Pune Prebid Query MSIDC EOD ReplytoPrebidQuery
Pune Prebid Query MSIDC EOD ReplytoPrebidQuery
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
1. Manik Infra Project Pvt Ltd (Package number -EPC AU 37F
i. Availability of Finance Please demonstrate the Availability of Finance NIT shall
such as loan etc to be paid to Contractor as per Prevail
mile stone
ii. 2.2.2.2(vii) 22-23 Machineries The SubstanDal work is of concrete, therefore. Please Refer
(1) Bitumen hot mix plant requirement may be CSD
deleted.
(2) instead of 80 Cum per Hr batch mix plant for
concrete 2 No of 30 Cum per hr RMC may please
be modified, The other Machinery and T&P
required for the Project may please be allowed on
hire/lease/own basis.
Iii Design Data Please provide and clarify the design parameters This bid is
require for rigid pavement, please provide the invited on
complete data such as traffic volume, density Data EPC mode
of Single and mulD axle vehicles where in the
minimum
requirement
is specified in
the
respecDve
Schedule of
CA.
Concessionai
re to inspect
the site, and
carry out
own
invesDgaDon
and
Engineering
Page 1 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
for arriving
the Cost.
iv Concession agreement Please provide us Concession agreement to be NIT shall
sign Prevail
v 2.21.1 Performance Security In this Clause Performance Security is 7.5% which NIT shall
is slightly on higher side and will be effect the cash Prevail
flow on Project during the construcDon so it
should be kept 2% (Two Percent) Performance
Security of bid price which are being provisioned
in most of EPC Project under PWD, NH and NHAI
Projects Considering the liquidity issue.
Vi 2.2.2.3 Financial Capacity average financial turnover of 136.60 As per CVC Guidelines the financial turnover NIT shall
Crore requirement is 30% of Project Cost. Please see the Prevail
clause 3.3.6 I of cvc Manual published by the
Ministry of finance and Department of
expenditure of Government of India financial
capacity therefore the Average financial turnover
shall be kept at 35.02 Cr.
Vii ISO CerDficaDon This Clause may be Deleted NIT shall
Prevail
viii 2.2.2.2 (v) 21 Minimum ConstrucDon Experience i.e. Technical As per the naDonal highway policy there is no NIT shall
capacity clause in tender of NH for minimum capacity Prevail
requirement therefore this clause 2.2.2.2 (v) may
be deleted.
Ix 2.2.2.2(II) 19 Similar work This Clause may please be amended as per normal NIT shall
provision made in naDonal highway EPC Criteria Prevail
therefore this clause may be as per NaDonal
highway Criteria for any work Provided that at
least one similar work of 20% of EsDmated Project
Cost shall have been completed from the Eligible
Projects Viz Concrete Pavement, Flexible
Page 2 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Pavement or CombinaDon of work For this
purpose, a project shall be considered to be
completed, if more
than 90% of the value of work has been completed
and such completed value of work is equal to or
more than 20% of the esDmated project cost.
X 2.2.2.2(i) 19 Threshold value 118% i.e 136.60 This clause may be modified for threshold value NIT shall
upto 50% i.e 58.36 Prevail
Xi 2.2.1 (a) 15 The Bidders may be Single enDty Joint Venture for this work shall be allowed NIT shall
Prevail
Xii 2.1.14(xix) 14 Shall give list of Project detail on going Project refer This clause may be modified as bidder JV shall give NIT shall
(Clause 10.3 (iv a list of projects of road undertaken, completed for Prevail
agencies viz PWD,MSRDC, NHAI, ULB, MSIDC, etc
it shall not restricted only for certain agencies and
EPC work.
Xiii 2.1.11I 11 Lead Member 50% and Other Member 20% Each This Clause may please be modify as lead member Please Refer
50% and JV as whole collecDvely full fill 100% CSD
Criteria. The condiDon of 25% Criteria to other JV
Members please may be deleted
Xiv 1.2.4 8 Bid security of Rupees 116.73 Cr As per Govt Norms and CVC Guidelines the Bid NIT shall
security shall be 0.5% of Project Cost. Therefore Prevail
bid security may please be kept as 0.58 Cr
2 GKC Projects Limited (E tender NoOce number 7)
i 2.2.2.2(ii) Provided that at least a. one similar (rigid or similar type of We presume that “project Length Km* refers to Please Refer
pavement) work of Rs. ------------ Crores (Rupees only “Lane Km” and length of a wider road cited by the CSD
94.40% of EsDmated Project Cost) and...........KMs(80% of bidder will be mulDplied by a factor to account for
project length in KMS) 4 lane / 6 lane roads. Such as 2x for four lane & 3x
for 6 lane road
pavement) work Only) (94.40% Ms (80% of
Please confirm
Page 3 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
ii 2.2.2.3(ii) If the bidder does not have ‘BBB’ and above credit raDng, We presume that if the bidder meets the financial NIT shall
the Bidder shall be require to submit a comfort leoer from resources requirement sDpulated in Cl. No. 2.2.2.3 Prevail
its Bankers/ Financial insDtuDons (ii), a comfort leoer from bank as required under
Cl. 2.2.2.3 (v) is not required to be submioed even
if the bidder does not have raDng of BBB or above
Please confirm
iii 2.2.2.3(v) a minimum construcDon experience is required in the Please also accept experience of subgrade / NIT shall
following key acDviDes: embankment in infrastructure projects such as Prevail
“experience in Subgrade/Embankment in roadway for Railways, IrrigaDon etc
quanDty not less than ........ cubic meter”
iv 3.2 A Provisions pertaining to “EvaluaDon of MulDple Example of evaluaDon for award of mulDple NIT shall
ContracDng Contracts regarding similar work criteria is not Prevail
provided in the RFP-
Please confirm if the evaluaDon will be based on
AACT and Financial resources only.
3 M B Infrastructure (Package number – EPC 37A)
i 2.2.2.3 The Bidder shall have Average Annual ConstrucDon The Bidder shall have Average Annual NIT shall
Turn Over of Rs 358.51 crores for the last five years ConstrucDon Tum Over of Rs 90.75 crores for the Prevail
last five Esto years
ii 2.2.2.4 In case of a JV Further, the Lead Member shall meet at In case of JV Further the Lead Member shall meet Please Refer
least 50% of the requirements of Bid Capacity, memb at least 50% of the requirements of Bid CSD
Technical Capacity and Financial Capacity and other Capacity, Technical Capacity eligibilt and Financial
members shall meet at least 25% of the requirement Capacity... and y other members shall meet at least
of Bid Capacity, Technical Capacity..... 15% of the requirement of Bid Capacity,
Capacity..... Technical
iii 2.2.2.6 However receipts of or work However executed However receipts of ог work executed amount less NIT shall
amount less than Rs 35.85 crores shall not be reckoned than Rs 10 crores shall not be reckoned as receipts Prevail
as receipts for eligible projects for eligible projects
iv The requirement of Average Annual construcDon Turnover NIT shall
equal to the esDmated cost of the project is unduly harsh Prevail
Page 4 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
as the enDre project is required to the completed in 2.5
years
Page 5 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Forty One Crores Forty Seven lakhs Only) [40% of the
EsOmated Project Cost] and 33.76 KMs [40% of
project length in KMs]”
5. B.R.Goyal Infrastructure Ltd (Package No EPC AM-II (42A)
i. 2.2.2.2 (v) 23 Precision in QuanOty AllocaOon: RFP Kindly provide your clarificaDon on this maoer. NIT shall
states the requirement for QuanDty of Embankment, Earth Prevail
work stabilizaDon, GSB, DLC and PQC in the bidding
process. However, there is ambiguity regarding whether
these quanDDes are derived from a single work or
collecDvely
from all similar works descripted for single enDty or joint
venture. We understands that the quanDDes should be
derived collecDvely from all similar works in single enDty
criteria or all similar works of all partners in Joint venture
criteria
ii. 2.2.2.2 (ii 21 ClarificaOon on Term “Similar Type pavement”: It defines It is requested you to confirm this explicitly to NIT Shall
the qualificaDon criteria for Single similar work using a avoid any ambiguity Prevail
term “Rigid or similar type of pavement” and we
understand that this term does also includes “Flexible
pavement works” for the same PQ criteria.
iii. 2.2.2.2 (vii) 25 Inclusion of Leased or Rented Machinery in Machinery Please Refer
Requirement: In RFP explains requirement, fitness and CSD
ownership of machinery to be submit while
bidding process. To promote fairness and more
compeDDon we request to your good-self for the inclusion
of leased or rented machinery as acceptable alternaDves
to owned machinery. AddiDonally it is also requested for
Exclusion of Machinery Fitness CerDficate Requirement as
there is no designated authority who issue such
cerDficates in Madhya Pradesh, we propose that the
Page 6 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
requirement for such cerDficaDon be omioed from the
tender specificaDons.
iv. 2.2.2.2 (vii) 25 ConsideraOon of Transit Mixer without SCADA Please Refer
system: The requirement of machinery in clause CSD
2.2.2.2 (vii) point no. 9 on Pg no. 25 in RFP, is given and
it demands Transit Mixer with SCADA system. It is
requested that Transit mixer without SCADA system,
should be allowed to 7ulfil machinery PQ criteria.
v. Missing ‘B’ & ‘H’ Schedules: Schedule B and Schedule H, We request that these documents be provided to NIT shall
criDcal components of the Request for Proposal all prospecDve bidders promptly to ensure Prevail
(RPF) documentaDon, are not aoached to the tender transparency and fairness in the bidding process.
package.
These schedules are essenDal for understanding the scope
of work, technical specificaDons & Price break-up.
6 Rajeshwar ConstrucOon (package number -EPC 43A,EPC Amdapur,43B)
i 2.21.1 RFP Clause 2.21.1 menDoned Within 30 (thirty) days of We hereby request you to change the RFP NIT shall
receipt of Leoer of Acceptance, the selected Bidder condiDons i.e. an irrevocable and uncondiDonal Prevail
shall furnish to the Authority an irrevocable and guarantee from bank in form set forth in Annex-I
uncondiDonal guarantee from a Bank in the form set of Schedule-G (the “Performance Security”) for an
forth in Annex-I of Schedule-G (the “Performance amount equal 3% (Three Percent) which shall be
Security”) for an amount equal to 7.5% (seven and half valid unDl 60(sixty) days ajer the Defects Liability
percent), bifurcated in two parts of 4.5% (four and half Period and 4.5% (four and half percent) to be
percent) and 3% (three percent) of its Bid Price and deducted from running RA Bill shall be valid unDl
RFP Clause 60(sixty) days awer the Defects Liability Period
ii 2.21.2 RFP Clause 2.21.2: The Performance Security shall be NIT shall
valid unOl 60(sixty) days ajer the Defects Liability Prevail
Period.
7 Rajeshwar ConstrucOon EPC Amadapur
i 2.21.1 RFP Clause 2.21.1 menDoned Within 30 (thirty) days of We hereby request you to change the RFP NIT shall
receipt of Leoer of Acceptance, the selected Bidder condiDons i.e. an irrevocable and uncondiDonal Prevail
shall furnish to the Authority an irrevocable and guarantee from bank in form set forth in Annex-I
Page 7 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
uncondiDonal guarantee from a Bank in the form set of Schedule-G (the “Performance Security”) for an
forth in Annex-I of Schedule-G (the “Performance amount equal 3% (Three Percent) which shall be
Security”) for an amount equal to 7.5% (seven and half valid unDl 60(sixty) days ajer the Defects Liability
percent), bifurcated in two parts of 4.5% (four and half Period and 4.5% (four and half percent) to be
percent) and 3% (three percent) of its Bid Price and deducted from running RA Bill shall be valid unDl
RFP Clause 60(sixty) days awer the Defects Liability Period
ii 2.21.2 RFP Clause 2.21.2: The Performance Security shall be NIT shall
valid unOl 60(sixty) days ajer the Defects Liability Prevail
Period.
i 2.21.1 RFP Clause 2.21.1 menDoned Within 30 (thirty) days of We hereby request you to change the RFP NIT shall
receipt of Leoer of Acceptance, the selected Bidder condiDons i.e. an irrevocable and uncondiDonal Prevail
shall furnish to the Authority an irrevocable and guarantee from bank in form set forth in Annex-I
uncondiDonal guarantee from a Bank in the form set of Schedule-G (the “Performance Security”) for an
forth in Annex-I of Schedule-G (the “Performance amount equal 3% (Three Percent) which shall be
Security”) for an amount equal to 7.5% (seven and half valid unDl 60(sixty) days ajer the Defects Liability
percent), bifurcated in two parts of 4.5% (four and half Period and 4.5% (four and half percent) to be
percent) and 3% (three percent) of its Bid Price and deducted from running RA Bill shall be valid unDl
RFP Clause 60(sixty) days awer the Defects Liability Period
ii 2.21.2 RFP Clause 2.21.2: The Performance Security shall be NIT shall
valid unOl 60(sixty) days ajer the Defects Liability Prevail
Period.
8 Koli Sudhakar
वरील िवषया)ये िवनंती अज0 क2रतो िक, आपण NIT shall
मागिवले9ा EPC िनिवदा म;े <ेशल पप0ज वेइ? Prevail
?ाज समािवA करावा जेणे SPV कBन आिथ0क Dवहार
सुरळीत होणे व कामाची गती राखणे या JAीने Clause
गृहीत धरMात यावा या क2रता िवनंती करीत आहे .
9 Shri Satyasai Baba Infra Ventures Pvt. Ltd. (E tender noOce no 9)
Page 8 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
i Performance Security – Within 30 (thirty) days of Requested you to please consider 5% Performance Please Refer
receipt of Leoer of Acceptance, the selected Bidder Security as in all department like PWD, NH PWD, CSD
shall furnish to the Authority in the form of bank MoRTH etc. to Maintain the work progress and
guarantee 7.5 %. cash flow.
Ii Performance Security – Within 30 (thirty) days of In this requested you to kindly clarify the 4.5% Please Refer
receipt of Leoer of Acceptance, the selected Bidder Performance security release awer PCOD or COD. CSD
shall furnish to the Authority in the form of bank
guarantee 7.5 % its Bid Price bifurcated in two parts
of 3 % & 4.5%.
Iii Average Annual ConstrucDon Turnover – Due to Covid- Kindly requested to please consider Average NIT shall
19 Pandemic construcDon work was hampered which Annual tuner over of 75% as instead of 118% Prevail
resulted in lower turnover in 2019-20 & 2020-21. (EsDmate Project Cost). The other department like
PWD, NHPWD, MoRTH they consider 15% to 20%
of project value.
Iv As per RFP published the project cost for EP No. II The cost of work is decreasing please clarify Please Refer
(36A) the cost was 220.12 Cr. Awer corrigendum the whether any item in tender is de scoped or what? CSD
cost is now 208.57 Cr. For EPC Chakur the cost was
230.51 Cr. Awer corrigendum the cost is now 191.51
Cr.
V 19.2 Advance payment V A. irrevocable and uncondiDonal Requested you to please give advance interest free NIT shall
BG from a bank amount equal 110% is to be given. The for smooth cash flow. Prevail
amount shall make an interest bearing advance
payment at bank rate +3% equal to 10% of the
contract price.
Vi 2.2.2.1 (ii) provided at least one similar nature of work of Rs. Requested you to please consider single one work NIT shall
246.43 Cr (94.40%) of esDmate cost & 48.56 km (80% of 80% cost & 2 work of 60% cost & 3 work of 50% Prevail
of project length in km). cost as per regular PWD, NHPWD, MoRTH etc.
Tenders, also there is no need of 80% length of
project length in Kms the length criteria should be
deleted.
Page 9 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Vii 22 The updaDng factor to update the price is indicated per Requested you to please consider 10% weightage NIT shall
year for a weightage of 5% per annum. per annum for updaDng the price. Prevail
Viii 2.2.2.3 Financial Capacity the updaDng factor weightage is Requested you to please consider 10% weightage NIT shall
given @ 5% per annum. per annum for updaDng the price. Prevail
Ix The required quanDty for various items like GSB, DLC, Requested you to please consider 35% criteria for NIT shall
PQC, is asked as per the Tender quanDty. tender quanDty; for a healthy & Fair CompeDDon. Prevail
X Where the project having black cooon soil had you Please clarify. NIT shall
consider soil stabilizaDon Prevail
10 Mapari Infraprojects (Package number -37D)
i 2.1.11 12 Clause 2.1.11:-Joint Venture(Page No 12 of RFP) Sub- We kindly request you to allow Joint Venture for Please Refer
Point (h) It is menDoned No Joint Venture up to Project having EsDmate Project Cost above 50 CSD
EsDmate Project Cost Rs 100 Crore Crore.
Ii 2.2.2.1 19 Clause 2.2.2.1:- Bid Capacity (Page No. 19 of RFP)- We kindly request you to allow Bid capacity equal NIT shall
: It is menDoned that Bid Cap Should be more than to Project cost only. Prevail
118% of the project cost
Iii 2.2.2.2 20 Clause 2.2.2.2:- Technical Capacity (Page No 20 of RFP) – It We kindly request you to consider works NIT shall
is menDoned the Bidder shall, over the past [5 (five)] undertaken in last 7 Years of any type due to covid- Prevail
financial years preceding the Bid Due Date, have received 19 and an amount equal to 100% of project cost
payments for construcDon of Eligible Project(s), or has which is 68.61 crore.
undertaken construcDon works by itself in a EPC/PPP
project, such that the sum total thereof, as further
adjusted in accordance with clause 2.2.2.5 (i) & (ii), is more
than Rs. 80.96 Crores (118% of Project Value)
Iv 2.2.2.2 21 Clause 2.2.2.2:- Technical Capacity (Page No 21 of RFP) We kindly request you to consider similar work of NIT shall
Sub-Point(ii) (a) It is menDoned at least one similar (rigid any pavement (Rigid/Flexible) of Rs 34.30 Crore Prevail
or similar type of pavement) work of Rs. 64.77 Crores (50% of EsDmated Project Cost) and 2.47 Km(50%
94.40% of EsDmated Project Cost) and 3.96 KMs [80% of of Length in Kms) and for two similar works
project length in KMS] accordingly
V 2.2.2.2 22 Clause 2.2.2.2:- Technical Capacity (Page No 22 of RFP) NIT shall
Sub-Point(v) It is menDoned to have in Last 5 Financial Prevail
Page 10 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
years minimum construcDon experience of following key
acDviDes
Bidder must demonstrate an experience in
Subgrade/Embankment in roadway for quanDty not less
than 33,943 cubic meter
Page 11 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Transit Mixer with Scada- 6 Nos, Slip Form Paver with Please with allow Dozing arrangement instead of
Scada. Motor Grader and Dozer. Also Allow Vibratory
Roller -2 Nos and Earth compactor -1 Nos. Kindly
allow front End Loader JCB/Excavator. Also Please
allow machinery on Hire basis.
Ix 2.2.2.2 23 Clause 2.2.2.2:- Technical Capacity Related to Manpower We kindly request to allow for tender parDcipaDon Please Refer
(Page No 23 of RFP) with the list of available technical staff and CSD
qualificaDon degree with us with Affidavit that
Sub-Point(vi) It is menDoned to have SupporDng required manpower will be deployed on the work
documents for qualificaDon, PAN etc. along with CV. Bidder awer the allotment of work. Kindly delete the
shall upload this QR based statement downloaded from on condiDon of QR based statement from portal
or before two days of submission. The bidder must submit bidcap.emahapwd.com.
affidavit on stamp paper of Rs.500/- for availability of the
required key personnel.
X On Page No 96 of Schedules, Clause B-2-ReconstrucDon It is menDoned that Unit of measurement is linear NIT shall
/New 2 lane realignment/bypass(Rigid Pavement length. Payment of each stage shall be made on pr prevail.
rata basis on compleDon of stage in full length or 5
Km length, whichever is less, Our total project CondiDons in
length itself is 4.95 Km. Please clarify. agreement
shall prevail
over
schedules
Xi On Page No 97 of Schedules, Clause D-ReconstrucDon and MenDoned that cost of culvert shall be
New culvert on exisDng Road, realignment, by passes determined on pro rata basis with respect to the NIT Shall
number of culverts. Pavement shall be made on Prevail
compleDon of at least 5 culverts. Our total culverts
are 5. Please clarify
xii On Page No 25 of RFP sub-point (viii) It is menDoned bidder We kindly request you delete this condiDon NIT shall
W shall demonstrate availability of ISO cerDficaDon Prevail
Page 12 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Xiii Performance security it is menDoned to submit We kindly request you to consider performance NIT shall
performance security for 7.5% of bid price security total 4%. 2% as iniDal in form of BG and Prevail
remaining 2% through RA Bills as per regular
pracDce in Govt department.
Xiv BID SECURITY – A bid security in the form of BG issued by We kindly request you to consider BG issued NIT shall
naDonalized Bank/Scheduled Bank having net worth of Rs naDonalized/scheduled in India. Prevail
1000 crore is menDoned.
xv 1) As the work is in Municipal CorporaDon Limit NIT shall
10% increase in rates shall be considered. Prevail
Page 13 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
But due to Heavy Traffic intensity it must be NP-4
class.
Page 14 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
member condiDon and any member can saDsfy the
qualificaDon required for other member, together
must meet the requirements for the clause
2.2.2.1(bid capacity), 2.2.2.2 (technical
capacity),2.2.2.3 (financial capacity)
v Requirement Slip form paver with Scada enabled System The slip form paver is very expensive Machinery, Please Refer
s related to its presence of the Machinery is only limited to CSD
Machinery paving of concrete which comes in a very laoer
stage of construcDon. Thus in general the
contractor lease this Machinery, so we request to
make it hire condiDon instead of owned or
Confirmed purchase order from the authorized
dealer may be treated as ownership.
vi Lane We request you to consider lane MulOplying Please Refer
MulDplying Factor For evaluaOon the lane widths of the CSD
Factor completed projects. Shall be considered.
vii Bid Security In many tenders the tender cost value is changed, Please Refer
kindly menOon the changed bid security amount CSD
also to avoid ambiguity
12 GNI Infrastructure Ltd (Package No.EPC Paithan Ahmednagar)
i Kanchanwadi Sarata Devalai Road: Cross secOon is as Kindly clarify the standard cross secDon. For
menDoned 3.75 m Kanchanwadi
Satatra
Adgaon
MDR-79, TCS
3 & TCS 4 are
applicable
ii Jalna Bhalgaon road: Design chainage is menOoned as 0- Kindly clarify that this secDon of road is in For Jalna
0/500, 0/500-1/250, 5/000-6/000. No conOnuity is shown conDnuity. Bhalgaon
in the chainage. Phata Road,
TCS 5 & TCS
Page 15 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
6 are
applicable
the TCS are
self-
explanatory.
13 SHARDA ConstrucOon & CorporaOon Pvt.Ltd E-Tender NoOce No.09 Of 2023-2024
i Performance Performance Security- Within 30 (Thirty) days of receipt of Instead of it is requested you to please consider NIT shall
Security leoer of Acceptance, the selected Bidder shall furnish to 5% performance security as in all department like Prevail
the Authority in the form of bank guarantee 7.5% PWD,NH PWD, MORTH etc. to Maintain the work
progress and cash flow.
ii Performance Performance Security- Within 30 (Thirty) days of receipt of In this requested you to kindly clarify the 4.5% NIT shall
Security leoer of Acceptance, the selected Bidder shall furnish to performance security release awer PCOD or COD Prevail
the Authority in the form of bank guarantee 7.5% its Bid
Price bifurcated in two parts of 3% & 4.5%
iii Average Average Annual ContrucOon Turnover- Due to Covid-19 Kindly requested to please consider Average NIT shall
Annual Pandemic ConstrucDon work was hampered which Annual tuner over of 75% as instead of 118% Prevail
ContrucDon resulted in lower turnover in 2019-20 & 2020-2021 (EsDmate Project Cost). The other department like
Turnover PWD, NHPWD, MORTH they consider 15% to 20%
of project value.
iv MobilizaDon MobilizaOon Advance -As per Agreement Clause 19.2 Instead of it is requested you to please give NIT shall
Advance Advance payment V A. irrevocable and uncondiDonal BG advance interest free for smooth cash flow. Prevail
from a bank amount equal 110% is to be given. The
amount shall make an interest bearing advance payment
at bank rate +3% equal to 10% of the contract price.
v As per RFP published the project cost for EP No. II (36A) The cost of work is decreasing please clarify NIT Shall
the cost was 220.12 Cr. Awer corrigendum the cost is now whether any item in tender is de scoped or what? Prevail
208.57 Cr. For EPC Chakur the cost was 230.51 Cr. Awer
corrigendum the cost is now 191.51 Cr.
vi 2.2.2.1 (ii) provided at least one similar nature of work of Rs. 246.43 Instead of it is requested you to please consider Please Refer
cr (94.40%) of esDmate cost & 48.56 km (80% of project Singal one work of 80% cost & 2 work of 60% cost CSD
length in km). & 3 work of 50% cost as per regular PWD, NHPWD,
Page 16 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
MORTH etc. Tenders, Also there is no need of 80%
length of project length in Kms the length criteria
should be deleted.
vii 22 The updaDng factor to update the price is indicated per Instead of it is requested you to please consider NIT shall
year for a weightage of 5% per annum. 10% weightage per annum for updaDng the price. Prevail
viii 2.2.2.3. Financial Capacity the updaDng factor weightage is given Instead of it is requested you to please consider NIT shall
@ 5% per annum. 10% weightage per annum for updaDng the price. Prevail
ix The required quanDty for various items like GSB, DLC, PQC, Instead of it is requested you to please consider NIT shall
is asked as per the Tender Quality. 35% criteria for tender quanDty; for a healthy & Prevail
Fair CompeDDon.
14 T And T Infra Ltd (Pacakge No . E-Tender NoOce No.07 Of 2023-2024
i SECTION 1 6 Clause No SECTION 1 on RFP page no. 6 Time Limit 30 Considering the volume and spread of the project NIT Shall
the Dme duraDon should be minimum 36 Months Prevail
Instead of 30 Months (excluding Monsoon)
ii 2.2.2.2 20 One similar Major Bridge/ROB/Flyover project in the last Can we use Other type superstructure for Viaduct Please Refer
Technical 10 (Ten) financial years preceding the Bid Due Date, having PorDon CSD
Capacity (III) span equal to or greater than 144 meters (80% of the
For Stand- longest span of 180 meters); Or
alone Two similar Major Bridge/ROB/Flyover project In the last
specialized 10 (Ten) financial years preceding the Bid Due Date, having
projects span equal to or greater than 100 meters;
iii 1.2.4 BID 7 A Bidder is required to submit, along with its BID, a BID Kindly amend this clause as "A Bidder is required NIT shall
Security Security of Rs. 3.06 Crores (Rupees Three Crores Six Lakhs to submit, along with its BID, a BID Security of Rs. Prevail
and Thirty Three Lakhs Only) [As per format at Appendix- 3.06 Crores (Rupees Three Crores Six Lakhs and
II] Thirty Three Lakhs Only) [As per format at
Appendix-II] In the form of BID Security shall be
submired in the form of Insurance Surety Bond,
Account Payes Demand Draj, Banker's Cheque or
Electronic Bank Guarantee (e-Bank Guarantee)
Page 17 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
iv 19.2 10 The Authorily shall make an interest-bearing advance We request you to grant 10% interest-free NIT Shall
Advance payment (the "Advance Payment") @ "Bank Rate + 3%", MobilizaOon advance against 100% Bank Prevail
Payment. (1) equal to 10% (ten percent) of the Contract Price, Guarantee.
mobilizaDon exclusively for mobilisaDon expenses. The Advance
advance Payment for mobilisaDon expenses shall be made in two
instalments each equal to 5% (five percent) of the Contract
Price. The second 5% (five percent) mobilizaDon advance
would be released awer submission of uDlizaDon
cerDficate by the Contractor for the first 5% (five per cent)
advance already released earlier
v ArDcle 14.1 89 For flexible/ rigid pavement with 5 years Maintenance This is a Bridge work tender. And Maintenance Please Refer
Maintenance Period including structures: no maintenance charges shall clause for the stand-alone bridge has been CSD
obligaDons be paid for the first year; 0.05% of the Contract Price each deleted. Please specify the maintenance period for
of the for the second, third, fourth and fiwh year. Bridge work
Contractor (i)
vi Schedule J 22 I girder Bridge, PSC I girder with M50 grade concrete. Total Can we use Other type superstructure for Viaduct NIT Shall
Annex 1, length 140m PorDon? Prevail
7.1.1.1
Design of
Structures
vii Schedule I, 83 General arrangement Drawings Kindly Provide approved GAD with clear Image NIT Shall
Drawings Prevail
viii ArDcle 7.1 (i) Within 30 (thirty) days of receipt of Leoer of Acceptance, As per the MORTH-NHA! GR No. NH Please Refer
(A) the selected Bidder shall furnish to the Authority in the 3701510112022- H-Part (1) dated.31/08/2022, CSD
Performance 49 form of Insurance Surety Bond in the form set forth in please amend this clause as, Maximum limit of
Security Annex-III of Schedule-G (the "Performance Security") for Performance Security shall be limited to 3% of the
an amount equal to 7.50% (Seven and half percent), Bid price offered by the selected bidder.
bifurcated in two parts of 4.5% (four and half percent) and
3% (three percent) of its Bid Price
Page 18 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
ix 7.1.1.1 of Total Length of Girder PorDon menDoned as 140.0m. Total Length of I Girder PorDon menDoned asRefer revised
Schedule 140.0m. Whereas in GAD it is shown as 35 x 3+ 25
schedule
= 130.0m, Please clarify. enclosed
X 7.1.1.2 of Crash Barrier detail given as 2 x 0.45m. Crash Barrier detail given as 2 x 0.45m. Whereas in
Refer revised
Schedule GAD2 x 0.50m is shown, Please Clarify. schedule
enclosed
General CondiDon of Drawing and Design Being EPC contract, in many areas the geological NIT
condiDon seems to be sow soil. Hence, the provisions
weightage regarding foundaDon cost to be shall prevail
considered in esDmate.
General CondiDon of Land aquasiDon We presume all the land required for the said As per NIT
project is in possession of MSIDC
xi 2.2.2.2 23 The machinery should be owned by the bidder/ either Kindly ammend this Clause as given below Please Refer
Technical member of the joint venture. CSD
Capacity (vil)
A. Motor Grader - 2 Nos Own
Page 19 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
M. Jack up barge – 1 Nos Own/Hire
N. TM Pantoon – 4 Nos Own/Hire
O. Crane 150T – 2 Nos Own/Hire
P .Tower Crane – 3 Nos Own
Q . Formtraveller – 2 Nos Own
R. Boom Placer- 2 Nos Own
S. Hydraulic Pile Rig – 1 Nos Own
xii Schedule B 11/99 The proposed profile of the project highway as indicated in Soffit shall be made mandatory and FRL(RTL) shall NIT Shall
the Annex- III of Schedule A shall be followed by the be allowed as per design. Prevail
contractor with minimum FRL as indicated in the
alignment plan.
The proposed profile of the Major Cable stayed River Minimum soffit level shall be adopted and RTL NIT Shall
Bridge shall be followed by the contractor with minimum should be allowed as per design Prevail
RTL as indicated in the alignment plan
xiii Schedule B 13/99 3.09 Bearings Bearings shall be as per design requirement and Bearing loads
not 200/300 T capacity shall be as
per detailed
design.
Bearing type
menDoned in
schedule- B,
clause 3.09
shall be
mandatory.
(AnD-upliw
spherical
bearing for
cable stayed
porDon &
POT- PTFE
bearing for
Page 20 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
viaduct
porDon)
Xiv Schedule B 14/99 In para 3.10 "Pylon may have a steel head at top for Contractor shall be allowed concrete pylon head NIT Shall
anchoring the slays" as this is EPC contract. Prevail
xv Schedule B 23/99 1. C Details of electrificaDon work This is civil work tender. Is electrificaDon In scope ElectrificaDo
of work? n is not
under scope
however
contractor
shall provide
necessary
arrangement
s for future
electrical at
his own cost
within
quoted offer.
Technical Consultancy Charges What are this consultancy charges? As per NIT
xvi Schedule B 51/99 Para 9.14 It is not applicable here As per NIT
xvii Schedule B 54/99 SpecificaDons for electrical work are given Whether electrical scope is in scope of this ElectrificaDo
agreement? n is not
under scope
however
contractor
shall provide
necessary
arrangement
s for future
electrical at
his own cost
Page 21 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
within
quoted offer
xvii Schedule J 14 Payment milestones are given How this % will be observed if work done however NIT shall
i not eligible for payment stage under SCH H prevail.
CondiDons in
agreement
shall prevail
over
schedules.
Xix EPC 28 the aggregate Damages payable under Clauses Aggregate damages payable by the authority shall As per NIT
Agreement, 3.1 (iv), 8.3 and 9.5 shall not exceed 1% (one per be 10%
ArDcle 3 cent) of the Contract Price.
xx EPC 30 The Authority shall pay damages to the The Authority shall pay damages to the Contractor NIT Shall
Agreement, Contractor equivalent to 1% of the Contract Price equivalent to 10% Prevail
ArDcle 3.4 (3% in case of standalone bridge projects).
xxi EPC 89 Contractor shall be paid: (a) For flexible/ rigid As it is structure work, for the performance of its Please Refer
Agreement, pavement with 5 years Maintenance Period Maintenance obligaDons, the Contractor shall be CSD
ArDcle 14 including structures: no maintenance charges paid @1% of the Contract Price each for the first
Maintenance shall be paid for the first year; 0.05% of the five years and @ 2% of the Contract Price each for
Contract Price each for the second, third, fourth the remaining period of five years.
and fiwh year
xxii EPC 89 (iii), but shall not include any price adjustments in (iii), shall include any price adjustments in NIT Shall
Agreement, pursuance of Clause 19.10 pursuance of Clause 19.10 Prevail
ArDcle 14
Para
xxiii EPC 89 In paragraph 19.1(i) it is stated that Contract Price Please specify whether royalty is to be Included in Please Refer
Agreement, shall not include the cost of Maintenance, uDlity offer or otherwise? Same about cess. CSD
ArDcle 19.1 shiwing, royalty charges, roadside arboriculture,
Contract tesDng charges, traffic signages, painDng gantry
Price board and Goods and Services Tax (GST) In
Page 22 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
19.1.(ii) The Contract Price includes all duDes,
taxes (excluding GST, which shall be payable at
the applicable rates), royalty, cess, charges, and
fees that may be levied in accordance with the
laws and regulaDons in force
xxiv EPC 113- The WPI for the month three months prior to the Please make it "The WPI for the month 30 days NIT Shall
Agreement, 115 month to which the IPC relates prior to the month to which the IPC relates Prevail
ArDcle 19.10
Price
variaDon
xxv EPC 117 WI-The wholesale price index (all commodiDes) WI-The wholesale price index (all commodiDes) for NIT Shall
Agreement, for the first day of the quarter under the first day of the month under-consideraDon for Prevail
ArDcle 19.12 consideraDon for determining the price determining the price adjustment
Price adjustment
variaDon
xxvi EPC 153- No payment shall be admissible unless the Whether insurance premium is reimbursable NIT Shall
Agreement, 154 insurance is compiled as per ArDcle 20 Prevail
ArDcle 27.28
xxvi Schedule H SCH is not enclosed with the documents Refer revised
i schedules
enclosed
xxvi Length of the Bridge is contractor allowed to change the viaduct las the Minimum
ii contract type is EPC length of
cable stay
bridge is
mandatory.
Total Length
of cable stay
plus viaduct
Bridge 670
meters is
Page 23 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
also
mandatary
15 M. B Infrastructure (Package No EPC AU-II 37A)
i 2.2.2.3(ii) The Bidder shall have Average Annual ConstrucDon Turn The Bidder shall have Average Annual NIT shall
Over of Rs 358.51 crores for the last five years ConstrucDon Turn Over of Rs 90.75 crores for the Prevail
last five years
ii 2.2.2.4(i) In case of a JV Further, the Lead Member shall meet at least In case of JV Further the Lead Member shall meet NIT shall
50% of the requirements of Bid Capacity, Technical at least 50% of the requirements of Bid Capacity, Prevail
Capacity and Financial Capacity……and other members Technical Capacity and Financial Capacity.........
shall meet at least 25% of the requirement of Bid Capacity, and other members shall meet at least 15% of the
Technical & Financial Capacity..... requirement of Bid Capacity, Technical & Financial
Capacity.....
iii 2.2.2.6(ii) However receipts of or work executed amount less than Rs However receipts of or work executed amount less NIT shall
35.85 crores shall not be reckoned as receipts for eligible than Rs 10 crores shall not be reckoned as receipts Prevail
projects for eligible projects
16 M/S. D.C Ajmera (Package EPC AU-II 39A)
i (ii) For normal Highway projects (including Major ii) For normal Highway projects (including Major NIT shall
Bridges/ROB/Flyovers/Tunnels): Bridges/ROB/Flyovers/Tunnels): Prevail
Provided that at least Provided that at least
a. one similar (rigid or similar type of pavement) work a. one similar (rigid or flexible pavement) work
ii (V) For the above or other contracts executed over the past (V) For the above or other contracts executed over NIT shall
[5 (five)] financial years preceding the Bid Due Date, a the past [5 (five)] financial years preceding the Bid Prevail
minimum construcDon experience is required in the Due Date, a minimum construcDon experience is
following key acDviDes: required in the following key acDviDes:
a. Bidder must demonstrate an experience in a. Bidder must demonstrate an experience in
Subgrade/Embankment in roadway for quanDty not less Subgrade/Embankment in roadway for quanDty
than 7,73,211 cubic meter 30% of 7,73,211 cubic meter
b. Bidder must demonstrate an experience in StabilizaDon b. Bidder must demonstrate an experience in
in roadway for quanDty not less than 0 cubic meter StabilizaDon in roadway for quanDty not less than
0 cubic meter
Page 24 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
c. Bidder must demonstrate an experience in Granular Sub c. Bidder must demonstrate an experience in
Base (GSB) / Wet Mix Granular Sub Base (GSB) / Wet Mix
Macadam (WMM) for quanDty not less than 1,28,605 Macadam (WMM) for quanDty 30% of 1,28,605 NIT shall
cubic meter cubic meter Prevail
d. Bidder must demonstrate an experience in Dry Lean d. Bidder must demonstrate an experience in Dry
Concrete (DLC) work for quanDty not less than 56,344 Lean Concrete (DLC)/BC/DBM work for quanDty
cubic meters. 30% of 56,344 cubic meters.
e. Bidder must demonstrate an experience in Pavement e. Bidder must demonstrate an experience in
Quality Concrete (PQC) work for quanDty not less than Pavement Quality Concrete (PQC)/ BC/ DBM work
1,33,823 cubic meter. for quanDty 30% of ss.
f. Bidder must demonstrate an experience of construcDon f. Bidder must demonstrate an experience of
of bridge with single span of 10 meters (100% length of construcDon of bridge
highest span of bridge proposed in project).
iii (vii) Requirements related to Machinery Bidder shall (vii) Requirements related to Machinery Bidder Please Refer
demonstrate availability of following machineries: shall demonstrate availability of following CSD
Type of Equipment Number of Equipment 10. Slip form machineries:
paver with SCADA enabled system 1 Type of Equipment Number of Equipment 10. Slip
form paver with SCADA enabled system 1 -
Own/Hired
iv 2.2.2.3 Financial Capacity: Financial Capacity: NIT shall
(ii) The Bidder shall have a minimum Average Annual (ii) The Bidder shall have a minimum Average Prevail
ConstrucDon Turnover (updated to the price level of the Annual ConstrucDon Turnover (updated to the
year based on factors indicated in table below) of Rs. price level of the year based on factors indicated
337.08 crores (Rs. Three hundred Thirty Seven crores Eight in table below) of [75% of the EsDmate Project
lakhs Only) [118% of the EsDmate Project Cost) for the last Cost] for the last (Three) financial years including
5 (Five) financial years 2023-24 on tentaOve balance sheet / provisional
balance sheet condiOon.
v v) The bidder shall have 'BBB' and above credit raDng given To be cancelled or only bank leoer to be admioed NIT shall
by credit raDng Agencies authorized by SEBI. If the bidder as done in other PWD tenders by GoM. Prevail
Page 25 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
does not have 'BBB' and above credit raDng, the Bidder
shall be required to submit a comfort leoer from its
Bankers/ Financial insDtuDons along with its Bid that they
will provide Credit FaciliDes (Term Loan) to the bidder to
meet the project cost excluding grant, if any, for domiciling
the project
17 M/S. D.C Ajmera (Package EPC AU-II 37E)
i (ii) For normal Highway projects (including Major ii) For normal Highway projects (including Major NIT shall
Bridges/ROB/Flyovers/Tunnels): Bridges/ROB/Flyovers/Tunnels): Prevail
Provided that at least Provided that at least
a. one similar (rigid or similar type of pavement) work a. one similar (rigid or flexible pavement) work
ii (V) For the above or other contracts executed over the past (V) For the above or other contracts executed over NIT shall
[5 (five)] financial years preceding the Bid Due Date, a the past [5 (five)] financial years preceding the Bid Prevail
minimum construcDon experience is required in the Due Date, a minimum construcDon experience is
following key acDviDes: required in the following key acDviDes:
a. Bidder must demonstrate an experience in a. Bidder must demonstrate an experience in
Subgrade/Embankment in roadway for quanDty not less Subgrade/Embankment in roadway for quanDty
than 1,65,110 cubic meter 30% of 1,65,110 cubic meter
b. Bidder must demonstrate an experience in StabilizaDon b. Bidder must demonstrate an experience in
in roadway for quanDty not less than 0 cubic meter StabilizaDon in roadway for quanDty not less than
c. Bidder must demonstrate an experience in Granular Sub 0 cubic meter
Base (GSB) / Wet Mix Macadam (WMM) for quanDty not c. Bidder must demonstrate an experience in
less than 45,034 cubic meter Granular Sub Base (GSB) / Wet Mix Macadam
d. Bidder must demonstrate an experience in Dry Lean (WMM) for quanDty 30% of 45,034 cubic meter
Concrete (DLC) work for quanDty not less than 22,063 d. Bidder must demonstrate an experience in Dry
cubic meters. Lean Concrete (DLC)/BC/DBM work for quanDty
e. Bidder must demonstrate an experience in Pavement 30% of 22,063 cubic meters.
Quality Concrete (PQC) work for quanDty not less than e. Bidder must demonstrate an experience in
38,243 cubic meter. Pavement Quality Concrete (PQC)/ BC/ DBM work
for quanDty 30% of 38,243 cubic meter.
Page 26 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
f. Bidder must demonstrate an experience of construcDon f. Bidder must demonstrate an experience of
of bridge with single span of 10 meters (100% length of construcDon of bridge.
highest span of bridge proposed in project).
iii (vii) Requirements related to Machinery Bidder shall (vii) Requirements related to Machinery Bidder Please Refer
demonstrate availability of following machineries: shall demonstrate availability of following CSD
Type of Equipment Number of Equipment 10. Slip form machineries:
paver with SCADA enabled system 1 Type of Equipment Number of Equipment 10. Slip
form paver with SCADA enabled system 1 -
Own/Hired
iv 2.2.2.3 Financial Capacity: Financial Capacity: NIT shall
(ii) The Bidder shall have a minimum Average Annual Prevail
ConstrucDon Turnover (updated to the price level of the (ii) The Bidder shall have a minimum Average
year based on factors indicated in table below) of Rs. Annual ConstrucDon Turnover (updated to the
107.51 crores (Rs. One hundred Seven crores Fijy One price level of the year based on factors indicated
lakhs Only) [118% of the EsDmate Project Cost) for the last in table below) of [75% of the EsDmate Project
5 (Five) financial years Cost] for the last (Three) financial years including
2023-24 on tentaOve balance sheet / provisional
balance sheet condiOon.
v v) The bidder shall have 'BBB' and above credit raDng given To be cancelled or only bank leoer to be admioed NIT shall
by credit raDng Agencies authorized by SEBI. If the bidder as done in other PWD tender. Prevail
does not have 'BBB' and above credit raDng, the Bidder
shall be required to submit a comfort leoer from its
Bankers/ Financial insDtuDons along with its Bid that they
will provide Credit FaciliDes (Term Loan) to the bidder to
meet the project cost excluding grant, if any, for domiciling
the project
18 B.P.Somkuwar Government Contractor (Package No. EPC AM-II 45 A)
i 23 Requirements related to Manpower It is kindly requested to allow for tender NIT shall
parDcipaDon with the list of available technical Prevail
staff with us with under taking that required
Page 27 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
manpower will be deployed on the work awer the
allotment of work.
ii 24 Requirements related to Machinery It is kindly requested to allow for tender Please Refer
parDcipaDon with the list of available machinery CSD
with us & list of machinery to be hired by us for
this project work to fulfil the requirement related
to machinery.
iii 2.2.2.3 25 Financial Capacity: It is menDoned that The Bidder shall Since the clause of Bid Capacity is incorporated in NIT shall
Financial have a minimum Average Annual ConstrucDon Turnover of the tender the condiOon of Average Annual Prevail
Capacity 118% of EsDmate Project Cost. ConstrucOon Turnover may kindly be deleted.
iv 2.20.1 Bid 38 A Bid security in the form of BG issued by NaDonalized It is kind request to consider BG issued by NIT shall
Security Bank, Schedule Bank in India having net worth of Rs. 1000 NaDonalized bank or Schedule bank in India. Prevail
crore is menDoned.
v Annex-II 10 For advance payment equal to 10% for contract price Bank It is kindly requested for advance payment equal NIT Shall
guarantee Equivalent to 110% is to be furnished by the to 10% for contract price the BG for an amount Prevail
contractor. Equivalent to 100% may kindly be allowed.
