, with liquid penetrant
inspection conforming to IS
3658, showing no defects.
We are concerned that liquid
penetrant inspection may cause
subsequent welding defects.
In order to avoid this kind of risk,
the bidder proposes that UT
inspection should be applied after
completion of back welding work
instead of liquid penetrant inspection
for keeping quality of welding work.
This procedure enables to confirm
the soundness of full penetration
welds. Please confirm if this propose
is acceptable.
Bidding Document
condition(s) shall remain un-
altered.
59. Part 1 Section VI-
2. Specifications
(Technical
Specifications)
Page 60 of 83
Appendix-5,
6.2
Full size inspection What does 'Full size inspection'
mean? Please clarify.
Full size inspection means
the inspection of all
dimensions of the member.
Page 24 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
60. Part 1 Section VI-
2. Specifications
(Technical
Specifications)
Page 61 of 83
Appendix-5,
7.3
Full scale inspection What does 'Full scale inspection'
mean? Please clarify.
Full scale inspection
indicates the inspection
conducted on the actual size.
61. Part 1 Section VI-
2. Specifications
(Technical
Specifications)
Page 78 of 83
Appedix-8 /
PAINTING
DIVISION
CLASIFICATI
ON MAP
Sketch 'Splice plate' How many millimeters should the
diameter of shaded area shown in the
sketch of ‘Splice plate’ (Coating
Specification No. 5), be bigger than
the outer diameter of washers or Bolt
Head? 5mm bigger would be
enough? Please clarify.
The Engineer shall decide
about the additional coating
area beyond the washer, on
site. Bidding Document
condition(s) shall remain un-
altered.
62. Part 2
Section VI-3.
Drawings
As of July 3, 2020, the drawings for
GADs C5-2, C5-3, 25, 42 and
Laundry in P-4(X), and for GADs
C5-1, 27, 37, 2357-3, 54&55 and
Diesel Shed in P-4(Y) are issued as
'Reference only'. It is possible for the
Contractor to prepare the bid with
the reference drawings from our past
experience. However, there might be
an exception if unexpected
conditions are required in the future
design drawings. Can we expect to
receive final drawings (not
reference) before signing Contract?
Bidder to refer Addendum
No. 7, Item No. 2, 59 and 60.
Bridge GAD Drawings
corresponding to Package C-
7 shall be issued before
Commencement Date.
63. Section VIII.
Particular
Conditions (PC)
Part A - Contract
Data
Page 5 of 37
1.1.3.3
Time for
Completion
P-4(X): 1095 days
P-4(Y): 1095 days
For Milestones, refer to Table:
Summary of Milestones,
below.
Sub-Clause 1.1.3.3 "Time for
Completion" does not make any
reference to Milestone(s). Such Sub-
Clause 1.1.3.3 is replace by a new
definition in the Particular Condition
Part B - Specific Provisions.
See below
Bidding Document
condition(s) shall remain un-
altered.
Page 25 of 42
S. No.Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
The Time for Completion specified
for (i) P-4(X) and (ii) P-4(Y) is
specified as 1095 days. However the
longest periods of Time for
Completion for Milestone is 970
days for MS-24 in P4-(X) and 1020
days for MS-34 in P4(Y).
Please clarify such discrepancies.
64. Section VIII.
Particular
Conditions (PC)
Part A - Contract
Data
Page 8 of 37
and Pages 11
of 37
Sub-Clause
1.1.5.9
Milestones
Sub-Clause
1.1.3.3
Time for
Completion
Sub-Clause 8.7
Delay
Damages
Table: Summary of Milestones
MS-01 for P4-(X) and MS-01
for P4-Y the following is
specified.
Submission of a set of Shop
drawings for 1st bridge for
each workshop, based on
tender Drawings for
fabrication of the steel truss
structures, for Engineer’s
approval.