19 A. P .Saste ConstrucOon Company Mehkar (Package No. EPC AM-II 45A)
I 1.2.4 8 A Bid Security 1% is required to be submioed along with Kindly allow A Bid Security 0.5% as per PWD NIT shall
Bid Government ResoluDon Dt. 27-09- 2018 (for ready Prevail
reference copy of this GR is Enclosed.
2.21.1 39 Performance Security: performance Security for an It is kind request to consider a performance
amount equal to 7.5% of Bid price is menDoned. security 1% as per PWD Government ResoluDon
Dt. 27-09-2018
ii 2.2.2.1 19 Bid Capacity: It is menDoned that Bid Cap Should be more It is kindly requested to allow the Bid Capacity as NIT shall
than 118% of the project cost. per project cost only. Prevail
2.2.2.3 25 Financial Capacity: It is menDoned that The Bidder shall As per PWD Government ResoluDon Dt. 27-09-
have a minimum Average Annual ConstrucDon Turnover of 2018. Kind request to consider Average Annual
118% of EsDmate Project Cost ConstrucDon Turnover as 75% of Annual Cost of
project work.
Page 28 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Annual Cost = Total Cost of project
--------------------------------------
Time for compleDon in years
iii 2.2.2.2 23 Technical Capacity : Experience in It is a kind request to consider experience of NIT shall
Technical Subgrade/Embankment, StabilizaDon in roadway, Granular similar nature of work cosDng minimum 60% of Prevail
Capacity (a Sub Base (GSB)/Wet Mix Macadam (WMM), Dry Lean the project cost as per PWD Government
to f) Concrete & Pavement Quality Concrete for various ResoluDon Dt. 27-09-2018. Also for some
quanDDes is menDoned. parDcular work collaboraDon may be allowed.
Page 29 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
अ) वािष0क आिथ0क उलाढाल ५ वषा0 ऐवजी ७ वषा0 ची cाd धरणेत
यावा.
4. सदर कामास आवfक असणारी QuanDty साठी जौइi वjचर
मधील लीड मjबर व इतर मjबर यां ची एकि[त cाd धरणेत यावी.
i 2.2.2.2.3 (iv) UpdaOon Factor It is requested to keep updaDon factor as per NIT shall
Maharashtra PWD guidelines for last five-year Prevail
Year Year-1 Year-2 Yea-3 Year-4 Year-5 work.
Up-daDon 1.00 1.05 1.10 1.15 1.20
factor
ii 2.2.2.2 Technical Capacity : For demonstraDng technical capacity It is requested to keep technical capacity more NIT shall
and experience (the “Technical Capacity”), the Bidder than 100% of bid value as per clause 1.1.1 Prevail
shall, over the past [5 (five)] 1 financial years preceding the (Threshold Technical Capacity) instead of 118%.
Bid Due Date, have received payments for construcDon of
Eligible Project(s), or has undertaken construcDon works
by itself in a EPC/ PPP project, such that the sum total
thereof, as further adjusted in accordance with clause
2.2.2.5 (i) & (ii), is more than Rs. 372.83 Crores (Rupees
Three hundred Seventy-Two crores Eighty Three lakhs
Only) [118% of the Bid value as per clause 1.1.1] (the
“Threshold Technical Capacity”) 2
2.2.2.2.3. (vii) Requirements related to machinery It is requested to relax requirement of Dozer, Slip Please Refer
iii (vii) Bidder shall demonstrate availability of following form Paver & Roller (8-10 tonnes) CSD
machineries. Or
Page 30 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Sr. Type of Equipment Number of Kindly allow the lease / Hire Agreement for 50 %
No Equipment machinery.
1 Motor Grader 2
2 Dozer 2
3 Front end Loader 2
4 Vibratory Roller 3
5 Earth Compactor 2
6 Sensor Paver 1
7 Batch Mix Plant for Bitumen 1
Works (110 TPH)
8 Full AutomaDc Micro 1
processor based
Progammable Logical
Control(PIC)with SCADA
Enabled Concrete Batch Mix
Plant (Pan Mixer) of
minimum capacity 80
CUM/Hr. of any standard
company/RMC Plant
9 Transit Mixer with SCADA 6
enabled system
10 Slip from paver with SCADA 1
enabled system
11 Roller (8-10) Toans) 1
iv 2.2.2.3.ii (ii) Financial Capacity :The Bidder shall have a minimum It is requested to make it in accordance with NIT shall
Average Annual ConstrucDon Turnover (updated to the MoRTH guideline Or Project compleDon Dme is 2.5 Prevail
price level of the year based on factors indicated in table years, so requested to keep it as
below) of Rs. 372.83 crores (Rs. Three hundred Seventy = Bid Value
Two crores Eighty Three lakhs Only) [118% of the EsDmate 2.5 Years
Project Cost] for the last 5 (Five) financial years.
Page 31 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
v Similar Work Similar Work : A one similar (rigid or similar type of It is requested to keep as per MoRTH guidelines i.e. NIT shall
2.2.2.2.ii pavement) work of Rs. 298.27 Crores (Rupees Two 20% of the EsDmated Project Cost. Or Give some Prevail
hundred Ninety Eight crores Twenty Seven lakhs Only) relaxaDon in current/exisDng provision And it is
[94.40% of EsDmated Project Cost] and 52.78 KMs [80% of requested to consider both rigid pavement and
project length in KMs] flexible pavement as a similar type work
vi 2.21.1 Performance Security : Within 30 (thirty) days of receipt It is requested to reduce the Performance Security NIT shall
of Leoer of Acceptance, the selected Bidder shall furnish to 3% from 7.5% Or Withdraw the clause 7.5 Prevail
to the Authority an irrevocable and uncondiDonal related to RetenDon Money.
guarantee from a Bank in the form set forth in Annex-I of
Schedule-G (the “Performance Security”) for an amount
equal to 7.5% (seven and half percent) , bifurcated in two
parts of 4.5% (four and half percent) and 3% (three
percent) of its Bid Price. In case of bids quoted below, as
decided by the Authority, the Selected Bidder, along with
the Performance Security, shall also furnish to the
Authority an irrevocable and uncondiDonal guarantee
from a Bank in the same form given at Annex-I of Schedule-
G towards an AddiDonal Performance Security
vii 14.1 Payment for maintenance : It is requested to keep the payment for NIT shall
For flexible/ rigid pavement with 5 years Maintenance maintenance as per MoRTH or NHAI project. Prevail
Period including structures: no maintenance charges shall i.e. 2.5% for flexible Pavement.
be paid for the first year; 0.05%of the Contract Price each 5% for Rigid Pavement.
for the second, third, fourth and fiwh year.
viii Payment for There is menDon contract Price is excluding royalty NIT shall
Royalty charges. It is Requested to clarify, how payment for Prevail
royalty will be paid?
ix Road 2 DescripDon of Project FaciliDes As per Schedule-C, there is no provision of Road NIT shall
Furniture Each of the project faciliDes are briefly described below. furniture and stated that it shall not be considered Prevail
Schedule C 1. Toll Plazas: ...NIL... as Change of Scope.
(1)b 2. Road Side Furniture: Deleted Then how provision for Road Furniture will be
3. Concrete Crash Barrier, W beam crash barrier, done?
Page 32 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
3.1 Concrete crash barrier shall be provided as per TCS.
3.2 The W-Beam Metal crash barriers shall be provided as
per Schedule D and for safety of traffic & users.
3.3 The locaDons shall be finalized in consultaDon with
Authority's Engineer
x Appendix B- Avenue PlantaOon : PlantaDon/vegetaDon EnDre Stretch The
II-3 road side avenue plantaDon of 5150 as per IRS:SP:21:2009 CondiDon in
in addiDon to Mandatory plantaDon of 5150 tree against RFP Shall
515 nos. of felled trees Prevail
xi ConstrucDon ConstrucDon Experience in key AcDviDes Provision in Govt Circular No. Misc. 2019/Q NIT shall
Experience in No.47/Building-2 Mantralay, Mumbai 40032. Dtd. Prevail
key AcDviDes 25.11.2024
The Minimum QuanDty of the important items and
the quanDty executed in any one year in last 5
years shall be 30% of the quanDty of the important
items of the work under construcDon
22 B.R.GOYAL Infrastructure Ltd.(Package No EPC KN-II(7E)
i 2.2.2.2 (vii) 24 Inclusion of Leased or Rented Machinery in Machinery We propose that the requirement for such Please Refer
Requirement: In RFP explains requirement, fitness and cerDficaDon be omioed from the tender CSD
ownership of machinery to be submit while specificaDons.
bidding process.
To promote fairness and more compeDDon we request to
your good-self for the inclusion of leased or rented
machinery as acceptable alternaDves to owned machinery.
AddiDonally it is also requested for Exclusion of Machinery
Fitness CerDficate Requirement as there is no designated
authority who issue such cerDficates in Madhya Pradesh
ii Missing ‘B’ & ‘H’ Schedules: Schedule B and Schedule H, We request that these documents be provided to NIT shall
criDcal components of the Request for Proposal all prospecDve bidders promptly to ensure Prevail
transparency and fairness in the bidding process.
Page 33 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
(RPF) documentaDon, are not aoached to the tender
package.
These schedules are essenDal for understanding the scope
of work, technical specificaDons & Price break-up.
23 B.R.GOYAL Infrastructure Ltd EPC KN-II(zai Bhoradi)
iii 2.2.2.2(v) 23 Omission of contradictory QualificaOon criteria of Bridge: We kindly request a clarificaDon on the specific NIT shall
The Clause 2.2.2.2(v) point (f) on Pg. no. 23 of RFP defines qualificaDons and criteria that contractors must Prevail
qualificaDon criteria of bridge, it states that Bidder must meet to parDcipate in the bidding process.
demonstrate an experience of construcDon of bridge with
single span of 30 meters, which means that the work
menDoned in above cited subject should have Bridge of
single span of 60 Mtr as explained in clause 2.2.2.2(ii) (b)
pn pg. no. 21.
And another contradictory clause 2.2.2.2(ii) point) (a)
states that No addiDonal qualificaDon is required for
bridge span less than or equal to 60 Mtr. In spite of all,
addiDonal Bridge is qualificaDon requirement is asked.
iv 2.2.2.2 (vii) 24 Inclusion of Leased or Rented Machinery in Machinery we propose that the requirement for such Please Refer
Requirement: In RFP explains requirement, fitness and cerDficaDon be omioed from the tender CSD
ownership of machinery to be submit while specificaDons
bidding process.
To promote fairness and more compeDDon we request to
your good-self for the inclusion of leased or rented
machinery as acceptable alternaDves to owned machinery.
AddiDonally it is also requested for Exclusion of Machinery
Fitness CerDficate Requirement as there is no designated
authority who issue such cerDficates in Madhya Pradesh,.
v Missing ‘B’ & ‘H’ Schedules: Schedule B and Schedule H, We request that these documents be provided to NIT shall
criDcal components of the Request for Proposal all prospecDve bidders promptly to ensure Prevail
(RPF) documentaDon, are not aoached to the tender transparency and fairness in the bidding process.
package.
Page 34 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
These schedules are essenDal for understanding the scope
of work, technical specificaDons & Price break-up
24 Ajwani Infrastructure Private Limited.(Package no. Kokan Region,Nashik Region,Nagpur Region,Pune Region,AmravaO Region,Nanded
Region,ChhatrapaO Sambhaji Nagar Region)
i Procurement The Authority shall rectum the Performance Security to As per ArDcle 7, Clause No. 7.1 & 7.4 the NIT shall
of Works the Contractor within 60 (sixty) days of the expiry of the performance security for an amount equal to Prevail
Agreement, Maintenance Period or the Defects Liability Period, 7.50% bifurcated in two parts of 4.5% and 3% of
ArDcle 7, whichever is later, under this Agreement. its Bid Price, and the same (I.e. performance
Clause No. security equal to 7.5% of bid price) shall be
7.1 released to the Contractor within 60 (sixty) days of
Performance the expiry of the Maintenance Period or the
Security i) A) Defects Liability Period, whichever is later.
and
ClauseNo.7.4 We request you to release the Performance
Security as per above bifurcaDon and modify this
clause as:
Page 35 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
iii Appendices, Table: We request you to consider Monthly Financial NIT Shall
ANNEX-III-B. Current Commitments. Contract Resource Requirement and Modify the formula as Prevail
Column: "(X/Y) x 1".
Quarterly Financial Resources Requirements (X/Y) x 3.
iv 2.2.2.2. Provided that at least All tenders invited under E-Tender NoDce No.- 4, 5, NIT shall
Technical a.one similar (rigid or similar type of pavement) work of 6, 7, 8, 9, 10 dated 07.03.2024 require pre- Prevail
Capacity, ii) Rs. 94.22 Crores (Rupees Ninety Four crores Twenty Two qualificaDon criteria for a single contract and two
a. lakhs Onl(ii) For normal Highway projects (including Major contracts that will account for 80% and 50% of
Bridges/ROB/Flyovers/T unnels): each project's total rigid or similar type of
y) [94.40% of EsDmated Project Cost] and 24.00 KMs [80% pavement length RespecDvely .
of project length in KMs]; However, it is observed that according to Schedule
Or B, Appendix B-1, Typical Cross SecDons, the total
b. two similar (rigid or similar type of pavement) works of project road length equals the sum of the flexible
Rs. 58.89 Crores (Rupees Fiwy-Eight crores Eight Nine lakhs and rigid pavement lengths.
Only) [59% of EsDmated Project Cost] and 15.00 KMs [50%
of project length in KMs]; We are taking an example of EPC NAG-II (52A) for
clarificaOon of this criteria as below:
Total project length as per Annex-1, Schedule-B
Clause No. 2.11, ' Summary of Provision of various
types of cross secDon' is 30 km. The 80% & 50% of
total project length of 30 km is 24 km and 15 km
for a single contract and two contracts respecDvely
which comply with clause 2.2.2.2 ii) a. & b of
SecDon-2 of InstrucDons to Bidders.
However, as per Schedule B.
Appendix B-1, Typical Cross SecDons this total
project length of 30 km is the sum of 18.84 km of
Rigid Pavement (Ref. TCS-1A, 1B, 1C, 2A, 2B, 2C)
and 11.16 km (Ref. TCS-1D, 1E) of Flexible
pavement.
Page 36 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
The above example clearly demonstrates that
length of rigid pavement is requested in relaDon to
the overall length of the road project, which
includes both rigid and flexible pavements and
thus leads to ambiguity.
Thus, from the above, we request you to amend
the clause 2.2.2.2 ii) a. & b for all tenders invited
under E-Tender NoDce No.- 4, 5, 6, 7, 8, 9, 10 dated
07.03.2024 as follows:
a.one similar (rigid or similar type of pavement)
work of Rs.____Croгes [94.40% of EsDmated
Project Cost] and___ KMs [80% of Total Rigid
Pavement length of the project in KMs];
OR
b. two similar (rigid or similar type of pavement)
works of Rs.____ Crores. [59% of EsDmated Project
Cost] and___ KMs [50% of Total Rigid Pavement
length of the project in KMs];
OR AlternaOvely
one similar (rigid or similar type of pavement)
work of Rs.___ Crores [94.40% of EsDmated
Project Cost] and___ KMs [80% of Total Rigid
Pavement length of the project in KMs and & 80%
of Flexible Pavement Length of the Project in
KMs.];
OR
b. two similar (rigid or similar type of pavement)
works of Rs.___ Crores. [59% of EsDmated Project
Cost] and___ KMs [50% of Total Rigid Pavement
length of the project in KMs and & 50% of Flexible
Pavement Length of the Project in KMs.];
Page 37 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
v 2.2.2.2 We Request to you to consider MulDplying factors Please refer
Technical based on the lane widths of the completed project CSD
Capacity, (ii) too asses technical capacity as outlined in clause
a. & b. 2.2.2.2 (ii) a nd b
Capasity as outline in clause 2.2.2.2. ii) a & b.
Lane MulDplying Factors
2 Lane 1.00
4 Lane 1.50
6 Lane 2.00
vii 2.2.2.2. Bidder must an in demonstrate experience StabilizaDon in We request you to consider the experience of a NIT shall
Technical roadway for quanDty not less than___ cubic meter. soil stabilizaOon technology company for Prevail
Capacity,(v) , demonstraDng experience in stabilizing
b. earthwork/crust by execuDng a notarized MoU
with a soil stabilizaDon technology company.
25 APEX Infra-Tech(P) Ltd. Package no. EPC NSK-II(20A)
i 2.2.2.2 21 One similar (rigid or similar type of pavement) work of Rs. In view of the esDmated cost of the project, we NIT shall
(ii) 101.70 Crores, [94.40% of EsDmated Project Cost) and request to consider One Similar project of 40% Prevail
19.84 KMS (80% of project length in KMS] cost. And 40% of the project Length. However
private work shall be considered in Similar Type of
work by providing necessary documents verified
By CA/Government approved Valuer.
ii 2.2.2.2 21 Two similar (rigid or similar type of pavement) works of Rs. In view of the esDmated cost of the project, we NIT shall
(ii) 63.56 Crores [59% of EsDmated Project Cost] and request to consider Two Similar project of 25% Prevail
12.40KMs [50% of project length in KMS]; cost. And 25% of the project Length. However
private work shall be considered in Similar Type of
work by providing necessary documents verified
By CA/Government approved Valuer.
iii 2.2.2.2 21 each shall have been completed from the Eligible Projects As per Clause 2.2.2.2 (II), Experience of similar NIT shall
(ii) in Category 1 and/or Category 3 specified In Clause 2.2.2.5. type of work considered only from Highway Prevail
For this purpose, a project shall be considered to be project, we request you to consider core sector
completed, if more than 90% of the value of work has been project for similar type of work qualificaDon.
Page 38 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
completed and such completed value of work is equal to However core sector work is considering to
or more than 94.40%/ 59%, as the case may be, of the calculate technical capacity.
esDmated project cost.
Iv 2.2.2.2(vii) 24 List of Equipment given in RFP shall be Owned. We request to consider hired basis equipments by NIT shall
providing notarised agreement along with the Prevail
documents of ownership in the name of person
from whom Machinery is hired
v 2.2.2.2(vii) 24 Batch Mix plant for bitumen work & RMC Plant for CC Work If the work consist SubstenDal quanDty of Rigid NIT shall
Both plant required pavement then Only RMC Plant shall be required. Prevail
Also required capacity of RMC Plant shall be
considered from CP-30, however ownership for
hot mix plant shall be exempted.
vi 2.2.2.1 19 The Bid Capacity, Technical Capacity and Financial Capacity If lead member shall fulfill the requirement to NIT shall
of all the Members of Joint Venture would be taken into saDsfy Technically, Financially as per given clause, Prevail
account for saDsfying the above condiDons of eligibility. then RelaxaDon in technical qualificaDon shall be
Further, Lead Member shall meet at least 50% provided to Other Partners so that healthy
requirement of Bid Capacity, Technical and Financial CompeDDon shall be done. Further the Amount of
Capacity as per Clause 2.2.2.1, 2.2.2.2 (1) and 2.2.2.3 and Private work executed shall be considered along
other members shall meet at least 25% requirement of Bid with proper documents and cerDfied by
Capacity, Technical and Financial Capacity Individually as CA/Goverment approved Valuer.
per Clause 2.2.2.1, 2.2.2.2(i) and 2.2.2.3. For avoidance of
doubt it is further clarified cerDfied that the Joint Venture
must collecDvely and individually saDsfy the above
qualificaDon criteria i.e. JV shall cumulaDvely/collecDvely
fulfill the 100% requirement.
vii 4.2(ii) 33&34 In the event any sub-contract for Works, or the aggregate For Subcontract of any part of work, the NIT shall
of such sub-contracts with any Sub-contractor, exceeds 5% subcontractor having experience of Prevail
(five percent) of the Contract Price, the Contractor shall execuDng/carrying out road construcDon works
communicate the name and parDculars, Including the (Rigid & Flexible) shall be allowed. Subcontractor's
relevant experience of the Sub-contractor, to the Authority similar Experience In Private sector shall be
prior to entering into any such sub-contract. The Authority considered as the work to be executed by
Page 39 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
shall examine the parDculars of the Sub-contractor from subcontractor shall be done under observance of
the naDonal security and public interest perspecDve and Lead partner. Awer successful compleDon of the
may require the Contractor, no later than 15 (fiween) work executed by subcontractor, work compleDon
business days from the date of receiving the cerDficate shall be provided to subcontractor by
communicaDon from the Contractor, not to proceed with the department.
the sub-contract, and the Contractor shall comply
therewith.
viii 2.2.2.5(v) 27 Maintenance works are not considered as eligible project Request to consider Maintenance work which is NIT shall
for evaluaDon as per InstrucDon No.6 to Annex-IV. As such successfully completed. Prevail
works with nomenclature like PR, OR, FDR,SR, site/micro
grading, surface renewal, resurfacing work, Tarring, B.T.
surface work, temporary restoraDon, urgent works,
periodic maintenance, repair & rehabilitaDon, one Dme
maintenance, permanent protecDon work of bank,
external pre stressing, repair of central hinge, short term
OMT contract of NHAI, any type of work related to barder
fencing, work of earthwork alone, construcDon of
buildings/hostels/hospitals, etc, or not specified, shall not
be considered. However, such maintenance works shall be
considered as eligible projects in case of Maintenance
works to be taken up on EPC mode.
ix 2.2.2.1(5) 20 Bidder shall upload QR based Bid Capacity CerDficate We request you to accept bid capacity cerDfied by Please Refer
downloaded on or before two days of submission from CA CSD
Portal "bidcap.ernahapwd.com". If this bid capacity
cerDficate is not uploaded then tender shall be treated as
non-Responsive.
x 2.2.2.2(ii) 21 One similar (rigid or similar type of pavement) work of Rs. We request you to consider flexible pavement NIT shall
101.70 Crores, (94.40% of EsDmated Project Cost) and work as a similar type of work instead of only rigid Prevail
19.84 KMs (80% of project length in KMs) pavement.
26 APEX Infra-Tech(P) Ltd. Package no. EPC AU-II(37C)
Page 40 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
i Cost of the Tender revised from 105,51,78,589.00 to EsDmated Cost of tender Is revised but revised RFP NIT shall
202,92,44,952.00 Is not uploaded. For Dme being we assume cost Prevail
raDo which is given in other tender for evaluaDng
technical and financial capacity.
ii 2.2.2.2(ii) 21 One similar (rigid or similar type of pavement) work of Rs. In view of the esDmated cost of the project, we NIT shall
191.56 Crores, 194.40% of EsDmated Project Cost] and request to consider One Similar project of 40% Prevail
33.0KMs [80% of project length in KMS] cost. And 40% of the project Length. However
private work shall be considered In Similar Type of
work by providing necessary documents verified
By CA/Government approved Valuer.
iii 2.2.2.2(ii) 21 Two similar (rigid or similar type of pavement) works of Rs. In view of the esDmated cost of the project, we NIT shall
119.8 Crares (59% of EsDmated Project Cost) and 20.70 request to consider One Similar project of 25% Prevail
KMs [50% of project length in KMS]; cost. And 25% of the project Length. However
private work shall be considered In Similar Type of
work by providing necessary documents verified
By CA/Government approved Valuer.
Iv 2.2.2.2(ii) 21 each shall have been completed from the Eligible Projects As per Clause 2.2.2.2 (II), Experience of similar NIT shall
in Category 1 and/or Category 3 specified in Clause 2.2.2.5. type of work considered only from Highway Prevail
For this purpose, a project shall be considered to be project, we request you to consider core sector
completed, if more than 90% of the value of work has been project for similar type of work qualificaDon.
completed and such completed value of work is equal to However core sector work Is considering to
or more than 94.40% 59%, as the case may be, of the calculate technical capacity.
esDmated project cost.
V 2.2.2.2(vi) 24 List of Equipment given In RFP shall be Owned. We request to consider hired basis equipment’s by Please Refer
providing notarised agreement along with the CSD
documents of ownership in the name of person
from whom Machinery is hired
Vi 2.2.2.2(vi) 24 Batch Mix plant for bitumen work & RMC Plant for CC Work If the work consist SubstanDal quanDty of Rigid NIT shall
Both plant required pavement then Only RMC Plant shall be required. Prevail
Also required capacity of RMC Plant shall be
Page 41 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
considered from CP-30, however ownership for
hot mix plant shall be exempted.
vii 2.2.2.1 19 The Bid Capacity, Technical Capacity and Financial Capacity If lead member shall fulfil the requirement to NIT shall
of all the Members of Joint Venture would be taken into saDsfy Technically, Financially as per given clause, Prevail
account for saDsfying the above condiDons of eligibility. then RelaxaDon in technical qualificaDon shall be
Further, Lead Member shall meet at least 50% provided to Other Partners so that healthy
requirement of Bid Capacity, Technical and Financial CompeDDon shall be done. Further the Amount of
Capacity as per Clause 2.2.2.1, 2.2.2.2 (1) and 2.2.2.3 and Private work executed shall be considered along
other members shall meet at least 25% requirement of Bid with proper documents and cerDfied by CA/
Capacity, Technical and Financial Capacity Individually as Government approved Valuer.
per Clause 2.2.2.1, 2.2.2.2(i) and 2.2.2.3. For avoidance of
doubt it is further clarified cerDfied that the Joint Venture
must collecDvely and individually saDsfy the above
qualificaDon criteria i.e. JV shall cumulaDvely/collecDvely
fulfill the 100% requirement.
viii 4.2(ii) 33&34 In the event any sub-contract for Works, or the aggregate For Subcontract of any part of work, the NIT shall
of such sub-contracts with any Sub-contractor, exceeds 5% subcontractor having experience of Prevail
(five percent) of the Contract Price, the Contractor shall execuDng/carrying out road construcDon works
communicate the name and parDculars, Including the (Rigid & Flexible) shall be allowed. Subcontractor's
relevant experience of the Sub-contractor, to the Authority similar Experience in Private sector shall be
prior to entering into any such sub-contract. The Authority considered as the work to be executed by
shall examine the parDculars of the Sub-contractor from subcontractor shall be done under observance of
the naDonal security and public interest perspecDve and Lead partner. Awer successful compleDon of the
may require the Contractor, no later than 15 (fiween) work executed by subcontractor, work compleDon
business days from the date of receiving the cerDficate shall be provided to subcontractor by
communicaDon from the Contractor, not to proceed with the department.
the sub-contract, and the Contractor shall comply
therewith.
IX 2.2.25(v) 27 Maintenance works are not considered as eligible project Request to consider Maintainance work which is NIT shall
for evaluaDon as per InstrucDon No.6 to Annex-IV. As such successfully completed Prevail
works with nomenclature like PR, OR, FDR,SR, site/micro
Page 42 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
grading, surface renewal, resurfacing work, Tarring, B.T.
surface work, temporary restoraDon, urgent works,
periodic maintenance, repair & rehabilitaDon, one Dme
maintenance, permanent protecDon work of bank,
external pre stressing, repair of central hinge, short term
OMT contract of NHAI, any type of work related to border
fencing, work of earthwork alone, construcDon of
buildings/hostels/hospitals, etc, or not specified, shall not
be considered. However, such maintenance works shall be
considered as eligible projects in case of Maintenance
works to be taken up on EPC mode.
2.2.2.1(5) 20 Bidder shall upload QR based Bid Capacity CerDficate We request you to accept bid capacity cerDfled by Please Refer
X downloaded on or before two days of submission from CA CSD
Portal "bidcap.ernahapwd.com". If this bid capacity
cerDficate is not uploaded then tender shall be treated as
non-Responsive.
XI 2.2.2.2(ii) 21 One similar (rigid or similar type of pavement) work of Rs. We request you to consider flexible pavement NIT shall
191.56 Crores, (94.40% of EsDmated Project Cost) and work as a similar type of work Instead of only rigid Prevail
33.00 KMs (80% of project length in KMs) pavement.
27 APEX Infra-Tech(P) Ltd. Package no. EPC NSK-II (29B)
i 2.2.2.2(ii) 21 One similar (rigid or similar type of pavement) work of Rs.
In view of the esDmated cost of the project, we NIT shall
141.01Crores, [94.40% of EsDmated Project Cost] and request to consider One Similar project of 40% Prevail
27.78KMs [80% of project length in KMS] cost. And 40% of the project Length. However
private work shall be considered in Similar Type of
work by providing necessary documents verified
By CA/Government approved Valuer.
ii 2.2.2.2(ii) 21 Two similar (rigid or similar type of pavement) works of In view of the esDmated cost of the project, we NIT shall
Rs.88.13 Crores (59% of EsDmated Project Cost) and 17.36 request to consider One Similar project of 25% Prevail
KMs [50% of project length in KMS] cost. And 25% of the project Length. However
private work shall be considered In Similar Type of
Page 43 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
work by providing necessary documents verified
By CA/Government approved Valuer.
iii 2.2.2.2(ii) 21 each shall have been completed from the Eligible Projects As per Clause 2.2.2.2 (II), Experience of similar NIT shall
in Category 1 and/or Category 3 specified in Clause 2.2.2.5.type of work considered only from Highway Prevail
For this purpose, a project shall be considered to be project, we request you to consider core sector
completed, if more than 90% of the value of work has been project for similar type of work qualificaDon.
completed and such completed value of work is equal to However core sector work Is considering to
or more than 94.40% 59%, as the case may be, of the calculate technical capacity.
esDmated project cost.
Iv 2.2.2.2(vii) 24 List of Equipment given In RFP shall be Owned. We request to consider hired basis equipments by Please refer
providing notarised agreement along with the CSD
documents of ownership in the name of person
from whom Machinery is hired
V 2.2.2.2(vii) 24 Batch Mix plant for bitumen work & RMC Plant for CC Work If the work consist SubstenDal quanDty of Rigid Please Refer
Both plant required pavement then Only RMC Plant shall be required. CSD
Also required capacity of RMC Plant shall be
considered from CP-30, however ownership for
hot mix plant shall be exempted.
Vi 2.2.2.1 19 The Bid Capacity, Technical Capacity and Financial Capacity If lead member shall fulfill the requirement to NIT shall
of all the Members of Joint Venture would be taken into saDsfy Technically, Financially as per given clause, Prevail
account for saDsfying the above condiDons of eligibility. then RelaxaDon in technical qualificaDon shall be
Further, Lead Member shall meet at least 50% provided to Other Partners so that healthy
requirement of Bid Capacity, Technical and Financial CompeDDon shall be done. Further the Amount of
Capacity as per Clause 2.2.2.1, 2.2.2.2 (1) and 2.2.2.3 and Private work executed shall be considered along
other members shall meet at least 25% requirement of Bid with proper documents and cerDfied by CA/
Capacity, Technical and Financial Capacity Individually as Goverment approved Valuer.
per Clause 2.2.2.1, 2.2.2.2(i) and 2.2.2.3. For avoidance of
doubt it is further clarified cerDfied that the Joint Venture
must collecDvely and individually saDsfy the above
qualificaDon criteria i.e. JV shall cumulaDvely/collecDvely
fulfill the 100% requirement.
Page 44 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Vii 4.2(ii) 33&34 In the event any sub-contract for Works, or the aggregate For Subcontract of any part of work, the NIT shall
of such sub-contracts with any Sub-contractor, exceeds 5% subcontractor having experience of Prevail
(five percent) of the Contract Price, the Contractor shall execuDng/carrying out road construcDon works
communicate the name and parDculars, Including the (Rigid & Flexible) shall be allowed. Subcontractor's
relevant experience of the Sub-contractor, to the Authority similar Experience in Private sector shall be
prior to entering into any such sub-contract. The Authority considered as the work to be executed by
shall examine the parDculars of the Sub-contractor from subcontractor shall be done under observance of
the naDonal security and public interest perspecDve and Lead partner. Awer successful compleDon of the
may require the Contractor, no later than 15 (fiween) work executed by subcontractor, work compleDon
business days from the date of receiving the cerDficate shall be provided to subcontractor by
communicaDon from the Contractor, not to proceed with the department.
the sub-contract, and the Contractor shall comply
therewith.
viii 2.2.2.5(v) 27 Maintenance works are not considered as eligible project Request to consider Maintainance work which is NIT shall
for evaluaDon as per InstrucDon No.6 to Annex-IV. As such sucessfully completed Prevail
works with nomenclature like PR, OR, FDR,SR, site/micro
grading, surface renewal, resurfacing work, Tarring, B.T.
surface work, temporary restoraDon, urgent works,
periodic maintenance, repair & rehabilitaDon, one Dme
maintenance, permanent protecDon work of bank,
external pre stressing, repair of central hinge, short term
OMT contract of NHAI, any type of work related to border
fencing, work of earthwork alone, construcDon of
buildings/hostels/hospitals, etc, or not specified, shall not
be considered. However, such maintenance works shall be
considered as eligible projects in case of Maintenance
works to be taken up on EPC mode.
ix 2.2.2.1(5) 20 Bidder shall upload QR based Bid Capacity CerDficate We request you to accept bid capacity cerDfied by Please Refer
downloaded on or before two days of submission from CA CSD
Portal "bidcap.ernahapwd.com". If this bid capacity
Page 45 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
cerDficate is not uploaded then tender shall be treated as
non-Responsive.
x 2.2.2.2(ii) 21 One similar (rigid or similar type of pavement) work of Rs. We request you to consider flexible pavement NIT shall
141.01 Crores, (94.40% of EsOmated Project Cost) and work as a similar type of work Instead of only rigid Prevail
27.78 KMs (80% of project length in KMs) pavement.
28 APEX Infra-Tech(P) Ltd. Package no. EPC NSK-II-24(A)
i 2.2.2.2(ii) 21 One similar (rigid or similar type of pavement) work of Rs. In view of the esDmated cost of the project, we NIT shall
238.86Crores, [94.40% of EsDmated Project Cost] and request to consider One Similar project of 40% Prevail
37.32KMs [80% of project length in KMS] cost. And 40% of the project Length. However
private work shall be considered in Similar Type of
work by providing necessary documents verified
By CA/Government approved Valuer.
ii 2.2.2.2(ii) 21 Two similar (rigid or similar type of pavement) works of In view of the esDmated cost of the project, we NIT shall
Rs.149.29 Crores (59% of EsDmated Project Cost) and request to consider Two Similar project of 25% Prevail
23.33 KMs [50% of project length in KMS]; cost. And 25% of the project Length. However
private work shall be considered In Similar Type of
work by providing necessary documents verified
By CA/Government approved Valuer.
iii 2.2.2.2(ii) 21 each shall have been completed from the Eligible Projects As per Clause 2.2.2.2 (II), Experience of similar NIT shall
in Category 1 and/or Category 3 specified in Clause 2.2.2.5. type of work considered only from Highway Prevail
For this purpose, a project shall be considered to be project, we request you to consider core sector
completed, if more than 90% of the value of work has been project for similar type of work qualificaDon.
completed and such completed value of work is equal to However core sector work Is considering to
or more than 94.40% 59%, as the case may be, of the calculate technical capacity.
esDmated project cost.
iv 2.2.2.2(vi) 24 List of Equipment given In RFP shall be Owned. We request to consider hired basis equipments by Please Refer
providing notarised agreement along with the CSD
documents of ownership in the name of person
from whom Machinery is hired
V 2.2.2.2(vii) 24 Batch Mix plant for bitumen work & RMC Plant for CC Work If the work consist SubstenDal quanDty of Rigid Please Refer
Both plant required pavement then Only RMC Plant shall be required. CSD
Page 46 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Also required capacity of RMC Plant shall be
considered from CP-30, however ownership for
hot mix plant shall be exempted.
Vi 2.2.2.1 19 The Bid Capacity, Technical Capacity and Financial Capacity If lead member shall fulfill the requirement to NIT shall
of all the Members of Joint Venture would be taken into saDsfy Technically, Financially as per given clause, Prevail
account for saDsfying the above condiDons of eligibility. then RelaxaDon in technical qualificaDon shall be
Further, Lead Member shall meet at least 50% provided to Other Partners so that healthy
requirement of Bid Capacity, Technical and Financial CompeDDon shall be done. Further the Amount of
Capacity as per Clause 2.2.2.1, 2.2.2.2 (1) and 2.2.2.3 and Private work executed shall be considered along
other members shall meet at least 25% requirement of Bid with proper documents and cerDfied by CA/
Capacity, Technical and Financial Capacity Individually as Goverment approved Valuer.
per Clause 2.2.2.1, 2.2.2.2(i) and 2.2.2.3. For avoidance of
doubt it is further clarified cerDfied that the Joint Venture
must collecDvely and individually saDsfy the above
qualificaDon criteria i.e. JV shall cumulaDvely/collecDvely
fulfill the 100% requirement.
Vii 4.2(ii) 33&34 In the event any sub-contract for Works, or the aggregate For Subcontract of any part of work, the NIT shall
of such sub-contracts with any Sub-contractor, exceeds 5% subcontractor having experience of Prevail
(five percent) of the Contract Price, the Contractor shall execuDng/carrying out road construcDon works
communicate the name and parDculars, Including the (Rigid & Flexible) shall be allowed. Subcontractor's
relevant experience of the Sub-contractor, to the Authority similar Experence in Private sector shall be
prior to entering into any such sub-contract. The Authority considered as the work to be executed by
shall examine the parDculars of the Sub-contractor from subcontractor shall be done under observance of
the naDonal security and public interest perspecDve and Lead partner. Awer successful compleDon of the
may require the Contractor, no later than 15 (fiween) work executed by subcontractor, work compleDon
business days from the date of receiving the cerDficate shall be provided to subcontractor by
communicaDon from the Contractor, not to proceed with the department.
the sub-contract, and the Contractor shall comply
therewith.
viii 2.2.2.5(v) 27 Maintenance works are not considered as eligible project Request to consider Maintainance work which is NIT shall
for evaluaDon as per InstrucDon No.6 to Annex-IV. As such sucessfully completed Prevail
Page 47 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
works with nomenclature like PR, OR, FDR,SR, site/micro
grading, surface renewal, resurfacing work, Tarring, B.T.
surface work, temporary restoraDon, urgent works,
periodic maintenance, repair & rehabilitaDon, one Dme
maintenance, permanent protecDon work of bank,
external pre stressing, repair of central hinge, short term
OMT contract of NHAI, any type of work related to border
fencing, work of earthwork alone, construcDon of
buildings/hostels/hospitals, etc, or not specified, shall not
be considered. However, such maintenance works shall be
considered as eligible projects in case of Maintenance
works to be taken up on EPC mode.
ix 2.2.2.1(5) 20 Bidder shall upload QR based Bid Capacity CerDficate We request you to accept bid capacity cerDfled by Please Refer
downloaded on or before two days of submission from CA CSD
Portal "bidcap.ernahapwd.com". If this bid capacity
cerDficate is not uploaded then tender shall be treated as
non-Responsive.
x 2.2.2.2(ii) 21 One similar (rigid or similar type of pavement) work of Rs. We request you to consider flexible pavement NIT shall
238.86 Crores, (94.40% of EsDmated Project Cost) and work as a similar type of work Instead of only rigid Prevail
37.32KMs (80% of project length in KMs) pavement.
29 M/S Shree Palsiddha ConstrucOons (Package number- EPC AM-II(44B)
I Clause Provided that at least QualificaDon criteria for PWD's exisDng and NIT shall
2.2.2.2(ii) a. one similar (rigid or similar type of pavement) work of previous HAM projects were based on amount Prevail
Rs. 190.44 Crores (Rupees One hundred Ninety crores having rigid pavement or flexible pavement. So we
Forty Four lakhs Only) [94.40% of EsOmated Project Cost) request you to consider similar work of amounDng
and 25.27 KMS [80% of project length in KMS] 60% of project cost with flexible pavement also.
Ii Clause The machinery should be owned by the bidder/ either We request you to kindly consider the hired Please Refer
2.2.2.2 (vii) member of the joint venture machinery also. OR Confirmed purchase order CSD
from the authorized dealer may be treated as
ownership proof for the same.
Page 48 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
iii Clause ii) The Bidder shall have a minimum Average Annual Please allow annual construcDon turnover in any NIT shall
2.2.2.3 (ii) ConstrucDon Turnover (updated to the price level of the one of the last five years. Prevail
year based on factors indicated in table below) of Rs. OR
238.05 crores (Rs. Two hundred Thirty Eight crores Eighty Please consider Average Annual ConstrucDon
Five lakhs Only) (118% of the EsDmate Project Cost] for theTurnover amounDng 80% of the EsOmated Project
last 5 (Five) financial years. Cost. Requirement for pre-qualificaDon of average
annual turnover is with GST So please consider
turnover including GST too.
iv Clause ii) The Bidder must demonstrate that its financial The formula given for calculaDng current contract Please Refer
2.2.2.3(ii) resources defined in Annexure IIIA, less its financial commitment need to be updated. CSD
obligaDons for its current contract commitments defined
in Annexure IIIB, meet or exceed the total requirement for Remaining contract period to be taken in
the Subject Contract of Rs. 23.81 crore (Rupees Twenty quarterly basis. As per form calculaOons are
Three crores Eight One lakhs) [11.80% of the EsDmated Outstanding Contract Value (x) ÷ Remaining
Project Cost). contract period in month (y) x 3 = Quarterly
(refer to Form ANNEX-III-B Current Contract Commitments Financial Resources Requirement
if x 100, y 1 than the answer is 100÷ 1x3=300
Therefore we request you to kindly consider
minimum value of y = 3 if balance period of work
is less than 3 months
v Article 7 A) Within 30 (thirty) days of receipt of Leoer of We request you to accept Performance Security NIT shall
(7.1) Acceptance, the selected Bidder shall furnish to the amount equal to 3% in the form of Bank Prevail
Authority in the form of Insurance Surety Bond in the form Guarantee, and recover the balance 4.5% from R.
set forth in Annex-III of Schedule-G (the "Performance A. Bills
Security") for an amount equal to 7.50% (Seven and half
percent), bifurcated in two parts of 4.5% (four and half
percent) and 3% (three percent) of its Bid Price.
vi Article 7 The Authority shall return the Performance Security to the Performance Security of 4.5% should be released NIT shall
(7.4) Contractor within 60 (sixty) days of the expiry of the awer compleDon of project and balance 3% ajer Prevail
Maintenance Period or the Defects Liability Period, expiry of the Defects Liability Period.
whichever is later, under this Agreement. Notwithstanding
Page 49 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
the aforesaid, the ParDes agree that the Authority shall not
be obliged to release the Performance Security unDl all
Defects idenDfied during the Defects Liability Period have
been recDfied
vii Article 7 From every payment for Works due to the Contractor in As the contractor already submizng 7.5% NIT shall
(7.5) accordance with the provisions of Clause 19.5, the Performance Security, it is requested to waive of Prevail
Authority shall deduct 6% (six per cent) thereof as retenDon money
guarantee money for performance of the obligaDons of OR
the Contractor during the ConstrucDon Period (the reduce the retenOon money upto 2.5%
"RetenDon Money") subject to the condiDon that the
maximum amount of RetenDon Money shall not exceed
5% (five per cent) of the Contract Price
viii Clause 19.10 As per the clause while calculaDng price adjustment value it is requested while calculaDng price adjustment NIT Shall
of the Ai, Bi, Ci, Fi, Li, Mi, Si are to be taken three months value of the indices Ai, Bi, Ci, Fi, Li, Mi, Si should be prevail
prior to the month to which the IPC relates. taken in average of three months prior to the
month to which the IPC relates
ix Annex-1 2. Land The Site of the Project Highway comprises the land ExisDng ROW not given Specifically. Scaled NIT shall
(Schedule-A) (total of land already in possession) as described below: alignment superimposed on village Prevail
maps/Cadastral map should be provided to
ascertain land width.
X. Schedule-B No addiDonal land will be provided than above, as such If Specific Land width data is provided we can work NIT shall
(2.4) wherever required Toe wall/ Retaining wall of suitable out the stretches in which toe wall is required to Prevail
heights shall be provided to confine free side slopes of accommodate the TCS. In such case the cost
highway embankment for main carriageway / service road towards construcDon of Toe wall/Retaining wall
etc. on either sides to accommodate the typical cross should be the part of change of scope.
secDons as given in Schedule -B within the ExisDng RoW
without any addiDonal cost to the Authority and no
change of scope will be accepted.