Time for Completion from
Commencement Date =>28
days
Delay Damages (Amount per
day of delay => INR 25,000
The Contractor needs 3 months for
submitting a set of Shop Drawings
for the 1st bridge from receiving the
CAD data of bidding drawings and
the Engineer should be involved for
confirmation of design condition and
discussing the detail of Shop
Drawing for this 3 months.
Please clarify if ;
1) CAD data of bidding drawings is
provided immediately after signing
the contract.
2) The commencement day is set at
least 2 months after the signing the
contract.
3) The Engineer starts to be involved
in this project for discussion about
1) Bidding Document condition(s) shall remain un-
altered.
2) Bidding Document condition(s) shall remain un-altered.3) Bidding Document condition(s) shall remain un-
altered.
Page 26 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
Shop Drawing immediately after
signing the contract.
65. Section VIII.
Particular
Conditions (PC)
Part B - Specific
Provisions
Page 14 of 37
Sub-Clause 4.2
Performance
Security
Add new paragraph after last
paragraph of Sub-Clause 4.2
with the following:
“In the event the Contractor
fails to provide the
Performance Security within
28 days from the date of
receiving of the LOA, it may
seek an extension of time for
providing the performance
security for a period not
exceeding a further 15 days,
duly extending bid security
accordingly, on payment of
damages for such extended
period in a sum calculated at
the rate of 0.005% of the
Accepted Contract Amount
less Provisional Sums for each
day until the Performance
Security is provided.”
In order to reduce the Bidding Price,
the Bidder proposes to remove the
underlined sentence that might
causes putting the additional fee in
the bidding price. Please confirm
that our proposal is acceptable or
not.
Bidding Document
condition(s) shall remain un-
altered.
66. Section VIII.
Particular
Conditions (PC)
Part A - Contract
Data
Page 7 of 37
Sub-Clause
14.2(b)
Advance
Payment
Repayment amortization rate
of advance payment
Repayment rate (17%) seems very
high percentage. We sincerely
request to revise to 10% which is
same percentage as advance
payment rate.
Bidding Document
condition(s) shall remain un-
altered.
Page 27 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
17% (seventeen percent) of
the amount of each Interim
Payment Certificate.
67. Section VIII.
Particular
Conditions (PC)
Part B - Specific
Provisions
Page 18 of 37
Sub-Clause
14.7 (b)
Payment
Replace the sub-paragraph (b)
of Sub-Clause 14.7 with the
following:
(b) the amount certified in
each Interim Payment
Certificate within 56 days
after the Engineer receives the
Statement and supporting
documents; or, at a time when
the Bank’s loan or credit
(from which part of the
payments to the Contractor is
being made) is suspended, the
amount shown on any
statement submitted by the
Contractor within 14 days
after such statement is
submitted, any discrepancy
being rectified in the next
payment to the Contractor
including any amounts due in
accordance with a decision by
the DB which have been
included in the Interim
Payment Certificate; and,
In order to reduce the bidding price
without putting additional interest
due to this requirement, we sincerely
request you to revise the specified
period to 35 days instead of 56 days.
Bidding Document
condition(s) shall remain un-
altered.
Page 28 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
68. Part 1
Section VI-2.
Specifications
(Technical
Specifications)
Page 4 of 83
1.2 /
Applicable
Standards
Precedence of codes (the latest
revisions) shall be in the
following order, unless
otherwise explicitly
mentioned in the Bidding
Documents: ……..
We understand that the provisions
stipulated in the Technical
Specification supersede the
Standards and Codes listed in this
clause.
Is this correct understanding?
Yes.
Bidding Document
condition(s) shall remain un-
altered.
69. Part 2
Section VI-3.
Drawings
We understand that the Tender
drawings include any reinforcement
members for erection to be
assembled during fabrication work.
Is this understanding correct?
Bidding Document
condition(s) shall remain un-
altered.
70. Part 2
Section VI-3.
Drawings
Ex) Page 4/4 of 'P-4 drawing
List for GAD2', in the Bid
Drawings 'P-4 GAD2 NIT
DRAWINGS'
'The Drawing List shows some
drawings marked 'Under
preparation', for example, Drawing #
DD-JIC-C08-TDC-B02-SBS-AC1-
02732, 'GAD2 Details of Hanging
Lugs for Feeder and GW(1) (Under
preparation)'. The Bidder is not able
to estimate the items without the
drawings. The Bidder understands
such items are to be out of our bid
price.
The drawings marked under
preparation shall be issued at
the time of Commencement
Date.
71. Part 2
Section VI-3.
Drawings
Ex) Drawing # DD-JIC-C08-
TDC-B02-SBS-SP2-02366,
'GAD2 Continuous Through
Truss (L=100m+130m)Slab
Bar Arrangement Drawing
(11)' in the Bid Drawings 'P-4
GAD2 NIT DRAWINGS'
Is the concrete work with slab bar
arrangement included in the bid?
The bidder cannot find any quantity
on the drawings. Please clarify.
Concrete work with slab bar
arrangement is not in the
scope of P-4(X) and P-4(Y)
packages.
Page 29 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
72. Part 2
Section VI-3.
Drawings
Ex) Drawing # DD-JIC-C08-
TDC-B02-SBS-SP1-03104,
'(Reference) GAD65 Simple
Through Truss (L=80m)
Details of Main Truss (1)' in
the Bid Drawings 'P-4 GAD3
NIT DRAWINGS'
There are some drawings marked
'Reference' in the bidding drawings.
The bidder expects the final
drawings to be provided before the
Contract signing. Is this
understanding correct?
Bidding Document
condition(s) shall remain un-
altered.
73. Part 1 Section IV.
Bidding Forms
Annexure to
Form FIR-2
Bidding
Documents
Page - 92
Evaluation of Adequacy of
Financial Resources
Column 7
Estimated Balance
Completion Period from Bid
Submission deadline Date
(in Months)
We request the Authority to consider
the Estimated Balance Completion
Period at least from 28 days prior to
bid submission date as it is not
possible for the bidder to provide the
updated figures for all on-going
projects upto submission due date
after obtaining it from the respective
sites and get it certified by the
Statutory Auditor or any other
Chartered Accountants. Therefore,
we request the Authority to consider
the Estimated Balance Completion
Period from 28 days prior to bid
submission date in Column 7 as per
the standard practice followed in
most of the International Biddings.
Please consider our above proposal
and do the needful as requested
above.
Bidding Document
condition(s) shall remain un-
altered.
74. Part 1 Section IV.
Bidding Forms
Form FIR-2:
Current
Contract
Commitments
Current Contract
Commitments
Column 6
We request the Authority to remove
the requirement of Average Monthly
Invoicing over last Six Months as
due to lockdown prevalent in India
as well as other countries which
Refer Addendum No. 8, Item
No. 7 and 8.
Page 30 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
Bidding
Documents
Page - 90
Average Monthly Invoicing
Over Last Six Months
[INR/month)]
have affected the billing of bidders
during the last six months.
Instead in column 6 the financial
requirement can be assessed for all
current commitment in hand by total
balance value of work to be executed
by bidders divided by the estimated
completion period remaining for that
specific project. The total of all
current commitment financial
requirement plus the resources
required for this project should
higher then available bidder
financial resources.
Moreover the bidder having its own
machinery and manpower its
financial resources requirement will
be less, we request the Authority to
please look into the above issue and
suitably amend the clause and
accordingly modify the Annexure to
Form FIR-2, which is interlinked to
Form FIR-2.