Xi. Schedule-B W-beam metal crash barrier. Provision in Table is NIL, But Clause 9.7.1 does not exist in schedule-B as such Metal Beam
12.1(A) in note given below it is to be provided on curves as per how much length is to be provided on curves Crash Barrier
clause 9.7.1 please clarify is not in
Page 50 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
exisDng
contract
scope
Xii Schedule-B Metal Beam crash barrier are proposed at Ghat secDon As per 12.1 provision is NIL. Please Clarify. Metal Beam
12.1(B) along the project highway as per requirement Crash Barrier
is not in
exisDng
contract
scope
xiii Schedule-B The locaDon of Metal beam crash barrier are menDoned Table below Not aoached. Please clarify. Metal Beam
12.1(B) below are minimum & shall be achived by the contractor. Crash Barrier
is not in
exisDng
contract
scope
xiv Schedule-C Traffic Signs & Pavement marking: As per table aoached Please Clarify whether this is to be provided under Road
(2.2) road marking & Road signage indicated is NIL whereas as pedestrain facility clause? Furniture is
per 2.i, 2.ii, 2.iii, 2.iv, 2.v, 2.vi the road side furniture is to not in
be provided as per specificaDons. exisDng
Contract
scope But at
the Dme of
execuDon as
per IRC
safety
Provision is
mandatory
xv Schedule- Pedestrain FaciliDes: As per table pedestrain faciliDes to be Please Clarify whether this is to be provided under As per typical
C(3) provided is NIL but in Clause descripDon these faciliDes are pedestrain facility clause? cross secDon
to be provided by Contractor. Also for proper approaches
to adjoining agriculture fields along excavated drains 900
Page 51 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
mm diameter NP4 pipes are to be provide as per site
requirement.
xvi Schedule C 4 Rest Area shall be provided as per clause no. 12.10 of IRC As per Clause 12.10 of IRC SP 73:2018 The rest Toilet block is
SP-73 2018 in consultaDon with the Authority / Authority's areas shall be provided at the locaDons given in not in the
Engineer considering availability of land at site, however, Schedule 'C'. Rest areas shall be provided by the exisDng
this shall not be treated as change of scope. Providing & concessionaire on the lands included in the site contract
development along with maintenance of Toilet block in and procured by the Authority. Within the areas scope
Project Length as per aoached detailed drawing. Toilet so provided, the Concessionaire shall construct
blocks NIL and operate, or cause to be constructed and
operated, faciliDes such as toilets, telephones,
cafeteria, restaurant, parking for cars, buses and
trucks, dormitory, rest rooms, shops for travel
needs, fuel staDons and garage, first aid, etc. In
approximately 2 Hectares of land, the following
minimum faciliDes shall be provided. Please Clarify
whether this type of Rest area is to be provided
xvii Schedule C 6 (i) Access to adjoining Farms: There are few exisDng It is possibility that all farmers will demand such NIT Shall
O) approaches to the adjoining farms along the road. The approaches whether contractor should provide prevail
farmers take their machinery to the farms using these approaches to all farmers Or only on the roads as
approaches. The contractor should carry out survey of shown in villege map i.e Cart road or विहवाटीचा
such exisDng approaches and new approaches that may be रrा. Please Clarify
necessary and should provide proper approaches to the
farms by providing NP-3 class pipes of sufficient diameter
and length so that farmers can take their machinery to the
farms with convenience. The contractor should assess the
number of such exisDng and new approaches necessary to
be provided along both sides of the road and should
include the cost of the same in his Bid. No change of scope
will be allowed for this parDcular item.
30 M/S Shree Palsiddha ConstrucOons (Package number- EPC AM-II(44A)
Page 52 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
I Clause Provided that at least QualificaDon criteria for PWD's exisDng and NIT shall
2.2.2.2(ii) a. one similar (rigid or similar type of pavement) work of previous HAM projects were based on amount Prevail
Rs. 96.67 Crores (Rupees Ninety Six crores Sixty Seven having rigid pavement or flexible pavement. So we
lakhs Only) [94.40% of EsOmated Project Cost) and 25.27 request you to consider similar work of amounDng
KMS [80% of project length in KMS] 60% of project cost with flexible pavement also.
Ii Clause The machinery should be owned by the bidder/ either We request you to kindly consider the hired Please Refer
2.2.2.2 (vii) member of the joint venture machinery also. OR Confirmed purchase order CSD
from the authorized dealer may be treated as
ownership proof for the same.
iii Clause ii) The Bidder shall have a minimum Average Annual Please allow annual construcDon turnover in any NIT shall
2.2.2.3 (ii) ConstrucDon Turnover (updated to the price level of the one of the last five years. Prevail
year based on factors indicated in table below) of Rs. OR
120.83 crores (Rs. One hundred Twenty crores Eighty Please consider Average Annual ConstrucDon
Three lakhs Only) (118% of the EsDmate Project Cost] for Turnover amounDng 80% of the EsOmated Project
the last 5 (Five) financial years. Cost. Requirement for pre-qualificaDon of average
annual turnover is with GST So please consider
turnover including GST too.
Iv Clause ii) The Bidder must demonstrate that its financial The formula given for calculaDng current contract Please Refer
2.2.2.3(ii) resources defined in Annexure IIIA, less its financial commitment need to be updated. CSD
obligaDons for its current contract commitments defined
in Annexure IIIB, meet or exceed the total requirement for
Remaining contract period to be taken in
the Subject Contract of Rs. 12.08 crore (Rupees Twelve
quarterly basis. As per form calculaOons are
crores Eight lakhs) [11.80% of the EsDmated Project Cost).
Outstanding Contract Value (x) ÷ Remaining
(refer to Form ANNEX-III-B Current Contract Commitments
contract period in month (y) x 3 = Quarterly
Financial Resources Requirement
if x 100, y 1 than the answer is 100÷ 1x3=300
Therefore we request you to kindly consider
minimum value of y = 3 if balance period of work
is less than 3 months
v Article 7 A) Within 30 (thirty) days of receipt of Leoer of We request you to accept Performance Security Please Refer
(7.1) Acceptance, the selected Bidder shall furnish to the amount equal to 3% in the form of Bank CSD
Page 53 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Authority in the form of Insurance Surety Bond in the form Guarantee, and recover the balance 4.5% from R.
set forth in Annex-III of Schedule-G (the "Performance A. Bills
Security") for an amount equal to 7.50% (Seven and half
percent), bifurcated in two parts of 4.5% (four and half
percent) and 3% (three percent) of its Bid Price.
vi Article 7 The Authority shall return the Performance Security to the Performance Security of 4.5% should be released Please Refer
(7.4) Contractor within 60 (sixty) days of the expiry of the awer compleDon of project and balance 3% ajer CSD
Maintenance Period or the Defects Liability Period, expiry of the Defects Liability Period.
whichever is later, under this Agreement. Notwithstanding
the aforesaid, the ParDes agree that the Authority shall not
be obliged to release the Performance Security unDl all
Defects idenDfied during the Defects Liability Period have
been recDfied
vii Article 7 From every payment for Works due to the Contractor in As the contractor already submizng 7.5% Please Refer
(7.5) accordance with the provisions of Clause 19.5, the Performance Security, it is requested to waive of CSD
Authority shall deduct 6% (six per cent) thereof as retenDon money
guarantee money for performance of the obligaDons of OR
the Contractor during the ConstrucDon Period (the reduce the retenOon money upto 2.5%
"RetenDon Money") subject to the condiDon that the
maximum amount of RetenDon Money shall not exceed
5% (five per cent) of the Contract Price
viii Clause 19.10 As per the clause while calculaDng price adjustment value it is requested while calculaDng price adjustment NIT Shall
of the Ai, Bi, Ci, Fi, Li, Mi, Si are to be taken three months
value of the indices Ai, Bi, Ci, Fi, Li, Mi, Si should be Prevail
prior to the month to which the IPC relates. taken in average of three months prior to the
month to which the IPC relates
ix Annex-1 2. Land The Site of the Project Highway comprises the land ExisDng ROW not given Specifically. Scaled NIT Shall
(Schedule-A) (total of land already in possession) as described below: alignment superimposed on village Prevail
maps/Cadastral map should be provided to
ascertain land width.
X. Schedule-B No addiDonal land will be provided than above, as such If Specific Land width data is provided we can work NIT Shall
(2.4) wherever required Toe wall/ Retaining wall of suitable out the stretches in which toe wall is required to Prevail
Page 54 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
heights shall be provided to confine free side slopes of accommodate the TCS. In such case the cost
highway embankment for main carriageway / service road towards construcDon of Toe wall/Retaining wall
etc. on either sides to accommodate the typical cross should be the part of change of scope.
secDons as given in Schedule -B within the ExisDng RoW
without any addiDonal cost to the Authority and no
change of scope will be accepted.
Xi. Schedule-B W-beam metal crash barrier. Provision in Table is NIL, But Clause 9.7.1 does not exist in schedule-B as such Metal Beam
12.1(A) in note given below it is to be provided on curves as per how much length is to be provided on curves crash barrier
clause 9.7.1 please clarify is not in
exisDng
contract
Scope
Xii Schedule-B Metal Beam crash barrier are proposed at Ghat secDon As per 12.1 provision is NIL. Please Clarify. Metal Beam
12.1(B) along the project highway as per requirement crash barrier
is not in
exisDng
contract
Scope
xiii Schedule-B The locaDon of Metal beam crash barrier are menDoned Table below Not aoached. Please clarify. Metal Beam
12.1(B) below are minimum & shall be achived by the contractor. crash barrier
is not in
exisDng
contract
Scope
xiv Schedule-C Traffic Signs & Pavement marking: As per table aoached Please Clarify whether this is to be provided under Road
(2.2) road marking & Road signage indicated is NIL whereas as pedestrain facility clause? Furniture is
per 2.i, 2.ii, 2.iii, 2.iv, 2.v, 2.vi the road side furniture is to not in
be provided as per specificaDons. exisDng
Contract
scope But at
the Dme of
Page 55 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
execuDon as
per IRC
safety
Provision is
mandatory
xv Schedule- Pedestrain FaciliDes: As per table pedestrain faciliDes to be Please Clarify whether this is to be provided under As per typical
C(3) provided is NIL but in Clause descripDon these faciliDes are pedestrain facility clause? cross secDon
to be provided by Contractor. Also for proper approaches
to adjoining agriculture fields along excavated drains 900
mm diameter NP4 pipes are to be provide as per site
requirement.
xvi Schedule C Rest Area shall be provided as per clause no. 12.10 of IRC As per Clause 12.10 of IRC SP 73:2018 The rest Toilet block is
g4 SP-73 2018 in consultaDon with the Authority / Authority's areas shall be provided at the locaDons given in not in
Engineer considering availability of land at site, however, Schedule 'C'. Rest areas shall be provided by the exisDng
this shall not be treated as change of scope. Providing & concessionaire on the lands included in the site contract
development along with maintenance of Toilet block in and procured by the Authority. Within the areas scope
Project Length as per aoached detailed drawing. Toilet so provided, the Concessionaire shall construct
blocks NIL and operate, or cause to be constructed and
operated, faciliDes such as toilets, telephones,
cafeteria, restaurant, parking for cars, buses and
trucks, dormitory, rest rooms, shops for travel
needs, fuel staDons and garage, first aid, etc. In
approximately 2 Hectares of land, the following
minimum faciliDes shall be provided. Please Clarify
whether this type of Rest area is to be provided
xvii Schedule C 6 (i) Access to adjoining Farms: There are few exisDng It is possibility that all farmers will demand such NIT shall
O) approaches to the adjoining farms along the road. The approaches whether contractor should provide Prevail
farmers take their machinery to the farms using these approaches to all farmers Or only on the roads as
approaches. The contractor should carry out survey of shown in villege map i.e Cart road or विहवाटीचा
such exisDng approaches and new approaches that may be रrा. Please Clarify
necessary and should provide proper approaches to the
Page 56 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
farms by providing NP-3 class pipes of sufficient diameter
and length so that farmers can take their machinery to the
farms with convenience. The contractor should assess the
number of such exisDng and new approaches necessary to
be provided along both sides of the road and should
include the cost of the same in his Bid. No change of scope
will be allowed for this parDcular item.
31 M/S Shree Palsiddha ConstrucOons (Package number- EPC Amadapur)
Clause Provided that at least QualificaDon criteria for PWD's exisDng and NIT shall
2.2.2.2(ii) a. one similar (rigid or similar type of pavement) work of previous HAM projects were based on amount Prevail
Rs. 163.06 Crores (Rupees One hundred Sixty Three crores having rigid pavement or flexible pavement. So we
Six lakhs Only) [94.40% of EsOmated Project Cost) and request you to consider similar work of amounDng
25.27 KMS [80% of project length in KMS] 60% of project cost with flexible pavement also.
Clause The machinery should be owned by the bidder/ either We request you to kindly consider the hired Please Refer
2.2.2.2 (vii) member of the joint venture machinery also. OR Confirmed purchase order CSD
from the authorized dealer may be treated as
ownership proof for the same.
Clause ii) The Bidder shall have a minimum Average Annual Please allow annual construcDon turnover in any NIT shall
2.2.2.3 (ii) ConstrucDon Turnover (updated to the price level of the one of the last five years. Prevail
year based on factors indicated in table below) of Rs. OR
203.82 crores (Rs. Two hundred Three crores Eighty Two Please consider Average Annual ConstrucDon
lakhs Only) (118% of the EsDmate Project Cost] for the last Turnover amounDng 80% of the EsOmated Project
5 (Five) financial years. Cost. Requirement for pre-qualificaDon of average
annual turnover is with GST So please consider
turnover including GST too.
Clause ii) The Bidder must demonstrate that its financial The formula given for calculaDng current contract
Please Refer
2.2.2.3(ii) resources defined in Annexure IIIA, less its financial commitment need to be updated. CSD
obligaDons for its current contract commitments defined
in Annexure IIIB, meet or exceed the total requirement for Remaining contract period to be taken in
the Subject Contract of Rs. 20.38 crore (Rupees Twenty quarterly basis. As per form calculaOons are
Outstanding Contract Value (x) ÷ Remaining
Page 57 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
crores Thirty Eight lakhs) [11.80% of the EsDmated Project contract period in month (y) x 3 = Quarterly
Cost). Financial Resources Requirement
(refer to Form ANNEX-III-B Current Contract Commitments if x 100, y=1 than the answer is 100 ÷ 1x3=300
Therefore we request you to kindly consider
minimum value of y = 3 if balance period of work
is less than 3 months
Article 7 A) Within 30 (thirty) days of receipt of Leoer of We request you to accept Performance Security Please Refer
(7.1) Acceptance, the selected Bidder shall furnish to the amount equal to 3% in the form of Bank CSD
Authority in the form of Insurance Surety Bond in the form Guarantee, and recover the balance 4.5% from R.
set forth in Annex-III of Schedule-G (the "Performance A. Bills
Security") for an amount equal to 7.50% (Seven and half
percent), bifurcated in two parts of 4.5% (four and half
percent) and 3% (three percent) of its Bid Price.
Article 7 The Authority shall return the Performance Security to the Performance Security of 4.5% should be released Please Refer
(7.4) Contractor within 60 (sixty) days of the expiry of the awer compleDon of project and balance 3% ajer CSD
Maintenance Period or the Defects Liability Period, expiry of the Defects Liability Period.
whichever is later, under this Agreement. Notwithstanding
the aforesaid, the ParDes agree that the Authority shall not
be obliged to release the Performance Security unDl all
Defects idenDfied during the Defects Liability Period have
been recDfied
Article 7 From every payment for Works due to the Contractor in As the contractor already submizng 7.5% Please Refer
(7.5) accordance with the provisions of Clause 19.5, the Performance Security, it is requested to waive of CSD
Authority shall deduct 6% (six per cent) thereof as retenDon money
guarantee money for performance of the obligaDons of OR
the Contractor during the ConstrucDon Period (the reduce the retenOon money upto 2.5%
"RetenDon Money") subject to the condiDon that the
maximum amount of RetenDon Money shall not exceed
5% (five per cent) of the Contract Price
Page 58 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Clause As per the clause while calculaDng price adjustment value it is requested while calculaDng price adjustment NIT shall
19.10 of the Ai, Bi, Ci, Fi, Li, Mi, Si are to be taken three months value of the indices Ai, Bi, Ci, Fi, Li, Mi, Si should be Prevail
prior to the month to which the IPC relates. taken in average of three months prior to the
month to which the IPC relates
Annex-1 2. Land The Site of the Project Highway comprises the land ExisDng ROW not given Specifically. Scaled NIT Shall
(Schedule- (total of land already in possession) as described below: alignment superimposed on village Prevail
A) maps/Cadastral map should be provided to
ascertain land width.
Schedule- No addiDonal land will be provided than above, as such If Specific Land width data is provided we can work NIT Shall
B (2.4) wherever required Toe wall/ Retaining wall of suitable out the stretches in which toe wall is required to Prevail
heights shall be provided to confine free side slopes of accommodate the TCS. In such case the cost
highway embankment for main carriageway / service road towards construcDon of Toe wall/Retaining wall
etc. on either sides to accommodate the typical cross should be the part of change of scope.
secDons as given in Schedule -B within the ExisDng RoW
without any addiDonal cost to the Authority and no
change of scope will be accepted.
Schedule- W-beam metal crash barrier. Provision in Table is NIL, But Clause 9.7.1 does not exist in schedule-B as such Metal Beam
B 12.1(A) in note given below it is to be provided on curves as per how much length is to be provided on curves crash barrier
clause 9.7.1 please clarify is not in
exisDng
contract
Scope
Schedule- Metal Beam crash barrier are proposed at Ghat secDon As per 12.1 provision is NIL. Please Clarify. Metal Beam
B 12.1(B) along the project highway as per requirement crash barrier
is not in
exisDng
contract
Scope
Schedule- The locaDon of Metal beam crash barrier are menDoned Table below Not aoached. Please clarify. Metal Beam
B 12.1(B) below are minimum & shall be achived by the contractor. crash barrier
is not in
Page 59 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
exisDng
contract
Scope
Schedule- Traffic Signs & Pavement marking: As per table aoached Please Clarify whether this is to be provided under Road
C (2.2) road marking & Road signage indicated is NIL whereas as pedestrain facility clause? Furniture is
per 2.i, 2.ii, 2.iii, 2.iv, 2.v, 2.vi the road side furniture is to not in
be provided as per specificaDons. exisDng
Contract
scope But at
the Dme of
execuDon as
per IRC
safety
Provision is
mandatory
Schedule- Pedestrain FaciliDes: As per table pedestrain faciliDes to be Please Clarify whether this is to be provided under As per typical
C(3) provided is NIL but in Clause descripDon these faciliDes are pedestrain facility clause? cross secDon
to be provided by Contractor. Also for proper approaches
to adjoining agriculture fields along excavated drains 900
mm diameter NP4 pipes are to be provide as per site
requirement.
Schedule Rest Area shall be provided as per clause no. 12.10 of IRC As per Clause 12.10 of IRC SP 73:2018 The rest Toilet block is
C4 SP-73 2018 in consultaDon with the Authority / Authority's areas shall be provided at the locaDons given in not in
Engineer considering availability of land at site, however, Schedule 'C'. Rest areas shall be provided by the exisDng
this shall not be treated as change of scope. Providing & concessionaire on the lands included in the site contract
development along with maintenance of Toilet block in and procured by the Authority. Within the areas scope
Project Length as per aoached detailed drawing. Toilet so provided, the Concessionaire shall construct
blocks NIL and operate, or cause to be constructed and
operated, faciliDes such as toilets, telephones,
cafeteria, restaurant, parking for cars, buses and
trucks, dormitory, rest rooms, shops for travel
Page 60 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
needs, fuel staDons and garage, first aid, etc. In
approximately 2 Hectares of land, the following
minimum faciliDes shall be provided. Please Clarify
whether this type of Rest area is to be provided
Schdeule (i) Access to adjoining Farms: There are few exisDng It is possibility that all farmers will demand such NIT shall
C 6 o) approaches to the adjoining farms along the road. The approaches whether contractor should provide Prevail
farmers take their machinery to the farms using these approaches to all farmers Or only on the roads as
approaches. The contractor should carry out survey of shown in villege map i.e Cart road or विहवाटीचा
such exisDng approaches and new approaches that may be र+ता. Please Clarify
necessary and should provide proper approaches to the
farms by providing NP-3 class pipes of sufficient diameter
and length so that farmers can take their machinery to the
farms with convenience. The contractor should assess the
number of such exisDng and new approaches necessary to
be provided along both sides of the road and should
include the cost of the same in his Bid. No change of scope
will be allowed for this parDcular item.
Schedule- ProporDons of the Contract Price for different stages of The Schedule is not uploaded, please upload the NIT Shall
H ConstrucDon of Project Highway shall be specified below same. Prevail
32. UNITY BUILDERS AND ROAD CONSTRUCTIONS PVT LTD
i. Clause Bidders who inter alia meet the minimum qualificaDon Government ResoluDon No. CAT/2017/PK NIT shall
2.2.2.1 criteria will be qualified only if their available BID capacity 08/Bldg-02, Mantralaya, Mumbai-400031 dated Prevail
is more than Rs._____ Crores [118% of Bid value as per 27.09.2018:
clause 1.1.1]
Please this condiDon modified as below: Bid
capacity is equal or more than EsDmate project
cost
ii. Clause (i) For normal Highway projects (including Major Provision in Government Circular No. Misc. NIT shall
2.2.2.2 Bridges/ROB/Flyovers/Tunnels): Provided that at least 2019/Q. No.47/Building-2 Mantralaya, Mumbai Prevail
400032. Dtd- 25.11.2019 Page no. 3
Page 61 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
a. one similar (rigid or similar type of pavement) The minimum cost of work completed by the
work of Rs. ___Crores [94.40% of EsOmated contractor within the last 5 years shall be three
Project Cost) and ____ KMs KMs [80% of project similar works whose cost shall not be less than
lenth in KMs] OR 40% of the esOmated project cost.
b. two similar (rigid or similar type of pavement) OR
works of Rs.___ Crores [59% of EsOmated Project
Cost) and ___KMs (50% of project length in KMs]; The minimum cost of work completed by the
each shall have been completed from the Eligible contractor within the last 5 years shall be two
Projects in Category 1 and/or Category 3 specified similar works whose cost shall not be less than
in Clause 2.2.2.5. For this purpose, a project shall 50% of the esOmated project cost
be considered to be completed, if more than 90%
of the value of work has been completed and such OR
completed value of work is equal to or more than
94.40%/59%, as the case may be, of the esDmated The minimum cost of work completed by the
project cost contractor within the last 5 years shall be one
similar work whose cost shall not be less than
80% of the esOmated project cost.
Notes:
i. There are no condiDons for design/construcDon
experience of rigid and/or flexible payments in
these and therefore should not be imposed in the
RFP rigid pavement length criteria.
Page 62 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
have been made stricter arbitrarily - not in line
with other highway projects.
iii. Clause (a to f) a minimum construcDon experience Provision in Government Circular No. Misc.
2.2.2.2 (v) 2019/Q. No.47/Building-2 Mantralaya, Mumbai
400032. Dtd- 25.11.2019 Page no. 3 point no.1 NIT shall
Prevail
(C) The minimum quanDty of the important items
and the quanDty executed in any one year in last 5
years shall be 30% of the quanOty of the
important items of the work under construcOon.
Page 63 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
vi. Clause The Bidder shall provide all the informaDon sought under This tender NoDce has been not uploaded on BIMS Please Refer
2.10 (1) this RFP. The Authority will evaluate only those BIDs that Portal CSD
are received online in the required formats and have been Please Clarify
applied to on BIMS.
Vii. Clause Documents listed at clause 2.11.2 are received physically Please Clarify Please Refer
3.1.6.1 (b) or on BIMS or CPPP as menDoned; CSD
Viii. Clause Copy of online receipt/original documents towards Please provide procedure documents with details Please Refer
3.1.6.1 (h) submission of Rs. 47,200/- [Rs. Forty-Seven thousand as per MoRTH & NHAI. CSD
Two hundred Only] towards the cost of tender to be
submioed through the portal "bharatkosh.gov.in" Please provide below details:
(receipt/ document to be submioed online payment to be Fill of rest of the form as follows -
submioed online on mahatenders.gov.in and original copy (a) Pay & Account Office (PAO)
to be submioed with hard copy of bid (b) Drawing & Disbursing Office (DDO) -
ix. Clause Within 30 (thirty) days of receipt of Lerer of Acceptance, Within 30 (thirty) days of receipt of Leoer of
2.21 (1) the selected Bidder shall furnish to the Authority an Acceptance, the selected Bidder shall furnish to NIT shall
irrevocable and uncondiDonal guarantee from a Bank in the Authority an irrevocable and uncondiDonal Prevail
the form set forth in Annex-1 of Schedule-G (the guarantee from a Bank in the form set forth in
"Performance Security") for an amount equal to 7.5% Annex-VII (the "Performance Security") for an
(seven and half percent), bifurcated in two parts of 4.5% amount equal to 3% (three percent) of its Bid
(four and half percent) and 3% (three percent) of its Bid Price
Price..
x. General 1) website hops://www.mahatenders.gov.in NIT shall
Prevail
Proceed for bid submission tab not acDve Dll date.
Please clarify.
Page 64 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
3) What is the status of Land acquiring, Forest
permission?
33. DP Jagtap & Company
i. सदर कामा1या िनिवदेतील नमूद पूव8 अह8ता मागणीनुसार देकार याऐवजी िनिवदा र@मे1या २५ ट@े इतDया र@मेची NIT shall
सादर करणा=या कं ?ाटदाराने िनिवदा र@मे1या ११८ ट@े इतDया मागील ५ वषा8त सरासरी उलाढाल (टन8ओKहर) के लेली Prevail
र@मेची मागील ५ वषा8त सरासरी उलाढाल (टन8ओKहर) के लेली असली पािहजे असा बदल करPयात यावा ही िवनंती.
असली पािहजे अशी अट घालPयात आलेली आहे.
34 M.K.D Sonawane
i. सदर कामा1या िनिवदेतील नमूद पूव8 अह8ता मागणीनुसार देकार तरी यामZये िनिवदा र@मे1या ३०% र@मेची ३ कामे NIT shall
सादर करणा=या कं ?ाटदाराने िनिवदा @मे1या ९४.४० ट@े र@मेचे के लेली असणे आवYयक आहे अशी अट समािव\ करPयात Prevail
९ आिण ५९% र@मेची २ कामे के लेली असणे आवYयक आहे अशी यावी.
अट चालPयात आलेली आहे
ii. सदर कामा1या िनिवदेतील नमूद पूव8 अह8ता मागणीनुसार देकार याऐवजी िनिवदा र@मे1या २५ ट@े इतDया र@मेची NIT shall
सादर करणा=या कं ?ाटदाराने िनिवदा र@मे1या ११८ ट@े इतDया मागील ५ वषा8त सरासरी उलाढाल (टन8ओKहर) के लेली Prevail
र@मेची मागील ५ वषा8त सरासरी उलाढाल (टन8ओKहर) के लेली असली पािहजे असा बदल करPयात यावा ही िवनंती.
असली पािहजे अशी अट घालPयात आलेली आहे
iii. सदर कामा1या िनिवदेत डोझर या यं?सामु`ीची मागणी करPयात परं तु मोटर `ेडर या यं?सामु`ीचा वापर डोझर aमाणेच NIT shall
आलेली आहे. के ला जातो. bयामुळे डोझर ची अट काढू न टाकPयात Prevail
यावी.
35 A S Desai Infrastructure Pvt Ltd [Package number- EPC PN-II(13B)]
i. Clause RFP Pg In case of bidder is JV Lead Member shall meet at least 50% The criteria as per cl 2.1.11 c shall be modified as NIT shall
2.2.11 12 requirement of Bid Capacity, Technical and Financial follows criteria as per clause 2.2.2.1,2.2.2.2(i) & Prevail
Capacity, required as per Clause 2.2.2.1, 2.2.2.2(i) & 2.2.2.3 shall be collecDvely fulfil 100% by all
2.2.2.3. The nominaOon(s) shall be supported by a Power partners of JV without considering percentage
of Aoorney, as per the format at Appendix-III, signed by all fulfilment of criteria by lead member (50%) and
the other Members of the Joint Venture. Other Member(s) other member (25%)
shall meet at least 25% requirement of Bid Capacity,
Technical and Financial Capacity required as per Clause
Page 65 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
2.2.2.1, 2.2.2.2(1) & 2.2.2.3 and the JV as a whole shall
cumulaOvely/collecOvely fulfil the 100% requirement
ii. Clause RFP Pg Bidder who inter alia meet the minimum qualificaDon The BID capacity should be consider on esDmated NIT shall
2.2.2.1 19 criteria will be qualified only if their available BID capacity cost of project (100% of bid value) excluding GST Prevail
is more than 456.21 Crores (118% of bid value as per
clause 1.1.1)
iii. Clause RFP pg For demonstraDng technical capacity and experience (the The Threshold Technical Capacity shall be 70% of NIT shall
2.2.2.2 (i) 21 "Technical Capacity"), the Bidder shall, over the past [5 the project cost distributed over tender period. Prevail
(five)]1 financial years preceding the Bid Due Date, have
received payments for construcDon of Eligible Project(s),
or has undertaken construcDon works by itself in a
EPC/PPP project, such that the sum total thereof, as
further adjusted in accordance with
clause 2.2.2.5 (i) & (ii), is more than Rs. 456.21 Crores
(Rupees Four hundred Fijy Six crores Twenty One lakhs
Only) [118% of the Bid value as per clause 1.1.1] (the
"Threshold Technical Capacity")2.
iv Clause RFP pg a. Bidder must demonstrate an experience in sub As per NHAI tenders no any min. quanDty criteria NIT Shall
2.2.2.2 (vii) 23 grade Embankment for quanDty not less than for qualificaDon, so we requested to relaxa the Prevail
4,70,000 cum. clause. Also HAM Projects experience consider for
this tender.
b. Bidder must demonstrate an experience in
StabilizaOon in roadway for quanOty not less than
5,487 cum.
Page 66 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
d. Bidder must demonstrate an experience in dry
lean concrete (DLC) work for quanDty not less
than 64,500 cum.
Page 67 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
meet the project cost excluding grant, if any, for domiciling
the project.
viii Clause 4.2(i) The Contractor, whether Joint Venture or sole, shall not RelaxaDon for this clause condiDon of subcontract NIT shall
sub-contract any Works in more than 49% (forty-nine per criteria Prevail
cent) of the Contract Price and shall carry out Works
directly under its own supervision and through its own
personnel and equipment in at least 51% (fijy-one per
cent) of the Contract Price. Further, In case the Contractors
a Joint Venture, then the Lead Member shall carry out
Works directly through its own resources (men, material
and machines etc.) in at least 51% (fijy-one per cent) of
total length of the Project Road. Provided, however, that in
respect of the Works carried out directly by the Contractor,
it may enter into RelaxaDon contracts for the supply and
installaDon of Materials, Plant, equipment, road furniture,
safety devices and labour, as the case may be, for such
Works. For the avoidance of doubt, the ParDes agree that
the Contractor may sub- divide the aforesaid length of
51% (fijy-one per cent)in no more than 5 (five) secDons
of the Project Road. The ParDes further agree that
Page 68 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
(four and half percent) and 3% (three percent) of its Bid
Price. In case of bids quoted below, as decided by the
Authority, the Selected Bidder, along with the Performance
Security, shall also furnish to the Authority an irrevocable
and uncondiDonal guarantee from a Bank in the same form
given at Annex- I of Schedule-G towards an AddiDonal
Performance Security (the "AddiDonal Performance
Security") for an amount calculated as under
x. Schedule B Design Traffice Pavement Quality Concrete (PQC)280 mm As given in above clause PQC thickness menDoned The
Clause & 270 mm 280 mm & 270 mm which is criDcal during CondiDon in
5.3.2.a construcDon in some stretches in village and on RFP Shall
curve where manual/fix form paver is required to Prevail.
be used for construcDon, so we request to
consider PQC thickness 300mm.
xi. Schedule B Notch Type Drain Consider 4240 Rmt only In Medha As the enDre stretch of project the urban area The
Clause 6 (c) village, Ganje, Aandhari,and Shembadi Village length is more than the consider in Schedule B. So CondiDon in
it is requested to consider all urban area length (All RFP Shall
villages length) for notch type drain construcDon. Prevail
xii. Schedule Toe Wall and retaining wall length is given 11314 Rmt The
B Clause CondiDon in
12.2 RFP Shall
Prevail.
xiii. Schedule A Right of way is given tabular format During Site visit it is observed that the farmers The
acquire land beyond side shoulder, so it is CondiDon in
requested to you confirm Road width of enDre RFP Shall
length of project from TILR office also In Medha Prevail.
Ghat secDon and Shembadi ghat Forest land
observed, forest Department Topo sheet Road
width should be confirmed.
xiv. Conveying the excavated material It is observed that UpgradaDon and The
ReconstrucDon as well as in ghat SecDon widening CondiDon in
Page 69 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
do in hill side stretches excavated material can't RFP Shall
dump on either side. so requested to you please Prevail
consider to conveying all excavated material like,
soil, hard Murum, boulders, and hard rock to
dumping yard
xv. Hill area Factors for rate analysis Please considered hill area factors for rate analysis NIT Shall
of each items in esDmate of the project. Prevail
xvi. Landslide or slope protecDon it is observed that in some stretches of project NIT Shall
length land slide occurred on hill side so you are Prevail
requested to please consider slope protecDon
item in esDmate otherwise during construcDon or
during maintenance period landslide occur then
who will be responsible for repair the road
xvii Boulders and hard rock excavaDon In ghat secDon widening some stretches should be NIT Shall
. carried out in Hard rock, so please consider hard Prevail
rock excavaDon by chiselling in esDmate of this
project.in some stretches where the road length is
passing through area having houses and
populaDon near by
Xvii Clause 6 Bus Bays and Bus Shelter Please clarify that cost consider in Schedule -H of NIT Shall
i. Bus Shelter shall be provided at locaDons given below. The bus shelter / Bus Bay is very low, The bus bay area Prevail
bus bay and shelter shall be designed based on IRC SP-84- pavement cost and bus shelter cost define
2019/IRC SP 73-2018, Clause 12.6 and figure 12.3. seperately as well as two solar lights to be
provided for each bus stop as per cl 6 h. (iv) where
solar light cost was considered in esDmate?
Page 70 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
xix. Schedule B At-grade IntersecDons: Major and Minor JuncDons Major & Minor juncDon in schedule B are few, it is NIT Shall
clause 3.1 required at every village or exisDng intercecDon of Prevail
road of project length, therefore during
construcDon may be increase no of juncDons
consider in COS
minimum 47 locaOons approach road crossing are It is observed during site visit approach road actual NIT Shall
required on site are more than consider In schedule B Cl 13. Prevail
In addiDon to above at minimum 47 locaDons approach The increased nos of crossing should be consider
road crossing are required. The diameter & length of the in COS.
said crossing should be finalized according to the drainage
plan & in consultaDon with Authority. The addiDonal work
proposed by the contractor as per the drainage plan
requirement will not be enDtled for any other extra cost
and shall not consDtute as a Change of Scope.
xxi. Clause 1.2.4 Pg 8 A Bidder is required to submit, along with its BID, a BID BID value changed to 336.07,But BID security NIT Shall
Security of Rs. 3.87 Crores (Rupees Three crores Eighty amount did not change. We request to change the Prevail
Seven lakhs Only) (As per format at Appendix-II ]. The BID security amount accordingly
Bidders shall also submit Rs. 47,200 /- [Rupees Forty Seven
thousand Two hundred Only] towards the cost of tender
[to be submioed online at the Dme of submission of
bid(scanned copy of receipt/document to be submioed
online on mahatenders.gov.in/nicgep/app] and in which
case documentary proof of the same to be enclosed with
hard copy of bid.
xxii Royalty Royalty charges not considered in Schedule-H. It Please Refer
. should be disclosed who will pay the mining CSD
license and royalty charges during the earth filling
work
xxiii Clause The Contractor may apply to the Authority for the first We have requested relaxaDon of clause 19.2(iv) Please Refer
. 19.2(iv) instalment of the Advance Payment at any Dme awer the (110% of such installment) of e-bank guarantee on CSD
Appointed Date, along with an irrevocable and mobilizaDon advance payment given in the CA, as
Page 71 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
uncondiDonal bank guarantee/ e-Bank guarantee from a mobilizaDon advance is required for execuDon of
Bank for an amount equivalent to 110% (one hundred and works and e-bank guarantee affects the
ten per cent) of such instalment, substanDally in the form contractor's financial picture
provided at Annex-III of Schedule-G, to remain effecDve Dll
the complete
and full repayment thereof. If the insDtuDon issuing the
advance payment guarantee/s is located outside the
country of the Authority, it shall have a correspondent
financial insDtuDon located in the country of the Authority
to make it enforceable
xxiv Earthwork QuanDty As per TCS given in Schedule -B, excavaDon NIT Shall
. quanDty did't match to Shcedule -H amount. so Prevail
requested you please clarify earthwork quanDty
statement
36 Babasaheb B Gunjate [Package No – EPC PN-II (15B)]
i. ANNEX – Evidence of Availability of Credit Line Financial Resources There is not menDoned how many rupees credit NIT shall
III C line report submioed with tender document Prevail
ii. Machinery Kindly consider Excavator Instead of Dozar.
37 SFC Infratech [Package No PN-II (15E)
i. Awer allooed the tender, is there will have to necessity to Please Clarify NIT shall
formaDon of SPV? It is compulsory for this project? Prevail
ii. If there will not have the compulsion to forming SPV as per Please Clarify NIT shall
tender & if contractor wants to form SPV, for this MSIDC Prevail
will give permission to form SPV?
iii. What are the terms and condiDons for Technical & Please Clarify NIT shall
financial qualificaDon requirements to appoint the director Prevail
of SPV other than JV members?
iv. Annexe IV- There has not clarifying as whether the machinery will Please Clarify NIT shall
D have rented or owned Prevail
38 Sonai Infrastructure Pvt Ltd ( )
Page 72 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
i. Please allow for owned as well as Leased or Rented Please Refer
machinery in machinery requirement instead only owned CSD
ii. As the tender value of proposed tenders invited under the NIT shall
referred noDce are exclusive of GST, Kindly allow to Prevail
consider the Basic or Excluding GST amounts for the
ongoing works of bidder where the amounts of Work
order/Contract, Work Done, Balance Work are including of
GST while calculaDng the Value of B.
iii. Clause “Lead Partner must meet 50% of the requirement” and We kindly request to please modify the Please Refer
2.2.2.1, “other Partner must meet 25% of the requirement”. requirement as “Any one partner must meet 50% CSD
2.2.2.2(i), of the requirement” and “Other Partner must
2.2.2.3(i), meet 25% of the requirement”
2.2.2.3(ii),
2.2.2.3 (iii)
iv. Clause One similar work having cost of 118% of proposed tender NIT shall
2.2.2.2 (ii) work and two similar works each having cost of 59% of Prevail
proposed tender work.
v. Clause The experience in key acDviDes should be compiled by the NIT shall
2.2.2.2 (v) bidder or Any Partner of JV or JV Partners Together Prevail
vi. Clause 2.1.13 Where the Financial Statement of Bidder are Audited for Please clarify whether the work of which the date NIT shall
the latest Financial Year (i.e FY 2023-24) and kindly allow of compleDon falling in latest financial year (i.e. FY Prevail
to furnish all its informaDon and cerDficaDon with 2023-24) will be considered for Similar work
reference to the 5(five) years started from FY 2019-20 to criteria or not.
2023-24.
39. DHD Infracon Pvt Ltd
i. Clause Bidders who inter alia meet the minimum qualificaDon Government ResoluDon No. CAT/2017/PK NIT shall
2.2.2.1 criteria will be qualified only if their available BID capacity 08/Bldq-02, Mantralaya, Mumbai-400031 dated Prevail
is more than Rs.____ Crores [118% of Bid value as per 27.09.2018:
clause 1.1.1]
Page 73 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Please this condiDon modified as below: Bid
capacity is equal or more than EsDmate project
cost.
ii. Clause For normal Highway projects (including Major Provision in Government Circular No. Misc. NIT shall
2.2.2.2 Bridges/ROB/ Flyovers/Tunnels): Provided that at least 2019/Q. No.47/Building-2 Mantralaya, Mumbai Prevail
a. one similar (rigid or similar type of pavement) work of 400032. Dtd- 25.11.2019 Page no. 3
Rs.____ Crores [94.40% of EsDmated Project Cost] and
KMs [80% of project length in KMs); The minimum cost of work completed by the
contractor within the last 5 years shall be three
Or similar works whose cost shall not be less than
b. two similar (rigid or similar type of pavement) works of 40% of the esDmated project cost.
Rs.___ Crores [59% of EsDmated project cost) [50% of
project length in KMs); each shall have been completed OR
from the Eligible Projects in Category 1 and/or Category 3 The minimum cost of work completed by the
specified in Clause 2.2.2.5. For this purpose, a project shall contractor within the last 5 years shall be two
be considered to be completed if more than 90% of the similar works whose cost shall not be less than
value of work has been completed and such completed 50% of the esDmated project cost.
value of work is equal to or more than 94.40% / 59%, as
the case may be , of the esDmated project cost. OR
Page 74 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
ii. EvaluaDon and QualificaDon Criteria (EQC) of
Bidders As per published RFP by NHAI /MORTH for
all projects provides that the bidder should have
similar contracts of at least one similar of merely
20% of the esDmated cost of the Project.
Therefore, the condiDons imposed by the RPF
have been made stricter arbitrarily - not in line
with other highway projects.
Page 75 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
If the bidder is L1, then successor bidder shall be
submi„ng Tax Invoice against Proforma invoice
within sDpulated period
v. Part III [Feasibility Report/Detailed Project Report provided by the Please provide Detailed Project Report & EsDmate NIT shall
authority] Prevail
vi. Clause 2.10.1 The Bidder shall provide all the informaDon sought under This tender noDce has been not uploaded on BIMS Please Refer
this RFP. The Authority will evaluate only those BIDs that Portal. CSD
are received online in the required formats and have been
applied to on BIMS. Please clarify
3.1.6.1 (b) 3.1.6.1 (b) Documents listed at clause 2.11.2 are received
physically or on BIMS or CPPP as menDoned
vii. Clause Copy of online receipt/ original documents towards Please provide procedure documents with details NIT shall
3.1.6.1 (h) submission of Rs. 47,200 /- [Rs. Forty-Seven thousand Two as per MoRTH & NHAI Prevail
hundred Only] towards the cost of tender to be submioed
through the portal "bharatkosh.gov.in" (receipt/ Please provide below details:
document to be submioed online payment to be Fill of rest of the form as follows -
submioed online on mahatenders.gov.in and original copy (a) Pay & Account Office (PAO)
to be submioed with hard copy of bid. (b) Drawing & Disbursing Office (DDO) -
viii. Clause 2.21.1 Within 30 (thirty) days of receipt of Leoer of Acceptance, Please modified this condiDon as below: NIT shall
the selected Bidder shall furnish to the Authority an Prevail
irrevocable and uncondiDonal guarantee from a Bank in Within 30 (thirty) days of receipt of Leoer of
the form set forth in Annex-l of Schedule-G (the Acceptance, the selected Bidder shall furnish to
"Performance Security") for an amount equal to 7.5% the Authority an irrevocable and uncondiDonal
(seven and half percent), bifurcated in two parts of 4.5% guarantee from a Bank in the form set forth in
(four and half percent) and 3% (three percent) of its Bid Annex-VII (the "Performance Security") for an
Price. amount equal to 3% (three percent) of its Bid
Price.
ix. Clause General 1) website hops://www.mahatenders.gov.in NIT shall
Prevail
Proceed for bid submission tab not acDve Dll date.
Page 76 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Please clarify.
Page 77 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
design standards and specificaDons, the contractor may minimum 1.0m above the Highest Flood Level
adopt changes to the designs based on the specificaDons (HFL)/ High water table /NGL/Pond level. The
and standards in schedule D with the prior approval from ConstrucDon of new road embankment/cu„ngs
the Authority Engineer. shall conform to the SpecificaDons and Standards
given in Manual and the specified cross-secDonal
details.
As per the Plan and Profile drawings the depth
over the exisDng carriage way is only 300 to 400
mm has been considered. Whereas the minimum
crust has been menDoned as 1720 mm
Page 78 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Highway shall have to be constructed by the Contractor in
consultaDon with the AE & PWD. However, no change of
scope on account of addiDonal juncDon will be accepted
vi. Annex-1 Note: There is variaDon in Given Plan & Profile and C1.4. The
(Schedule The QuanDDes will increase as per Cl.4 (The CondiDon in
B) CIause (ii) The height of the embankment shall be measured with finished pavement profile of main carriageway for RFP Shall
4 respect to the Finished Road Levels. No secDon of the the total project length shall be designed so that Prevail.
highway in general shall be overtopped. The finished the booom of the sub grade is minimum 1.0m
pavement profile of main carriageway for the total project above the Highest Flood Level (HFL)/ High water
length shall be designed so that the booom of the sub table /NGL/Pond level)
grade is minimum 1.0m above the Highest Flood Level
(HFL)/ High water table/NGL/Pond level. The ConstrucDon As per the Plan and Profile drawings the depth
of new road embankment/cu„ngs shall conform to the over the exisDng carriage way is only 300 to 400
SpecificaDons and Standards given in Manual and the mm has been considered. Whereas the minimum
specified cross-secDonal details. crust has been menDoned as 1720 mm
(iii) The side slopes shall not be steeper than 2H:1V. In
case, there is ROW constraints than, suitable soil retaining The clauses, minimum crust and specificaDons are
structures shall be provided. contradictory
The DPR should have been assessed the such soil
retaining structures requirement and cost of the
same.