Alternatively, we would also request
to consider the standard format of
ADB/ WB for getting the
outstanding value of on-going works
certified by Chartered Accountant /
Statutory Accountant, which is quite
simpler than the format stipulated in
Page 31 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
the tender document and can easily
be certified by any CA/ SA to
calculate bidder’s bid capacity. You
may also consider such formats
applicable to Indian Railways/
MoRTH etc. It will also be helpful
for the bidders to overcome the
hindrances to get such complicated
certificate issued from CA/ SA by
obtaining data from several sites
during this lockdown period at
almost all parts of India and the
restrictions imposed by State
Governments in various states to
control the adverse situation due to
Covid-19 Pandemic.
Please consider our above proposal
and do the needful as requested
above.
75. Part 1 Section IV.
Bidding Forms
Clause 4.0
Bidder’s
Qualification
all Forms
Bidding
Documents
Page – 71 to
104
General Forms and could not
be certified by the CA which
is mentioned in below the
signature of the Bidder’s
Representative
Forms/ formats like ELI-1 (Bidders
Information Form), ELI-2 (Bidders
Party Information Form), FORM
CON (Contract Non-Performance &
Litigations), FIN-3 (Declaration on
Bankruptcy/ insolvency & Debt
restructuring), EXP-1 (general
Construction Experience), EXP-2(a)
(Specific Construction Experience),
Exp-2(b) (Construction Experience
in Key Activities), Form ACK
(Acknowledgement of compliance
with guidelines for procurement
Refer Addendum No. 7, Item
No. 21.
Page 32 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
under Japanese ODA Loans) is not
related to the concern of any
Chartered Accountants or Statutory
Auditor and may not be possible to
obtain their certification on those
formats. Hence, request you to
consider the above documents duly
self-certified by the bidders in place
of CA/ SA certification. However,
either Performance Certificates from
Client or Client’s Certified Bills may
be considered as valid documents for
Exp-2(a) & Exp-2(b).
76. IFB S.No.10
Page 3 of 4
Bid Submission extension due
to COVID Lockdown
Considering the complexity in nature
of job and involvement of several
bought out components such as
structural steel of special width,
automated machineries, bearings
from Japan, special paintings etc.
and making several technical
documents such as methodology, site
organization, programme
maintaining key dates/ milestones,
CVs of technical personnel,
Equipment list etc. and the
constraints due to Covid-19
Pandemic facing by the whole
world, we would request to postpone
the bid submission due date at least
45 days from the date of
publishing the pre-bid minutes to
enable competent bidders to
Bidding Document
condition(s) shall remain un-
altered.
Page 33 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
accomplish all the pre-bid activities
properly and submit a reasonable
and comprehensive offer to you.
Please consider.
77. Part 1
Section IV.
Bidding Forms
Page 26 of 120
2.8.2.A. Bill
No. 2:
Providing Steel
Materials and
Bearings
Item no. 201
Providing Structural Steel for
fabrication of super structure
and accessories including all
arrangements, transportation,
testing,
loading, unloading,
handling, storage, etc.,
all complete as per
Drawings, GS and TS.
Pleas clarify whether weight of the
TTHSB Bolt, Nut, washer will be
considered while calculating the
weight and payment as per item bill
no. 201.
Supply of HSFG bolts is not
in the scope of P-4(X) and P-
4(Y) packages.
Refer Addendum No. 7, Item
No. 55.
78. Part 1
Section IV.
Bidding Forms
Page 26 of 120
2.8.2.A. Bill
No. 2:
Providing Steel
Materials and
Bearings
Item no.
201(e)
Flat bar, Round bar,
B.N, and Misc. metal
(E250)
Please clarify and confirm what does
it mean by B.N, as it is not defined
in abbreviation.
Bidder to refer Addendum
No. 8, Item No. 1 and 2.
79. Part 1
Section IV.
Bidding Forms
Page 31 of 120
2.8.3.A. Bill
No. 3:
Note:
1) The item shall be paid as
per total weights in MT as per
the Drawings with no
Please Clarify and confirm whether
the weight of bolt nut and washer
(TTHSB) as required for splicing of
structure/girders/trusses for the
Supply of HSFG bolts is not
in the scope of P-4(X) and P-
4(Y) packages.