The clause is indefinite.
vii. Annex –I Main DescripDon Minimum The Clauses, minimum crust and specificaDons are The
(Schedule Carriageway : Crust contradictory. CondiDon in
B) Clause S. No ComposiDon RFP Shall
5.3.2 of Pavement Prevail.
Rigid
Pavement
1 Pavement 270
Quality
Page 79 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Concrete
(PQC)
2 Dry Lean 150
Concrete (DLC)
3 SeparaDon 100
Layer (GSB)
4 Granular Sub 100
Base (GSB)
5 Subgrade 500
(EffecDve CBR
9%)
6 Embankment 600
Total 1720
Pavement
Thickness
Page 80 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
material obtained from exisDng embankment/ borrow
area material as per requirement.
embankment material.
Page 81 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
vii) The Crust ComposiDon for Bus Bays & Truck Lay Byes
shall be as per Main Carriageway Clause 5.2.2 (n) above
and as per IRC: SP: 58-2015.
Page 82 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
x) The payment of the longitudinal drains (built up as well
as open excavated drains) shall be made according to the
Schedule-H only awer the Authority Engineer has cerDfied
the integraDon of the drains with the nearby natural
streams. The work of drains proposed by the contractor
will not be enOtled for any other extra cost and will not
amount to change of scope.
x Annex - I Note: This clause is one sided and indefinite. Any The
(Schedule i)It is clarified that as per site requirement new culverts if change of scope shall be on either side posiOve or CondiDon in
B) required for drainage arrangement shall be idenOfied & negaOve. or NO change of scope in any variaDon RFP Shall
Cl.7.2.1- constructed if any during development as per standard posiDve or negaDve. Prevail.
Reconstru set forth in Schedule D & as per instrucOon of Authority
ction of Engineer. The span / opening and numbers given above
Existing are minimum and shall be achieved. The proposed
Culverts dimensions shall be based on hydraulic calculaDons and
approval from Authority Engineer. Any changes to above
dimensions/numbers shall not consDtute a change of
scope. In Built-up areas width of culvert shall be extent up
to available row.
Page 83 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
in accordance with the Manual requirements with
approval from the Authority s Engineer. Any increase in the
length and locaDon specified in this Clause of Schedule B
shall not consDtute a Change of Scope.
xii Annex - I Note: - This clause is one sided and indefinite. Any The
(Schedule (a) The above length of Retaining wall / Toe wall / change of scope shall be on either side posiOve or CondiDon in
B) protecOon structures is indicaOve and minimum negaOve. or NO change of scope in any variaDon RFP Shall
C1.12.2- specified; the actual length of Retaining wall / Toe wall / posiDve or negaDve. Prevail.
Retaining protecOon structures shall be determined by the
Wall/Toe Contractor in accordance with the Manual requirements
Wall with approval from the Authority Engineer. Any increase in
the length and locaDon specified in this Clause of Schedule
B shall not consDtute a Change of Scope.
The locaDons of Retaining wall / Toe wall / protecDon
structures are menDoned above are minimum and shall be
achieved by the contractor.
xiii Annex - I For crossing of uOliOes, single row of NP 3 pipe of 600 mm This clause is one sided and indefinite. Any The
(Schedule diameter at every 500 m interval in rural areas and two change of scope shall be on either side posiOve or CondiDon in
B) C1.13- rows of RCC pipes 300 mm diameter at every 100 m negaOve. or NO change of scope in any variaDon RFP Shall
Details of interval in urban/Built-up areas or as required shall be posiDve or negaDve. Prevail.
Proposed constructed for full width of cross secDon in consultaDon
Utility with Authority Engineer. The uDlity work proposed by the
Structures contractor will not be enDtled for any other extra cost and
will not amount to change of scope. In addiDon to above
at minimum as per site locaDon approach road crossing are
required. The diameter & length of the said crossing
should be finalized according to the drainage plan & in
consultaDon with Authority. The addiDonal work proposed
by the contractor as per the drainage plan requirement will
not be enDtled for any other extra cost and will not amount
to change of scope.
Page 84 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
xiv Annex -I The lengths and numbers of Structures and bridges This clause is one sided and indefinite. Any The
(Schedule specified hereinabove are minimum. The actual lengths change of scope shall be on either side posiOve or CondiDon in
B) C1.14- as required on the basis of detailed invesDgaDons shall be negaOve. or NO change of scope in any variaDon RFP Shall
Change of determined by the Contractor in accordance with the posiDve or negaDve. Prevail.
Scope SpecificaDons and Standards. Any variaDons in the lengths
specified in this Schedule-B shall not consDtute a Change
of Scope, save and except any variaDons in the length
arising out of a Change of Scope expressly undertaken in
accordance with the provisions of ArDcle 13.
xv Schedule (ii) Solar Traffic Brinker's: NIL. Solar Traffic Blinkers shown nil, But below it is The
C h. Street menOon that Solar Traffic blinker are to be CondiDon in
lighting & __Nos. of Solar Traffic blinker are to be provided at every provided at every Major JuncOon and start and RFP Shall
High Mast Major JuncOon and start and end of built-up locaOons. end of built-up locaOons. Prevail.
Lighting
Note: Above numbers of street lights are indicaDve and Hence there is difference in QuanDDes
minimum specified. The actual numbers of street lights
shall be determined by the Contractor in accordance with Schedule C cl (6): Bus bays and Bus Shelters table
the Manual requirements with approval from the shows nil.
Authority's Engineer. Any increase in the numbers
specified in this Clause of Schedule C shall not consDtute a
Change of Scope.
Page 85 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Page 86 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
xvii Schedule There are few exisOng approaches to the adjoining farms This clause is one sided and indefinite. Any change The
C O. along the road. The farmers take their machinery to the of scope shall be on either side posiDve or CondiDon in
Others i) farms using these approaches. The contractor should negaDve. or NO change of scope in any variaDon RFP Shall
Access to carry out survey of such exisDng approaches and new posiDve or negaDve. Prevail.
adjoining approaches that may be necessary and should provide The DPR should have been idenDfied such
Farms proper approaches to the farms by providing NP-3 class locaDons and cost should have been considered in
pipes of sufficient diameter and length so that farmers can the Project cost.
take their machinery to the farms with convenience. The
contractor should assess the number of such exisDng and
new approaches necessary to be provided along both sides
of the road and should include the cost of the same in his
Bid. No change of scope will be allowed for this parDcular
item.
xvii Schedule-D The construcOon of Rigid Pavement shall conform to the In many stretches as per the availability of land and The
i D. Standards provisions to clause 602.9 of standards and specificaOons as per the proposed road width, It is not possible CondiDon in
3.Construc of Indian Roads Congress (MORTH) Fiwh Revision-2013 to work with slip form paver and also it is not RFP Shall
tion of with "SLIP FORM PAVER". possible to close the road. Prevail.
Rigid Therefore wherever not possible, manual laying of
Pavement PQC shall be allowed.
xix Annexure-I Sr. No Item Clause Provisio Modified The minimum crust, clauses and specificaDons are The
(Schedule-D) Referred n as per Provision contradictory. CondiDon in
2. in Manual RFP Shall
Deviation Manual Prevail.
from the 10 4.2.1 The height of On new
Specificati Embankment shall be roads, the
ons and measured with respect of road aim should
Standards levels. The following principles be to
shall be kept in view while fixing construct
road level. i No secDon of road the
is overtopped. Top of subgrade pavement
as far
Page 87 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
shall be at least 0.5 m above the above the
general ground level. water table
The booom of subgrade shall as
be 1.0m above the High Flood economical
Level (HFL) / level of water ly
table. The HFL should be pracDcable.
decided by intelligent The
inspecDons, local observaDons, difference
enquiries and studying the past between
records. This shall be relevant the booom
to situaDons where road of sub
alignment is sited within the grade level
flood plain or in the vicinity of and the
water bodies or where ponding level of
of water is encountered and water table
cannot be efficiently drained. If / high flood
raising of any secDon(s) of the level
exisDng road is required, the i For non-
same shall be specified in flood zones
Schedule 'B' of the Concession should not
Agreement. be less than
0.6m ii For
flood zones
should not
be less than
1.0m and
For water
logged
zones
should not
Page 88 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
be less than
1.5m.
xx RFP Bridges/ROB/Flyovers/Tunnels): Provided that at least a. As per the Industry pracDce bidder shall have been NIT shall
2.2.2.2(ii)F one similar (rigid or similar type of pavement) work of Rs. completed from the Eligible Projects in Category 1 Prevail
or normal 176.33 Crores (Rupees One hundred Seventy-Six crores or Category 3 and 20% of EsOmated Project Cost.
Highway Thirty-Three lakhs Only) [94.40% of EsDmated Project Whereas this RFP condiOons are more stringent
Bridges Cost] and 34.08 KMs [80% of project length in KMs]; Or than industry pracOce.
/ROB/Flyo c. two similar (rigid or similar type of pavement)
vers/Tunne works of Rs. 110.21 Crores (Rupees One hundred In Industry pracDce the qualificaDon criteria for
ls): Ten crores Twenty-One lakhs Only) [59% of PQC works, flexible Pavement experience is also
EsOmated Project Cost] and 21.30 KMs [50% of considered.
project length in KMs]; The length of similar works experience is not
each shall have been completed from the Eligible Projects mandate in NHAI/MORTH projects.
in Category 1 and/or Category 3 specified in Clause 2.2.2.5. AND
For this purpose, a project shall be considered to be Here we are requesOng you to considering 4 Lane
completed, if more than 90% of the value of work has been highway projects with converOble value to 2 lane
completed and such completed value of work is equal to projects i.e. If 4 lane projects having its length of
or more than 94.40%/ 59% as the case may be, of the 40 km then converOble value shall be consider
esDmated project cost. 2x40 = 80 Km length equivalent to two lane road.
xxi RFP (ii) The Bidder shall have a minimum Average Annual As per the industry pracDce The Bidder shall have NIT shall
2.2.2.3 ConstrucDon Turnover a minimum Average Annual ConstrucDon Turnover Prevail
Financial (updated to the price level of the year based on factors should be 15% of the EsOmate Project Cost.
Capacity: indicated in table below) of Rs. 220.41 crores (Rs. Two
hundred Twenty crores Forty One lakhs Only) [118% of
the EsDmate Project Cost] for the last 5 (Five) financial
years. This amount should be [118% of the EsOmated
Project Cost] of the Project for which bids are being
invited
xxii RFP 3.2A Please note that the works are grouped in mulOple For mulDple projects, evaluaOon criteria are NIT shall
Multiple contracts as adverOsed under NoOce inviDng bids issued discouraging the mid-level construcOon Prevail
by Managing Director, MSIDC, Mumbai viz. E-tender contractors and it only allows big Companies. The
Page 89 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Contractin NoDce No. 04/2023-2024 (for 15 packages - Konkan eligibility criteria condiOons are too high in
g Region), E-tender NoDce No. 05/2023-2024 (for 24 comparison to the MORTH and NHAI projects due
packages Nashik Region), E-tender NoDce No. 06/2023- which it is very difficult to achieve technical and
2024 (for 19 packages - Nagpur Region), E- tender NoDce financial capacity for a single project.
No. 07/2023-2024 (for 29 packages - Pune Region), E-
tender NoDce No. 08/2023-2024 (for 30 packages Therefore, it is to request the authority to relax the
AmravaD Region), E-tender NoDce No. 09/2023-2024 (for technical Capacity and Financial Capacity on
13 packages - Nanded Region) and mulDple contracts criteria.
E-tender NoDce No. 10/2023-2024 (for 20 packages
ChhatrapaD Sambhajinagar Region) (i.e. Total 150
Packages), the Authority shall evaluate and compare Bids
on the basis of a contract, or a combinaDon of contracts,
or as a total of contracts in order to arrive at the least-cost
combinaDon for the Authority by taking into account the Li
bidders for each package at the first instance in case of
award of mulDple contracts. In the event any Ll has
exhausted his Financial Resources the combinaDon would
be formed taking the next best bid received in the
evaluaDon in such a manner that the CombinaDon of all
the packages remain Least Cost. In case no bid is received
for any parDcular package(s) such package(s) will be
excluded from mulDple contracts evaluaDons.
If a Bidder as defined in ITB 4.1 submits several successful NIT shall
(lowest evaluated substanDally responsive) bids, the Prevail
evaluaDon will also include an assessment of the Bidder's
capacity to meet the following aggregated requirements
(combined, in case of JV) as presented in the bid:
Page 90 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
In the context of mulDple contracDng, a bidder, including NIT shall
any of its consDtuent members in the case of a Joint Prevail
Venture (JV), shall be deemed ineligible for further
contract awards once it has been determined that the
bidder or any JV member has reached its maximum
technical, financial, or bid capacity, as defined by the
relevant documents. This limitaDon applies equally to
bidders parOcipaOng in mulOple JVs; if any member of a
JV reaches its capacity limit due to its parOcipaOon in any
JV, the enOre JV will be considered to have reached its
capacity and will not be awarded addiOonal contracts.
xxiii Performan Within 30 (thirty) days of receipt of Leoer of Acceptance, MORTH and NHAI Tenders, the Performance NIT shall
ce Security the selected Bidder shall furnish to the Authority an security shall require 3% of its Bid price and Prevail
Clause irrevocable and uncondiDonal guarantee from a Bank in AddiOonal performance security shall restricted
2.21.1 the form set forth in Annex-I of Schedule-G (the to 3% only. So, it is to request to modify the
"Performance Security") for an amount equal to 7.5% condiOons accordingly.
(seven and half percent), bifurcated in two parts of 4.5%
(four and half percent) and 3% (three percent) of its Bid
Price. In case of bids quoted below, as decided by the
Authority, the Selected Bidder, along with the
Performance Security, shall also furnish to the Authority
an irrevocable and uncondiDonal guarantee from a Bank in
the same form given at Annex-l of Schedule-G towards an
AddiDonal Performance Security (the "AddiDonal
Performance Security") for an amount calculated as under:
1) AddiOonal performance security shall be 1% of the
accepted bid price in case where the offer quoted is up to
10% below the EPC,
2) In case the offer quoted in bid is more than 10% below
compared with EPC, the addiDonal performance security
will be as follows,
Page 91 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
a. If the quoted offer is up to 15% below as compared to
EPC, then in that case addiDonal performance security
shall be equal to difference between 10% and quoted
below percentage plus 1% (as referred in point 1), example
is given as below,
If% quoted is 13% below then addiDonal performance NIT shall
security will be (1%+ (13%-10%) -4%) thus total 4% of the Prevail
accepted bid price as addiDonal performance security Il be
submioed to the Authority.
b. If the quoted offer is more than 15% below as compared
to EPC then in that case addiDonal performance security
shall be equal to two Dmes the difference between 15%
and quoted below percentage plus 6% (as referred in point
1 and 2 (a)), example is given as below,
If% quoted is 19% below then for (1%+ (15%-10%) =6%)
plus (19%-15% =4%) total (4 x 2) = 8% thus addiDonal
performance security of 6% +8% = 14% of the accepted bid
price shall be submioed to the Authority.
In case of bank guarantee, it shall be valid up to compleDon
of project. Such addiDonal performance security will be
released at the compleDon of construcDon of project along
with the final bill. The Authority reserves the right to forfeit
this addiDonal performance security, in case the
performance of the bidder is not as per schedule.
Page 92 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
as per the available ROW along with the necessary
precauDon.
Page 93 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
The clauses, minimum crust and specificaDons are
contradictory
iii. Annex 1 Note: - No addiDonal land will be provided than above, as As per Annex-1 (Schedule B) CIause .1.2.1 The
Schedule B such wherever required Toe wall/ Retaining wall of suitable Notes(e) CondiDon in
Clause 2.4 heights shall be provided to confine free side slopes of The TCS menDoned above are minimum and shall RFP Shall
highway embankment for main carriageway/ service road be achieved by the Contractor. The clause is one Prevail.
etc. on either side to accommodate the typical cross sided and indefinite. Any change of scope shall be
secDons as given in Schedule-B within the ExisDng ROW on either side posiDve or negaDve or NO change of
without any addiDonal cost to the Authority and no change scope in any variaDon posiDve or negaDve.
of scope will be accepted.
iv. Annex-1 Notes: This clause is one sided and indefinite. Any change The
(Schedule of scope shall be on either side posiDve or negaDve CondiDon in
B) The chainages specified in the table above are tentaDve or NO change of scope in any variaDon posiDve or RFP Shall
CIause.2.5 and the length is minimum, any addiDonal length required negaDve. Prevail.
.1 as per prevailing site condiDon shall not be considered as
the Change of scope.
v. Annex-1 Note: This clause is one sided and indefinite. Any change The
(Schedule of scope shall be on either side posiDve or negaDve CondiDon in
B) CIause i. The list of above major & minor juncDons is indicaDve or NO change of scope in any variaDon posiDve or RFP Shall
1.3.1 only and any addiDonal juncDons required in the Project negaDve. Prevail.
Highway shall have to be constructed by the Contractor in
consultaDon with the AE & PWD. However, no change of
scope on account of addiDonal juncDon will be accepted
vi. Annex-1 Note: There is variaDon in Given Plan & Profile and C1.4. The
(Schedule The QuanDDes will increase as per Cl.4 (The CondiDon in
B) CIause (ii) The height of the embankment shall be measured with finished pavement profile of main carriageway for RFP Shall
4 respect to the Finished Road Levels. No secDon of the the total project length shall be designed so that Prevail.
highway in general shall be overtopped. The finished the booom of the sub grade is minimum 1.0m
pavement profile of main carriageway for the total project above the Highest Flood Level (HFL)/ High water
length shall be designed so that the booom of the sub table /NGL/Pond level)
grade is minimum 1.0m above the Highest Flood Level
Page 94 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
(HFL)/ High water table/NGL/Pond level. The ConstrucDon As per the Plan and Profile drawings the depth
of new road embankment/cu„ngs shall conform to the over the exisDng carriage way is only 300 to 400
SpecificaDons and Standards given in Manual and the mm has been considered. Whereas the minimum
specified cross-secDonal details. crust has been menDoned as 1720 mm
(iii) The side slopes shall not be steeper than 2H:1V. In
case, there is ROW constraints than, suitable soil retaining The clauses, minimum crust and specificaDons are
structures shall be provided. contradictory
The DPR should have been assessed the such soil
retaining structures requirement and cost of the
same.
The clause is indefinite.
vii. Annex –I Main DescripDon Minimum The Clauses, minimum crust and specificaDons are The
(Schedule Carriageway : Crust contradictory. CondiDon in
B) Clause S. No ComposiDon RFP Shall
5.3.2 of Pavement Prevail.
Rigid
Pavement
1 Pavement 270
Quality
Concrete
(PQC)
2 Dry Lean 150
Concrete (DLC)
3 SeparaDon 100
Layer (GSB)
4 Granular Sub 100
Base (GSB)
5 Subgrade 500
(EffecDve CBR
9%)
6 Embankment 600
Page 95 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Total 1720
Pavement
Thickness
Page 96 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
embankment material.
vii) The Crust ComposiDon for Bus Bays & Truck Lay Byes
shall be as per Main Carriageway Clause 5.2.2 (n) above
and as per IRC: SP: 58-2015.
Page 97 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
specificaDon is making the road in accessible to
the habitants
v) Polythene sheets shall be nailed with washer as directed The
by Authority. CondiDon in
RFP Shall
Prevail.
vi) Polypropylene Fibres as approved by Authority The
Engineer shall be used in PQC in accordance with MORTH CondiDon in
clause no. 602.2.5 to reduce the shrinkage cracks & post RFP Shall
construcDon cracks. Prevail.
viii Annex - I Note This clause is one sided and indefinite. Any change The
(Schedule iv)In cu„ng porDons RCC open drain of suitable size shall of scope shall be on either side posiOve or CondiDon in
B) C1.6- be constructed in consultaDon with Authority Engineer. negaOve or NO change of scope in any variaOon RFP Shall
Roadside vi) The invert level of Roadside drains shall be minimum posiOve or negaOve. Prevail.
Drainage 500 mm below GSB booom level & addiDonal weep holes
of 100 mm dia @1m c/c spacing shall be provided at GSB
level in inner wall of built-up drain.
Page 98 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Existing are minimum and shall be achieved. The proposed
Culverts dimensions shall be based on hydraulic calculaDons and
approval from Authority Engineer. Any changes to above
dimensions/numbers shall not consDtute a change of
scope. In Built-up areas width of culvert shall be extent up
to available row.
Page 99 of 239
REPLY TO PRE-BID QUERIES
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Retaining protecOon structures shall be determined by the
Wall/Toe Contractor in accordance with the Manual requirements
Wall with approval from the Authority Engineer. Any increase in
the length and locaDon specified in this Clause of Schedule
B shall not consDtute a Change of Scope.
The locaDons of Retaining wall / Toe wall / protecDon
structures are menDoned above are minimum and shall be
achieved by the contractor.
xiii Annex - I For crossing of uOliOes, single row of NP 3 pipe of 600 mm This clause is one sided and indefinite. Any The
(Schedule diameter at every 500 m interval in rural areas and two change of scope shall be on either side posiOve or CondiDon in
B) C1.13- rows of RCC pipes 300 mm diameter at every 100 m negaOve. or NO change of scope in any variaDon RFP Shall
Details of interval in urban/Built-up areas or as required shall be posiDve or negaDve. Prevail.
Proposed constructed for full width of cross secDon in consultaDon
Utility with Authority Engineer. The uDlity work proposed by the
Structures contractor will not be enDtled for any other extra cost and
will not amount to change of scope. In addiDon to above
at minimum as per site locaDon approach road crossing are
required. The diameter & length of the said crossing
should be finalized according to the drainage plan & in
consultaDon with Authority. The addiDonal work proposed
by the contractor as per the drainage plan requirement will
not be enDtled for any other extra cost and will not amount
to change of scope.
xiv Annex -I The lengths and numbers of Structures and bridges This clause is one sided and indefinite. Any The
(Schedule specified hereinabove are minimum. The actual lengths change of scope shall be on either side posiOve or CondiDon in
B) C1.14- as required on the basis of detailed invesDgaDons shall be negaOve. or NO change of scope in any variaDon RFP Shall
Change of determined by the Contractor in accordance with the posiDve or negaDve. Prevail.
Scope SpecificaDons and Standards. Any variaDons in the lengths
specified in this Schedule-B shall not consDtute a Change
of Scope, save and except any variaDons in the length
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
arising out of a Change of Scope expressly undertaken in
accordance with the provisions of ArDcle 13.
Schedule C In Table Bus Bays & Bus shelters shown Nil. NIT Shall
Clause 6 Bus Bays (4 Nos) &Bus Shelter (04 locaDons) shall be Prevail
provided at locaDons given below. The bays and shelter
shall be designed based on IRC-SP-73-2015,
Schedule Rest Area: Rest Area shall be provided as per clause no. rest area land locaDons are not menDoned in NIT Shall
C 12.10 of IRC SP-73 2015 in consultaDon with the Authority Schedule. Prevail
/ Authority’s Engineer considering availability of laud at
site, however, this shall not be treated as change of scope.
Providing & development along with maintenance of Toilet
block in Project Length as per aoached detailed drawing.
Note: Toilet blocks are provided at 6 locaOons. The
locaOons of Toilets Blocks are tentaOve & shall be got
approved/provided in consultaOon with the Authority/
Authority’s Engineer considering availability of land at
site.
xv Schedule Solar Lights: Two Solar Lights are to be provided for each Bus bays and Bus Shelters table shows nil. The
C Bus stop. CondiDon in
Note:-Above numbers of street lights are indicaDve and RFP Shall
minimum specified. The actual numbers of street lights Prevail.
shall be determined by the Contractor in accordance with
the Manual requirements with approval from the
Authority's Engineer. Any increase in the numbers
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
specified in this Clause of Schedule C shall not consDtute a
Change of Scope.
xvii Schedule There are few exisOng approaches to the adjoining farms This clause is one sided and indefinite. Any change The
C O. 1.1 along the road. The farmers take their machinery to the of scope shall be on either side posiDve or CondiDon in
Others i) farms using these approaches. The contractor should negaDve. or NO change of scope in any variaDon RFP Shall
Access to carry out survey of such exisDng approaches and new posiDve or negaDve. Prevail.
adjoining approaches that may be necessary and should provide The DPR should have been idenDfied such
Farms proper approaches to the farms by providing NP-3 class locaDons and cost should have been considered in
pipes of sufficient diameter and length so that farmers can the Project cost.
take their machinery to the farms with convenience. The
contractor should assess the number of such exisDng and
new approaches necessary to be provided along both sides
of the road and should include the cost of the same in his
Bid. No change of scope will be allowed for this parDcular
item.
xvii Schedule-D The construcOon of Rigid Pavement shall conform to the In many stretches as per the availability of land and The
i D. Standards provisions to clause 602.9 of standards and specificaOons as per the proposed road width, It is not possible CondiDon in
3.Construc of Indian Roads Congress (MORTH) Fiwh Revision-2013 to work with slip form paver and also it is not RFP Shall
tion of with "SLIP FORM PAVER". possible to close the road. Prevail.
Rigid Therefore wherever not possible, manual laying of
Pavement PQC shall be allowed.
xix Annexure-I Sr. No Item Clause Provisio Modified The minimum crust, clauses and specificaDons are NIT Shall
(Schedule-D) Referred n as per Provision contradictory. Prevail
2. in Manual
Deviation Manual
from the 10 4.2.1 The height of On new
Specificati Embankment shall be roads, the
ons and measured with respect of road aim should
Standards levels. The following principles be to
shall be kept in view while fixing construct
road level. i No secDon of road the
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
is overtopped. Top of subgrade pavement
shall be at least 0.5 m above the as far
general ground level. above the
The booom of subgrade shall water table
be 1.0m above the High Flood as
Level (HFL) / level of water economical
table. The HFL should be ly
decided by intelligent pracDcable.
inspecDons, local observaDons, The
enquiries and studying the past difference
records. This shall be relevant between
to situaDons where road the booom
alignment is sited within the of sub
flood plain or in the vicinity of grade level
water bodies or where ponding and the
of water is encountered and level of
cannot be efficiently drained. If water table
raising of any secDon(s) of the / high flood
exisDng road is required, the level
same shall be specified in i For non-
Schedule 'B' of the Concession flood zones
Agreement. should not
be less than
0.6m ii For
flood zones
should not
be less than
1.0m and
For water
logged
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
zones
should not
be less than
1.5m.
xx RFP Provided that at least As per the lndustry pracDce bidder shall have been Please Refer
2.2.2.2(ii)F a. projects (including Major one similar (rigid or similar completed from the Eligible Projects in Category 1 CSD
or normal type of pavement) work of Rs. 132.58 Crores (Rupees One or Category 3 and 20 % or EsDmated project Cost.
Highway hundred Thirty Two Crores Fiwy Eight lakhs Only) [94.40% Whereas this RFP condiDons are more stringent
Bridges of EsDmated Project Cost] and 26.40 KMs [80% of project than industry projects
/ROB/Flyo length in IBMs]; Or
vers/Tunne b. two similar (rigid or similar type of pavement) works of In Industry pracDce the qualificaDon criteria for
ls): Rs. 82.87 Crores (Rupees Eighty Two crores Eight Seven PQC works, flexible Pavement experience is also
lakhs Only) [59% of EsDmated Project Cost] and 16.50 KMs considered.
[50% of project length in KMs]; \ Tito length of similar works experience is not
each shall have been completed front the Eligible Projects mandate in NHIA/MoRTH
iii Category 1 and/or Category 3 specified in Clause 2.2.2.5. projects.
For this purpose, a project shall be considered to be AND
completed, if more than 90% of the value of work has been Here we are requesDng you to considering 4 Lane
completed and such highway projects with converDble value to 2 Iane
completed value of work is equal to or more than 94.40%/ projects i.e. If 4 Lane projects having its length of
59%, as the case way be, of the es1mated project cost. PQC works, flexible Pavement experience is also
considered.
The length of similar works experience is not
mandate in NHAI/MORTH projects.
AND
Here we are requesOng you to considering 4 Lane
highway projects with converOble value to 2 lane
projects i.e. If 4 lane projects having its length of
40 km then converOble value shall be consider
2x40 = 80 Km length equivalent to two lane road.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
xxi RFP (ii) The Bidder shall have a minimum Average Annual As per the industry pracDce The Bidder shall have Please Refer
2.2.2.3 ConstrucDon Turnover a minimum Average Annual ConstrucDon Turnover CSD
Financial (updated to the price level of the year based on factors should be 15% of the EsOmate Project Cost.
Capacity: indicated in table below) of Rs. 220.41 crores (Rs. Two
hundred Twenty crores Forty One lakhs Only) [118% of
the EsDmate Project Cost] for the last 5 (Five) financial
years. This amount should be [118% of the EsOmated
Project Cost] of the Project for which bids are being
invited
xxii RFP 3.2A Please note that the works are grouped in mulOple For mulDple projects, evaluaOon criteria are NIT Shall
Multiple contracts as adverOsed under NoOce inviDng bids issued discouraging the mid-level construcOon Prevail
Contractin by Managing Director, MSIDC, Mumbai viz. E-tender contractors and it only allows big Companies. The
g NoDce No. 04/2023-2024 (for 15 packages - Konkan eligibility criteria condiOons are too high in
Region), E-tender NoDce No. 05/2023-2024 (for 24 comparison to the MORTH and NHAI projects due
packages Nashik Region), E-tender NoDce No. 06/2023- which it is very difficult to achieve technical and
2024 (for 19 packages - Nagpur Region), E- tender NoDce financial capacity for a single project.
No. 07/2023-2024 (for 29 packages - Pune Region), E-
tender NoDce No. 08/2023-2024 (for 30 packages Therefore, it is to request the authority to relax the
AmravaD Region), E-tender NoDce No. 09/2023-2024 (for technical Capacity and Financial Capacity on
13 packages - Nanded Region) and mulDple contracts criteria.
E-tender NoDce No. 10/2023-2024 (for 20 packages
ChhatrapaD Sambhajinagar Region) (i.e. Total 150
Packages), the Authority shall evaluate and compare Bids
on the basis of a contract, or a combinaDon of contracts,
or as a total of contracts in order to arrive at the least-cost
combinaDon for the Authority by taking into account the Li
bidders for each package at the first instance in case of
award of mulDple contracts. In the event any Ll has
exhausted his Financial Resources the combinaDon would
be formed taking the next best bid received in the
evaluaDon in such a manner that the CombinaDon of all
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
the packages remain Least Cost. In case no bid is received
for any parDcular package(s) such package(s) will be
excluded from mulDple contracts evaluaDons.
If a Bidder as defined in ITB 4.1 submits several successful NIT Shall
(lowest evaluated substanDally responsive) bids, the Prevail
evaluaDon will also include an assessment of the Bidder's
capacity to meet the following aggregated requirements
(combined, in case of JV) as presented in the bid:
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Authority, the Selected Bidder, along with the
Performance Security, shall also furnish to the Authority
an irrevocable and uncondiDonal guarantee from a Bank in
the same form given at Annex-l of Schedule-G towards an
AddiDonal Performance Security (the "AddiDonal
Performance Security") for an amount calculated as under:
1) AddiOonal performance security shall be 1% of the
accepted bid price in case where the offer quoted is up to
10% below the EPC,
2) In case the offer quoted in bid is more than 10% below
compared with EPC, the addiDonal performance security
will be as follows,
a. If the quoted offer is up to 15% below as compared to
EPC, then in that case addiDonal performance security
shall be equal to difference between 10% and quoted
below percentage plus 1% (as referred in point 1), example
is given as below,
If% quoted is 13% below then addiDonal performance NIT Shall
security will be (1%+ (13%-10%) -4%) thus total 4% of the Prevail
accepted bid price as addiDonal performance security Il be
submioed to the Authority.
b. If the quoted offer is more than 15% below as compared
to EPC then in that case addiDonal performance security
shall be equal to two Dmes the difference between 15%
and quoted below percentage plus 6% (as referred in point
1 and 2 (a)), example is given as below,
If% quoted is 19% below then for (1%+ (15%-10%) =6%)
plus (19%-15% =4%) total (4 x 2) = 8% thus addiDonal
performance security of 6% +8% = 14% of the accepted bid
price shall be submioed to the Authority.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
In case of bank guarantee, it shall be valid up to compleDon
of project. Such addiDonal performance security will be
released at the compleDon of construcDon of project along
with the final bill. The Authority reserves the right to forfeit
this addiDonal performance security, in case the
performance of the bidder is not as per schedule.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
design standards and specificaDons, the contractor may minimum 1.0m above the Highest Flood Level
adopt changes to the designs based on the specificaDons (HFL)/ High water table /NGL/Pond level. The
and standards in schedule D with the prior approval from ConstrucDon of new road embankment/cu„ngs
the Authority Engineer. shall conform to the SpecificaDons and Standards
given in Manual and the specified cross-secDonal
details.
As per the Plan and Profile drawings the depth
over the exisDng carriage way is only 300 to 400
mm has been considered. Whereas the minimum
crust has been menDoned as 1720 mm
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Highway shall have to be constructed by the Contractor in
consultaDon with the AE & PWD. However, no change of
scope on account of addiDonal juncDon will be accepted
vi. Annex-1 Note: There is variaDon in Given Plan & Profile and C1.4. The
(Schedule The QuanDDes will increase as per Cl.4 (The CondiDon in
B) CIause (ii) The height of the embankment shall be measured with finished pavement profile of main carriageway for RFP Shall
4 respect to the Finished Road Levels. No secDon of the the total project length shall be designed so that Prevail.
highway in general shall be overtopped. The finished the booom of the sub grade is minimum 1.0m
pavement profile of main carriageway for the total project above the Highest Flood Level (HFL)/ High water
length shall be designed so that the booom of the sub table /NGL/Pond level)
grade is minimum 1.0m above the Highest Flood Level
(HFL)/ High water table/NGL/Pond level. The ConstrucDon As per the Plan and Profile drawings the depth
of new road embankment/cu„ngs shall conform to the over the exisDng carriage way is only 300 to 400
SpecificaDons and Standards given in Manual and the mm has been considered. Whereas the minimum
specified cross-secDonal details. crust has been menDoned as 1720 mm
(iii) The side slopes shall not be steeper than 2H:1V. In
case, there is ROW constraints than, suitable soil retaining The clauses, minimum crust and specificaDons are
structures shall be provided. contradictory
The DPR should have been assessed the such soil
retaining structures requirement and cost of the
same.
The clause is indefinite.
vii. Annex –I Main DescripDon Minimum The Clauses, minimum crust and specificaDons are The
(Schedule Carriageway : Crust contradictory. CondiDon in
B) Clause S. No ComposiDon RFP Shall
5.3.2 of Pavement Prevail.
Rigid
Pavement
1 Pavement 270
Quality
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Concrete
(PQC)
2 Dry Lean 150
Concrete (DLC)
3 SeparaDon 100
Layer (GSB)
4 Granular Sub 100
Base (GSB)
5 Subgrade 500
(EffecDve CBR
9%)
6 Embankment 600
Total 1720
Pavement
Thickness
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
material obtained from exisDng embankment/ borrow
area material as per requirement.
embankment material.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
vii) The Crust ComposiDon for Bus Bays & Truck Lay Byes
shall be as per Main Carriageway Clause 5.2.2 (n) above
and as per IRC: SP: 58-2015.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
x) The payment of the longitudinal drains (built up as well
as open excavated drains) shall be made according to the
Schedule-H only awer the Authority Engineer has cerDfied
the integraDon of the drains with the nearby natural
streams. The work of drains proposed by the contractor
will not be enOtled for any other extra cost and will not
amount to change of scope.
x Annex - I Note: This clause is one sided and indefinite. Any The
(Schedule i)It is clarified that as per site requirement new culverts if change of scope shall be on either side posiOve or CondiDon in
B) required for drainage arrangement shall be idenOfied & negaOve. or NO change of scope in any variaDon RFP Shall
Cl.7.2.1- constructed if any during development as per standard posiDve or negaDve. Prevail.
Reconstru set forth in Schedule D & as per instrucOon of Authority
ction of Engineer. The span / opening and numbers given above
Existing are minimum and shall be achieved. The proposed
Culverts dimensions shall be based on hydraulic calculaDons and
approval from Authority Engineer. Any changes to above
dimensions/numbers shall not consDtute a change of
scope. In Built-up areas width of culvert shall be extent up
to available row.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
in accordance with the Manual requirements with
approval from the Authority s Engineer. Any increase in the
length and locaDon specified in this Clause of Schedule B
shall not consDtute a Change of Scope.
xii Annex - I Note: - This clause is one sided and indefinite. Any The
(Schedule (a) The above length of Retaining wall / Toe wall / change of scope shall be on either side posiOve or CondiDon in
B) protecOon structures is indicaOve and minimum negaOve. or NO change of scope in any variaDon RFP Shall
C1.12.2- specified; the actual length of Retaining wall / Toe wall / posiDve or negaDve. Prevail.
Retaining protecOon structures shall be determined by the
Wall/Toe Contractor in accordance with the Manual requirements
Wall with approval from the Authority Engineer. Any increase in
the length and locaDon specified in this Clause of Schedule
B shall not consDtute a Change of Scope.
The locaDons of Retaining wall / Toe wall / protecDon
structures are menDoned above are minimum and shall be
achieved by the contractor.
xiii Annex - I For crossing of uOliOes, single row of NP 3 pipe of 600 mm This clause is one sided and indefinite. Any The
(Schedule diameter at every 500 m interval in rural areas and two change of scope shall be on either side posiOve or CondiDon in
B) C1.13- rows of RCC pipes 300 mm diameter at every 100 m negaOve. or NO change of scope in any variaDon RFP Shall
Details of interval in urban/Built-up areas or as required shall be posiDve or negaDve. Prevail.
Proposed constructed for full width of cross secDon in consultaDon
Utility with Authority Engineer. The uDlity work proposed by the
Structures contractor will not be enDtled for any other extra cost and
will not amount to change of scope. In addiDon to above
at minimum as per site locaDon approach road crossing are
required. The diameter & length of the said crossing
should be finalized according to the drainage plan & in
consultaDon with Authority. The addiDonal work proposed
by the contractor as per the drainage plan requirement will
not be enDtled for any other extra cost and will not amount
to change of scope.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
xiv Annex -I The lengths and numbers of Structures and bridges This clause is one sided and indefinite. Any The
(Schedule specified hereinabove are minimum. The actual lengths change of scope shall be on either side posiOve or CondiDon in
B) C1.14- as required on the basis of detailed invesDgaDons shall be negaOve. or NO change of scope in any variaDon RFP Shall
Change of determined by the Contractor in accordance with the posiDve or negaDve. Prevail.
Scope SpecificaDons and Standards. Any variaDons in the lengths
specified in this Schedule-B shall not consDtute a Change
of Scope, save and except any variaDons in the length
arising out of a Change of Scope expressly undertaken in
accordance with the provisions of ArDcle 13.
xv Schedule (ii) Solar Traffic Brinker's: NIL. Solar Traffic Blinkers shown nil, But below it is The
C h. Street menOon that Solar Traffic blinker are to be CondiDon in
lighting & __Nos. of Solar Traffic blinker are to be provided at every provided at every Major JuncOon and start and RFP Shall
High Mast Major JuncOon and start and end of built-up locaOons. end of built-up locaOons. Prevail.
Lighting
Note: Above numbers of street lights are indicaDve and Hence there is difference in QuanDDes
minimum specified. The actual numbers of street lights
shall be determined by the Contractor in accordance with Schedule C cl (6): Bus bays and Bus Shelters table
the Manual requirements with approval from the shows nil.
Authority's Engineer. Any increase in the numbers
specified in this Clause of Schedule C shall not consDtute a
Change of Scope.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
xvii Schedule There are few exisOng approaches to the adjoining farms This clause is one sided and indefinite. Any change The
C O. along the road. The farmers take their machinery to the of scope shall be on either side posiDve or CondiDon in
Others i) farms using these approaches. The contractor should negaDve. or NO change of scope in any variaDon RFP Shall
Access to carry out survey of such exisDng approaches and new posiDve or negaDve. Prevail.
adjoining approaches that may be necessary and should provide The DPR should have been idenDfied such
Farms proper approaches to the farms by providing NP-3 class locaDons and cost should have been considered in
pipes of sufficient diameter and length so that farmers can the Project cost.
take their machinery to the farms with convenience. The
contractor should assess the number of such exisDng and
new approaches necessary to be provided along both sides
of the road and should include the cost of the same in his
Bid. No change of scope will be allowed for this parDcular
item.
xvii Schedule-D The construcOon of Rigid Pavement shall conform to the In many stretches as per the availability of land and The
i D. Standards provisions to clause 602.9 of standards and specificaOons as per the proposed road width, It is not possible CondiDon in
3.Construc of Indian Roads Congress (MORTH) Fiwh Revision-2013 to work with slip form paver and also it is not RFP Shall
tion of with "SLIP FORM PAVER". possible to close the road. Prevail.
Rigid Therefore wherever not possible, manual laying of
Pavement PQC shall be allowed.
xix Annexure-I Sr. No Item Clause Provisio Modified The minimum crust, clauses and specificaDons are The
(Schedule-D) Referred n as per Provision contradictory. CondiDon in
2. in Manual RFP Shall
Deviation Manual Prevail.
from the 10 4.2.1 The height of On new
Specificati Embankment shall be roads, the
ons and measured with respect of road aim should
Standards levels. The following principles be to
shall be kept in view while fixing construct
road level. i No secDon of road the
is overtopped. Top of subgrade pavement
as far
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
shall be at least 0.5 m above the above the
general ground level. water table
The booom of subgrade shall as
be 1.0m above the High Flood economical
Level (HFL) / level of water ly
table. The HFL should be pracDcable.
decided by intelligent The
inspecDons, local observaDons, difference
enquiries and studying the past between
records. This shall be relevant the booom
to situaDons where road of sub
alignment is sited within the grade level
flood plain or in the vicinity of and the
water bodies or where ponding level of
of water is encountered and water table
cannot be efficiently drained. If / high flood
raising of any secDon(s) of the level
exisDng road is required, the i For non-
same shall be specified in flood zones
Schedule 'B' of the Concession should not
Agreement. be less than
0.6m ii For
flood zones
should not
be less than
1.0m and
For water
logged
zones
should not
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
be less than
1.5m.
xx RFP Bridges/ROB/Flyovers/Tunnels): Provided that at least a. As per the Industry pracDce bidder shall have been NIT Shall
2.2.2.2(ii)F one similar (rigid or similar type of pavement) work of Rs. completed from the Eligible Projects in Category 1 Prevail
or normal 176.33 Crores (Rupees One hundred Seventy-Six crores or Category 3 and 20% of EsOmated Project Cost.
Highway Thirty-Three lakhs Only) [94.40% of EsDmated Project Whereas this RFP condiOons are more stringent
Bridges Cost] and 34.08 KMs [80% of project length in KMs]; Or than industry pracOce.
/ROB/Flyo d. two similar (rigid or similar type of pavement)
vers/Tunne works of Rs. 110.21 Crores (Rupees One hundred In Industry pracDce the qualificaDon criteria for
ls): Ten crores Twenty-One lakhs Only) [59% of PQC works, flexible Pavement experience is also
EsOmated Project Cost] and 21.30 KMs [50% of considered.
project length in KMs]; The length of similar works experience is not
each shall have been completed from the Eligible Projects mandate in NHAI/MORTH projects.
in Category 1 and/or Category 3 specified in Clause 2.2.2.5. AND
For this purpose, a project shall be considered to be Here we are requesOng you to considering 4 Lane
completed, if more than 90% of the value of work has been highway projects with converOble value to 2 lane
completed and such completed value of work is equal to projects i.e. If 4 lane projects having its length of
or more than 94.40%/ 59% as the case may be, of the 40 km then converOble value shall be consider
esDmated project cost. 2x40 = 80 Km length equivalent to two lane road.
xxi RFP (ii) The Bidder shall have a minimum Average Annual As per the industry pracDce The Bidder shall have NIT Shall
2.2.2.3 ConstrucDon Turnover a minimum Average Annual ConstrucDon Turnover Prevail
Financial (updated to the price level of the year based on factors should be 15% of the EsOmate Project Cost.
Capacity: indicated in table below) of Rs. 220.41 crores (Rs. Two
hundred Twenty crores Forty One lakhs Only) [118% of
the EsDmate Project Cost] for the last 5 (Five) financial
years. This amount should be [118% of the EsOmated
Project Cost] of the Project for which bids are being
invited
xxii RFP 3.2A Please note that the works are grouped in mulOple For mulDple projects, evaluaOon criteria are NIT Shall
Multiple contracts as adverOsed under NoOce inviDng bids issued discouraging the mid-level construcOon Prevail
by Managing Director, MSIDC, Mumbai viz. E-tender contractors and it only allows big Companies. The
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Contractin NoDce No. 04/2023-2024 (for 15 packages - Konkan eligibility criteria condiOons are too high in
g Region), E-tender NoDce No. 05/2023-2024 (for 24 comparison to the MORTH and NHAI projects due
packages Nashik Region), E-tender NoDce No. 06/2023- which it is very difficult to achieve technical and
2024 (for 19 packages - Nagpur Region), E- tender NoDce financial capacity for a single project.
No. 07/2023-2024 (for 29 packages - Pune Region), E-
tender NoDce No. 08/2023-2024 (for 30 packages Therefore, it is to request the authority to relax the
AmravaD Region), E-tender NoDce No. 09/2023-2024 (for technical Capacity and Financial Capacity on
13 packages - Nanded Region) and mulDple contracts criteria.
E-tender NoDce No. 10/2023-2024 (for 20 packages
ChhatrapaD Sambhajinagar Region) (i.e. Total 150
Packages), the Authority shall evaluate and compare Bids
on the basis of a contract, or a combinaDon of contracts,
or as a total of contracts in order to arrive at the least-cost
combinaDon for the Authority by taking into account the Li
bidders for each package at the first instance in case of
award of mulDple contracts. In the event any Ll has
exhausted his Financial Resources the combinaDon would
be formed taking the next best bid received in the
evaluaDon in such a manner that the CombinaDon of all
the packages remain Least Cost. In case no bid is received
for any parDcular package(s) such package(s) will be
excluded from mulDple contracts evaluaDons.
If a Bidder as defined in ITB 4.1 submits several successful NIT Shall
(lowest evaluated substanDally responsive) bids, the Prevail
evaluaDon will also include an assessment of the Bidder's
capacity to meet the following aggregated requirements
(combined, in case of JV) as presented in the bid:
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
In the context of mulDple contracDng, a bidder, including NIT Shall
any of its consDtuent members in the case of a Joint Prevail
Venture (JV), shall be deemed ineligible for further
contract awards once it has been determined that the
bidder or any JV member has reached its maximum
technical, financial, or bid capacity, as defined by the
relevant documents. This limitaDon applies equally to
bidders parOcipaOng in mulOple JVs; if any member of a
JV reaches its capacity limit due to its parOcipaOon in any
JV, the enOre JV will be considered to have reached its
capacity and will not be awarded addiOonal contracts.
xxiii Performan Within 30 (thirty) days of receipt of Leoer of Acceptance, MORTH and NHAI Tenders, the Performance Please Refer
ce Security the selected Bidder shall furnish to the Authority an security shall require 3% of its Bid price and CSD
Clause irrevocable and uncondiDonal guarantee from a Bank in AddiOonal performance security shall restricted
2.21.1 the form set forth in Annex-I of Schedule-G (the to 3% only. So, it is to request to modify the
"Performance Security") for an amount equal to 7.5% condiOons accordingly.
(seven and half percent), bifurcated in two parts of 4.5%
(four and half percent) and 3% (three percent) of its Bid
Price. In case of bids quoted below, as decided by the
Authority, the Selected Bidder, along with the
Performance Security, shall also furnish to the Authority
an irrevocable and uncondiDonal guarantee from a Bank in
the same form given at Annex-l of Schedule-G towards an
AddiDonal Performance Security (the "AddiDonal
Performance Security") for an amount calculated as under:
1) AddiOonal performance security shall be 1% of the
accepted bid price in case where the offer quoted is up to
10% below the EPC,
2) In case the offer quoted in bid is more than 10% below
compared with EPC, the addiDonal performance security
will be as follows,
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
a. If the quoted offer is up to 15% below as compared to
EPC, then in that case addiDonal performance security
shall be equal to difference between 10% and quoted
below percentage plus 1% (as referred in point 1), example
is given as below,
If% quoted is 13% below then addiDonal performance NIT Shall
security will be (1%+ (13%-10%) -4%) thus total 4% of the Prevail
accepted bid price as addiDonal performance security Il be
submioed to the Authority.
b. If the quoted offer is more than 15% below as compared
to EPC then in that case addiDonal performance security
shall be equal to two Dmes the difference between 15%
and quoted below percentage plus 6% (as referred in point
1 and 2 (a)), example is given as below,
If% quoted is 19% below then for (1%+ (15%-10%) =6%)
plus (19%-15% =4%) total (4 x 2) = 8% thus addiDonal
performance security of 6% +8% = 14% of the accepted bid
price shall be submioed to the Authority.
In case of bank guarantee, it shall be valid up to compleDon
of project. Such addiDonal performance security will be
released at the compleDon of construcDon of project along
with the final bill. The Authority reserves the right to forfeit
this addiDonal performance security, in case the
performance of the bidder is not as per schedule.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
ii RFP/DCA- 48 Contractor has submit We request you to kindly reduce the percentage of NIT shall
Article7.1(i - 7.5% of Performanace Security & Performance Security from 7.5% to 3.0% of CV in Prevail
)A - max 3.0% of AddiOonal Performance Security line nce with other NHAI tenders / Circular.
iii Article7.1(i 48 The Performance Security and the AddiDonal Performance AddiOonal Performance Security shall be valid NIT shall
)B Security shall be valid unOl 60 (sixty) days ajer the unOl 28 (twenty eight) days ajer Project Prevail
Defects co Liability Period. The AddiDonal Performance CompleOon Date. Please confirm
Security shall be valid unDl 28 (twenty eight) days awer
Project CompleDon Date.
iv Article19- 107 The Contract Price includes all duOes, taxes (excluding We understand that Bidder's shall quote its offer NIT shall
19.1(ii) GST, which shall be payable at the applicable rates), excluding Goods & Service Tax (GST). Thus, GST Prevail
royalty, cess, charges, and fees that may be levied in will be paid separately by Department as
accordance with the laws and regulaDons in force as on the applicable at the Dme of payment.
Base Date on the Contractor's equipment, Plant, Materials Please confirm the same.
and supplies acquired for the purpose of this Agreement
and on the services performed under this Agreement.
v Article19- 107 For the avoidance of doubt, the parDes expressly agree We request you to kindly reconfirm whether the NIT shall
19.1(i) & that the Contract Price shall not include the cost of Contract all Price shall be including / excluding Prevail
19.1(ii) Maintenance, uOlity shijing, royalty charges. roadside Royalty charges on earth, aggregate, sand, etc as
arboriculture, tesOng charges, traffic signage. painDng applicable.
gantry board and Goods and Services Tax (GST), the cost of
maintenance shall be paid separately in accordance with
the provisions of Clause 19.7 and GST shall be payable at
the applicable rates.
vi General As per Note: Grade of concrete for different components As per Schedule B - M50 Grade of concrete is Grade of
Arrangeme of bridges, Reinforcement steel Fe 550D, Rebar (kg/cum) menOoned for RCC superstructure. Further as per concrete
nt Drawing is menOoned. GAD Notes - M55 Grade of concrete is menOoned menDoned in
for RCC superstructure. Please confirm that the the revised
Contractor can use any Grade of Concrete schedules
provided ali codal and design requirements are shall be
saDsfied. Also, use of Reinforcement Steel of considered
Grade Fe 500 or Fe500D & Reinforcement Steel as minimum
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
(kg/cum) is permioed as per design for different requirement.
components of bridge. Contractor
can propose
higher grade
of concrete,
if required as
per design.
Minimum
Grade of
reinforceme
nt shall not
be less than
Fe 500D.
Grade of
reinforceme
nt shall be
consistent
throughout
the project.
Mixing of
grade of
reinforceme
nt is not
allowed.
vii Schedule Expansion joints shall be of Modular strip seal type. As the Please confirm expansion joint (type/spacing) As per NIT.
B- Cl.3.08 bridge deck is designed as integral at pylons, the menOoned in tender document is not mandatory For cable
expansion joints will be provided only at either ends of and the Contractor is free to use any type of stayed bridge
the cable stayed bridge. expansion joint provided all codal and design distance
condiDons are saDsfied. between
expansion
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
joint shall be
minimum
540 m
viii Schedule As the cable stay span span is designed. integral with deck, Please confirm bearing type menDoned in tender Bearing loads
B-CI.3.09 no verDcal bearings shall be required over any of the document is not mandatory and the Contractor is shall be as
pylons. Two number 200 MT each, verDcal bearings shall free to use any type of bearing provided all codal per detailed
required at either ends (over abutments/piers) of the and design condiOons are saOsfied. design.
bridge. All such bearings shall be of anD- upliw Spherical Bearing type
guided type, conforming to relevant IRC code or menDoned in
internaDonal standards of repute. All such bearings shall schedule- B,
be placed on or against high strength concrete. For clause 3.09
viaduct porOon, POT-PTFE Bearings shall be required of shall be
300MT/bearing. mandatory.
(AnD-upliw
spherical
bearing for
cable stayed
porDon &
POT- PTFE
bearing for
viaduct
porDon)
ix Design Span arrangement & Type of Superstructure B shown in Being an Lumpsum Contract the Bidder is free to For approach
GAD change the span arrangement (Increase or viaduct
decrease) for proposed Major bridge. Also, other porDon of
type of superstructures such as Extra-Dosed is also 130m length,
permioed. Please confirm. alternate
span
arrangement
can be
proposed by
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
the
contractor.
However,
span
menDoned in
the
schedule/
GAD is
minimum
span length.
x Design Pier ProtecDon / Fendering System Any Pier ProtecDon is required to be provided? If As per NIT
Not provided Yes. Please confirm type of Pier ProtecDon and
their locaDons (i.e. Pier no.).
xi Schedule Structural Health Monitering System (SHM) Please provide the detailed specificaDon and BOQ Refer
B-CI.3.13 Detailed scope not provided items in regards to SHMS. schedule D
xii Schedule GAD/Plan & Profit Drawings given in the tender document are not Refer revised
A-Annex- rend able. In view of above, we request you to schedules
III, kindly provide Plan and Profile / GAD drawings in Please
Alignment CAD format (readable). Also, please provide kmz
Plans file of the project alignment
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
xiii Schedule- Schedule-H- Not available in tender document Schedule-H is missing in the tender document. Please Refer
H Kindly provide the same. revised
schedules
xiv DPR Kindly provide the Detailed Project Report (DPR) of As per NIT
Not Provided the Project for reference purpose.
xv Monthly Water Level Near Proposed bridge We request the department to kindly arrange to This is EPC
Not Provided provide "Monthly Water Level" data near contract;
proposed bridge alignment for last 5 years. bidder has to
obtain this
data at his
own study
before
bidding.
xvi We request the Employer to arrange all the As per NIT
necessary permits, licenses, clearances, &
approvals as required from the various
Government bodies prior to award of work.
xvii Department shall provide us land nearby to site for As per NIT
site establishment, InstallaDon of Batching plant,
CasDng yard, labour camp (approx. 5.0 acres) etc.
free of cost on each side of proposed Main Bridge.
xvii Current Bid Submission date 03.05.2024 Since the tender is based on "Design &
i ConstrucDon lump Sum Contract" and the tender
esDmate is to be based on pre- tender design, we
request you to extend the tender submission date
by 04 weeks from the current date.
xix Article7- 39 As per ArDcle 7 - Maximum limit of AddiDonal Performance We request you to kindly modify maximum % of Please Refer
Cl.7.1(i) B Security shall be limited to 3% of the Bid price offered by AddiDonal Performance Security to 3% of the Bid CSD
& cl 2.21.I- the Selected Bidder. As per RFP Performance security price in line with ArDcle 7 Maximum limit of
(4)of RFP including AddiDonal Performance security shall be AddiDonal Performance - Security shall be limited
restricted to 20% of the accepted bid price.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
to 3% of the Bid price offered by the Selected
Bidder.
xx Cl 2.2.2.2- 21-22 Note no. 4 In case of unavailability of the supporOng The bidder shall provide undertaking NIT Shall
vi Notes document, the bid is liable to be rejected. demonstraDng the availability of Manpower at Prevail
tender stage and the requisite supporOng
documents shall be provided on award of work.
xxi Cl 2.2.2.2- 23-24 Note no. 6 In case of unavailability of the supporOng The bidder shall provide undertaking NIT Shall
vi-Notes document, the bid is liable to be rejected. demonstraOng the availability of Machinery at Prevail
tender stage and the requisite supporOng
documents shall be provided on award of work.
xxii Cl 3.12a 43 As per Morth /NHA! tenders, a said minimum
criteria for financials i.e Turnover & net worth is
capped and based on the same technically
qualified bidders are selected. Post which LI is
declared to be lowest bidder. We request you to
follow the same procedure for transparent &
compeDDve approach.
44. GREEN
DAY
CONSTRU
CTIONS
i We have observed more than 100s of Projects, whereas it kindly confirm the mode of NIT shall
is menOoned in the RFP as the Project is EPC mode but, in Project is EPC or HAM of the respecOve Projects. Prevail
the schedules, it is menDoned as HAM mode,
ii Requirement of Bid Capacity & Manpower as per Cl.2.2.2.1 kindly confirm the mode of Please Refer
& 2.2.2.2 (vi): You have asked the bidder to upload QR Project is EPC or HAM of the respecDve Projects. CSD
based bid capacity cerDficate in the formats and fields
specified on "bidcap.emahapwd.com" Portal. We, need
following clarificaDon in this regard:
(i)While creaOng the profile, menOoning the contractors
address and while menOoning district in the specified
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
block of the owner's details, portal is only provided only
the Districts in the state of Maharashtra (MH), kindly
clarify whether this profile/Portal is only for contractors
from Maharashtra or other state contractors can also
register and parOcipate in the tenders. If all the
contractors who are interested to parOcipate in such
tenders, then how the outside MH contractors can fill the
Contractor Data specified in the district block.
iii iii) In the profile secDon, while filling Company details Kindly clarify what document need to be NIT Shall
(under Cl.6): As per this Column, we have to submit submioed, as it is a mandatory field. Prevail
partnership deed. Ours is a Pvt. Ltd. Company please
Submit
Necessary
document
iv (iv) In the "work informaDon" secDon, what kind of works Kindly provide the same. NIT Shall
done details are need to be submioed, either completed Prevail
works or all ongoing works please clarify, further there is please
no delete/edit opDon is provided in this secDon Submit
Necessary
document
v v) In the "work informaDon" secDon: We have to upload Kindly clarify, we have to submit again all these NIT Shall
Balance Sheets, 26AS forms, other/ETC (?) documents with tender portal, as requested in Prevail
Clause No.2.11.1 of the RFP. please
Submit
Necessary
document
vi As per the Clause 2.2.2.2(vii): The bidder needs to please clarify that the bidder can provide required NIT shall
demonstrate availability of Machinery, the required P&M from hire/lease agreement. Prevail
machinery should be owned by the bidder/ either
member of the JV. Kindly accept equipment declaraOon
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
to deploy required machinery, in case of any insufficient
machinery. Further
vii Requirement of ISO cerOficaOon: Kindly confirm whether Kindly omit this clause2.2.2.2(viii), as we have NIT shall
all the partners need to furnish the successfully completed many works including Prevail
required ISO cerOficate or can submit any member of the MoRTH &
JV. If applicable to all the partner State govts projects.
viii Financial capacity (ii): The bidder needs to explain about Kindly provide at least 3 working days to submit NIT shall
how bidder qualify for this criterion. We understand that physical documents as per the Clause 2.11.2, Prevail
the bidder needs to submit Annexure-IIIA, IIIB & IIIC. ajer submission of tender, we need at least two to
Please clarify what of amount of Banker CerDficate need three working days to reach Mumbai, this may
to be submioed as per format Annexure-IIIC below. We help to reach bidders from every corner of the
understand that as per Annex-III-C Evidence of Availability country.
of Credit Line Financial Resources, the bidder needs to
furnish overall from all banks sancDoned limits credit line
financial resources or available/unuDlized credit line
financial resources need to be submioed, please clarify.
Further also clarify that calculaDng working capital in
Annex-IIIA, the informaDon can be provided from 2022-23,
as the latest financial year 2023-24 is not yet audited. This
clause confusing us hence we request you to ask bidder
to submit banker cerDficate for a parDcular value for each
work and remove the Annexure-IIIA, IIIB & IIIC.
ix We also request you to extend the Bid Submission date by Kindly provide customer care numbers NIT shall
at least 45 to 60 days, as lot of clarificaDon is needed while (12hrsx7days excluding holidays) who can help Prevail
creaDng profile, as there is no help desk/contact number bidder to complete the profile/bid capacity
of customer care to clarify the issues in the portal applicaOon. Further, there are more than 100
"bidcap.emahapwd.com" projects called for bidding and all the tenders need
to be submioed in one day only. We are visiDng
work sites selected projects and working out on it,
it will take much Dme to arrive compeDDve rates
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
of each bid, as we have to consider local materials
rates, various types of reports based on respecDve
design and drawings of each projects. Further, we
submit that the MP ElecDons date is already
declared which is very closed to bidding Dme and
all officials are busy in elecDon duDes, as we are
unable to, find respecDve department officiais as
and when we need.
x Keeping in view of above we request you to extend the bid Kindly provide the same. NIT shall
submission dates by at least 45 to 60 days to enable us to Prevail
submit the compeOOve bids.
xi We also request you to provide few contact numbers from Kindly provide the same. NIT Shall
department end who can assist technical/non-technical Prevail
issues arises during the biding Dme, who can help us to bid
without any hurdles.
xii We are intended to parDcipate pre-bid meeDng as NIT shall
scheduled kindly allow us to aoend pre- bid Prevail
meeDng / also provide virtual meeDng faciliDes.
45. Manik Infra Project (EPC AU-II(37F)
i Availability of Finance Please demonstrate the Availability of Finance NIT shall
such as loan etc to be paid to Contractor as per Prevail
mile stone
ii 2.2.2.2 (vii) 22-23 Machineries The SubstanDal work is of concrete therefore. Please Refer
CSD
1) Bitumen hot mix plant requirement may be
deleted.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
required for the Project may please be allowed on
hire/lease/own basis.
iii Design Data Please provide and clarify the design parameters NIT shall
require for rigid pavement, please provide the Prevail
complete data such as traffic volume, density Data
of Single and mulD axle vehicles
iv Concession agreement Please provide us Concession agreement to be NIT shall
sign Prevail
v 2.21.1 Performance Security NIT shall
Prevail
vi 2.2.2.3 Financial Capacity average financial turnover of 136.60 As per CVC Guide lines the financial turnover NIT shall
Crore requirement is 30% of Project Cost. please see the Prevail
clause 3.3.6 (c) of cvc Manual published by
Ministry of finance and Department of
expenditure of Government of India financial
capacity therefore the Average financial turnover
shall kept at 35.02Cr
vii 2.2.2.2(viii) ISO CerOficaOon This Clause may be Deleted NIT shall
Prevail
viii 2.2.2.2(v) 21 Minimum ConstrucDon Experience i.e Technical capacity. As per the naDonal highway policy there is no NIT shall
clause in tender of NH for minimum capacity Prevail
requirement therefore this clause 2.2.2.2 (v) may
be deleted.
ix 2.2.2.2(II) 19 Similar work This Clause may please be amended as per normal NIT shall
provision made in naDonal highway EPC Criteria Prevail
therefore this clause may be as per NaDonal
highway Criteria for any work Provided that at
least one similar work of 20% of EsDmated Project
Cost shall have been completed from the Eligible
Projects Viz Concrete Pavement. Flexible
Pavement or CombinaDon of work For this
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
purpose, a project shall be considered to be
completed, it more than 90% of the value of work
has been completed and such completed value of
work is equal to or more than 20% of the
esDmated project cost
x 2.2.2.2(i) 19 Threshold value 118% i.e 136.60 Cr. This clause may be modified for threshold value NIT shall
upto 50% i.e 58.36 Cr Prevail
xi 2.2.1(a) 15 The Bidders may be Single enDty Joint Venture for this work shall be allowed. NIT shall
Prevail
xii 2.1.14(xix) 14 Shall give list of Project detail on going Project refer This clause may be modified as bidder JV shall give NIT shall
(Clause 10.3 (iv) list of Project of road undertaken, completed for Prevail
agencies viz PWD, MSRDC, NHAI, ULB, MSIDC,etc
it shall not restricted only for certain agencies and
EPC work.
xiii 2.1.11(c) 11 Lead Member 50% and Other Member 20% Each This Clause may please be modify as lead member NIT shall
50% and JV as whole collecDvely full fill 100% Prevail
Criteria. The condiDon of 25% Criteria to other JV
Members please may be deleted.
xiv 1.2.4 8 Bid security of Rupees 116.73 Cr. As per Govt Norms and CVC Guide lines the Bid NIT shall
security shall be 0.5% of Project Cost. Therefore Prevail
bid security may please be kept as 0.58 Cr
46. ISC Projects Private Limited (Package No. EPC Chandgad)
i Clause 3.2(A) If a Bidder as defined in ITB 4.1 submits several successful For wider parDcipaDon and healthy compeDDon in NIT shall
(lowest evaluated substanDally responsive) bids, the bidding of the Tendered project, it is requested Prevail
evaluaDon will also include an assessment of the Bidder's kindly modify the requirements as -
capacity to meet the following aggregated requirements
(combined, in case of JV) as presented in the bid: If a Bidder as defined in ITB 4.1 submits several
* Bid Capacity as per clause 2.2.2.1 successful (lowest evaluated substanDally
* Technical Capacity as per clause 2.2.2.2 responsive) bids, the evaluaDon will also include
* Financial Capacity as per clause 2.2.2.3 an assessment of the Bidder's capacity to meet the
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
following aggregated requirements (combined, in
case of JV) as presented in the bid:
* Bid Capacity as per clause 2.2.2.1
* Technical Capacity as per clause 2.2.2.2 (i)
* Financial Capacity as per clause 2.2.2.3 (i) & (ii)
47 Anish
Infracon
India Pvt Ltd
(Package No-
EPC
Chandgad)
I 2.2.2.2(ii)a a. one similar (rigid or pavement) work similar type As per NHAI/Morth EPC Documents One Similar NIT shall
of of Rs. 253.95 Crores(Rupees Two hundred Fiwy work of 20% of EPC Cost, So we request to Prevail
three ninety five Lakhs lakhs Only) [94.40% or consider 20% work as single similar work
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Year Ye Year- Year- Year- Year- Year-
ar 2 3 4 5 6
-1
facto 1. 1.10 1.22 1.33 1.4 1.55
r 8 4
0
2.2.2.2 (v) For the above or other contracts executed over the past It Shall be Past 7(Seven) financial year, for
5(five) financial years preceding the Bid Due Date, a maximum eligible bidder for rigid pavement work.
minimum construcDon experience is required in the
following key AcDviDes
iii 19.1 The Authority shall make payments to the = Contractor for As per clause 19.1(i) Contract Price not the Please Refer
the Works on the basis of the lump sum price accepted by included uDlity shiwing, royalty charges, roadside CSD
the Authority in consideraDon of the obligaDons specified arboriculture, tesOng charges, traffic signages,
tr in this Agreement for an amount of INR……… painOng gantry board and Goods and Services Tax
(INR……………. (the "Contract Price"), which shall be pa (GST) but as per clause no 19.1 (ii) only GST is be
subject to adjustments in accordance a with the provisions payable extra other are included in with contract
of this Agreement. For the avoidance of doubt, the ParDes price, Please Clarify that the the Royalty and uDlity
expressly agree that the Contract Price shall not include shiwing Charges included in Contract Price.
the cost of Maintenance, uDlity shiwing, royalty charges,
roadside arboriculture, tesDng charges, traffic signages,
painDng gantry board and Goods and Services Tax (GST),
the cost of maintenance shall be paid separately in
accordance with the provisions of Clause19.7 and GST
shall be payable at the applicable rates. The ParOes
further agree that save and except as provided in this
Agreement, the Contract Price shall be valid and effecDve
CompleDon CerDficate.
iv Clause no 2 Wherever the dispute is raised by farmer or property Pls Specify the LocaDons for Dispute, so we can As desired
para-2 owner along the stretch, the cost of addiDonal safety calculate the EsDmate for Safety Provisions. the exisDng
precauDons to be taken on account of such reduced ROW ROW along
shall be borne by the contractor. the road
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
alignment in
quesDon
acceptant
from
Cadastral
Map is
herewith
Supplied for
your ready
reference.
viii Schedules B- Electrical UDliDes: NIL As per Provision there is not any uDliDes to be shiw. The
1 (i)(ii) Any addiDonal uDliDes found shall be treated as CondiDon in
Public Health UDliDes: NIL Change of Scope- Pls Clarify it or menDon the RFP Shall
detail of UDliDes Prevail
Any addiDonal uDliDes not menDoned in the table above if
required to be shiwed for the development of the project
highway and facility shall be done by the Contractor/
Concessionaire at it's own cost and the same shall not be
consDtute the change of the scope.
ix Schedule B-1 Electrical UDliDes: The shiwing of uDliDes and felling of Felling of Trees as per tender provision is NIL, pls The
(i) trees required for construcDon of project highway shall be clarify CondiDon in
carried out by the Contractor. The cost of the same RFP Shall
including all departmental charges excluding supervision Prevail
charges shall be borne by the Contractor. The shiwing of
the uDliDes shall be done as per norms of the concerned
user agency and subject to their approval. The details of
exisDng uDliDes at site are given in table below: NIL
Xiv Clause 1 h (i) Streetlight. Street lighDng on octagonal lamp post with LED Provision of Street Light, so we can calculate the The
/energy efficient lighDng system of standard make with exact EsDmate. CondiDon in
minimum 40 Lux capaciDes shall be provided @ 30m RFP Shall
interval for the chainages menDoned in following table. Prevail
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Streetlights shall be provided with dual lights on single
pole and single lights on single pole. The height of street
light pole shall be about 9m above FRL.
Xv Schedule D Modified Provision Pls Clarify the LocaDons of Toilet Block as per The
Clause 2 Availability of ROW CondiDon in
The project faciliDes which include the provision of Truck RFP Shall
lay-bay, Traffic Aid- Post, Rest area, Emergency medical Prevail
service, crane service, communicaDon system, advanced
traffic management system is deleted. Except 08 number
of Toilets in schools along the project highway
Xvi Schedule D No Claim will be entertained on account of delay in uDlity If any delay occurred due to the shiwing of UDliDes The
Clause 2 shiwing whatsoever. The EPC Contractor/Concessionaire the Extension of Time will be grant without any CondiDon in
shall manage the work front and planned the construcDon condiDon to the EPC Contractor. RFP Shall
acDvity considering this aspect. Prevail
48 Anish Infracon India Pvt Ltd (package number – EPC 63E)
I 2.2.2.2(ii)a one similar (rigid or pavement) work similar type of of Rs. As per NHAI/Morth EPC Documents One Similar NIT shall
111.54 Crores(Rupees One hundred Eleven crores Fiwy work of 20% of EPC Cost, So we request to Prevail
Four lakhs Only) [94.40% of EsDmated Project Cost] and consider 20% work as single similar work
18.66 KMs [80% of project length in KMs]
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Ii 2.2.2.2(iv) The updaDon factor to update the price of the eligible Similar type work is rigid payment work so we Please Refer
projects for the year is indicated in table below: request to experience and updaDon factor CSD
Year Year-1 Year-2 Year-3 Year-4 consider for 7 year for Yeligible project.
UpdaDon 1.00 1.05 1.10 1.15 Year Year Year Year Year Ye Y Year
factor -1 -2 -3 -4 ar- - -7
5 6
fact 1.80 1.10 1.22 1.33 1. 1 1.66
or 44 .
5
5
iii 19.1 The Authority shall make payments to the = Contractor for As per clause 19.1(i) Contract Price not the Please Refer
the Works on the basis of the lump sum price accepted by included uDlity shiwing, royalty charges, roadside CSD
the Authority in consideraDon of the obligaDons specified arboriculture, tesOng charges, traffic signages,
tr in this Agreement for an amount of INR ___(INR___ (the painOng gantry board and Goods and Services Tax
"Contract Price"), which shall be pa subject to adjustments (GST) but as per clause no 19.1 (ii) only GST is be
in accordance a with the provisions of this Agreement. For payable extra other are included in with contract
the avoidance of doubt, the ParDes expressly agree that price, Please Clarify that the the Royalty and uDlity
the Contract Price shall not include the cost of shiwing Charges included in Contract Price.
Maintenance, uDlity shiwing, royalty charges, roadside
arboriculture, tesDng charges, traffic signages, painDng
gantry board and Goods and Services Tax (GST), the cost of
maintenance shall be paid separately in accordance with
the provisions of Clause19.7 and GST shall be payable at
the applicable rates. The ParOes further agree that save
and except as provided in this Agreement, the Contract
Price shall be valid and effecDve CompleDon CerDficate.
iv Clause no 2 Wherever the dispute is raised by farmer or property Pls Specify the LocaDons for Dispute, so we can The
para-2 owner along the stretch, the cost of addiDonal safety calculate the EsDmate for Safety Provisions. CondiDon in
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
precauDons to be taken on account of such reduced ROW RFP Shall
shall be borne by the contractor. Prevail.
V 2.2.2.2 V For the above or other contracts executed It Shall over the It Shall be Past [7 (Seven)] financial year, for The
past [5 (five)] financial year, for years preceding the Bid maximum eligible bidder for rigid pavement work. CondiDon in
Due Date, minimum construcDon experience required in RFP Shall
the following key acDviDes: Prevail.
vi Clause no 2 ExisDng ROW (m) is 15 to 20 m Between Km 45+420 to 45+920 available ROW is The
Approximately 7 mtr. Please Clarify and menDoned InformaDon
any other locaDon where ROW is short of this score
can be
verified from
the input
given against
Sr. No. (iv) in
above
Vii 5.2 Flexible pavement: Flexible Pavement of shall be There is Only Two TCS provided in Schedule (i.e., There is no
constructed for 1.830 Km Length of Project highway as per TCS-1 & TCS-II) and both are of Rigid Pavement. need for
IRC secDon 5 of Manual IRC SP 73-2018 (Please Refer TCS Please Clarify where is the Flexible Pavement construcDon
4 & TCS 6) required to provide & also clarify the length of of Flexible
Rigid pavement: Rigid Pavement shall be constructed for Flexible Pavement Pavement in
20.633 km length of project highway using Polypropylene this road
Fibers as approved by Authority in PQC in accordance project. As
with MORTH clause no. 602.2.5. (Please Refer TCS-1, TCS- such, the
2 & TCS-3 length
menDoned in
Flexible
pavement
para is
considered
as Nil and
TCS 4 & TCS
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
6 also
considered
as Nil.
However, the
Length of
Rigid
Pavement
noted
against TCS –
I & TCS – II is
23.33 Km
considered
as full length
of Project.
viii Schedules B- Electrical UDliDes: NIL As per Provision there is not any uDliDes to be shiw. As observe in
1 (i)(ii) Any addiDonal uDliDes found shall be treated as the DPR and
Public Health UDliDes: NIL Change of Scope- Pls Clarify it or menDon the subsequently
detail of UDliDes agreed upon
Any addiDonal uDliDes not menDoned in the table above if the client,
required to be shiwed for the development of the project 2% of Civil
highway and facility shall be done by the Contractor/ cost consider
Concessionaire at it's own cost and the same shall not be for UDlity
consDtute the change of the scope. Shiwing
charges in
EPC cost. So,
any
addiDonal
uDliDes
found shall
not be
treated as
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Change of
Scope.
ix Electrical UDliDes: The shiwing of uDliDes and felling of Felling of Trees as per tender provision is NIL, pls As observe in
trees required for construcDon of project highway shall be clarify the DPR and
carried out by the Contractor. The cost of the same subsequently
including all departmental charges excluding supervision agreed upon
charges shall be borne by the Contractor. The shiwing of the client,
the uDliDes shall be done as per norms of the concerned 2% of Civil
user agency and subject to their approval. The details of cost consider
exisDng uDliDes at site are given in table below: NIL for UDlity
Shiwing
charges in
EPC cost. So,
any
addiDonal
uDliDes
found shall
not be
treated as
Change of
Scope.
X Hume Pipe Culverts: 19 Nos. As per Clause No 7.4.4 of Schedule B 19 Nos of HPC It is
are to be provided, there is a mismatch in these suggested in
Proposed type of Structures shall be BOX two Clause, Pls Clarify our DPR
ReconstrucD
on of 19 Nos
Hp Culverts
to Box
culverts. In
cl. No. 7.4.4
of schedule –
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
B considered
19 nos of Box
culvert is
ReconstrucD
on instead of
19 Nos HP
Culvert
ReconstrucD
on.
Xi Hume Pipe Culverts: 29 Nos As per Clause No 7.4.4 of Schedule B 19 Nos of It is
Box/Slab are to be provided, there is a mismatch suggested in
Proposed type of Structure is menDoned in these two Clause, Pls Clarify our DPR 29
Nos
addiDonal
Box culverts
is required In
cl. No. 7.4.4
of schedule –
B considered
29 nos of Box
culvert is
New
construcDon
so total nos.
of Box
culvert is
19+29 = 48.
xii In Table Proposed overall width (m) 3 is provided. Pls Clarify This is
considered
as typing
error and
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
considered
as 12 mtr.
Overall
width.
Xiii Embankment protecDon / Retaining Wall shall be As per site verificaDon & Plan &Profile provided As
constructed at following locaDons menDoned below to (IX. Drawing Volume), the retaining wall shall be postulated
extent of exisDng retain available ROW:NIL required at many LocaDons as ANNEXURE-A, on our DPR
menDoned in which is not considered in Scope of awer through
Work, so kindly clarify the requirement of survey and
retaining wall. If any retaining wall required, please consequenDa
considered in Scope of Work and Modify the l discussion
Tender Value Accordingly. with the
client, there
is no need
for
construcDon
of
embankment
protecDon
through
Retaining
wall / Toe
wall
Xiv Rest Area shall be provided as per clause по. 12.10 of IRC Pls Clarify the LocaDon of Rest area as per Land Customarily
SP-73 2018 in consultaDon with the Authority Authority's Availability as drawed in
Engineer considering availability of land at site, however, IRC Manuals
this shall not be treated as change of scope. Providing & the
development along with maintenance of Toilet block in Contractor
Project Length as per aoached detailed drawing. should take
necessary
steps as per
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
site
condiDons/
availability
the
provisions
for rest shed
and any
other Road
side
AmeniDes
for public at
his own
cost..
Xv Schedule D Modified Provision Pls Clarify the LocaDons of Toilet Block as per Customarily
Clause 2 Availability of ROW as drawed in
The project faciliDes which include the provision of Truck IRC Manuals
lay-bay, Traffic Aid- Post, Rest area, Emergency medical the
service, crane service, communicaDon system, advanced Contractor
traffic management system is deleted. Except 08 number should take
of Toilets in schools along the project highway necessary
steps as per
site
condiDons/
availability
the
provisions
for rest shed
and any
other Road
side
AmeniDes
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
for public at
his own
cost..
Xvi Schedule D No Claim will be entertained on account of delay in uDlity If any delay occurred due to the shiwing of UDliDes It may please
Clause 2 shiwing whatsoever. The EPC Contractor/Concessionaire the Extension of Time will be grant without any be referred
shall manage the work front and planned the construcDon condiDon to the EPC Contractor. to reply of
acDvity considering this aspect. against Sr.
No. (viii)
above.
49 M/s. Desai Infra Projects (I) Pvt. Ltd (package number -EPC Nidhori)
Annex – I: A) Note: The ROW would be minimum of legal ROW and A) 1.Unless the informaDon is reproduced in The
Site undisputed land available for works that is available ROW
schedule CondiDon in
Shedule A (available ROW means the land where no dispute is raised
B, making Authority needs to provide specific RFP Shall
secDon No 2 by adjoining farmers or property owners along the Project
informaDon so that the provisions such as Prevail.
stretch). The cross secDon shall be revised by the authority
protecDon works can be worked out by all bidders
as per the available ROW along with the necessary instead of assuming and risk of non
precauDon. Wherever the dispute is raised by farmer or
compeDDveness. equal opportunity be provided
property owner along the stretch, the cost of addiDonal
to all bidders.
safety precauDons to be taken on account of such reduced
A 2) No cost be recovered from the bidder for need
ROW shall be borne by the contractor. for reducDon of TCS owing to such inadequate
informaDon.
A 3) The plant and machineries deployment would
be abrupt and idling of the plant and machinery
owing to reducDon of volumes cannot be
envisaged and may lead to disputes.
A 4) Provision needs to be made in schedule B and
schedule H as project is constructed as per
schedule B and C and payment shall be made as
per schedule H.
Ii SH 195:00+000 to 00+100 18.00 to 22.50 M; 00+700 to There is no clarity as per Annexure I of schedule A The
1+650 13.0 to 24.50 M; the ROW width has been shown varying CondiDon in
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
4+400 to 9+200 12.0 to 28.0 M; 9+800 to 11+150 17.0 to substanDally at the various changes. It is difficult RFP Shall
22.0 M; 11+420 to 13+300 11.0 to 24.50 M; 13+300 to to work out the applicable TCS with such ROW Prevail.
15+600 10.5 to 25.0 M; 16+400 to 20+300 13.5 to 27.5 M; widths for quotes, deployment of the machineries
23+000 to 23+500 12.0 to 16.0 M; 24+900 to 25+700 M and their duraDon required and Dmelines for each
13.5 to 17.50 M; 33+300 to 34+800 7.50 to 21.00 M. sequenDal acDviDes. Authority should provide
35+400 to 35+800 15.0 to 19.0 M 36+750 to 38+900 12.0 exact widths available at respecDve changes to
to 21.0 M; MDR 50:00+500 to 00+960 14.0 to 19.50 M; work out the volumes, cost of the acDviDes etc.
00+960 to 1+520 14.50 to 22.0 M; 1+520 to 5+310 10.00 The accrual of delays due to such ambiguity will
to 27.00 M; 5+310 to 5+700 10.desto 18.00 M; 5+700 to result in extension of 19.0 M the Dme and cost
7+200 10.00 to 20.00 M; 8+000 to 10+300 10.00 to 35.500 overrun of the project
MM; 10+700 to 11+100 16.500 to 30.00 M; 11+700 to
12+205 10.00 M to 19.00 Μ.MDR 54:-8+650 to 9+300:-
11.0O to 14.00M; 12+000 to 13+935 17.5 to 44.500
Μ.MDR 55-0+200 to 0+750 19.0 το 29.00 M; 0+750 to
5+200 8.0 to 29.00M. 8+800 to 10+050 8.00 to 14.00 M
10+050 to 10+350 7.5 to 10.0
iii Annex – II: PROW width is same as ROW width in all chain ages as per There is no change in PROW width than ROW in all The
Site annexure I secDon 2 changes. Fitment of TCS must be ensured within CondiDon in
Shedule A the ROW as per plan and profile by Authority RFP Shall
before issue of tender document to avoid delays in Prevail.
finalising exact TCS applicable to respecDve
chainages.
iv Schedule B Development of Project Highway :- Development of the The cost of development of project highway shall The
SecDon 1. Project Highway shall include design and construcDon of be considered as per schedule B and schedule C of CondiDon in
the Project Highway as described in this Schedule-B and in the contract agreement as menDoned here. Any RFP Shall
Schedule-C informaDon provided in schedule A shall be for Prevail.
knowledge unless reproduced for any
developmental acDon in schedule B as lum sum
cost shall be worked out as per schedule B and
schedule C. secDon 2 of schedule A needs
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
consideraDon in schedule B while working out the
lumsum cost by DPR consultant to take
cognizance
SecDon 4 The contractor shall follow the The TBM horizontal The TBMs and GTS benchmark details be shared The
alignment and finished with con road levels (FRLs) with with contractor for reference and cross checks. to CondiDon in
respect to The FRLS the exisDng road/ground given in The FRLs are considered based on exisDng road in RFP Shall
levels an the plan and profile drawings For describer the levels and adjoining ground level. In case of For Prevail.
roads and structures, the knowledge difference between discrepancy, same can be brought to the the
the actual and ne finished road levels (FRL) and procure knowledge of Authority and AE for the variaDon
exisDng road/ground level shall not Care shall be less than actual and necessity for protecDon work ог and
the difference between OGL and the "Design RL" and procurement of site whichever is economical. not
"ExisDng RL" as adjoining noted in the alignment plan and Care shall be taken to maintain the difference in
based on profile drawings. "ExisDng RL" refers the plan to when OGL and FRLs but considering the
the exisDng road level or exisDng invesDgaDve ground level developments " as adjoining ROW AE and
as the case may be. Reference However, if the contractor Authority need to decide and based on the ground
chooses cosDng to further improve the design compeDDon realiDes while approving refers the plan and
standards and specificaDons, the contractor may adopt profile. The geotechnical lisDng invesDgaDon done
changes to the designs based on specificaDons and by Authority be shared for y be. reference like
standards the in schedule D with the prior approval from standard drawing work out the cross cosDng of the
the Authority Engineer. design compeDDve quote.
Vi 1.2.1 The TCS menDoned above are This S minimum and shall be This secDon 1.2.1 Note (e) is contradictory to The
achieved by annex the Contractor. The change given TCS annexure I of schedule A where in it is said the TCS CondiDon in
be in above table are indicaDve and while may change as be adjusted as per the available land width d while RFP Shall
per site condiDons execuDon. The exact width of the land at every Prevail.
change be provided on appointed date
Vii SecDon 2.4 Right of Way :- Details of the Right For co of Way are given For contractor to assess the cost of such of The
in Annex II of protect Schedule-A. protecDon works, the ROW width at respecDve CondiDon in
changes be provided facilitaDng the contractor e to RFP Shall
Note: No addiDonal land will be to know provided than know the exact lengths for such protecDon ch Prevail.
above, as wherever required Toe such works t wall+ works to accommodate the costs.
Retaining wall of suitable heights shall be provided to
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
confine free side slopes of highway embankment for main
carriageway + service road etc, on either sides to
accommodate the typical cross secDon as given in
Schedule-B within the ExisDng ROW without any addiDonal
cost to the Authority and no change of scope will be
accepted
Viii SecDon 3.1 For crossroad drainage facility, new There is HP culverts on There is no provision for addiDonal culverts in The
(iv) cross roads shall be clause 7.2 constructed as per Clause roads shall be clause 7.2.4(c) of this schedule. CondiDon in
7.2.4 (c) of this Schedule and shall be as per Manual. RFP Shall
Prevail.
ix 7.1.1 KM 29+330 3 x 6.00 M Span. Width This bridge is retained. This bridge is retained. The
is shown as 6.50 M CondiDon in
RFP Shall
Prevail.
X 7.2.1(i) It is clarified that as per site New requirement New New culverts missing if any shall be constructed The
culverts if and s required for drainage arrangement and shall be treated as change of as there is no CondiDon in
menDon shall be idenDfied & constructed if addiD any menDon for non eligibility for COS for these if RFP Shall
during development as per standard set forth in Schedule addiDonal culverts. Prevail.
D & as per instrucDon of Authority Engineer. The span /
opening and numbers given above are minimum and shall
be achieved. The proposed dimensions shall be based on
hydraulic calculaDons and approval from changes
Authority Engineer. to dimensions/numbers shall Any
above not consDtute a change of scope. In Built-up areas
width of culvert shall be extent up to available row.
XI 7.2.1 Note Wherever Service Road/ Slip/ The ConnecDng roads are These culverts extending beyond ROW or to me The
(iii) proposed, the width of the culvert shall be planned Cha connecDng/service roads shall be treated as ed CondiDon in
beyond the Service Road/ Slip/ma ConnecDng roads so as Change of scope if the TCS shown is only for the RFP Shall
to ensure proper drainage of storm water outside ROW p/main carriageway Prevail.
Xii 7.2.4 The condiDon survey for all the CondiDon major and minor CondiDon survey shall be done for bridges in or The
(c) bridges including culverts shall be carried out by the bridges including widening at extra cost as it is not CondiDon in
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
included in the contractor. The detail survey report of construed as carried out by the included in the RFP Shall
condiDon survey should be submioed to Authority awer cost. Prevail.
approval from Authority
xiii 7.2.4 ConstrucDon of addiDonal culverts for major and No addiDonal culverts have been menDoned in The
Minor JuncDons are not included as menDoned in secDon 7.2.4 and cost of the culverts are not CondiDon in
secDon 2 note (iv) included in Major and Minor juncDons and hence RFP Shall
shall be treated as change of scope. Prevail.
Xiv Schedule H The stage payment for various works are The percentages menDoned in schedule H for total
menDoned in schedule H contract price does not reflect the provisions for
all items considered in schedule B other than the
items eligible for change of scope. The schedule H
shall be allowed to be modified by contractor as
per his work sequences for ease of release of
payment to boost progress for achieving the
intermediate milestones.