Page 34 of 42
S. No.Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
Fabrication,
Check-
assembly,
Corrosion
protection and
Transportation
of Super-
structure
deduction for the bolt holes.
Weight of welding
and shear stud connectors
shall not be added.
requirement mentioned herein will
be in bidder scope or not.
If it is in Bidder scope then please
specify the tonnage of bolt nut and
washer (TTHSB) to be considered
whether it will be paid extra or
bidder have to load in the activities
as mentioned herein as construction
of bridges is not in bidder scope.
Please Clarify and Confirm as
Applicable.
Refer Addendum No. 7, Item
No. 55.
80. Part 2
Section VI-1.Work
Requirement
(General
Specification)
Page 6 of 202
Table-2 Details
of Bridges
under Package
No.MAHSR-
P-4(Y)
SI.No.5
Table -2 Details of Bridge
under Package No.MAHSR-
P-4(Y)
- SI.No.5
- Bridge GAD No.3,
- Span configuration(m) :80,
80
- Weight(MT) : 2264 ton
The drawing (Title: "GAD3 General
Arrangement Drawing", Drawing
No: DD-JIC-C08-TDC-B02-SBS-
GE1-03010) shows 03 (three) span
whose length is 80m.
The discrepancy between General
Specification and Drawings for
quantity of span is found. Please
clarify which document is correct. If
the drawing is correct, please modify
not only quantity of span but also
total weight of GAD No.3 and BOQ
weight.
Bidder to refer Addendum
No. 8, Item No. 6.
81. Part 2
Section VI-3.
DRAWINGS
Title:
(Reference)
GAD 1134
GENERAL
This General Drawing of
GAD 1134 are lacking some
information as below.
A) The Distance between
Trusses
The bidder would like to request the
Employer to provide this
information for cost estimation
purposes, similarly to other
drawings.
Bidder to refer Addendum
No. 7, Item No. 60. and Addendum No. 8, Item No. 10
Page 35 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
ARRANGEM
ENT
DRAWING
B) Girder Gradient
C) Width(Total, left and ridge
cantilever length)
D) Height
E) Design Condition
However, if that is not possible, can
the bidder consider that this bridge
of GAD 1134 is exactly same type of
bridge as GAD 62 which has same
span length of 70m?
Please clarify.
82. Part 3
Section VIII.
Particular
Condition(PC)
Page 13 & 14
of 37
Sub-Clause 1.5
Priority of
Documents
Replace subparagraphs from
(a) to (i) with the following:
(a) the Contract Agreement,
(b) the Letter of Acceptance,
(c) the Record of Meeting on
Contract Negotiation,
(d) the Addenda (the items of
the Addends shall have
priority over the respective
items of the related section of
the Contract Documents),
(e) the Price Bid,
(f) the Technical Bid,
excluding the Contractor’s
Technical Proposal,
(g) the Particular Conditions -
Part A,
(h) the Particular Conditions -
Part B,
(i) these General Conditions,
(j) the Specification -
Technical Specifications,
(k) the Specification - General
Specifications,
(l) the Drawings,
The Bidder understands that the
replies to clarification from the
Employer during tender are part of
the Contract Documents, and it is
included in "(c) the Record of
Meeting on Contact Negotiation".
Please clarify if our understanding is
correct.
Bidder understanding is not
correct. Replies to pre-bid
clarifications are the part of
‘Any other documents
forming part of the Contract’.
Bidder is requested to refer
Note 1 of Contract
Agreement Form, Section
IX, Part 3.
Page 36 of 42
S. No.Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
(m) the Acknowledgement of
Compliance with Guidelines
for Procurement under
Japanese ODA Loans,
(n) the Contractor’s Technical
Proposal,
(o) the Reference Information/
Report, and
(p) Any other documents
forming part of the Contract.
83. Bidding
Documents - Part
3/ Section VIII.