Xv In there works under stage payment of works The No addiDonal culverts have been menDoned in The
headings namely secDon 7.2.4, hence schedule H heading cannot CondiDon in
f) Major JuncDon including CD Structures (RCC include the CD structures for Major and Minor RFP Shall
Pipe) JuncDons and such costs need to be incorporated Prevail.
g) Minor JuncDon including CD Structures (RCC in lumsum cost put by Authority
Pipe)
There is no provision of RCC pipe in the schedule B
provisions for Major and Minor JuncDons
xvi 2.2.2.2 For the above or other contracts executed over the past [5 Please accept/consider MoU with Soil StabilizaDon NIT Shall
(five)] financial years preceding the Bid Due Date, a Technology Company. Experience of soil prevail
minimum construcDon experience is required in the stabilizaDon technology company should be
following key acDviDes: considered for demonstraDon of soil
stabilizaDon/soil stabilizaDon experience.
b. Bidder must demonstrate an experience in StabilizaDon
in roadway for quanDty not less than 7,200 cubic meter
50. M/s. Desai Infra Projects (India) Pvt. Ltd (Package No- EPC PN-II 10E)
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
1 General, What is the status of pre-construcDon acDviDes, such as
Clause
3.1, ArDcle –
9
UDliDes and (1) Land acquisiDon Kindly provide the Status of land acquisiDon in NIT shall
Trees terms of land acquisiDon Prevail
ArDcle-9
(2) Felling of trees It is understood that the Authority has already NIT shall
completed the process of idenDficaDon of trees. Prevail
Kindly confirm and provide the status of the
idenDficaDon of tree for felling / cu„ng .The
Authority shall assist the Contractor in obtaining
the Applicable Permits for felling of trees to be
3) Removal of the encroachments on the project NIT shall
site etc Prevail
(4) Status of UDlity Shiwing Kindly provide the status of UDlity shiwing & NIT shall
Drawings. Whether esDmates to the concerned Prevail
department/ authority submioed / approved. lt is
necessary to start the uDlity shiwing work during
the Development period as per provision in ArDcle
9 of DCA. Kindly confirm. Request to provide uDlity
shiwing plan drawings.
5) Forest clearance Kindly provide the status of forest clearance NIT shall
Prevail
2 The Site of the Project Highway comprises the land (total Kindly ensure the ROW available land width for NIT shall
of land already in Possession) as described below: the development of the road/highway shall be Prevail
Available Land Width (m) available as on appointed date as per the
provision / requirement of land width /ROW so
that enDre project highway shall be upgraded and
reconstructed as per requirement/ provision
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
3 Annex – I: A) Note: The ROW would be minimum of legal ROW and As per clause no 3.1 it is the responsibility of the NIT shall
Site undisputed land available for works that is available ROW Authority to provide the sufficient ROW land Prevail
Shedule A (available ROW means the land where no dispute is raised width for development of highway.
secDon No 2 by adjoining farmers or property owners along the Project A) 1.Unless the informaDon is reproduced in
stretch). The cross secDon shall be revised by the authority schedule B, making Authority needs to provide
as specific informaDon so that the provisions such as
per the available ROW along with the necessary protecDon works can be worked out by all bidders
precauDon. Wherever the dispute is raised by farmer or instead of assuming and risk of non
property owner along the stretch, the cost of addiDonal compeDDveness. equal opportunity be provided
safety precauDons to be taken on account of such reduced to all bidders.
ROW shall be borne by A 2) No cost be recovered from the bidder for need
the contractor. for reducDon of TCS owing to such inadequate
informaDon.
A 3) The plant and machineries deployment would
be abrupt and idling of the plant and machinery
owing to reducDon of volumes cannot be
envisaged and may lead to disputes.
A 4) Provision needs to be made in schedule B
and schedule H as project is constructed as per
schedule B and C and payment shall be made as
per schedule H.
3 Annex – II: PROW width is same as ROW width in all chainages There is no change in PROW width than ROW in NIT shall
Site as per anenxure I secDon 2 all changes. Fitment of TCS must be ensured Prevail
Shedule A B) Row width Dalaj to Walchandnagar :- 00+000 to within the ROW as per plan and profile by
00+110 :- 25.00 M : Row width 00+110 to 25+500 :- Authority
18.00 M and Akole to Nimsar Row width 4+480 to
23+786:- 16.00 M
4 Schedule B Development of Project Highway :- Development The cost of development of project highway shall NIT shall
SecDon 1. of the Project Highway shall include design and be considered as per schedule B and schedule C Prevail
construcDon of the Project Highway as described in of the contract agreement as menOoned here.
this Schedule-B and in Schedule-C Any informaOon provided in schedule A shall be
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
for knowledge unless reproduced for any
developmental acDon in schedule B as lumsum
cost shall be worked out as per schedule B and
schedule C. secDon 2 of schedule A needs
consideraDon in schedule B while working out the
lumsum cost by DPR consultant to take
cognizance
5 Annex – II: Details of the Right of Way are given in Annex II of Every effort shall be made to accommodate the NIT shall
Site Schedule-A. Note: - No addiDonal land will be provided recommended TCS within ROW to avoid Prevail
Shedule A than above, as such wherever required Toe wall/ Retaining addiDonal procurement of the site however, based
wall of suitable heights shall be provided to confine free on the site condiDons, the plan and profile
side slopes of highway drawings showing such tentaDve area where
embankment for main carriageway / service road etc. on protecDon works are anDcipated to restrict the
either sides to accommodate the typical cross secDons as width need to be provided by Authority.
given in Schedule –B within the ExisDng Row without any
addiDonal cost to the Authority
6 For crossroad drainage facility, new HP culverts on cross There is no provision for addiDonal culverts in NIT shall
roads shall be constructed as per Clause 7.2.4 (c) of this clause 7.2.4(c ) of this schedule Prevail
Schedule and shall be as per Manual.
7 SCHEDULE -B The contractor shall follow the horizontal alignment and As this is a project to be developed on EPC mode NIT shall
(See finished road levels (FRLs) with respect to the exisDng road & Looking to the site topography the Contractor Prevail
Clause 2.1) /ground given in the plan and profile drawings For the may be allowed to design the road profile of the
Developmen roads and structures, the difference between the actual project highway based on site/design requirement
t of finished road levels (FRL) and exisDng road /ground level specified in Schedule-D and following the
the Project shall not be less than the difference sDpulated standards as per manual;
Highway between the “Design RL” and “ExisOng RL” as noted in the treaDng the Finished Road level (FRL) indicated in
alignment plan and profile drawings. “ExisOng RL” refers the alignment plan as an approximate assessment
to the exisDng road level or exisDng ground level as the only. The TBMs and GTS benchmark details be
case may be. However, if the contractor chooses to further shared with contractor for reference and cross
improve the checks. The FRLs are considered based on
exisOng road levels and adjoining ground level. In
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
design standards and specificaDons, the contractor may case of discrepancy, same can be brought to the
adopt changes to the designs based on the specificaDons knowledge of Authority and AE for the variaDon
and standards in schedule D with the prior approval from and necessity for protecDon work or procurement
the Authority Engineer. of site whichever is economical.
8 secDon 4 The side slopes shall not be steeper than 2H: 1 V. No such changes are menDoned where suitable NIT shall
Note (iii) In case, there is a ROW constraint than, suitable soil retaining structures in changes where ROW Prevail
soil retaining structures shall be provided. constraint exists. The cost of retaining structure at
menDoned changes if any given anywhere in the
schedule B / schedule C shall be considered in
lumsum cost and rest shall be treated as change
of scope as cost working cannot be done on
assumpDons
9 7.2.1 Note (i) It is clarified that as per site requirement New New culverts missing if any shall be constructed NIT shall
culverts if required for drainage arrangement shall and shall be treated as change of scope as there Prevail
be idenDfied & constructed if any during is no menDon for non eligibility for COS for these
development as per standard set forth in Schedule addiDonal culverts
D & as per instrucDon of Authority Engineer. The
span / opening and numbers given above are
minimum and shall be achieved. The proposed
dimensions shall be based on hydraulic
calculaDons and approval from Authority Engineer.
Any changes to above dimensions/numbers shall
not consDtute a change of scope. In Built-up areas
width of culvert shall be extent up to available
ROW
10 7.2.1 Note Wherever Service Road/ Slip/ ConnecDng roads are These culverts extending beyond ROW or to NIT shall
(iii) proposed, the width of the culvert shall be planned connecDng /service roads shall be treated as Prevail
beyond the Service Road/ Slip/ ConnecDng roads Change of scope if the TCS shown is only for the
so as to ensure proper drainage of storm water main carriageway.
outside ROW
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
11 7.2.4 ConstrucDon of addiDonal culverts for major and No addiDonal culverts have been menDoned in NIT shall
Minor JuncDons are not included as menDoned in secDon 7.2.4 and cost of the culverts are not Prevail
secDon 2 note (iv) included in Major and Minor juncDons and hence
shall be treated as change of scope.
12 12.1 W-Beam metal crash barriers :- Beam metal crash No Minimum lengths are prescribed in this clause NIT shall
barriers shall however be provided as per manual 12.1 and hence as per note (a) working shall be Prevail
at desired locaDons. done by the contractor and requirement shall be
(a) As per Clause 9.7.1 W beam barrier shall be construed as change of scope.
provided along all curves having radii up to 450m
for complete length of curves including transiDons
and 20m further before and awer the curve. Above
length of the W-Beam metal crash barriers is
indicaDve and minimum specified, the actual
length of the W- Beam metal crash barriers shall
be determined by the Contractor in accordance
with the Manual requirements with approval
from the Authority s Engineer. Any increase in the
length and locaDon specified in this Clause of
Schedule B shall not consDtute a Change of Scope.
(c ) The locaDons of metal crash barriers are
menDoned below are minimum and shall be
achieved by the contractor
13 12.2 Embankment protecDon Toe Wall / Retaining Wall No Minimum lengths are prescribed in this clause NIT shall
shall be constructed at following locaDons 12.2 and hence as per note (a) and (b) working Prevail
menDoned below to extent of exisDng available shall be done by the contractor and the
ROW: requirement shall be construed as change of
(a) The above length of Retaining wall / Toe wall / scope.
protecDon structures is indicaDve and minimum
specified, the actual length of Retaining wall / Toe
wall / protecDon structures shall be determined by
the Contractor
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
in accordance with the Manual requirements with
approval from the Authority Engineer. Any
increase in the length and locaDon specified in
this Clause of Schedule B shall not consDtute a
Change of Scope.
(b) The locaDons of Retaining wall / Toe wall /
protecDon structures are
menDoned above are minimum and shall be
achieved by the contractor
14 Schedule H The stage payment for various works are The percentages menDoned in schedule H for NIT shall
Stage menDoned in schedule H total contarct price does not reflect the provisions Prevail
payment for for all items considered in schedule B other than
various the items eligible for change of scope. The
works schedule H shall be allowed to be modified by
contractor as per his work sequences for ease of
release of payment to boost progress for achiving
the intermediate milestones.
Under Schedule H it is menDoned that Unit of Please provide payment on prorate basis without NIT Shall
measurement is linear length restricDon of compleDon of stage or any specific Prevail
length on compleDon of a stage in a length of not
less than 10(ten) percent of the total length. To
maintain cash flow please provide payment on
prorate basis without
restriclion of any specific length compleDon.
Also in case of culverts, Cost of each culvert shall NIT shall
be determined on pro rata basis with respect to Prevail
the number of culverts. Payment shall be made
on the compleDon of at least five culverts. Please
provide payment on compleDon of minimum 2
culverts because work will be in parficular length
and contractor will have to wait for payment unDl
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
5 culverts are completed
15 In their works under stage payment of works The No addiDonal culverts have been menDoned in NIT shall
headings namely secDon 7.2.4, hence schedule H heading cannot Prevail
f) Major JuncDon including CD Structures (RCC include the CD structures for Major and Minor
Pipe) JuncDons and such costs need to be incorporated
g) Minor JuncDon including CD Structures (RCC in lumsum cost put by Authority
Pipe)
There is no provision of RCC pipe in the schedule B
provisions for Major and Minor JuncDons
16 2.2.2.2.ii For normal Highway projects (including Major Provision in Government Circular No. Misc. Please Refer
Bridges/ROB/Flyovers/Tunnels): Provided that at 2019/Q. No.47/Building-2 Mantralaya, Mumbai CSD
least 4OOO32. Dtd. 25.11.2079 Page no. 3 point no,1
a. one similar (rigid or similar type of pavement) a)The minimum cost of work completed by the
work of Rs. 180.01 Crores (Rupees One hundred contractor within the last 5 years shall be Three
Eighty crores One lakh Only) [94.40% of EsDmated similar works whose cost shall not be less than
Project Cost] and 35.69 KMs [80% of project length 40% of the esDmated project cost. OR
in KMs]; or b) The minimum cost of work completed by the
b. two similar (rigid or similar type of pavement) contractor within the last 5 years shall be two
works of Rs. 112.51 similar works whose cost shall not be less than
Crores (Rupees One hundred Twelve crores Fiwy 50% of the esDmated project cost, OR
One lakhs Only) [59% of EsDmated Project Cost] c)The minimum cost of work completed by the
and 22.31 KMs [50% of project length in KMs]; contractor within the last 5 years shall be one
each shall have been completed from the Eligible similar work whose cost shall not be less than
Projects in Category 1 and/or Category 3 specified 80% of the esDmated project cost
in Clause 2.2.2.5. For this purp ose, a project shall
be considered to be completed, if more than 90%
of the value of work has been completed and such
completed value of work is equal to or more than
94.40%/ 59%, as the case may be, of the esDmated
project cost.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
EvaluaDon and QualificaDon Criteria (EQC) of NIT Shall
Bidders As per published RFP by NHAI MORTH for prevail
all projects provides that the bidder should have
similar contracts of at least one similar of merely
20% of the esDmated cost of the Project
Therefore, the condiDons imposed by the RPF
have been made stricter arbitrarily - not in line
with other highway projects
For minimum length of project, we request you to NIT Shall
kindly consider the fact that, current works are of prevail
7 m width and if previous completed works are of
10 m width or 4 lane then suitable conversion for
the same must be incorporated
17 2.2.2.2 (v) For the above or other contracts executed over the past As per NHAI tenders no any min. quanDty criteria NIT Shall
Technical [5 (five)] financial years preceding the Bid Due Date, a for qualificaDon, so we are requested to prevail
Capacity minimum construcDon experience is required in the relaxaDon in minimum quanDty criteria for this
following key acDviDes: tender
a. Bidder must demonstrate an experience in
Subgrade/Embankment in roadway for quanDty not less
than 4,36,700 cubic meter
b. Bidder must demonstrate an experience in StabilizaDon
in roadway for quanDty not less than 0 cubic meter
c. Bidder must demonstrate an experience in Granular Sub
Base (GSB) / Wet Mix Macadam (WMM) for quanDty not
less than 1,00,425 cubic meter
d. Bidder must demonstrate an experience in Dry Lean
Concrete (DLC) work for quanDty not less than 52,799
cubic meters
e. Bidder must demonstrate an experience in Pavement
Quality Concrete (PQC) work for quanDty not less than
80,711 cubic meter.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
f. Bidder must demonstrate an experience of construcDon
of bridge with single span of 10 meters (100% length of
highest span of bridge proposed in project)
18 2.2.2.3 The Bidder shall have a minimum Average Annual Provision for QualificaDon criteria may be Please Refer
Financial ConstrucDon Turnover (updated to the price level of the incorporated in the bid document for all works CSD
Capacity: year based on factors indicated in table cosDng more than 1 crore (A)
below) of Rs. 225.01 crores (Rs. Two hundred Twenty Five Minimum turnover of the bidder in the last 5
crores One lakh Only) [118% of the EsDmate Project Cost] years shall be a minimum of 75% of the cost per
for the last 5 (Five) financial years annum for the work under consideraDon. We
request you to consider turnover completed in FY
23-24 provided the same have been cerDfied by
CA.
51 GKC Project Limited
i Clause Provided that at least a. one similar (rigid or similar type of We presume that "project Length Km" refers to Please Refer
2.2.2.2 Rs. Crores (Rupees of EsDmated Project Cost) and project "Lane Km" and length of a wider road cited by the CSD
length in KMs] of pavement) work Only) [94.40% KMs (80% bidder will be mulDplied by a factor to account for
of 4 lane/6 lane roads. Such as 2x for four lane & 3x
for 6 lane road
ii Clause If the bidder does not have 'BBB' and above credit raDng, We presume that if the bidder meets the financial NIT shall
2.2.2.3 the Bidder shall be required to submit a comfort leoer resources requirement sDpulated in Cl. No. 2.2.2.3 Prevail
from its Bankers/Financial insDtuDons (ii), a comfort leoer from bank as required under
Cl. 2.2.2.3 (v) is not required to be submioed even
if the bidder does not have raDng of BBB or above
iii Clause a minimum construcDon experience is required in the Please also accept experience subgrade / NIT shall
2.2.2.2 following key acDviDes: "experience in embankment in infrastructure projects such as Prevail
Subgrade/Embankment in roadway for quanDty not less Railways, IrrigaDon etc.
than ........ cubic meter"
iv Clause Provisions pertaining to "EvaluaDon of MulDple Example of evaluaDon for award of mulDple NIT shall
2.2.2.2 ContracDng" Contracts regarding similar work criteria is not Prevail
provided in the RFP- Please confirm if the
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
evaluaDon will be based on AACT and Financial
resources only.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
(d) The finished road level (FRL) will depend on new
proposed sustainable design
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
24028/14/2014-H(VolII) (E-134863) dated 31 May 2023
directs for inclusion of provisions regarding accepDng E-
Bank Guarantee and insurance Surety Bonds as 'Bid
Security' and 'Performance Security' in standard
documents of EPC, HAM, and BOT (Toll). Copy enclosed.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
54 Vriddhi Infratech India Limited (Package no –Saswad supa,Awasari,akole kalas,poladpur,16B, Chakur,renapur,40E,40F, Ganeshpur, vasantnagar,
kerur,chandgad)
i Clause 2.21.1 1. In RFP Document Clause 2.21.1 states that the Selected Request to consider the same. NIT Shall
Bidder shall furnish to the Authority an irrevocable and Prevail
uncondiDonal guarantee from a Bank (i.e., Performance
Security) for an amount equal to 7.5% of its Bid Price.
Generally in all MoRTH, NHAI, NHIDCL and other central
and state government projects the Performance Security is
limited to 3% of the Bid Price (following pandemic
guidelines from of Ministry of Finance).
Clause 7.5 As per Agreement Clause 7.5 RetenDon Money wherein it We request your good self to modify the clause. NIT Shall
is proposed to deduct 6% up to a maximum of 5% of the Prevail
Contract price. As per the guidelines from the Ministry, in
view of reliefs to the contractor for the Covid-19 pandemic,
deducDon of retenDon money is kept on hold. In the other
central and state government projects, the deducDon
retenDon money is limited to 2.5% of the Contract Price.
iii Clause a and b, for similar projects, it is proposed that one similar Request to clarify if one similar work of 94.4% of NIT Shall
2.2.2.2 work of 94.4% of EPC and 80% of the project length in KMs EPC and 80% in KMs has to be achieved in the Prevail
Technical to be completed. same work or can be in different works.
Capacity Also request to clarify if the lengths shall be
reduced by 50% of the required criteria, if in case
of four lane works.
iv Clause It is proposed 94.40% of the EsDmated Project Cost (EPC) We request your good self to modify the clause. NIT Shall
2.2.2.2 to be completed under one similar work and 59% of the Prevail
Technical EPC under two similar works. In general all the Ministry
Capacity tenders (MORTH, NHAI and NHIDCL) only 20% of the EPC
is considered and for other central and state government
projects 50 to 60% of the EPC is considered under one
similar work experience and 40% of the EPC is considered
under two similar work experience.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
V Clause States that minimum average annual ConstrucDon We request your good self to modify this clause. NIT Shall
2.2.2.3 (ii) Turnover should be 118% of EPC. However, since the Prevail
construcDon period for all the subject tenders is given as
30 months (i.e., 2.5 years), hence the turnover may be split
among the construcDon period (2.5 years) i.e., 118%
divided by 2.5 which comes to 47.2%.
vi Clause Sub clause V point no. d and e wherein it is menDoned that we request to consider other pavement NIT Shall
2.2.2.2 successful bidder should execute minimum quanDDes of experience as well in fulfilling 94.4% of the EPC Prevail
Technical DLC & PQC in last five financial years. Since the above condiDon.
Capacity criteria already determines the experience of a bidder in
execuDng PQC (Rigid) Pavements, for the requirement of
similar work experience, as per clause 2.2.2.2 (ii) for
one/two similar works, the experience of execuDon of
Flexible pavement works may also be considered. Similar
road works called for tender by the Maharashtra PWD
(ADB assisted projects), for similar works criteria either
one or two similar works, even bridges, tunnels runways,
railways (construcDon/re-construcDon of railway tracks,
yards for keeping containers etc.), Metro rails and Ports are
also considered as similar work. For similar works criteria,
to achieve 80% of the project length with 94.4% of the EPC
in the case of Rigid pavements will be unfeasible. Hence,
similar to the PWD (ADB assisted) projects
vii ArDcle 19.1 (i) MenDoned that the contract price shall not include We request your good self for clarificaDon. Please Refer
royalty charges whereas in ArDcle 19.1 contract price CSD
(ii) menDoned that the contract price includes royalty
charges.
55 RKC (R K Chavan Infrastructure Pvt Ltd )(Package No. EPC PN –II 17C)
i 2.2.2.2 With reference to the above subject, we are the NIT Shall
eligibility criteria as regards the span requirement prevail
for Major Bridge/ROB/Flyover Proiects. As per the
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
RFP, 2.2.2.2 ii a, it is stated that if the longest span
of the Bridge/ROB/Flyover is less than or equal to
60m, no addiDonal qualificaDon is required.
Consequently, if the span is equal to or greater
than 50% of the longest span, i.e., 10m, no
addiDonal qualificaDon is necessary
ii We have noDced that our experience cerDficates don't We kindly request that you consider applying GST NIT Shall
include menDon of Goods and Services Tax (GST) within to the work value stated in our cerDficates Could Prevail
the printed work value.. you please clarify whether we should submit the
updated value of work done including GST, or only
the base value without GST?
iii Kindly confirm whether the fitness cerDficate from NIT Shall
Assistant Chief Engineer (Mechanical) for Prevail
machinery shall be submioed with technical bid or
awer set up of machinery at site awer award of
tender.
iv We request you to allow bidder to submit NIT Shall
lease/hire agreement for machinery as per Prevail
requirements of machinery provided in the tender
document
v Please allow updaDon factor to update the price of Please Refer
the eligible projects for similar type of work CSD
experience and Financial turnover and of previous
years shall be given weightage of 10% per year
based on Rupee value to bring them to 2023-2024
price level (mulDplying factor for updaDng) 2018-
2019: 1.61, 2019-2020: 1.16, 2020- 2021: 1.33,
2021-2022, -1.21, 2022-23:- 1.10
vi We request you to clarify that the Provisional NIT Shall
Annual ConstrucDon Turnover for FY 2023-24 can Prevail
be included in the computaDon of the Average
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Annual ConstrucDon Turnover for the last five
financial years.
vii During the COVID-19 pandemic, all contractor and We kindly request that you skip the financial year NIT Shall
business have faced a significant impact on turnover, 2020-21 when considering the average annual Prevail
which is expected to decrease. construcDon turnover.
viii Please allow average annual construcDon turnover NIT Shall
amount equal to 20% of the EPC Cost of the Prevail
project as per standard bidding documents of
NHAI.
ix In accordance with the Ministry of Finance office we kindly request that the performance bank NIT Shall
memorandum No. F.9/4/2020-PPD dated 12-11-2020, the guarantee be adjusted accordingly." Prevail
cap for performance bank guarantees has been set at 3%.
Therefore,
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
machinery shall be submioed with technical bid or
awer set up of machinery at site awer award of
tender.
iv We request you to allow bidder to submit NIT Shall
lease/hire agreement for machinery as per Prevail
requirements of machinery provided in the tender
document
v Please allow updaDon factor to update the price of Please Refer
the eligible projects for similar type of work CSD
experience and Financial turnover and of previous
years shall be given weightage of 10% per year
based on Rupee value to bring them to 2023-2024
price level (mulDplying factor for updaDng) 2018-
2019: 1.61, 2019-2020: 1.16, 2020- 2021: 1.33,
2021-2022, -1.21, 2022-23:- 1.10
vi We request you to clarify that the Provisional NIT Shall
Annual ConstrucDon Turnover for FY 2023-24 can Prevail
be included in the computaDon of the Average
Annual ConstrucDon Turnover for the last five
financial years.
vii During the COVID-19 pandemic, all contractor and We kindly request that you skip the financial year NIT Shall
business have faced a significant impact on turnover, 2020-21 when considering the average annual Prevail
which is expected to decrease. construcDon turnover.
viii Please allow average annual construcDon turnover NIT Shall
amount equal to 20% of the EPC Cost of the Prevail
project as per standard bidding documents of
NHAI
ix In accordance with the Ministry of Finance office We kindly request that the performance bank NIT Shall
memorandum No.F.9/4/2020-PPD dated 12-11-2020, the guarantee be adjusted accordingly. prevail
cap for performance bank guarantees has been set at 3%.
Therefore.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
57 RKC R K Chavan Infrastructure Pvt Ltd (Package No. EPC PN –II 16C)
i With reference to the above subject, we are the NIT Shall
eligibility criteria as regards the span requirement prevail
for Major Bridge/ROB/Flyover Proiects. As per the
RFP, 2.2.2.2 ii a, it is stated that if the longest span
of the Bridge/ROB/Flyover is less than or equal to
60m, no addiDonal qualificaDon is required.
Consequently, if the span is equal to or greater
than 50% of the longest span, i.e., 10m, no
addiDonal qualificaDon is necessary
ii We have noDced that our experience cerDficates don't We kindly request that you consider applying GST NIT Shall
include menDon of Goods and Services Tax (GST) within to the work value stated in our cerDficates. Could Prevail
the printed work value. you please clarify whether we should submit the
updated value of work done including GST, or only
the base value without GST?
iii Kindly confirm whether the fitness cerDficate from NIT Shall
Assistant Chief Engineer (Mechanical) for Prevail
machinery shall be submioed with technical bid or
awer set up of machinery at site awer award of
tender.
iv We request you to allow bidder to submit NIT Shall
lease/hire agreement for machinery as per Prevail
requirements of machinery provided in the tender
document
v Please allow updaDon factor to update the price of Please Refer
the eligible projects for similar type of work CSD
experience and Financial turnover and of previous
years shall be given weightage of 10% per year
based on Rupee value to bring them to 2023-2024
price level (mulDplying factor for updaDng) 2018-
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
2019: 1.61, 2019-2020: 1.16, 2020- 2021: 1.33,
2021-2022, -1.21, 2022-23:- 1.10
vi We request you to clarify that the Provisional NIT Shall
Annual ConstrucDon Turnover for FY 2023-24 can Prevail
be included in the computaDon of the Average
Annual ConstrucDon Turnover for the last five
financial years.
vii During the COVID-19 pandemic, all contractor and We kindly request that you skip the financial year NIT Shall
business have faced a significant impact on turnover, 2020-21 when considering the average annual Prevail
which is expected to decrease. construcDon turnover.
viii Please allow average annual construcDon turnover NIT Shall
amount equal to 20% of the EPC Cost of the Prevail
project as per standard bidding documents of
NHAI
ix In accordance with the Ministry of Finance office We kindly request that the performance bank
memorandum No.F.9/4/2020-PPD dated 12-11-2020, the guarantee be adjusted accordingly.
cap for performance bank guarantees has been set at 3%.
Therefore.
58 RKC R K Chavan Infrastructure Pvt Ltd (Package No. EPC PN –II 19 B)
i With reference to the above subject, we are the Please Refer
eligibility criteria as regards the span requirement CSD
for Major Bridge/ROB/Flyover Proiects. As per the
RFP, 2.2.2.2 ii a, it is stated that if the longest span
of the Bridge/ROB/Flyover is less than or equal to
60m, no addiDonal qualificaDon is required.
Consequently, if the span is equal to or greater
than 50% of the longest span, i.e., 10m, no
addiDonal qualificaDon is necessary
ii We have noDced that our experience cerDficates don't We kindly request that you consider applying GST NIT Shall
include menDon of Goods and Services Tax (GST) within to the work value stated in our cerDficates. Could Prevail
the printed work value. you please clarify whether we should submit the
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
updated value of work done including GST, or only
the base value without GST?
iii Kindly confirm whether the fitness cerDficate from NIT Shall
Assistant Chief Engineer (Mechanical) for Prevail
machinery shall be submioed with technical bid or
awer set up of machinery at site awer award of
tender.
iv We request you to allow bidder to submit NIT Shall
lease/hire agreement for machinery as per Prevail
requirements of machinery provided in the tender
document
v Please allow updaDon factor to update the price of Please Refer
the eligible projects for similar type of work CSD
experience and Financial turnover and of previous
years shall be given weightage of 10% per year
based on Rupee value to bring them to 2023-2024
price level (mulDplying factor for updaDng) 2018-
2019: 1.61, 2019-2020: 1.16, 2020- 2021: 1.33,
2021-2022, -1.21, 2022-23:- 1.10
vi We request you to clarify that the Provisional NIT Shall
Annual ConstrucDon Turnover for FY 2023-24 can Prevail
be included in the computaDon of the Average
Annual ConstrucDon Turnover for the last five
financial years.
vii During the COVID-19 pandemic, all contractor and We kindly request that you skip the financial year NIT Shall
business have faced a significant impact on turnover, 2020-21 when considering the average annual Prevail
which is expected to decrease. construcDon turnover.
viii Please allow average annual construcDon turnover NIT Shall
amount equal to 20% of the EPC Cost of the Prevail
project as per standard bidding documents of
NHAI
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
ix In accordance with the Ministry of Finance office We kindly request that the performance bank
memorandum No.F.9/4/2020-PPD dated 12-11-2020, the guarantee be adjusted accordingly.
cap for performance bank guarantees has been set at 3%.
Therefore.
59 Prancons Infratech (Package No EPC AM –II 44B)
i A)Request (ii) The Bidder shall have a minimum Average Annual As per Central Vigilance Commission leoer Ref Please Refer
for Proposal ConstrucDon Turnover (updated to the price level of the No:- No.12-02-1-CTE-6 CSD
Clause no year based on factors indicated in table below) of Rs. (Office Memorandum) PrequalificaDon Criteria 5.
2.2.2.3 238.05 crores (Rs. Two hundred Thirty-Eight crores Five The following points must be kept in view while
(Financial lakhs Only) [118% of the EsDmate Project Cost] for the last fixing the eligibility
Capacity) 5 (Five) financial years criteria: A) For electrical and civil works
i) Average Annual financial turnover during the last
3 years, ending 31st
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
3) We request that FY 23-24 be included in the
financial capacity calculaDons as the financial year
has ended.
4) Since all the financial capacity calculaDons are
based on 118% of the EsDmated project cost (to
accommodate for GST), we request that our
turnovers be also considered with GST for financial
capacity calculaDon.
60 Prancons Infratech (Package No EPC KN – Zhai Boradi)
i Technical Appendix-B-1 (Schedule B) Typical cross secDon Upon reviewing the typical cross-secDon uploaded In Schedule
Schedule (B) in the technical schedule, it was observed that the H Refer to
highway cross-secDon includes the toe wall other work
secDon. However, a review of Schedule H revealed Sr.no 3
that the descripDon of items does not include any
percentage for the toe wall.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
project cost and length of the project with the construcDon
period of 2.5 years as per the following:
"a. one similar (rigid or similar type of pavement) work of
Rs. 141.47 Crores (Rupees One Hundred and Forty One
Crores Forty Seven lakhs Only) [40% of the EsOmated
Project Cost] and 33.76 KMs [40% of project length in
KMs]"
62 Sagunamata ConstrucOon Pvt .Ltd
i 2.2.2.1 BID Capacity Bidders who inter alia meet the minimum Government ResoluDon No. CAT/2017/PK NIT Shall
qualificaDon criteria will be qualified only if their available 08/Bldg-02, Mantralaya, Mumbai-400031 dated Prevail
BID capacity is more than Rs. Crores [118% of Bid value as 27.09.2018:
per clause 1.1.1] Please this condiDon modified as below: Bid
capacity is equal or more than EsDmate project
cost.
ii 2.2.2.2 Technical Capacity: (ii) For normal Highway projects Provision in Government Circular No. Misc. NIT Shall
(including Major Bridges/ROB/Flyovers/Tunnels): Provided 2019/Q. No.47/Building-2 Mantralaya, Mumbai Prevail
that at least 400032. Dtd- 25.11.2019 Page no. 3
a.one similar (rigid or similar type of pavement) work of The minimum cost of work completed by the
Rs. _____Crores [94.40% of EsDmated project cost]and contractor within the last 5 years shall be three
_____ KMs [80% of project length in KMs] similar works whose cost shall not be less than
Or 40% of the esDmated project cost. OR The
b. two similar (rigid or similar type of pavement) works of minimum cost of work completed by the
Rs. ____Crores [59% of EsDmated Project Cost) and contractor within the last 5 years shall be, two
_____KMs [50% of project length in KMs); each shall have similar works whose cost shall not be less than
been completed from the Eligible Projects in Category 1 50% of the esDmated project cost. OR The
and/or Category 3 specified in Clause 2.2.2.5. For this minimum cost of work completed by the
purpose, a project shall be considered to be completed, if contractor within the last 5 years shall be one
more than 90% of the value of work has been completed similar work whose cost shall not be less than 80%
and such completed value of work is equal to or more than of the esDmated project cost.
94.40%/59%, as the case may be, of the esDmated project Notes:
cost.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
i. There are no condiDons for design/construcDon
experience of rigid and/or flexible payments in
these and
therefore should not be imposed in the RFP rigid
pavement length criteria.
ii. EvaluaDon and QualificaDon Criteria (EQC) of
Bidders As per published RFP by NHAI/MORTH for
all projects provides that the bidder should have
similar contracts of at least one similar of merely
20% of the esDmated cost of the Project.
Therefore, the condiDons imposed by the RPF have
been made stricter arbitrarily not in line with other
highway projects.
iii; Please conder flexible pavement length for rigid
pavement length.
iii 2.2.2.2 Technical Capacity: 2.2.2.2.v. (a to f) a minimum Provision in Government Circular No. Misc. NIT Shall
construcDon experience 2019/Q. No.47/Building-2 Mantralaya, Mumbai Prevail
400032. Dtd- 25.11.2019 Page no. 3 point no.1
(C) The minimum quanDty of the important items
and the quanDty executed in any one year in last 5
years shall be 30% of the quanDty of the important
items of the work under construcDon.
Note: Such condiDons have not been previously
sDpulated in RFPs issued by NHAI/MORTH for
bridges less than or equal to 60 meters.
iv 2.2.2.2.vii Technical Capacity 2.2.2.2.vii. (1 to 11) Requirements related to Please Refer
2.2.2.2.vii. (1 to 11) Requirements related to Machinery Machinery CSD
5. The machinery should be owned by the bidder/ either Submission of Proforma invoices in tender
member of the joint venture. documents should be considered. A fitness
cerDficate from the Assistant Chief Engineer
(Mechanical) should not be made compulsory for
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
6. SupporDng document viz. tax invoice etc. should be machinery for which Proforma invoices are
provided sequenDally for each equipment and the page aoached.
number for the same shall be menDoned. If the bidder is L1, then successor bidder shall be
submi„ng Tax invoice against Proforma invoice
within sDpulated period
v Part-III [Feasibility Report / Detailed Project Report Please provide Detailed Project Report & NIT Shall
provided by the authority EsOmate Prevail
vi 2.10 Format and Signing of BID This tender noDce has been not uploaded on BIMS Please Refer
2.10.1 The Bidder shall provide all the informaDon sought Portal. CSD
under this RFP. The Authority will evaluate only those BIDs
that are received online in the required formats and have Please clarify.
been applied to on BIMS.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
ix General: 1) website hops://www.mahatenders.gov.in NIT Shall
Proceed for bid submission tab not acDve Dll date. Prevail
Please clarify.
2) Please extend tender submission date 15 days
from upload the CSD.
3) What is the status of Land acquiring, Forest
permission?
63 K H ConstrucOon (Package No. EPC AU – II 63 B)
i 19.1(i) It is menDoned that contract price shall not include royalty Please clarify the above contradicDon. Please Refer
charges whereas clause 19.1(ii) menDons that contract CSD
price includes royalty, cess etc.
ii 19.1(i) It is menDoned the contract price shall not include uDlity Kindly clarify the above contracDon. Please Refer
shiwing whereas clause 19.1(ii) menDons that the contract CSD
price also includes the cost of shiwing of
obstrucDnguDliDes (including all centages as applicable by
the uDlity owing department except supervision charges).
iii 14.1 The cost of maintenance as per provisions of clause 19.7 Request is being made to enhance the Please Refer
which further refers to clause 14.1(i) (a), for Flexible/Rigid maintenance charges as per model EPC agreement CSD
pavement with 5 years maintenance period, maintenance of state/NH projects. (Copy of model agreement of
charges nil for 1st year & 0.05% for 2nd, 3rd, 4th& 5th NHAI project is enclosed for reference).
years. It seems to be erroneous as 0.5% of the contract
price for second, third, fourth &1% for fiwh year are
provisioned in EPC contract of flexible pavement. The
maintenance charges are too meager and only 0.05 % of
contract cost for 2nd, 3rd, 4th& 5th Year which is not
jusDfied anyway for a project length of 23.23km.we
request for a relook into this provision and amendment
there of
iv 19.1(i) States that contract price shall not include roadside Please clarify whether the above items of work will NIT Shall
arboriculture, tesDng charges, traffic signage painDng be paid separately apart from contract price. Prevail.
gantry board etc.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
v 2.21.1 MenDons of 7.50%performance security which is slightly Request is being made to make a provision of 3% Please Refer
on higher side and will affect the cash-flow on project (three percent) performance security of bid price CSD
during construcDon. which are being provisioned in most of the EPC
projects under PWD, NH & NHAI projects
considering the liquidly issue.
vi 2.21.1 Provides that "performance security including addiDonal Kindly requested to clarify the above contradicDon Please Refer
performance security shall be restricted to 20% of the and allow the bidder for 3% performance security CSD
accepted bid price. Whereas under arDcle 7 clause 7.1 (i) + maximum3% AddiDonal performance security
(A)(b), maximum limit of addiDonal performance security for ease in cash flow.
shall be limited to 3% of the bid price offered by the
selected bidder.
64 K H ConstrucOon (Package No. EPC AU – II 63 E)
i 19.1(i) It is menDoned that contract price shall not include royalty Please clarify the above contradicDon. Please Refer
charges whereas clause 19.1(ii) menDons that contract CSD
price includes royalty, cess etc.
ii It is menDoned the contract price shall not include uDlity Kindly clarify the above contracDon. Please Refer
19.1(i) shiwing whereas clause 19.1(ii) menDons that the contract CSD
price also includes the cost of shiwing of
obstrucDnguDliDes (including all centages as applicable by
the uDlity owing department except supervision charges).
iii 14.1 The cost of maintenance as per provisions of clause 19.7 Request is being made to enhance the Please Refer
which further refers to clause 14.1(i) (a), for Flexible/Rigid maintenance charges as per model EPC agreement CSD
pavement with 5 years maintenance period, maintenance of state/NH projects. (Copy of model agreement of
charges nil for 1st year & 0.05% for 2nd, 3rd, 4th& 5th NHAI project is enclosed for reference).
years. It seems to be erroneous as 0.5% of the contract
price for second, third, fourth &1% for fiwh year are
provisioned in EPC contract of flexible pavement. The
maintenance charges are too meager and only 0.05 % of
contract cost for 2nd, 3rd, 4th& 5th Year which is not
jusDfied anyway for a project length of 23.23km.we
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
request for a relook into this provision and amendment
there of
iv 19.1(i) States that contract price shall not include roadside Please clarify whether the above items of work will NIT Shall
arboriculture, tesDng charges, traffic signage painDng be paid separately apart from contract price. Prevail
gantry board etc.
v 2.21.1 MenDons of 7.50%performance security which is slightly Request is being made to make a provision of 3% Please Refer
on higher side and will affect the cash-flow on project (three percent) performance security of bid price CSD
during construcDon. which are being provisioned in most of the EPC
projects under PWD, NH & NHAI projects
considering the liquidly issue.
vi 2.21.1 Provides that "performance security including addiDonal Kindly requested to clarify the above contradicDon Please Refer
performance security shall be restricted to 20% of the and allow the bidder for 3% performance security CSD
accepted bid price. Whereas under arDcle 7 clause 7.1 (i) + maximum3% AddiDonal performance security
(A)(b), maximum limit of addiDonal performance security for ease in cash flow.
shall be limited to 3% of the bid price offered by the
selected bidder.
65 M/s Deshmukh and Company (Package Number – EPC kerur)
i. Clause No 40 Performance Security RFP 2.21 P.no.40 As per the Standard MoRTH EPC Please Refer
2.21 tender the performance security for the EPC CSD
Performance Project is limited up to 3% of bid Price. So, looking
Security towards the liquidity crunch faced due to
pandemic, we request you kindly reduce the
performance security from 7.5% to 3% of bid
project cost.
ii. Clause No 40 AddiOonal Performance Security As Per MORTH Circular on dated 29/02/2024 the Please Refer
2.21. 2 relaxaDon for AddiDonal Performance security is CSD
AddiDonal extended and the maximum limit is kept 3% of the
Performance contract Cost. So, looking towards liquidity crunch
Security faced due to pandemic kindly change the point
and allow it for limit up to 3% of Bid project Cost.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
iii. 2.2.2 21 For demonstraDng technical capacity and experience (the As per the standard RFP documents the technical Please Refer
Qualification "Technical Capacity"), the Bidder shall, over the past [5 capacity is same as the value offered in NIT, we CSD
requirement (five)]1 financial year preceding the Bid Due Date, have request you kindly allow the same
s of Bidders: received payments for construcDon of Eligible Project(s),
or has undertaken construcDon works by itself in a EPC/
2.2.2.2 PPP project, such that the sum total thereof, as further
Technical adjusted in accordance with clause 2.2.2.5 (i) & (ii), is more
Capacity than Rs. 319.56 Crores (Rupees Three hundred Nineteen
crores Fiwy-Six lakhs Only) [118% of the Bid value as per
clause 1.1.1] (the "Threshold Technical Capacity")
iv 2.2.2 21 ii) Provided that at least As in MORTH EPC Tenders the similar work clause Please Refer
Qualification a. one similar (rigid or similar type of pavement) work of
considered as "Provided that at least one similar CSD
requirement Rs. 255.64 Crores (Rupees Two hundred Fiwy-Five crores work 20% of EsDmated project cost, for this
s of Bidders Sixty-Four lakhs Only) [94.40% of EsDmated Project Cost)purpose, a project shall be considered to be
and 56.80 KMs [80% of project length in KMs]; Or completed, if more than 90% of the value of work
2.2.2.2 b. Two similar (rigid or similar type of pavement) works of
has been completed & such completed value of
Technical Rs. 159.78 Crores (Rupees One hundred Fiwy- nine crores work equal to or more than 20% of the esDmated
Capacity Seventy-Eight lakhs Only) [59% of EsDmated Project Cost]project cost". which is feasible for bidding, but in
and 35.50 KMs [50% of project length in KMs]; each shallthis RFP the similar work criteria is quite criDcal.
have been completed from the Eligible Projects in So, kindly provide the relaxaDon in similar work
Category 1 and/or Category 3. specified in Clause 2.2.2.5.
criteria and reduce it from 80% to 20% of Project
For this purpose, a project shall be considered to be Cost.
completed, if more than 90% of the value of work has been
Kindly keep the QualificaOon criteria as same as
completed and such completed value of work is equal to the MORTH EPC Tenders, so that the bidders
or more than 94.40%/59%, as the case may be, of the need not to go for Joint venture and which
esDmated project cost directly affect the Work ExecuOon Quality and
losses incurred due to Splizng of Work to the
bidder.
V. Point 2.2.2.2 23 For the above or other contracts executed over the past In Standard EPC tenders, demand of Executed Qty NIT Shall
Technical [5 (five)] Financial years preceding the Bid Due Date, a Criteria was not observed. The tenders are Preavil
Capacity deemed to allow on the basis of Similar work,
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
minimum construcOon experience is required in the technical capacity and Bid Capacity Basis. We
following key acOviOes: request you kindly provide the relaxaDon in this
a. Bidder must demonstrate an experience in criterion
Subgrade/Embankment in roadway for quanDty Kindly keep the QualificaOon criteria as same as
not less than 5,14,037 cubic meters the MORTH EPC Tenders, so that the bidders
b. Bidder must demonstrate an experience in need not to go for Joint venture
StabilizaDon in roadway for quanDty not less than
0 cubic meter.
c. Bidder must demonstrate an experience in
Granular Sub Base (GSB) / Wet Mix Macadam
(WMM) for quanDty not less than 1,31,690 cubic
meters.
d. Bidder must demonstrate an experience in Dry
Lean Concrete (DLC) work for quanDty not less
than 68,153 cubic meters. e. Bidder must
demonstrate an experience in Pavement Quality
Concrete (PQC) work for quanDty not less than
1,08,568 cubic meters.