Particular
Conditions (PC)
Page 18 of 37,
Cl. 14.7 (d) (i)
The Employer shall pay 90%
of Provisional Interim
Payment Certificates
provisional payment within 7
days from the receipt of such
evaluated statement from the
Engineer. The Contractor is
required to submit the bank
guarantee for the payment on
supply of structural steel for
fabrication and the validity of
the bank guarantee shall be
until completion of check-
assembly.
As the payment on supply of
structural steel for fabrication is a
part of stage payment, hence
requirement for bank guarantee for
the said purpose will influence the
project cost, we would hence request
you to waive of the Contract clause
for submission of the bank guarantee
for the payment on supply of
structural steel for fabrication.
Bidding Document
condition(s) shall remain un-
altered.
84. Part 1, Section V Page No. 179
of 685
(5) Procurement of the
following components from
Japan is mandatory under this
Package;
(a) Steel
Bidder understand that steel
manufactures having valid BIS
certificate and listed in the BIS
website as on date of procurement of
steel shall be allowed for supply of
steel
It is clarified that Steel
Bearing / Metallic Bearing
shall necessarily be procured
from Japan.
Refer Addendum No. 8, Item
No. 3.
85. Part 1, Section V Page No. 179
of 685
(5) Procurement of the
following components from
Kindly provide us the Approved
Vendor with contact details for
The Bidding Document
procurement condition
Page 37 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
Japan is mandatory under this
Package;
(a) Metallic bearing
Metallic bearing as it is to be
procured from JAPAN. We have
intimated several parties of JAPAN
but they are non-responsive at this
stage. We earnestly requesting you to
provide us the indigenous Vendor
along with contract details so that we
can able to procure the same under
"Make in India" Government
scheme.
regarding steel
bearing/metallic bearings
shall remain unaltered.
As per the information
available, the following
Japanese vendors
manufacture steel bearing
/metallic bearings:
- M/s Kawakin Core-Tech
Co., Ltd.
(http://www.kawakinct.co.jp/
english/)
- M/s Oiles Corporation
(https://www.oiles.co.jp/en/)
Bidders are encouraged to
carry out their own survey to
find suitable vendors. The
above details are purely for
Bidders’ reference without
any liability to the Employer.
86. Part 2, Section VI-
2
Sl. No. 18 of
Table-2 –
Details of
bridges under
Pkg. No.
MAHSR – P-
4(Y)
Bridge GA drawing for P4(Y)
Pkg.
Please arrange to provide the Bridge
GAD for 90 M Span Bridge as
mentioned below :
i) Bridge GAD No. 15, 54 & 55 for
90 Mtr. Span bridge.
Since we do not have any other
reference detailed drawing
showing member sections, we
For GAD 54&55: Refer
Addendum No.7, Item No.
59.
GAD 15: Already provided
with NIT Documents.
Page 38 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
are unable to take out the BOQ
of the said span to calculate the
proper cost input.
Please furnish the same at the
earliest.
87. Part 1, Section III,
IV
Page 43 of 49
Section III.
Evaluation and
Qualification
Criteria
Item No. 3.2
(e)
Page 90 and 92
of 120
Section IV
Bidding Forms
Annexure to
Form FIR-1
and Annexure
to Form FIR-2
According to BDS, the Bidder shall
demonstrate that it has access to, or
has available assets to meet the
construction cash flow estimated as
INR 1,208,000,000, and in case of
JV, the minimum required amount of
assets is 25 % for each member, and
40% for one member.
Yet, according to bidding forms, it is
explained that Amount stated in FIR-
1 by the Bidder to be Equal or
Greater than Amount Stated in the
Form of Financial Resources (i) of
EQC, INR 1,208 Million plus Total
Average Monthly Requirement of
Outstanding Contracts Multiplied by
03 (in Million INR).
1) Which or What requirement is the
Bidder required to meet as a whole?
2) In case of JV, what percentage or
amount is each member required to
meet?