Bidder must demonstrate an experience of construcDon of
bridge with single span of 10 meters (100% length of
highest span of bridge proposed in project).
vi. Point 2.2.2.2 23 VI) Requirements related to Manpower The bidder shall
In EPC tenders, demand of technical persons was Please Refer
Technical demonstrate availability of following key personnel:
not observed. The tenders are deemed to allow on CSD
Capacity Bidder shall upload this QR based statement downloaded
the basis of Similar work, technical capacity and
from on or before two days of submission. Bid Capacity Basis. We request you kindly provide
the relaxaDon in this criterion.
Vii Point 2.2.2.2 24 Requirements related to Machinery Bidder shall In EPC tenders, demand of related to Machinery Please Refer
Technical demonstrate availability of following machineries was not observed. The tenders are deemed to CSD
Capacity allow on the basis of Similar work, technical
capacity and Bid Capacity Basis. We request you
kindly provide the relaxaDon in this criterion.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
viii 2.2.2.3 26 II)The Bidder shall have a minimum Average Annual As per Standard EPC documents the minimum NIT shall
Financial ConstrucDon Turnover (updated to the price level of the Average Annual turnover is considered as 15% of Prevail
Capacity: year based on factors indicated in table below) of Rs. the EsDmated project cost for last 5 financial
319.56 crores (Rs. Three hundred Nineteen crores Fiwy-Six years. Kindly Consider the Same project cost for
lakhs Only) [118% of the EsOmate Project Cost] for the last last 5 financial years. Kindly Consider the Same
5 (Five) financial years.
ix 2.2.2.3 26 The Bidder must demonstrate that its financial resources As per Standard EPC tenders' criteria for a project Please Refer
Financial defined in Annexure IIIA, less its financial obligaDons for its to qualify as an Eligible project under categories 3 CSD
Capacity current contract commitments defined in Annexure IIIB, and 4 bidders should have received payment from
meet or exceed the total requirement for the Subject its client for construcDon work executed, fully or
Contract of Rs. 31.96 crore (Rupees Thirty-One crores parDally during last 5 financial; years shall qualify
Ninety-Six lakhs) for purposes of compuDng the experience score.
[11.80% of the EsOmated Project cost] However as per this clause receipt of work
executed amount less than 5% shall not reckoned
as an eligible project.
Kindly consider the same eligible criteria for
bidding process, so that the bidders need not to
go for Joint venture. Also Allow to Submit the
Annexure III A And IIIB for the same project.
x 2.2.2.6 28-29 For a project to qualify as an Eligible Project under As per Standard EPC tenders' criteria for a project Please Refer
Eligible Categories 3 and 4, the Bidder should have received to qualify as an Eligible project under categories 3 CSD
Experience payments from its client(s) for construcDon works and 4 bidders should have received payment from
on Eligible executed, fully or parDally, or work executed and cerDfied its client for construcDon work executed, fully or
Projects in by the Engineer-in- charge/Independent parDally during last 5 financial; years shall qualify
respect of Engineer/Authority's Engineer during the 5(five) financial for purposes of compuDng the experience score.
each years immediately preceding the Bid Due Date, and only However as per this clause receipt of work
category: the amounts (gross) actually received/ work executed, executed amount less than 5% shall not reckoned
during such 5 (five) financial years shall qualify for as an eligible project.
purposes of compuDng the Experience Score. However, Kindly consider the same eligible criteria for
receipts of or work executed amount less than [Rs. 31.96 bidding process, so that the bidders need not to
crores (Rs. Thirty-One crores Ninety-Six lakhs Only)] shall go for Joint venture
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
not be reckoned as receipts for Eligible Projects. For the
avoidance of doubt, construcDon works shall no include
supply of goods or equipment except when such goods or
equipment form part of a turn- key construcDon contract /
EPC contract for the project. Further, the cost of land and
also cost towards pre-construcDon acDviDes (like shiwing
of uDliDes etc.) shall not be included hereunder.
xi Schedule 3.1 Major JuncDon and Minor JuncDon As in schedule B total 3 no's of Major JuncDon and NO juncDon
30 no's of Minor JuncDons are listed for improvemen
development, but the cost for the same is not t are
included in Schedule H. kindly clarify revise the considered
Schedule H.
xii Schedule 4.0 Road Embankment and Cut SecDon. If required the turfing and Chute Drains are The
provided at embankment height more than 3 m. CondiDon in
kindly provide relaxaDon and allow point for COS RFP Shall
due to heavy cost. Prevail
xiii Schedule Repair and strengthening of bridges and Structure As per schedule B the repair and strengthening of The
7.4.3 4 structures are proposed in point no 7.4.3 (a & CondiDon in
b) but the cost is not included in Schedule H. RFP Shall
kindly Specify. Prevail
xiv Schedule 8 Traffic Control devices and road safety Works As in schedule B & C point no 8, road safety devises The
including Solar Blinkers are required to provide, as CondiDon in
instructed by Authority Engineer. The cost for RFP Shall
following Safety work is not included in Schedule Prevail
H kindly specify.
xv Schedule 9 Road furniture The details of road furniture are not listed in Road
Schedule B nor menDoned as deleted kindly furniture
JusDfy. The cost is also not included in Schedule H. tender will
be executed
separately
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
xvi Agreement 36 The Contractor shall maintain all documents and records Please reduce the Period up to end of the DLP. NIT Shall
Point 4.1 related to the Contract for a period of Ten (10) years awer Prevail
(xiv) compleDon of the Works. The Contractor shall provide
any documents necessary for the invesOgaOon of
allegaOons of fraud, collusion, coercion, or corrupOon
and require its employees or agents with knowledge of the
Contract to respond to quesDons from Authority.
xvii Agreement 48 Requirement of retaining wall or increase in its length to Please give us the payment clarificaDon for extra The
Point 6.1 protect embankment shall be assessed by the Contractor in length. CondiDon in
(viii) keeping in view Right of way available. No extra payment RFP Shall
will be given by the Authority for retaining wall or increase Prevail
in its length or protecDve measures required for
protecDon or safety of project.
xvii Agreement 53 The ParDes agree that in the event of TerminaDon of this Performance Security & AddiOonal Performance Please Refer
i Point 7.5 Agreement, the RetenDon Money specified in this Clause security are to be deposited as per the above CSD
7.5 shall be treated as if they are Performance Security clause. Kindly provide the relaxaDon in this point.
and shall be reckoned as such for the purposes of
TerminaDon Payment under Clause 23.6.
xix Agreement 91 For flexible/ rigid pavement with 5 years Maintenance The Maintenance cost provided is very less as Please Refer
Point 14.1 Period including structures: no maintenance charges shall compare to EPC contract. Also please provide at CSD
be paid for the first year; 0.05% of the Contract Price each least 0.5% on the contract cost from the first year
for the second, third, fourth and fiwh year. and upto the maintenance period. Please Clarify
Also, the contract price for flexible pavement and contract about the maintenance of Structures. In above it
price for rigid pavement shall be as bifurcated in Schedule is seen that only Flexible and rigid pavement
H amounts bifurcated in Schedule H for the
Maintenance payment.
66 T AND T Infra LTD(Package number – Cable stayed)
SecDon 1 06 Time Limit 30 Months Considering the volume and spread of the project NIT Shall
the Dme duraDon should be minimum 36 Months Previl
Instead of 30 Months (excluding Monsoon)
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Clause 1.2.4 07 2 A Bidder is required to submit, along with its BID, a BID Kindly amend this clause as "A Bidder is required Please Refer
Security of Rs 3.06 Crores (Rupees Three Crores Six Lakhs to submit, along with its BID, a BID Security of Rs. CSD
and Thirty Three Lakhs Only) [As per format at Appendix- 3.06 Crores (Rupees Three Crores Six Lakhs and
11] Thirty Three Lakhs Only) [As per format at
Appendix-li] In the form of BID Security shall be
submioed in the form of Insurance Surety Bond,
Account Payee Demand Draw, Banker's Cheque or
Electronic Bank Guarantee (e-Bank Guarantee)
2.2.2.2. 20 One similar Major Bridge/ROB/Flyover project in the last We presume that only Cable Stayed Bridge Please Refer
10 (Ten) financial years preceding the Bid Due Date, having experience is considered under the definaDon of CSD
span equal to or greater than 144 meters (80% of the Similar work
longest span of 180 meters). Or
19.2 We request you to grant 10% Interest-fees NIT Shall
The Authority shall make an interest-bearing advance MobilizaDon advance against Bank Guarantee for Prevail
payment (the "Advance Payment") "Bank Rate + 3%". the same amount of MobilizaDon Advance.
equal to 10% (ten percent) of the Contract Price,
exclusively 4 for mobilisaDon expenses. The Advance
Payment for mobilisaDon expenses shall be made in two
instalments each equal to 5% (five percent) of the Contract
Price. The second 5% (five percent) mobilizaDon advance
would be released awer submission of uDlizaDon
cerDficate by the Contractor for the first 5% (five per cent)
advance already released earlier.
ArDcle 19.1 89 it is stated that Contract Price shall not include the cost of NIT Shall
Maintenance, uDlity shiwing, royalty charges, roadside Please specify whether royalty is to be included in prevail
arboriculture, tesDng charges, traffic signages, painDng offer or otherwise? Same about cess.
gantry board and Goods and Services Tax (GST) In 19.1.(ii)
The Contract Price includes all duDes, taxes (excluding GST
which shall be payable at the applicable rates) royally,
cess, charges, and fees that may be levied in accordance
with the laws and regulaDons in force
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Design approval process. Kindly specify the procedure for design approval
ArDcle 19.10 113,11 The WPI for the month three months prior to the month Please make it "The WPI for the month 30 days NIT Shall
5 to which the IPC relates prior to the month to which the IPC relates Prevail
ArDcle 19.12 117 WI=The wholesale price index (all commodiDes) for the NIT Shall
first day of the quarter under consideraDon for WI=The wholesale price index (all commodiDes) Prevail
determining the price adjustment for the first day of the month under consideraDon
for determining the price adjustment
ArDcle 27.28 Pg No payment shall be admissible unless the Insurance is Whether insurance premium is reimbursable. NIT Shall
153,15 compiled as per ArDcle 20 Prevail
4
Schedule H Is contractor allowed to modify the viaduct Length Please Refer
Length of the Bridge being a EPC contract? CSD
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Bid Capacity. Technical and Financial Capacity required as
per Clause 2.2.2.1.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
form of Insurance Surety Band in the form set forth in please amend this clause as, Maximum limit of
Annex-III of Schedule-G (the "Performance Security") for Performance Security shall be limited to 3% of the
an amount equal to 7.50% (Seven and half percent), Bid price offered by the selected bidder.
bifurcated in two parts of 4.5% (four and half percent) and
3% (three percent) of its Bid Price.
Clause 4.2 The Contractor, whether Joint Venture or sole, shall not RelaxaDon for this Clause condiDon of subcontract NIT Shall
sub-contract any Works in more than 49% (forty-nine per criteria. Prevail
cent) of the Contract Price and shall carry out Works
directly under its own supervision and through its own
personnel and equipment in at least 51% (fiwy-one per
cent) of the Contract Price. Further, in case the
Contractors a Joint Venture, then the Lead Member shall
carry out Works directly through its own resources (men,
material and machines etc.) in at least 51% (fiwy-one per
cent) of total length of the Project Road. Provided,
however, that in respect of the Works carried out directly
by the Contractor, it may enter Into contracts for the
supply and installaDon of Materials, Plant, equipment,
road furniture, safety devices and labour, as the case may
be, for such Works For the avoidance of doubt, the ParDes
agree that the Contractor may sub- divide the aforesaid
length of 51% (fiwy-one per cent)in no more than 5 (five)
secDons of the Project Road. The ParDes further agree that
all obligaDons and liabiliDes under this Agreement for the
enDre Project Road shall at all Dmes remain with the
Contractor.
Hill Area Factors for Rate analysis Please consider Hill area factors for Rate analysis NIT Shall
of each items in esDmate of the project Prevail
Royalty Royalty charges not considered in Schedule-H. It Please Refer
should be disclosed who will pay the mining CSD
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
license and royalty charges during the earth filling
work
Clause 19.2 The Contractor may apply to the Authority for the first We request you to grant 10% Interest - free NIT Shall
(vi) instalment of the Advance Payment at any Dme awer the MobilizaDon advance against Bank Guarantee for Prevail
Appointed Date, along with an irrevocable and the same amount of MobilizaDon advance.
uncondiDonal bank guarantee/ e-Bank guarantee from a
Bank for an amount equivalent to 110% (one hundred and
ten per cent) of such instalment, substanDally in the form
provided at Annex-III of Schedule-G, to remain effecDve Dll
the complete
68. Waterfront ConstrucOon Pvt Ltd [Package No= EPC AU-II (63A)]
i. Clause2.2.2.2 One similar (rigid or similar type of pavement) work of Rs. In RFP it is menDoned that "One Similar work Please Refer
(ii) 217.06Crores (Rupees Two hundred Seventeen Crores shall be of Rigid or Similar Type of Pavement" CSD
Seventeen lakhs Only) [94.40% of EsOmated Project Cost) It is requested to kindly clarity and consider
and 36.24 KMs [80% o! project length in KMs] Flexible Pavement in Similar Type of Work.
ii Clause2.2.2.2 Bidder must demonstrate an experience in StabilizaOon in Experience of Soil StabilizaDon for quanDty. Not NIT Shall
(v) b. roadway for quanOty not less than 2,21,049 cubic meters. less than 2,21,049 cum, is required as per Clause Prevail
2.2.2.2 (v) b.
However, as per defined scope of work soil
stabilizaDon is not required to be executed.
Therefore, it is requested to kindly dilute the
requirement to demonstrate experience oأ
StabilizaDon in roadway.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Clause Bidder shall upload QR based Bid Capacity CerDficate QR based Bid Capacity CerDficate from Please Refer
2.2.2.1 downloaded on or before two days of submission from 'bidcap.emahapwd.com" Portal has been made CSD
Portal "bidcap.emahapwd.com". If this bid capacity mandatory for bidding.
cerDficate is not uploaded then tender shall be treated as
non- Responsive. "emahapwd Portal" signup and login facility is not
available for firm's having their presence and
establishment outside Maharashtra State.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
iv Article 6 The length of RCC drains & other drains shall be assessed It is to be noted that the length of RCC Drain NIT Shall
Clause viii by the Contractor to discharge the water up to the natural menDoned in the Schedule-B of the Draw Refer
drain or C. D. work. No Extra payment will be given by the Concession Agreement is 2.98 KM and further in
Authority for any increase in the length of the drain on this notes it is stated that the specified length is
account. tentaDve. We hereby wish to bring into noDce of
the Authority that as per MORTH NHA! Guidelines
vide their leoer No. 18.53/2020 dated 17.09.2020.
Tabular Head [E] point no 04, it is been specified
that Words "TentaDve. Approximate, minimum
etc" must not he used in defining the Scope
Further, it is to be noted that as per ArDcle 13
Contractor shall be liable to receive COS. payments
for works executed beyond the defined scope of
work.
Therefore, it is requested to the Authority that
Clause viii of ArDcle 6 should be removed from the
Draw copy uploaded with RFP.
v. Article – Performance Security Within 30 (thirty) days of receipt of Performance Security for an amount equal to Please Refer
Clause 7.1 Leoer of Acceptance, the selected Bidder shall furnish to 7.50% (Seven and half percent), bifurcated in two CSD
the Authority in the form of Insurance Surety Bond in the parts of 4.5% (four and half percent) and 3% (three
form set forth in Annex-III of Schedule-G (the percent) of its Bid Price, has to be submioed by
"Performance Security") for an amount equal to 7.50% contractor during LOA.
(Seven and half percent), bifurcated in two parts of 4.5%
(four and half percent) and 3% (three percent) of its Bid However, from Clause 7.40 of the DCA, the process
Price
for release of this bifurcated performance security
is not specific.
We request the Authority to kindly us enlighten on
procedure for release of performance security.
vi. Article 7 From every payment for Works due to the Contractor in As per Clause 7.1 of the DCA, performance security NIT Shall
Clause 7.5 accordance with the provisions of Clause 19.5, the for an amount equal to 7.50% of the Project Cost prevail
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Authority shall deduct 6% (six per cent) thereof as has to be submioed by the selected bidder during
guarantee money for performance of the obligaDons of the award of the work.
Contractor during the ConstrucDon Period (the "RetenDon Considering same if further RetenDon Money of
Money") subject to the condiDon that the maximum 6% is been deducted from RA Bills, Total amount
amount of RetenDon Money shall not exceed 5% (five per of the 12.50% project cost will be withheld by
cent) of the Contract Price. Authority during ConstrucDon Period. This shall
affect the project cashflow also will create financial
burden over Contractor. Further, it is interpreted
that 7.50 % of performance security is been asked
by Authority as guarantee money for contractor's
performance at the start of the Project itself.
Hence, we hereby request that there should be no
need for deducDon of retenDon money from RA
Bills.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
allowing for submission of Change of Scope Dll
finalizaDon of the works.
Viii Article 19 ArDcle 19 Clause (i) it is menOoned that "For the It is been noted that. Clause (i) and Clause (ii) of Please Refer
Clause (i) avoidance of doubt, the ParOes expressly agree that the the ArOcle 19 are contradictory to each other. CSD
and (ii) Contract Price shall not include the cost of Maintenance.
uOlity shijing, royalty charges, roadside arboriculture, We hereby request Authority to clarify the
tesOng charges, traffic signages, painOng gantry board factors considered in Contract Price to enable the
and Goods and Services Tax (GST)." bidder for; placing appropriate and OpOmum Bid
Whereas in ArDcle 19 Clause (ii) it is menDoned that "The
Contract Price includes all duDes, taxes (excluding GST.
which shall be payable at the applicable rates), royalty,
cess, charges, and fees that may be levied in accordance
with the laws and regulaDons in force as on the Base Date"
ix Schedule A Wherever the dispute is raised by farmer or property In accordance to ArDcle 8 of the Draw Concession As desired
Clause 2 owner along the stretch, the cost of addiDonal safety Agreement, Authority shall provide Right of way the exisDng
precauDons to be taken on account of such reduced ROW free from all encroachments and encumbrances. ROW along
shall be borne by the contractor. the road
It is to be noted, that idenDfying ROW affected alignment in
length is not possible at the Pre-Bidding Stage/ quesDon
design phase. Also, cost implicaDon for ROW issue acceptant
may differ upon the various unforeseen factors. from
Therefore, it is requested that while execuDng Cadastral
work Authority shall direct the Contractor for Map is
addiDonal measures to be taken of such ROW herewith
reduced length. Thereawer, the cost payable Supplied for
towards such addiDonal works to be determined your ready
during execuDon and should be paid above the Bid reference
Project Cost
X Schedule B The TCS menDoned above are minimum and shall be It is to be noted that change in length of TCS NIT Shall
Clause 2 achieved by the Contractor. The changes given in above /Project length has substanDal cost implicaDons Prevail
tables are indicaDve and may change as per site condiDons which can't be determined at the Bid EvaluaDon
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Stage Preliminary Survey. Further it is to be
considered that as per MORTH/NΗΛΙ Guidelines
vide their leoer No. 18.53/2020 dated 17.09.2020.
Tabular Head [E] point no 0-1. it is been specified
that Words "TentaDve. Approximate, minimum
etc" must not be used in defining the Scope
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
5.3.2.(a), Contractor, however, this shall not be treated as change of As per site condiDons ROW issues Contractor may
6(ii),7.1.1, scope." require to execute addiDonal work which is
7.2.1, 7.2.3, beyond scope of work /which can't be determined
12.1, 12.2 during design stage.
Further it is to be considered that as per MORTH,
NHAI Guidelines vide their leoer No. 18.53/2020
dated 17.09.2020. Tabular Head [E] point no 04, it
is been specified that Words "TentaDve.
Approximate, minimum etc" must not be used in
defining the Scope.
Thus we request Authority to clearly define scope
of work so that considerable bid would be placed
by interested bidders.
xiii Schedule B Rumble Strips: - The crossroad juncOons as menOoned It is been defined in Schedule-B clause 3.10 to NIT Shall
Clause 3.10 above shall be provided with Rumble strips at the provide Rumble Strips at the approach of Prevail
approach of juncOons as per IRC: 99-2018 and as per IRC: juncDons. However as per Schedule-H/ArDcle 19
SP 73-2018. of DCA, road furniture works is not the scope and
part of this contract. Therefore, it is requested to
omit the condiDon of providing Rumble Strips
from Scheduled Scope.
xiv. Schedule B Roadside furniture shall be provided in accordance with It is been defined in Schedule-B clause 9.10 to NIT Shall
Clause 9.10 the provisions of SecOon 9 of the Manual the list given provide Roadside furniture for project length. Prevail
below is indicaOve and contractor must provide However as per Schedule-H and ArDcle 19 of DCA,
addiOonal road safety measures as per direcOon from road furniture works is not the scope and part of
PWD/AE and shall not be considered as COS. this contract. Therefore, it is requested to omit the
condiDon of providing Roadside Furniture from
Scheduled Scope.
Xv Schedule B As per Clause 9.7.1 W beam barrier shall be provided along It is been defined in Schedule-B clause 12.10 to NIT Shall
Clause 12.1 all curves having radii up to 450m for complete length of provide, W beam barrier shall be provided along Prevail
Schedule C curves including transiDons and 20m further before and all curves having radii up to 450m for complete
Clause 2 ii awer the curve. Above length of the W-Beam metal crash length of curves. However as per Schedule-H and
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
barriers is indicaDve and minimum specified, the actual ArDcle 19 of DCA, road furniture items such as W-
length of the W-Beam metal crash barriers, shall be Beam Barrier is not the scope and part of this
determined by the Contractor in accordance with the contract.
Manual requirements with approval from the Authority's
Engineer. Any increase in the length and locaDon specified Therefore, it is requested to omit the condiDon of
in this Clause of Schedule B shall not consDtute a Change providing W beam barrier from Scheduled Scope.
of Scope.
xvi. Schedule C There are few exisDng approaches to the adjoining farms It is been noted that though scope ot Providing NIT Shall
Clause 2 (i) along the road. The farmers take their machinery to the NP-3 Pipe is menDoned in Schedule-C Clause 7(i), Prevail
farms using these approaches. The contractor should carry there is no cost provision for same in Schedule-11
out survey of such exisDng approaches and new of the DCA. Further, exact scope of work is not
approaches that may be necessary and should provide defined in this Clause, however as seen in Plan and
proper approaches to the farms by providing NP-3 class Profile published it is noted the there is habitaDon
pipes of sufficient diameter and length so that farmers can almost along the enDre length. Hence, specific
take their machinery to the farms with convenience. The details of scope for providing NP-3 Hume Pipe are
contractor should assess the number of such exisDng and necessary to understand Scope of work
new approaches necessary to be provided along both sides
of the road and should include the cost of the same in his Further it is to be considered that as per MORTH
Bid. No change of scope will be allowed for this parDcular NHAI Guidelines vide then leoer No. 18.53.2020
item. dated 17.09.2020. Tabular Head [E] point no 04. it
is been specified that Words "TentaDve.
Approximate, minimum etc. must not be used in
defining the Scope. We therefore request
Authority to kindly consider appropriate cost for
same clarify regarding the defined scope of work.
Xvii Schedule D No Claim will be entertained on account of delay in uDlity Schedule-B of the DCA, uDlity shiwing works is not NIT Shall
shiwing what so ever. The EPC Contractor/Concessionaire included in Contractor's scope. Further, it is to be prevail
shall manage the work front and planned the construcDon noted that since UDlity Shiwing works is not part of
acDvity considering this aspect. defined scope it's an unforeseen acDvity for EPC
Contractor, thus any delay in execuDon for same
cannot be controlled by EPC contractor.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Therefore, it is requested to delete /omit Point No
I on Page 97 of the Schedules under heading
"Following points are mandatory to the EPC
contractor".
Xvii Schdule D MSIDC intends to carry out 3rd Party inspecDon (T.P.I) Draw Concession Agreement, cost for tesDng NIT shall
i from MSIDC approved NABL accredited laboratory apart charges have not been include in the Bid Project Prevail
from Authority Engineer & in house lab tesDng by the Cost/Tendered Value. Therefore, it is requested to
contractor / concessionaire. CosDng of All such tesDng delete /omit Point No 2 on Page 97 of the
shall be borne by Contractor/concessionaire. Schedules under heading "Following points are
mandatory to the EPC contractor
Xix Schedule H the Draw Concession Agreement, considered for execuDon Please consider the current rate of 2024-2025 and NIT shall
of Earthwork upto Sub-Grade. factual lead of quarry should be considered and Prevail
also the topography should be considered as a
workable with specificaDon.
Xx Schedule the procedure for Stage Payment is been defined wherein the procedure for Stage Payment is been defined
Clause 1.3 it is been suggested that payment shall be made on pro wherein it is been suggested that payment shall be
rata basis on compleDon of a stage 5(five) km. length. made on pro rata basis on compleDon of a stage
5(five) km. length.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
500 Meters / work executed within month should
be measured and payment to be done for case of
work execuDon and conDnuous cash flow.
69 Waterfront ConstrucOon Pvt Ltd [Package No= EPC PN-II (19B)]
i. Clause2.2.2.2 One similar (rigid or similar type of pavement) work of Rs. In RFP it is menDoned that "One Similar work Please Refer
(ii) 234.81Crores (Rupees Two hundred Thirty Four crores shall be of Rigid or Similar Type of Pavement" CSD
Eighty One Lakhs Only) [94.40% of EsOmated Project It is requested to kindly clarity and consider
Cost) and 35.76 KMs [80% o! project length in KMs] Flexible Pavement in Similar Type of Work.
ii Clause Bidder shall upload QR based Bid Capacity CerDficate QR based Bid Capacity CerDficate from Please Refer
2.2.2.1 downloaded on or before two days of submission from 'bidcap.emahapwd.com" Portal has been made CSD
Portal "bidcap.emahapwd.com". If this bid capacity mandatory for bidding.
cerDficate is not uploaded then tender shall be treated as
non- Responsive. "emahapwd Portal" signup and login facility is not
available for firm's having their presence and
establishment outside Maharashtra State.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Further, it is to be noted that as per ArDcle 131
Contractor shall be liable to receive COS payments
for works executed beyond the defined scope of
work.
Therefore, it is requested to the Authority that
Clause vii of ArDcle 6 should be removed from the
Draw copy uploaded with RFP.
iv Article 6 The length of RCC drains & other drains shall be assessed It is to be noted that the length of RCC Drain NIT Shall
Clause viii by the Contractor to discharge the water up to the natural menDoned in the Schedule-B of the Draw Prevail
drain or C. D. work. No Extra payment will be given by the Concession Agreement is 2.98 KM and further in
Authority for any increase in the length of the drain on this notes it is stated that the specified length is
account. tentaDve. We hereby wish to bring into noDce of
the Authority that as per MORTH NHA! Guidelines
vide their leoer No. 18.53/2020 dated 17.09.2020.
Tabular Head [E] point no 04, it is been specified
that Words "TentaDve. Approximate, minimum
etc" must not he used in defining the Scope
Further, it is to be noted that as per ArDcle 13
Contractor shall be liable to receive COS. payments
for works executed beyond the defined scope of
work.
Therefore, it is requested to the Authority that
Clause viii of ArDcle 6 should be removed from the
Draw copy uploaded with RFP.
v. Article – Performance Security Within 30 (thirty) days of receipt of Performance Security for an amount equal to Please Refer
Clause 7.1 Leoer of Acceptance, the selected Bidder shall furnish to 7.50% (Seven and half percent), bifurcated in two CSD
the Authority in the form of Insurance Surety Bond in the parts of 4.5% (four and half percent) and 3% (three
form set forth in Annex-III of Schedule-G (the percent) of its Bid Price, has to be submioed by
"Performance Security") for an amount equal to 7.50% contractor during LOA.
(Seven and half percent), bifurcated in two parts of 4.5%
However, from Clause 7.40 of the DCA, the process
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
(four and half percent) and 3% (three percent) of its Bid
Price for release of this bifurcated performance security
is not specific.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
specific Change of C Scope, be it posiDve or negaDve, the a been executed at the site. Further it is be
Contractor shall submit his proposal for 7 the said Change considered that, during execuDon of HAM Phase-!
of Scope involving T addiDonal cost or reducDon in cost. works. Change of Scope has mainly aroused in the
Any such Change of Scope shall be made and valued in almost all the works when work has been executed
accordance with the provisions of this ArOcle 13. nearly 75% of the length.
Therefore, we request the Authority to modify the
Clause 13 (i) and Clause 13 (ii) of the DCA and thus
allowing for submission of Change of Scope Dll
finalizaDon of the works.
vii. Article 19 ArDcle 19 Clause (i) it is menOoned that "For the It is been noted that. Clause (i) and Clause (ii) of Please Refer
Clause (i) avoidance of doubt, the ParOes expressly agree that the the ArOcle 19 are contradictory to each other. CSD
and (ii) Contract Price shall not include the cost of Maintenance.
uOlity shijing, royalty charges, roadside arboriculture, We hereby request Authority to clarify the
tesOng charges, traffic signages, painOng gantry board factors considered in Contract Price to enable the
and Goods and Services Tax (GST)." bidder for; placing appropriate and OpOmum Bid
Whereas in ArDcle 19 Clause (ii) it is menDoned that "The
Contract Price includes all duDes, taxes (excluding GST.
which shall be payable at the applicable rates), royalty,
cess, charges, and fees that may be levied in accordance
with the laws and regulaDons in force as on the Base Date"
viii Schedule A Wherever the dispute is raised by farmer or property In accordance to ArDcle 8 of the Draw Concession NIT Shall
Clause 2 owner along the stretch, the cost of addiDonal safety Agreement, Authority shall provide Right of way prevail
precauDons to be taken on account of such reduced ROW free from all encroachments and encumbrances.
shall be borne by the contractor.
It is to be noted, that idenDfying ROW affected
length is not possible at the Pre-Bidding Stage/
design phase. Also, cost implicaDon for ROW issue
may differ upon the various unforeseen factors.
Therefore, it is requested that while execuDng
work Authority shall direct the Contractor for
addiDonal measures to be taken of such ROW
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
reduced length. Thereawer, the cost payable
towards such addiDonal works to be determined
during execuDon and should be paid above the Bid
Project Cost
Ix Schedule B The TCS menDoned above are minimum and shall be It is to be noted that change in length of TCS NIT Shall
Clause 2 achieved by the Contractor. The chainages given in above /Project length has substanDal cost implicaDons Prevail
tables are indicaDve and may change as per site condiDons which can't be determined at the Bid EvaluaDon
Stage Preliminary Survey. Further it is to be
considered that as per MORTH/NΗΛΙ Guidelines
vide their leoer No. 18.53/2020 dated 17.09.2020.
Tabular Head [E] point no 0-1. it is been specified
that Words "TentaDve. Approximate, minimum
etc" must not be used in defining the Scope
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
We therefore request the Authority to kindly
clarify on aforesaid point by giving due provision
for Retaining Wall revising the TCS to be
implemented in said length.
xi Schedule B In Notes for all these Clauses it is menOoned that it is in It is to be noted that change in quanDty of any of NIT Shall
Clause 1.2.1, general specified that, "The details given in above tables the parameter item included in scope of work Prevail
2.5.2, 2.11(a) are indicaDve and any addiDonal QuanDty required in the can't be determined at the Bid EvaluaDon Stage
(5), 3.1, Project Highway shall have to be constructed by the 'Preliminary Survey.
5.3.2.(a), Contractor, however, this shall not be treated as change of As per site condiDons ROW issues Contractor may
6(ii),7.1.1, scope." require to execute addiDonal work which is
7.2.1, 7.2.3, beyond scope of work /which can't be determined
12.1, 12.2 during design stage.
Further it is to be considered that as per MORTH,
NHAI Guidelines vide their leoer No. 18.53/2020
dated 17.09.2020. Tabular Head [E] point no 04, it
is been specified that Words "TentaDve.
Approximate, minimum etc" must not be used in
defining the Scope.
Thus we request Authority to clearly define scope
of work so that considerable bid would be placed
by interested bidders.
Xii Schedule B The crossroad juncOons as menOoned above shall be It is been defined in Schedule-B clause 3.10 to NIT Shall
Clause 3.10 provided with Rumble strips at the approach of juncOons provide Rumble Strips at the approach of Prevail
as per IRC: 99-2018 and as per IRC: SP 73-2018. juncDons. However as per Schedule-H/ArDcle 19
of DCA, road furniture works is not the scope and
part of this contract. Therefore, it is requested to
omit the condiDon of providing Rumble Strips
from Scheduled Scope.
xiii Schedule B Roadside furniture shall be provided in accordance with It is been defined in Schedule-B clause 9.10 to NIT Shall
Clause 9.10 the provisions of SecOon 9 of the Manual the list given provide Roadside furniture for project length. Prevail
below is indicaOve and contractor must provide However as per Schedule-H and ArDcle 19 of DCA,
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
addiOonal road safety measures as per direcOon from road furniture works is not the scope and part of
PWD/AE and shall not be considered as COS. this contract. Therefore, it is requested to omit the
condiDon of providing Roadside Furniture from
Scheduled Scope.
xiv. Schedule B As per Clause 9.7.1 W beam barrier shall be provided along It is been defined in Schedule-B clause 12.10 to NIT Shall
Clause 12.1 all curves having radii up to 450m for complete length of provide, W beam barrier shall be provided along Prevail
Schedule C curves including transiDons and 20m further before and all curves having radii up to 450m for complete
Clause 2 ii awer the curve. Above length of the W-Beam metal crash length of curves. However as per Schedule-H and
barriers is indicaDve and minimum specified, the actual ArDcle 19 of DCA, road furniture items such as W-
length of the W-Beam metal crash barriers, shall be Beam Barrier is not the scope and part of this
determined by the Contractor in accordance with the contract.
Manual requirements with approval from the Authority's
Engineer. Any increase in the length and locaDon specified Therefore, it is requested to omit the condiDon of
in this Clause of Schedule B shall not consDtute a Change providing W beam barrier from Scheduled Scope.
of Scope.
xv Schedule C There are few exisDng approaches to the adjoining farms It is been noted that though scope ot Providing NIT
Clause 2 (i) along the road. The farmers take their machinery to the NP-3 Pipe is menDoned in Schedule-C Clause 7(i), Shall Prevail
farms using these approaches. The contractor should carry there is no cost provision for same in Schedule-11
out survey of such exisDng approaches and new of the DCA. Further, exact scope of work is not
approaches that may be necessary and should provide defined in this Clause, however as seen in Plan and
proper approaches to the farms by providing NP-3 class Profile published it is noted the there is habitaDon
pipes of sufficient diameter and length so that farmers can almost along the enDre length. Hence, specific
take their machinery to the farms with convenience. The details of scope for providing NP-3 Hume Pipe are
contractor should assess the number of such exisDng and necessary to understand Scope of work
new approaches necessary to be provided along both sides
of the road and should include the cost of the same in his Further it is to be considered that as per MORTH
Bid. No change of scope will be allowed for this parDcular NHAI Guidelines vide then leoer No. 18.53.2020
item. dated 17.09.2020. Tabular Head [E] point no 04. it
is been specified that Words "TentaDve.
Approximate, minimum etc. must not be used in
defining the Scope. We therefore request
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Authority to kindly consider appropriate cost for
same clarify regarding the defined scope of work.
xV Schedule D No Claim will be entertained on account of delay in uDlity Schedule-B of the DCA, uDlity shiwing works is not NIT Shall
shiwing what so ever. The EPC Contractor/Concessionaire included in Contractor's scope. Further, it is to be Prevail
shall manage the work front and planned the construcDon noted that since UDlity Shiwing works is not part of
acDvity considering this aspect. defined scope it's an unforeseen acDvity for EPC
Contractor, thus any delay in execuDon for same
cannot be controlled by EPC contractor.
Therefore, it is requested to delete /omit Point No
I on Page 97 of the Schedules under heading
"Following points are mandatory to the EPC
contractor".
xVi Schdule D MSIDC intends to carry out 3rd Party inspecDon (T.P.I) Draw Concession Agreement, cost for tesDng NIT Shall
from MSIDC approved NABL accredited laboratory apart charges have not been include in the Bid Project Prevail
from Authority Engineer & in house lab tesDng by the Cost/Tendered Value. Therefore, it is requested to
contractor / concessionaire. CosDng of All such tesDng delete /omit Point No 2 on Page 97 of the
shall be borne by Contractor/concessionaire. Schedules under heading "Following points are
mandatory to the EPC contractor
xVii Schedule H the Draw Concession Agreement, considered for execuDon Please consider the current rate of 2024-2025 and NIT Shall
of Earthwork upto Sub-Grade. factual lead of quarry should be considered and Prevail
also the topography should be considered as a
workable with specificaDon.
xvii Schedule the procedure for Stage Payment is been defined wherein the procedure for Stage Payment is been defined NIT Shall
. Clause 1.3 it is been suggested that payment shall be made on pro wherein it is been suggested that payment shall be Prevail
rata basis on compleDon of a stage 5(five) km. length. made on pro rata basis on compleDon of a stage
5(five) km. length.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Lane works also there can hurdles during actual
site execuDon.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
payments for works executed beyond the defined
scope of work.
Therefore, it is requested to the Authority that
Clause | vii of ArDcle 6 should be removed from
the DraD copy uploaded with RFP.
iii. ArDcle Performance Security Within 30 (thirty) days of receipt of Performance Security for an amount equal to Please Refer
Clause 7.1 Leoer of Acceptance, the selected Bidder shall furnish to 3.00% (Three percent). Please be considered. CSD
the Authority in the form of Insurance Surety Bond in the
form set forth in Annex-III of Schedule-G (the
"Performance Security") for an amount equal to 7.50%
(Seven and half percent), bifurcated in two parts of 4.5%
(four and half percent) and 3% (three percent) of its Bid
Price
iv. Clause RetenDon Money As per Clause 7.1 of the DCA, performance security Please Refer
ArDcle 7 From every payment for Works due to the Contractor in for an amount equal to 7.50% of the Project Cost CSD
Clause 7.5 accordance with the provisions of Clause 19.5, the has to be submioed by the selected bidder during
Authority shall deduct 6% (six per cent) thereof as award of the work.
guarantee money for performance of the obligaDons of Considering same if further RetenDon Money of
the Contractor during the ConstrucDon Period (the 6% is been deducted from RA Bills, Total amount
"RetenDon Money") subject to the condiDon that the of the 12.50% project cost will be withheld by
maximum amount of RetenDon Money shall not exceed Authority during ConstrucDon Period. This shall
5% (five per cent) of the Contract Price. affect the project cashflow also will create
financial burden over Contractor. Further, it is
interpreted that 7.50% of performance security is
been asked by Authority as guarantee money for
contractor's performance at the start of the
Project itself. Hence, we hereby request that there
should be no need for deducDon of retenDon
money from RA Bills.
Therefore, we request Authority to eliminate the
Clause 7.50 (RetenDon Money) from DCA.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
v. ArDcle 13 The Authority may, notwithstanding anything to the As menDoned in the said Clause "Contractor to NIT shall
Clause (i) contrary contained in this Agreement, require the make modificaDons/alteraDons to the Works prevail
Contractor to make modificaDons/ alteraDons to the ("Change of Scope") within a period of six months
Works ("Change of Scope") within a period of six months counted from the Appointed Date."
counted from the Appointed Date. Upon the Authority It is to be noted that the obstrucDons/change in
making its intenDon known to the Contractor for the scope demand takes place when physically work is
specific Change of Scope, be it posiDve or negaDve, the been executed at the site. Further considering
Contractor shall submit his proposal for the said Change of past experience during execuDon of HAM Phase-I
Scope involving addiDonal cost or reducDon in cost. Any works, for almost all the project Change of Scope
such Change of Scope shall be made and valued in has mainly aroused when nearly 75% work was
accordance with the provisions of this ArDcle 13. executed / completed. Therefore, we request
vi. ArDcle 19 ArDcle 19 Clause i it is menDoned that "For the avoidance It is been noted that, Clause (i) and Clause (ii) of NIT shall
Clause and of doubt, the ParDes expressly agree that the Contract the ArDcle 19 are contradictory to each other. prevail
(ii) (i) Price shall not include the cost of Maintenance, uDlity We hereby request Authority to clarify the factors
shiwing, royalty charges, roadside arboriculture, tesDng considered in Contract Price to enable the bidder
charges, traffic signages, painDng gantry board and Goods for placing appropriate and OpDmum Bid.
and Services Tax (GST)." Whereas in ArDcle 19 Clause ii it
is menDoned that "The Contract Price includes all duDes,
taxes (excluding GST, which shall be payable at the
applicable rates), royalty, cess, charges, and fees that may
be levied in accordance with the laws and regulaDons in
force as on the Base Date"
vii. Schedule B The TCS menDoned above are minimum and shall be It is to be noted that change in length of NIT Shall
Clause 1.2.1 achieved by the Contractor. The changes given in above TCS/Project length has substanDal cost Prevail
Notes Point tables are indicaDve and may change as per site implicaDons which can't be determined at the Bid
(e.) condiDons. EvaluaDon Stage / Preliminary Survey of the
project length.
Further it is to be considered that as per MORTH /
NHAI Guidelines vide their leoer No. 18.53/2020
dated 17.09.2020. Tabular Head [E] point no 04, it
is been specified that Words "TentaDve,
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Approximate, minimum etc" must not be used in
defining the Scope."
Thus, we request Authority to clearly define scope
of work so that considerable bid would be placed
by interested Bidders.
viii. Schedule B In Notes for all these Clauses it is menDoned that it is in It is to be noted that change in quanDty of any NIT shall
Clause 1.2.1, general specified that, "The details given in above tables Parameter / item included in scope of work can't Prevail
2.5.1, 2.11 are indicaDve and any addiDonal QuanDty required in the be determined at the Bid EvaluaDon Stage /
(a) (5), Project Highway shall have to be constructed by the Preliminary Survey. As per site condiDons / ROW
3.1, 4. (i), Contractor, however, this shall not be treated as change of issues Contractor may require to execute
5.3.2.(a), (ii), scope." addiDonal work which is beyond scope of work /
6 7.1.1, which can't be determined during design stage.
7.2.1, 7.2.3, Further it is to be considered that as per
12.1, 12.2 MORTH/NHAI Guidelines vide their leoer No.
18.53/2020 dated 17.09.2020. Tabular Head [E]
point no 04, it is been specified that Words
"TentaDve, Approximate, minimum etc" must not
be used in defining the Scope."
Thus, we request Authority to clearly define scope
of work so that considerable bid would be placed
by interested bidders.
ix. Schedule B Rumble Strips:- The crossroad juncDons as menDoned It is been defined in Schedule-B clause 3.10 to NIT Shall
Clause 3.10 above shall be provided with Rumble strips at the provide Rumble Strips at the approach of prevail
approach of juncDons as per IRC: 99- 2018 and as per IRC: juncDons. However as per Schedule-H/ArDcle 19
SP 73-2018. of DCA, road furniture works is not the scope and
part of this contract.
Therefore, it is requested to omit the condiDon of
providing Rumble Strips from Scheduled Scope.
X Schedule B Roadside furniture shall be provided in accordance with It is been defined in Schedule-B clause 9.10 to NIT Shall
Clause 9.10 the provisions of SecDon 9 of the Manual the list given provide Roadside furniture for project length. prevail
below is indicaDve and contractor must provide addiDonal However as per Schedule-H and ArDcle 19 of DCA,
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
road safety measures as per direcDon from PWD/AE and road furniture works is not the scope and part of
shall not be considered as COS. this contract.
Therefore, it is requested to omit the condiDon of
providing Roadside Furniture from Scheduled
Scope.
xi. Schedule B As per Clause 9.7.1 W beam barrier shall be provided along It is been defined in Schedule-B clause 12.10 to NIT Shall
Clause 12.1, all curves having radii up to 450m for complete length of provide, W beam barrier shall be provided along prevail
Schedule C curves including transiDons and 20m further before and all curves having radii up to 450m for complete
Clause 2. ii awer the curve. Above length of the W-Beam metal crash length of curves. However as per Schedule-H and
barriers is indicaDve and minimum specified, the actual ArDcle 19 of DCA, road furniture items such as W-
length of the W- Beam metal crash barriers shall be Beam Barrier is not the scope and part of this
determined by the Contractor in accordance with the contract.
Manual requirements. Any increase in the length and Therefore, it is requested to omit the condiDon of
locaDon specified in this Clause of Schedule B shall not providing W beam barrier from Scheduled Scope.
consDtute a Change of Scope
xii. Schedule C Access to adjoining Farms: - It is been noted that though scope for providing NIT Shall
Clause 2 o (i) There are few exisDng approaches to the adjoining farms approaches to the farms by providing NP-3 class Prevail
along the road. The farmers take their machinery to the pipes of sufficient diameter and length is
farms using these approaches. The contractor should carry menDoned in menDoned in Schedule-C Clause 2.0.
out survey of such exisDng approaches and new (i), however there is no cost provision for same in
approaches that may be necessary and should provide Schedule-H of the DCA. Further, exact scope of
proper approaches to the farms by providing NP-3 class work is not defined the agreement. It is also to be
pipes of sufficient diameter and length so that farmers can noted that there are shops, establishment and
take their machinery to the farms with convenience. The farm approaches along the enDre length at very
contractor should assess the number of such exisDng and short and regular intervals. Hence, specific details
new approaches necessary to be provided along both of scope for providing NP-3 Hume Pipe are
sides of the road and should include the cost of the same necesarry to understand Scope of work.
in his Bid. No change of scope will be allowed for this Further it is to be considered that as per
parDcular item MORTH/NHAI Guidelines vide their leoer No.