Please clarify.
1) Bidder is requested to
read the Bidding
Documents carefully. The
requirements of a JV are
mentioned in Bidding
Documents.
2) Bidder to refer BDS ITB
4.1, Section II, Part 1.
88. Part 1, Section III Page 46 & 47
of 49
4.2.4 Key
Personnel
Notes: # Person needed at
each fabrication workshop
subject to minimum 2 persons
for each package.
In the case the Bidder intends to
utilize two fabrication workshops for
each package (total four workshops),
the total number of key personnel
Bidding Document
condition(s) shall remain un-
altered.
Page 39 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
that has to be assigned to the four
fabrication workshops is minimum 4
(persons) and not 8 (persons).
Please confirm.
89. Part 1, Section IV Page 28 of 120
Page 46 of 120
Item No. 201
( e )
Flat bar, Round Bar, B.N. and
Misc. metal (E250)
P-4(X) : 7 MT
P-4(Y) : 7 MT
1. We understand that Procurement
of TTHSB (High Strength bolts, nuts
and washers) is not scope of the
Bidder. Please clarify whether our
understanding is correct.
2. Could you give us the breakdown
of Flat bar, Round Bar, B.N. and
Misc. metal of item No.201(e) for
cost estimating ?
3. We understand that;
- steel shutterings are installed on the
girder by temporary bolt during
check assembly at shop.
- steel shutterings are delivered to
site separately from the truss
components.
- procurement of permanent B.N. for
installing steel shutterings at site is
not scope of the Bidder.
Please clarify our understanding is
correct.
1. Yes.
2. Refer Addendum No. 8,
Item No. 1 and 2.
3. -Refer Addendum No. 7,
Item No. 42.
-Steel shutterings are
delivered to the site along
with truss components
-Procurement of
permanent B.N. for
installing steel shutterings
at site is not in the scope
of the Contractor.
90. Part 1, Section VI-
3
P-4 GAD 15
DRAWINGS
Title : GAD 15
Continuous
Through Truss
(L=100m+130
m)
ANGLE OF GIRDER
P1 SIDE : Blank
P2 SIDE : Bland
The bidder considers that Angle of
Girder for both side of this bridge is
90 Degree. Please clarify our
consideration is correct.
Angle of Girder for both side
of this bridge is different
than 90 Degree. Final
Drawings, with Angle of
Girder mentioned, shall be
issued after LOA.
Page 40 of 42
S. No.Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
Superstructure
General
Drawing (3)
[Reference
Drawings]
91. Part 1, Section VI-
3
DRAWINGS
FOLDER
Drawing file name:- sP4-
GAD37,42,Laundry,2357-
3,54,55 & 507 NIT drgs.
Title :- GAD 37, 42, Laundry,
2357-3,54,55,507
DETAILED DRAWINGS ARE NOT
AVAILABLE FOR THIS BRIDGE.
PLEASE FUNISH THESE TO
HAVE MORE CLARITY ON TYPE
/ SIZE OF BEARINGS , SO THAT
PROPER QTY BE PLACED TO
VENDOR FOR GETTING
QUOTATION
Refer Addendum No. 7, Item
No. 59 for Detail drawings
for Bearings. Other detail
drawings shall be issued
before Commencement Date.
92. Part 1, Section VI-
3
DRAWINGS
FOLDER
Drawing file names:- P4-
GAD1134-NIT drgs.
Title :- GAD 1134
DETAILED DRAWINGS ARE NOT
AVAILABLE FOR THIS BRIDGE.
PLEASE FUNISH THESE TO
HAVE MORE CLARITY ON TYPE
/ SIZE OF BEARINGS , SO THAT
PROPER QTY BE PLACED TO
VENDOR FOR GETTING
QUOTATION
Refer Addendum No. 7, Item
No. 60 for Detail drawings
for Bearings. Other detail
drawings shall be issued
before Commencement Date.
93. Part 1, Section VI-
3
DRAWINGS
FOLDER
Drawing file names:- ;- P4-
C5-1,C5-2,C5-3,25,27
Title :- GAD C5-1,C5-2, C5-
3,25,27
DETAILED DRAWINGS ARE NOT
AVAILABLE FOR THIS BRIDGE.
PLEASE FUNISH THESE TO
HAVE MORE CLARITY ON TYPE
/ SIZE OF BEARINGS , SO THAT
PROPER QTY BE PLACED TO
VENDOR FOR GETTING
QUOTATION
GAD C5-1, GAD C5-2, GAD
C5-3, GAD25 and GAD 27
are now not in Scope of P-4
package as per Addendum
No. 7, Item No. 2.
94. Part 1, Section III page-38 of 685 Bidding Doc:- Part-I:- sec -III-
Evaluation and Qualification
Criteria-3.2(d) Experience
Specific Construction
We consider the 3500MT minimum
fabrication of steel structure works
includes the railway bridges as well
as road bridge also.
Bidding Document
condition(s) shall remain un-
altered.
Page 41 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
Experience:- Similar work
would mean a contract/
contracts comprising the
following activities. Works
under various Contracts can
be added to meet the criteria.
• Fabrication of steel structure
of total tonnage of 25,000 MT,
out of which minimum
fabrication of steel structure
for Railway/ Metro-Rail/Road
bridges shall be 3,500 MT
Please confirm this.
95. Part 1, Section III page-39 of 685 Bidding Doc:- Part-I:- sec -III-
Evaluation and Qualification
Criteria-3.2(d) Experience
Construction Experience in
Key Activities:- Key Activity:
Fabrication of Steel girder for
Bridge/Viaduct for Railway/
Metro-Rail with at least one
girder of span 60m or more.
We consider the Construction
Experience in Key Activities
fabrication of steel structure works,
at least one girder of span 60m or
more includes the road bridges also.
Please confirm this.
Bidding Document
condition(s) shall remain un-
altered.
96. Part 1, Section III page-49 of 685 Bidding Doc:- Part-I:- sec -III-
Evaluation and Qualification
Criteria-3.2(d) Experience
Specific Construction
Experience:- Similar work
would mean a contract/
contracts comprising the
following activities. Works
under various Contracts can
be added to meet the criteria.
• Fabrication of steel structure
of total tonnage of 50,000 MT,
We consider the 3500MT minimum
fabrication of steel structure works
includes the railway bridges as well
as road bridge also.
Please confirm this.
Bidding Document
condition(s) shall remain un-
altered.
Page 42 of 42
S. No. Part & Section
Reference
Page No. /
Clause No.
Provisions as per Bidding
Documents Bidder Query Employer’s Reply
out of which minimum
fabrication of steel structure
for Railway/ Metro-Rail/Road
bridges shall be 7,000 MT
97. Part 1, Section III page-50 of 685 Bidding Doc:- Part-I:- sec -III-
Evaluation and Qualification
Criteria-3.2(d) Experience
Construction Experience in
Key Activities:- Key Activity:
Fabrication of Steel girder for
Bridge/Viaduct for Railway/
Metro-Rail with at least one
girder of span 60m or more.
We consider the Construction
Experience in Key Activities
fabrication of steel structure works,
at least one girder of span 60m or
more includes the road bridges also.
Please confirm this.
Bidding Document
condition(s) shall remain un-
altered.
98. Part 1, Section VI-
3
DRAWINGS
FOLDER
Sec VI -3 ( Drawings ) Part 1
of 2 & Sec VI -3 ( Drawings )
Part 2 of 2
Metallic bearing vendor is unable to
quote due to insufficient data
provided in tender drawings & BOQ
which doesn’t justify what is actual
requirement.
Bidding Document
condition(s) shall remain un-
altered.
Refer Addendum No. 7, Item
No. 59 and 60.
top related