18.53/2020 dated 17.09.2020. Tabular Head [E]
point no 04, it is been specified that Words
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
"TentaDve, Approximate, minimum =etc" must
not be used in defining the Scope."
= We therefore request Authority to kindly
consider = a
xiii. Schedule-D No Claim will be entertained on account of delay in uDlity As per ArDcle 9 clause 9.2 and scope given in NIT shall
Mandatory shiwing what SO ever. The Contractor/Concessionaire EPC Schedule-B of the DCA, uDlity shiwing works is not Prevail
Point No 1 shall manage the work front and planned the construcDon included in Contractor's scope. Further, it is to be
Page 97 acDvity considering this aspect. noted that since UDlity Shiwing works is not part of
defined scope it's an unforeseen acDvity for EPC
Contractor, thus any delay in execuDon for same
cannot be controlled by EPC contractor.
Therefore, it is requested to delete /omit Point No
1 on Page 97 of the Schedules under heading
"Following points are mandatory to the EPC
contractor"
xiv. Schedule-H In accordance to Schedule-H of the Draw Concession Payment Procedure NIT Shall
Clause 1.20 Agreement, considered for execuDon of Earthwork upto Unit of measurement is linear length. Payment of prevail
Sub-Grade. each stage shall be made on pro rata basis on
compleDon of a stage in full length or 5(five) km.
length, whichever is less.
xv. Schedule-H Payment Procedure Payment should be made at the end of the every NIT shall
Clause 1.30 Unit of measurement is linear length. Payment of each month of the work executed. Please this be prevail.
stage shall be made on pro rata basis on compleDon of a considered.
stage in full length or 5(five) km. length, whichever is less. CondiDons in
agreement
shall prevail
over
schedules.
xvi. 2.21.1 Performance Security. In this Clause Performance Security is 7.5% which Please Refer
is slightly on higher side and will be effect the cash CSD
flow on Project during the construcDon so it
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
should be kept 2% (Two Per cent) Performance
Security of bid price which are being provisioned
in most of EPC Project under PWD,NH and NHAI
Projects Considering the liquidity issue.
xvii 2.2.2.2(vii) Machineries The SubstanDal work is of concrete, therefore. Please Refer
. CSD
1) instead of 80 Cum per Hr batch mix plant for NIT Shall
concrete 2 No of 30 Cum per hr RMC may please prevail
be modified, The other Machinery and T&P
required for the Project may please be allowed on
hire/lease/own basis.
xvii Rates of esOmate considered is of 2022-23 Please consider the current rate of 2024-2025 and NIT Shall
i factual lead of quarry should be considered and prevail
also the topograpy should be considered as a
workable with specifcaDon.
71. R E Infra EPC KN-II(1A)
i 2.2.2.1 19 Bidders who inter alia meet the minimum qualificaDon Please Consider Bid Capacity as 100 of the Bid NIT Shall
criteria will be qualified only if their available BID capacity Value i.e. 255.38 Cr of Bid Value, which is the prevail
is more than Rs. 301.35 Crores [118% of Bid value as per standard pracDce with most other Government
clause1.11] organisaDons.
ii 2.2.2.1 20 The factor for the year for updaDon to the price level is Please consider the factor for the year for Please refer
indicated as under: updaDon to the price level as indicated as under CSD
Year Year-1 Year-2 Year-3 Year-4 Year-5 which is the standard pracDce with most other
Up- 1.00 1.05 1.10 1.15 1.20 Government organisaDons.
daDon Year Year- Year- Year- Year- Year-
factor 1 2 3 4 5
Up- 1.00 1.05 1.10 1.15 1.20
daDo
n
factor
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
iii 2.2.2.2 20 For demonstraDng technical capacity and experience (the Please consider @For demonstraDng technical NIT Shall
"Technical Capacity"), the Bidder shall, over the past [5 capacity and experience (the "Technical prevail
(five)]1 financial years preceding the Bid Due Date, have Capacity"), the Bidder shall, over the past [5
received payments for construcDon of Eligible Project(s), (five)]1 financial years preceding the Bid Due Date,
or has undertaken construcDon works by itself in a EPC/ have received payments for construcDon of
PPP project, such that the sum total thereof, as further Eligible Project(s), or has undertaken construcDon
adjusted in accordance with clause 2.2.2.5 (i) & (ii), is more works by itself in a EPC/ PPP project, such that the
than Rs. 301.35 Crores (Rupees Three hundred One crores sum total thereof, as further adjusted in
Thirty Five lakhs Only) [118% of the Bid value as per clause accordance with clause 2.2.2.5 (i) & (ii), is more
1.1.1) (the "Threshold Technical Capacity")2. than Rs. 255.28 Crores (Rupees Three hundred
One crores Thirty Five lakhs Only) [100% of the Bid
value]
iv 2.2.2.2 21 For normal Highway projects (including Major For normal Highway projects (including Major NIT Shall
Bridges/ROB/Flyovers/Tunnels): Bridges/ROB/Flyovers/Tunnels): prevail
v. Provided that at least Provided that at least a. one similar (rigid or similar Please Refer
a. one similar (rigid or similar type of pavement) work of type of pavement) work of Rs. 51.07 Crores CSD
Rs. 241.08 Crores (Rupees Two hundred Forty One crores (Rupees Fiwy One crores Seven lakhs Only)
Eight lakhs Only) [94.40% of EsDmated Project Cost] and [20.00% of EsDmated Project Cost) and 42.87 KMs
42.87 KMs [80% of project length in KMs]; Or b. two similar Or b. two similar (rigid or similar type of
(rigid or similar type of pavement) works of Rs. 150.67 pavement) works of Rs. 150.67 Crores (Rupees
Crores (Rupees One hundred Fiwy crores Sixty Seven lakhs One hundred Fiwy crores Sixty Seven lakhs Only)
Only) [59% of EsDmated Project Cost) and 26.80 KMs [50% [50% of EsDmated Project Cost]
of project length in KMs]; each shall have been completed
from the Eligible Projects in Category 1 and/or Category 3
specified in Clause 2.2.2.5. For this purpose, a project shall
be considered to be completed, if more than 90% of the
value of work has been completed and such completed
value of work is equal to or more than 94.40%/59%, as the
case
may be, of the esDmated project cost. If any Major
Bridge/ROB/Flyover/Tunnel is (are) part of the project,
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
then the sole Bidder or in case the Bidder being a Joint
Venture, any member of Joint Venture shall necessarily
demonstrate addiDonal experience construcDon of in
Major Bridge/ROBs/Flyovers/Tunnel in the last 10 (Ten)
financial years preceding the Bid Due Date i.e. shall have
completed atleast one similar Major Bridge/ROB/Flyover
having span equal to or greater than:
vi 2.2.2.2 22-23 a. Bidder must demonstrate an experience in Please do not insist for 100% quanDDes execuDon NIT Shall
Subgrade/Embankment in roadway for quanOty not less and 100% bridge experience. As per General prevail
than 2,83,010 cubic meter CondiDons of Various tenders in Gov.
b. Bidder must demonstrate an experience in OrganisaDons only 30% Qty. are Required, which
StabilizaOon in roadway for quanOty not less than 0 cubic is the standard pracDce with most other
meter EPC KN-II (1A) Improvement to Uprale- Borande Government organisaDons.
Kasa Saiwan- Udhava - Talasari - Sanjan Road SH 73, Km.
45/800 to 99/600, Tal. Dahanu, & Talasari, Dist- Palghar
on EPC mode Contractor 23 MSIDC, Mumbai
c. Bidder must demonstrate an experience in Granular
Sub Base (GSB) / Wet Mix Macadam (WMM) for quanOty
not less than 78,802 cubic meter
d. Bidder must demonstrate an experience in Dry Lean
Concrete (DLC) work for quanOty not less than 74,829
cubic meters.
e. Bidder must demonstrate an experience in Pavement
Quality Concrete (PQC) work for quanOty not less than
1,34,692 cubic meter.
f. Bidder must demonstrate an experience of
vii. construcDon of bridge with single span of 10 meters (100% NIT Shall
length of highest span of bridge proposed in project). prevail
viii. 2.2.2.3 25 (ii) The Bidder shall have a minimum Average Annual Please consider 100% a minimum Average Annual Please Refer
ConstrucDon Turnover (updated to the = price level of the ConstrucDon Turnover (updated to the price level CSD
year based on factors indicated in table below) of Rs. of the year based on factors indicated in table
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
301.35 crores (Rs. Three hundred One crores Thirty Five below) of Rs. 255.38 crores (Rs. Two hundred One
lakhs Only) [118% of the EsDmate Project Cost] for the last crores Thirty Eight lakhs Only) [100% of the
5 (Five) financial years. EsDmate Project Cost), which is the standard
This amount should be [118% of the EsDmated Project pracDce with most other Government
Cost] of the Project for which bids are being invited. organisaDons.
The factor for the year for updaDon to the price level is
indicated as under:
Year Year-1 Year-2 Year-3 Year-4 Year-5
Up- 1.00 1.05 1.10 1.15 1.15
daDon
factor
ix. 76-77 InformaDon required to evaluate th BID PI Capacity under Please Consider Current Base Year as 2023-24 for NIT Shall
clause 2.2.2.1: are- To calculate the value of "A" and "C" updaDon factors prevail
Base year is considered as 2022-23
72 Sahyadri construcOon Company (EPC Nidhori)
I Clause it is menDoned that contract price shall not include Please clarify the above contradicDon. Please Refer
19.1 i royalty charges whereas CSD
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
price for second. third, fourth & 1% for fiwh year are enhance the maintenance charges as per model
provisioned in EPC contract of flexible pavement. EPC agreement of D state/NH projects.
iv. Clause states that contract price shall not include roadside Please clarify whether the above items of work will NIT Shall
19.1 arboriculture, tesDng charges, traffic signage painDng be paid separately apart from contract price. prevail
gantry board etc.
v. Clause menDons of 7.50% performance security which is slightly Request is being made to make a provision of 3% Please Refer
2.21.1 on higher side and will affect the cash-flow on project (three percent) performance securityt of bid price CSD
during construcDon. which are being provisioned in most of the EPC
projects under PWD. NH & NHAI projects
considering the liquidly issue.
vi. Clause 6) provides that "performance security including Kindly requested to clarify the above contradicDon Please Refer
2.21.1 (4) addiDonal performance security shall be restricted to 20% and allow the bidder for 3% performance security CSD
of the accepted bid price. Whereas under arDcle 7 clause + maximum 3% AddiDonal performance security
7.1(i) (A) (b), maximum limit of addiDonal performance for ease in cash flow.
security shall be limited to 3% of the bid price offered by
the selected bidder.
vii. Cross SecDon For TCS 5C has given but Percentage Please clarify the above contradicDon. The
weightage not menDon in Schedule H BI CondiDon in
ReconstrucDon/New 2/4 lane realignment/bypass RFP Shall
(Flexible pavement) Prevail
viii. ANNEX III Evidence of availability of Credit Line Financial Resources Please clarify NIT Shall
C there is not menDoned how many rupees credit line prevail
cerDficate in tender document.
73 Sahyadri construcOon Company (EPC PN-II 15B)
i. Clause it is menDoned that contract price shall not include Please clarify the above contradicDon. Please Refer
19.1 i royalty charges whereas CSD
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
price also includes the cost of shiwing of obstrucDng
uDliDes (including all centages as applicable by the uDlity
owing department except supervision charges).
iii. 3) The cost of maintenance as per provisions of clause 19.7 The maintenance charges are too merger in NIT Shall
which further refers to clause 14.1(i)(a). for Flexible/Rigid amount (Rs. ______per year) and not jusDfied prevail
pavement with 5 years maintenance period, maintenance anyway for a project length of 23.23km. we
charges nil for 1" year & 0.05% for 2nd, 3rd, 4th & 5th request for a relook into this provision and
years. It seems to be erroneous as 0.5% of the contract amendment thereof. Request is being made to
price for second. third, fourth & 1% for fiwh year are enhance the maintenance charges as per model
provisioned in EPC contract of flexible pavement. EPC agreement of D state/NH projects.
iv. Clause states that contract price shall not include roadside Please clarify whether the above items of work will NIT Shall
19.1 arboriculture, tesDng charges, traffic signage painDng be paid separately apart from contract price. prevail
gantry board etc.
v. Clause MenDons of 7.50% performance security which is slightly Request is being made to make a provision of 3% Please Refer
2.21.1 on higher side and will affect the cash-flow on project (three percent) performance security of bid price CSD
during construcDon. which are being provisioned in most of the EPC
projects under PWD. NH & NHAI projects
considering the liquidly issue.
vi. Clause 6) provides that "performance security including Kindly requested to clarify the above contradicDon Please Refer
2.21.1 (4) addiDonal performance security shall be restricted to 20% and allow the bidder for 3% performance security CSD
of the accepted bid price. Whereas under arDcle 7 clause + maximum 3% AddiDonal performance security
7.1(i) (A) (b), maximum limit of addiDonal performance for ease in cash flow.
security shall be limited to 3% of the bid price offered by
the selected bidder.
vii. TCS, TCS The drawings shoes cross secDon with Earthen Shoulder Please clarify the above contradicDon. As per typical
3 but there is in Schedule B 2.5.2 table that shows the cross cross secDon
secDon should be provide with Paved Shoulder number
given in the
table 2.5.2
shall be
fallow
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
viii. ANNEX III Evidence of availability of Credit Line Financial Resources Please clarify NIT Shall
C there is not menDoned how many rupees credit line prevail
cerDficate in tender document.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
excavaDng inimum1.0m below general ground
level in black cooon/Weak soil. Whereas in Clause
5.3.3 The following stretches of the exisDng road
shall be reconstructed by scarifying the exisDng
carriageway and laying new pavement starDng
from embankment, sub- grade & crust as required
and menDoned above. In TCS it is shown that from
Sub Grade reconstrucDon has to be done. Please
clarify
iii 7.2.1 (a) i) & ReconstrucDon of exisDng culverts The numbers menDoned for Slab Culverts/Box NIT Shall
ii) Culverts at i) Avasari Khurd is 4 Nos where as to be prevail
5 Nos and ii) Shikrapur-Ganegaon is 63 Nos where
as to be 1 number. Please clarify
iv Bridges : ExisDng Bridges to be reconstructed The number of bridges menDone is 5 for a) Avasari NIT Shall
7.3.1 (i) Khurd stretch where as in the table it is menDoned prevail
as NIL. Please clarify.
v Bus Bays & Note: Toilet blocks are provided at 9 locaDons, the The locaDons are not menDoned and payment for
Bus Shelters locaDons of Toilets Blocks are tentaDve & shall be got Toilet Blocks is not considered in Schedule H.
approved/provided in consultaDon with the Authority/ Please clarify
Authority’s Engineer considering availability of land at site.
vi Performance Within 30 (thirty) days of receipt of Leoer of Acceptance, As per NHAI and MORTH , the Cap for Performance Please Refer
Gaurantee the selected Bidder shall furnish to the Authority in the Bank gaurantee is 3%. Hence request to keep the CSD
form of Account Payee Demand Draw, Banker’s Cheque or performance Bank Gaurantee for an 3%
an irrevocable and uncondiDonal bank guarantee/ e-Bank
Guarantee from a Bank in the form set forth in Annex-I of
Schedule-G (the “Performance Security”) for an of 3%
(three percent) and 4.5% (four and half percent).amount
equal to 7.50% (Seven and half percent) of its Bid Price
bifurcated in two parts.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
vii Additional Maximum limit of AddiDonal Performance Security shall be As per NHAI and MORTH , the Cap for Performance NIT Shall
bank limited to as specified in ITB 38 and 39. Bank gaurantee is 3%. Hence request to keep the prevail
Gaurantee 7 performance Bank Gaurantee for an 3%
a)
76. N. P. Infra Projects Pvt Ltd EPC AU-II (40A)
i 2.2.2.2 For normal Highway projects (including Major Contractor here by requested for Similar Work of NIT Shall
Technical Bridges/ROB/Flyovers/Tunnels): Provided that at least Flexible Pavement Work of Rs. 108.43 Cr prevail
Capacity (ii)
a. one similar (rigid or similar type of pavement) work of Contractor here by request consideraOon of
Rs. 108.43 Crores [94.40% of EsDmated Project Cost] and flexible pavement for similar work
20.84 KMs [80% of project length in KMs]; Or
b. two similar (rigid or similar type of pavement) works of
Rs. 67.77 Crores [59% of EsDmated Project Cost] and 13.03
KMs [50% of project length in KMs];
ii 2.2.2.2 d. Bidder must demonstrate an experience in Dry Lean Please contractor here by request the experience NIT Shall
Technical Concrete (DLC) work for quanDty not less than 27,353 quanDty of Concrete M-20, Concrete - M-25 prevail
Capacity (v)
cubic meters. e. Bidder must demonstrate an experience Concrete M-35, etc. Concrete of (On any structure
d&e
in Pavement Quality Concrete (PQC) work for quanDty not like Bridge over works VUP/VOP/ Large Bridge
less than 45,588 cubic meter. Work)
iii 2.2.2.2 Requirements related to Machinery The Machinery Should Contractor here by request that the machinery Please Refer
Technical be owned by the bidder either member of the joint should be hired or owned CSD
Capacity (vii)
venture
iv 2.21 2.21.1 Within 30 (thirty) days of receipt of Leoer of Contractor here by requested that, The Please Refer
Performance Acceptance, the selected Bidder shall furnish to the Performance Security Should be 1% The clause of CSD
Security
Authority an irrevocable and uncondiDonal guarantee this performance security as per in Govt. Public
from a Bank in the form set forth in Annex-I of ScheduleG work Department in accepted tenders.
(the “Performance Security”) for an amount equal to 7.5%
(seven and half percent)
v Plan & Profile is Not Showing in the tender Documents Contractor here by request that Please Provide NIT Shall
Plan & Profile of the Work. prevail
77. MONTECARLO Limited
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
i General Request you to share Detailed project Report(DPR) NIT Shall
Prevail
Ii General Request you to share Present status of land NIT Shall
AcquisiDon for the project Prevail
iii General Request you to share Geo- Technical InvesDgaDon NIT Shall
Report Prevail
iv General Request you to share the Detailed Drawings/GAD NIT Shall
for the proposed bridge. Prevail
v Schedule-B- Development of the Project Request you to review the said clause as Zone NIT Shall
Other Technical Data factor for seismic zone IV should be 0.24 as per IRC. prevail
a. Seismic zone as 4 as per IRC
b. Zone Factor: 0.4
c. Importance factor: 1.2
d. Soil factor: As per Geology
78. M/s Mehra & Company (Package Number EPC 46A )
i 13.2(II) If the Contractor determines, not later than 90 days from Encoutering new uDliDes, ancillary works, public NIT Shall
the Appointed Date, that a Change of Scope to the Works demands etc. during course of execuDon of project prevail
is required, it shall prepare a proposal with relevant details beyond 90 days of Appointed date the change of
as per Clause 13.2 (iii) at its own cost and shall submit to scope shall be accepted by the Authority and dealt
the Authority to consider such Change of Scope (the under ArDcle 13 Only
"Change of Scope Request").
ii 2.2.2.8 (i) (i) The Technical Bid must be accompanied by the Audited Authority shall consider the latest financials of NIT Shall
Submission Annual Reports of the Bidder (of each Member in case of 2023- 24 for non-audited cerDficate for the prevail
in support of a Joint Venture) for the last 5 (five) financial years, Financial & Technical eligibility criteria for
Financial preceding the year in which the bid is submioed. evaluaDon of bids
capacity
iii Schedule - K Other tests: The Authority's Engineer may require the Other tests: the details needs to be menDoned NIT Shall
Tests on Contractor to carry out or cause to be carried addiDonal specifically about the types of other tests possible Prevail
Completion,
tests, in accordance with Good Industry PracDce, for as there is minimum but no limit for maximum
2 (IV), Test
determining the compliance of the Project Highway with
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
SpecificaDons and Standards, except tests as specified in
clause 5
iv General Drawings of Toe Wall / Retaining Wall Drawings of Toe Wall / Retaining/ Gabion Wall / NIT Shall
Wall drawings have not been provided. It is Prevail
requested that the same may kindly provide for
calculaDon of QuanDtes and cost
79. Markolines Pavement Technologies Limited
i Price The price adjustment clause is included in the tender vide NIT Shall
Adjustment paragraph number 19.10 page no. 128 to 132. However, prevail
awer compleDon of work, the maintenance work of the
same will be started and the price adjustment for
maintenance payment is included in tender or otherwise.
If the price adjustment is not considered for maintenance
payment which may please be included in the tender.
ii Our organizaDon is acDvely involved in pursuing tenders We kindly request your support in advocaDng for NIT shall
invited by the MSIDCL. In order to meet the eligibility the acceptance of experience cerDficates from prevail
criteria, it is imperaDve for us to provide evidence of BOT owners/ Road Developers in MSIDCL tenders.
relevant experience in similar projects.
We as an organisaDon largely render our services to Semi
Govt. /Govt. & Public Sector OrganizaDons as well as
concessionaire and fund houses. Hence, We urge you to
consider experience cerDficate issued by BOT owners/
Road Developers.
AccepDng experience cerDficates from BOT owners/ Road
Developers would not only enhance compeDDon but also
foster innovaDon.
80. Guru Ramdas ConstrucOons GRC EPC ND-II(33D)
i QualificaDon requirements of bidder (Vii):- Please Refer
Requirement related to Machinery P. No. 24 SR. CSD
No. 10:- Slip Form Paver with SCADA enabled
system- Owned.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Please change the condiDon of Slip Form Paver
with SCADA enabled system from Owned- to
Hired.
81. Global Infra SoluOon
i We are interested to parDcipate in above Expression of Kindly clarify this marking criteria, so that we can NIT Shall
Interest. We sought clarificaDon on below menDoned self-evaluate our standing before parDcipaDng in Prevail
criteria under technical competence. The term used in this this
criteria EOI.
ii states that aggregate length of similar category which NIT shall
indicates aggregate length of more than one Prevail
project is required (Length criteria not menDoned) but
marking is on individual project (Individual
Project length is also not menDoned.
Technical Competence
Evalua\o Max. % Ra\ng Calculated
n Criteria Weight Score
The firm 5.00
should
have
minimum
experience
of
preparaDo
n of
detailed
Project
Report/
Feasibility
Study cum
Preliminary
Design
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Report of
2/4/6**-
laning
/Bridge
project of
aggregate
length of
similar
category
for which
EOI is
invited.
1 Project - 2
Marks
1 mark for
each
addiDonal
similar
project.
82. Dream ConstrucOon (Package Number AU-II (40A)
i (ii) For normal Highway projects (including Major (ii) For normal Highway projects (including Major NIT Shall
Bridges/ROB/Flyovers/Tunnels): Provided that at least Bridges/ROB/Flyovers/Tunnels): Provided that at Prevail
least
a. one similar (rigid or similar type of pavement) work a. one similar (rigid or similar type of
pavement or flxlieble pavment /BC) work
ii b. Bidder must demonstrate an experience in StabilizaDon b. Bidder must demonstrate an experience NIT Shall
in roadway for quanDty not less than 0 cubic meter StabilizaDon in roadway for quanDty not less than prevail
0 cubic meter
c. Bidder must demonstrate an experience in Granular Sub c. Bidder must demonstrate an experience
Base (GSB) / Wet Mix Macadam (WMM) for quanDty not Granular Sub Base (GSB) / Wet Mix Macadam
less than 59,923 cubic meter (WMM) for quanDty 35% of 59,923 cubic meter
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
d. Bidder must demonstrate an experience in Dry Lean d. Bidder must demonstrate an experience in Dry
Concrete (DLC) work for quanDty not less than 27,353 Lean Concrete (DLC)/BC/DBM work for quanDty
cubic meters. 35% of 27,353 cubic meters.
e. Bidder must demonstrate an experience in Pavement e. Bidder must demonstrate an experience in
Quality Concrete (PQC) work for quanDty not less than Pavement Quality Concrete (PQC)/BC/DBM work
45,588 cubic meter. for quanDty 35% of 45,588 cubic meter.
f. Bidder must demonstrate an experience of construcDon f. Bidder must demonstrate an experience of
of bridge with single span of 10 meters (100% length of construcDon of bridge
highest span of bridge proposed in project).
iii vii) Requirements related to Machinery Bidder shall vii) Requirements related to Machinery Bidder Please Refer
demonstrate availability of following machineries: shall demonstrate availability of following CSD
Type of Equipment Number of Equipment machineries:
1. Motor Grader 2 Type of Equipment Number of Equipment
2. Dozer 2 1. Motor Grader 2 - Own/Hired
3. Front end Loader 2 2. Dozer 2- Own/Hired
4. Vibratory Roller 3 3. Front end Loader 2- Own/Hired 4. Vibratory
5. Earth Compactor 2 Roller 3- Own/Hired
6. Sensor Paver 1 5. Earth Compactor 2- Own/Hired
7. Batch Mix Plant for Bitumen works (110 ΤΡΗ) 1 6. Sensor Paver 1- Own/Hired
8. Fully AutomaDc Micro Processor based Programmable 7. Batch Mix Plant for Bitumen works (100 TPH) 1-
Logical Control (PIC) with SCADA Enabled Concrete Batch Own/Hired
Mix Plant (Pan Mixer) of minimum capacity 80 CUM/Hr. of 8. Fully AutomaDc Micro Processor based
any standard company / RMC Plant 1 Programmable-Own/Hired Logical Control (PIC)
9. Transit Mixer with SCADA enabled system 6 with SCADA Enabled Concrete- Own/Hired Batch
10. Slip form paver with SCADA enabled system. 1 Mix Plant (Pan Mixer) of minimum capacity 80-
11. Roller (8-10 Tons) 1 Own/Hired CUM/Hr. of any standard company /
RMC Plant-1-Own/Hired
9. Transit Mixer with SCADA enabled system 6-
Own/Hired
iv 2.2.2.3 (ii) The Bidder shall have a minimum Average Annual (ii) The Bidder shall have a minimum Average NIT Shall
ConstrucDon Turnover (updated to the price level of the Annual ConstrucDon Turnover (updated to the Prevail
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Financial year based on factors indicated in table below) of Rs. price level of the year based on factors indicated
Capacity: 286.82 crores (Rs. Two hundred Eighty Six crores Eighty in table below) of [75% of the EsDmate Project
Two lakhs Only) [118% of the EsDmate Project Cost] for the Cost] for the last (Three) financial years.
last 5 (Five) financial years.
83 ACE ConstrucOon
i Clause 1.1.1 BID Capacity BID Capacity NIT Shall
Bid Capacity Bidders who inter alia meet the minimum qualificaDon Kindly Consider Prevail
criteria will be qualified only if their available BID capacity Bidders who inter alia meet the minimum
is more than 118% of Bid value as per clause 1.1.1. The qualificaDon criteria will be qualified only if their
available BID capacity will be calculated as per following, available BID capacity is more than 100% of Bid
based on informaDon menDoned at Annexure-VI of value as per clause 1.1.1. The available BID
Appendix-IA: Assessed Available BID capacity = (A*N*2-B capacity will be calculated as per following, based
+ Assessed Available E C), on informaDon menDoned at Annexure-VI of
Appendix-IA: Assessed Available BID capacity =
(A*N*2.5 - B + C),
as per MoRTH Latest RFP
ii 2.2.2.2 (i) For demonstraDng technical capacity and experience Kindly Consider NIT Shall
Technical (the "Technical Capacity"), the Bidder shall, over the past For demonstraDng technical capacity and Prevail
Capacity [5 (five)]1 financial years preceding the Bid Due Date, have experience (the "Technical Capacity"), the Bidder
received payments for construcDon of Eligible Project(s), shall, over the past 5 (five) financial years
or has undertaken construcDon works by itself in a EPC/ preceding the Bid Due Date, have received
PPP project, such that the sum total thereof, as further payments for construcDon of Eligible Project(s), or
adjusted in accordance with clause 2.2.2.5 (1) & (ii), is has undertaken construcDon works by itself in a
more than 118% of the Bid value as per clause 1.1.1 (the PPP project, such that the sum total thereof, as
"Threshold Technical Capacity")2. further adjusted in accordance with clause 2.2.2.5
(i) & (ii), is more than Bid Value (the "Threshold
Technical Capacity"). [5(five) Years in case of
normal highway projects and 10(ten) years in case
of stand along specialized projects (Major
ridge/ROB/flyover/Tunnel).]
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Sr.N EsDmate Threshold
o Project Technical
cost(EPC) of Capacity
the project
being invited
1 EsDmated 0.75 Dme of EPC
Project
Cost<=100 Cr
2 EsDmated 1.00 tome of EOC
Project
Cost>100 Cr
&<=500 Cr
3 EsDmated 1.00 tome of EOC
Project>500 Cr
As per MORTH Circular No. RW/NH-
35014/35/2020-H(part-IV) dated 31.05.2022]
iii (ii) For normal Highway projects (including Major Kindly Consider Please Refer
Bridges/ROB/Flyovers/Tunnels): Provided that at least CSD
Provided that at least Provided that at least one similar work of 20% of
a. one similar (rigid or similar type of pavement) work of EsDmated Project Cost ( Rs.____Crore)(Rupees
94.40% of EsDmated Project Cost and 80% of project ____only) shall have been completed from the
length in KMs Eligible Projects in Category 1 and/or Category 3
Or specified in Clause 2.2.2.5. For this purpose, a
b. two similar (rigid or similar type of pavement) works of project shall be considered to be completed, if
59% of EsDmated Project Cost and 50% of project length more than 90% of the value of work has been
in KMs completed and such completed value of work is
equal to or more than 20% of the esDmated
project cost. Eligible Projects shall include
following: -
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
i. Widening/reconstrucDon / up-gradaDon works
on NH/SH/Expressway or on any category of road
taken up under CRF, ISC/EL, SARDP, LWE
ii. Widening/re-construcDon/up-gradaDon works
on MDRs with loan assistance from mulDlateral
agencies or on BOT basis,
iii. Widening/reconstrucDon/up-gradaDon work of
roads in Municipal corporaDon limits,
construcDon of Bypasses,
vi. ConstrucDon of stand-alone bridges, ROBs,
tunnels w.r.t roads.
ConstrucDon/reconstrucDon of linear projects
like airport runways
(ConstrucDon/reconstrucDon of railway tracks,
yard for keeping containers etc.) metro rail and
ports (including construcDon/reconstrucDon of
je„es).
As per MORTH Circular No. RW/NH-
35014/35/2020-H(part-IV) dated 31.05.2022]
iv (v) For the above or other contracts executed over the past Kindly Delete these requirements. NIT Shall
[5 (five)] financial years preceding the Bid Due Date, a Prevail
minimum construcDon experience is required in the
following key acDviDes:
v (vii) Requirements related to Machinery Kindly Consider Hired Machinery by the bidder for Please Refer
technical evaluaDon. CSD
vi 2.2.2.3 (i) The Bidder shall have a minimum Net Worth (the 1 The Bidder shall have a minimum Net Worth (the NIT Shall
Financial "Financial Capacity") 5.9% of the EsDmate Project Cost] at "Financial Capacity") of Rs. Crore (Rupees ----- Prevail
Capacity the close of the preceding financial year. only) (5% of EsOmated Cost) at the close of the
preceding financial year.
(ii) The Bidder shall have a minimum Average Annual
ConstrucDon Turnover (updated to the price level of the
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
year based on factors indicated in table below) of 118% of ii The Bidder shall have a minimum Average
the EsDmate Project Cost for the last 5 (Five) financial Annual Turnover (updated to the price level of the
years. year based on factors indicated in table below) of
Rs._____Cr. (Rs._____ only) (15% of esDmated
Cost) for the last 5 (five) financial years
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
i Please confirm whether the consultant who has NIT Shall
carried out the services for preparaDon of Detailed Prevail
Project Report (DPR) for the proposed AE packages
will be eligible to parDcipate in the bid for
capDoned AE's services. Please confirm
ii Article 23.6 139 ArDcle 23.6 (Page nо. 139) Please refer of performance security wherein Bank NIT Shall
TerminaDon for Contractor Default Guarantee (BG) for an amount of 10.00% of the Prevail
Contract Value has been menDoned to submit.
Similar to the provisions of Civil Contracts, it is
requested to release the performance BG of the
Consultants awer the compleDon of construcDon
period as it is done in the case of civil works
contracts. Please consider and confirm
iii 19.9 113 19.9 Page 113 Time of payment and interest payment shall be made no later than 30 (thirty) NIT Shall
days from the date of submission of the Stage Prevail
Payment Statement by the Contractor to the
Authority's Engineer for cerDficaDon in
accordance with the provisions of Clause 19.4 for
an IPC; provided that, in the event the IPC is not
issued by the Authority's Engineer within the
aforesaid period of 30 (thirty) days, the Authority
shall pay the amount shown in the Contractor's
Stage Payment Statement and any discrepancy
therein shall be added to, or deducted from, the
next payment cerDficate issued to the Contractor
please payment is 30days to late please provision
of payment within 10 to 15 days.
iv Financial Proposal (page 11) and SCC clause 6.2 (a), NIT shall
it is stated that billing rates shall be increased to Prevail
cover all items of the contract i.e. remuneraDons,
vehicle hire, office rent, consumables, furniture
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
etc. @ 5% per annum from beginning of 13th
month from the last date of submission of bid. i )
In our opinion the proposed rate of escalaDon of
5% per annum is very less and it is requested to
considered at least 8-10% escalaDon to meet the
market inflaDon, which are on increasing trend
only or it can be based on some market indicator
like Whole Sale Price Index or CPI as per Gol
noDficaDon. Please consider and confirm ii) From
the clause we understand that irrespecDve of the
actual date of commencement of consultancy
services, rates of all the items shall be increased @
5% beginning from 13th month from the last date
of submission of bid. Please clarify. iii) As per our
understanding the billing rate will be increased by
5% compounding for every year. Example: If the
base rate (bid rate) is 100, at the beginning of 13th
month the bill rate will be 100+5%=105 and in the
25th month it would be 105+5%=110.25 and so on
for every year. Please confirm
v In Clause 5 (page 14) of SecDon 2 & Clause 10 (ix) NIT Shall
(page 22) of Data Sheet, weightage given for Prevail
Technical (T) & Financial (F) is 70:30. While prima
facie role of Authority's Engineer is to maintain the
quality of the project, it is expected that the
custodian of quality in the project i.e. Consultant's
Firm working as AE does possess superior quality
system, approach-and methodology and
personnel to ensure quality service and best
engineering pracDces. The project demands very
high level of precision, technology and quality
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
standard. It is therefore requested to consider
80:20 weightage for Technical (T) & Financial (F)
respecDvely to encourage and ensure beoer
quality of Consultants and it's services. Please
consider.
86 Ansh Infratech Pvt Ltd.Packageno.EPC AU-II(37B)
I Please confirm whether the consultant who has NIT Shall
carried out the services for preparaDon of Detailed Prevail
Project Report (DPR) for the proposed AE packages
will be eligible to parDcipate in the bid for
capDoned AE's services. Please confirm
Ii Article 23.6 139 ArDcle 23.6 (Page nо. 139) Please refer of performance security wherein Bank NIT Shall
TerminaDon for Contractor Default Guarantee (BG) for an amount of 10.00% of the Prevail
Contract Value has been menDoned to submit.
Similar to the provisions of Civil Contracts, it is
requested to release the performance BG of the
Consultants awer the compleDon of construcDon
period as it is done in the case of civil works
contracts. Please consider and confirm
iii 19.9 113 19.9 Page 113 Time of payment and interest payment shall be made no later than 30 (thirty) NIT Shall
days from the date of submission of the Stage Prevail
Payment Statement by the Contractor to the
Authority's Engineer for cerDficaDon in
accordance with the provisions of Clause 19.4 for
an IPC; provided that, in the event the IPC is not
issued by the Authority's Engineer within the
aforesaid period of 30 (thirty) days, the Authority
shall pay the amount shown in the Contractor's
Stage Payment Statement and any discrepancy
therein shall be added to, or deducted from, the
next payment cerDficate issued to the Contractor
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
please payment is 30days to late please provision
of payment within 10 to 15 days.
iv Financial Proposal (page 11) and SCC clause 6.2 (a), NIT Shall
it is stated that billing rates shall be increased to Prevail
cover all items of the contract i.e. remuneraDons,
vehicle hire, office rent, consumables, furniture
etc. @ 5% per annum from beginning of 13th
month from the last date of submission of bid. i) In
our opinion the proposed rate of escalaDon of 5%
per annum is very less and it is requested to
considered at least 8-10% escalaDon to meet the
market inflaDon, which are on increasing trend
only or it can be based on some market indicator
like Whole Sale Price Index or CPI as per Gol
noDficaDon. Please consider and confirm ii) From
the clause we understand that irrespecDve of the
actual date of commencement of consultancy
services, rates of all the items shall be increased @
5% beginning from 13th month from the last date
of submission of bid. Please clarify. iii) As per our
understanding the billing rate will be increased by
5% compounding for every year. Example: If the
base rate (bid rate) is 100, at the beginning of 13th
month the bill rate will be 100+5%=105 and in the
25th month it would be 105+5%=110.25 and so on
for every year. Please confirm
v In Clause 5 (page 14) of SecDon 2 & Clause 10 (ix) NIT shall
(page 22) of Data Sheet, weightage given for Prevail
Technical (T) & Financial (F) is 70:30. While prima
facie role of Authority's Engineer is to maintain the
quality of the project, it is expected that the
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
custodian of quality in the project i.e. Consultant's
Firm working as AE does possess superior quality
system, approach-and methodology and
personnel to ensure quality service and best
engineering pracDces. The project demands very
high level of precision, technology and quality
standard. It is therefore requested to consider
80:20 weightage for Technical (T) & Financial (F)
respecDvely to encourage and ensure beoer
quality of Consultants and it's services. Please
consider.
87 N K ConstrucOon & VBA Infra(JV) ( Package Number EPC AU-II (63C)
I 1.2.4 8 Bid security of Rupees 0.91 Cr. As per Govt Norms and CVC Guide lines the Bid NIT shall
security shall be 0.5% of Project Cost. Therefore Prevail
bid security may please be kept as 0.46 Cr
ii 2.1.11(h) 11 No Joint Venture up to Project cost of rupees 100 Crores As per The CVC Guide Lines (Manual of DEO/MOF) NIT shall
4.5.4 (III) the joint venture for the Project having Prevail
value more than 10 Crores is Allowed. Therefore
JV of 3 Members may be allow to ParDcipate in
Bidding Process.
iii 2.1.11(c) 11 Lead Member 50% and Other Member 20% Each This Clause may please be modify as lead member NIT shall
50% and JV as whole collecDvely full fill 100% Prevail
Criteria. The condiDon of 25% Criteria to other JV
Members please may be deleted.
iv 2.2.14(xix) 14 Shall give list of Project detail on-going Project refer This clause may be modified as bidder JV shall give NIT Shall
(Clause 10.3 (iv) list of Project of road undertaken, completed for Prevail
agencies viz PWD, MSRDC, NHAI, ULB, MSIDC, etc.
it shall not restricted only for certain agencies and
EPC work.
v 2.2.1(a) 15 The Bidders may be Single enDty Joint Venture for this work shall be allowed. NIT Shall
Prevail
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
vi 2.2.2.2(i) 19 Threshold value 118% i.e. 114.68 Cr. This clause may be modified for threshold value
upto 50% i.e. 46 Cr.
vii 2.2.2.2(ii) 19 Similar work This Clause may please be amended as per normal NIT Shall
provision made in naDonal highway EPC Criteria Prevail
therefore this clause may be as per NaDonal
highway Criteria for any work Provided that at
least one similar work of 20% of EsDmated Project
Cost shall have been completed from the Eligible
Projects Viz Concrete Pavement, Flexible
Pavement or CombinaDon of work For this
purpose, a project shall be considered to be
completed, if more
than 90% of the value of work has been completed
and such completed value of work is equal to or
more than 20% of the esOmated project cost.
viii 2.2.2.2(v) 21 Minimum ConstrucDon Experience i.e Technical capacity. As per the naDonal highway policy there is no NIT Shall
clause in tender of NH for minimum capacity Prevail
requirement therefore this clause 2.2.2.2 (v) may
be deleted.
ix 2.2.2.2(vi) ISO CerDficaDon This Clause may be Deleted NIT Shall
Prevail
x 2.2.2.3 Financial Capacity average financial turnover of 114.68 As per CVC Guide lines the financial turnover NIT Shall
Crore requirement is 30% of Project Cost. please see the Prevail
clause 3.3.6 (c) of cvc Manual published by
minister of finance and Department of
expenditure of Government of India financial
capacity therefore the Average financial turnover
shall kept at 27.3 Cr.
xi 2.21.1 Performance Security. In this Clause Performance Security is 7.5% which NIT Shall
is slightly on higher side and will be effect the cash Prevail
flow on Project during the construcDon so it
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
should be kept 2% (Two Percent) Performance
Security of bid price which are being provisioned
in most of EPC Project under PWD, NH and NHAI
Projects
Considering the liquidity issue.
xx Concession agreement Please provide us Concession agreement to be NIT Shall
sign Prevail
xxx Design Data Please provide and clarify the design parameters
This bid is
require for rigid pavement, please provide the invited on
complete data such as traffic volume, density Data
EPC mode
of Single and mulD-axle vehicles where in the
minimum
requirement
is specified in
the
respecDve
Schedule of
CA.
Concessionai
re to inspect
the site, and
carry out
own
invesDgaDon
and
Engineering
for arriving
the Cost.
XL 2.2.2.2(vii) 22.23 Machineries The SubstanDal work is of concrete, therefore. Please Refer
1. Bitumen hot mix plant requirement may be CSD
deleted.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
2. Instead of 80 Cum per Hr batch mix plant for
concrete 2 No of 30 Cum per hr RMC may please
be modified, The other Machinery and T&P
required for the Project may please be allowed on
hire/lease/own basis.
L Availability of Finance Please demonstrate the Availability of Finance NIT Shall
such as loan etc to be paid to Contractor as per Prevail
mile stone.
LX Rates of esDmate considered is of 2022-23 Please consider the current rate of 2024- 2025 and NIT Shall
factual lead of quarry should be considered and Prevail
also the topography should be considered as a
workable with specificaDon
88 Rachana ConstrucOon Ltd.EPC AU-II(39B)
I 2.2.2.1(i)For Financial Capacity the requirement is given as "Lead In this regards we kindly request to please modify NIT Shall
Bid Capacity Partner Must meet 50% of the requirement" and "Other the requirement as "Any One Partner Must meet Prevail
Partner Must meet 25% of the requirement". 50% of the requirement" and "Other Partner Must
in25% of the requirement".
ii 2.2.2.2(ii) For Technical Capacity ("Similar Work") requirement of Also please clarify the quanDDes executed in the NIT Shall
Technical one similar work having cost of 118% of proposed tender FY 2023-24 will be considered or not. Prevail
Capacity work and two similar works each having cost of 59% of
proposed tender work. In this regard similarly please
consider cost of work completed by the bidder with GST
amount.
iii As the tender value of proposed tenders invited under the kindly allow to consider the Basic or Excluding GST NIT Shall
referred noDce are exclusive of GST, amounts for the ongoing works o”idder where Prevail
the amounts of Work Order/Contract, Work
Done, Balance Work are including of GST while
calculaOng the 'Value of B'.
iv 2.2.2.2(v) In relaDon with the given tender clause no. 2.2.2.2 (v) for please allow as: The Experience in key acDviDes NIT Shall
Technical Capacity ("Experience in key acDviDes") should be complied by the bidder or Any Partner Prevail
of JV or JV Partners Together.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
v 2.1.13 provide relaxaDon for the clause no. 2.1.13 in case where kindly allow to furnish all its informaDon and NIT Shall
the Financial Statement of Bidder are Audited for the latest cerDficaDon with reference to the 5 (five) years Prevail
Financial Year (i.e., FY 2023-24) started from FY 2019-20 to FY 2023-24
Vi Please clarify whether the work of which the date NIT Shall
of compleDon falling in latest financial year (i.e., FY Prevail
2023-24) will be considered for Similar Work
criteria or not.
Vii Please allow for Owned as well as Leased or Please Refer
Rented machinery in machinery requirement CSD
instead of only owned.
viii Crash Barrier Length should be defined clearly
As this is EPC
which is connected to cost. tender
bidder has to
submit bid
as per his
design
ix Land AcquisiDon TCS should not be changed NIT shall
Prevail
x E-Bank Guarantee submission should be made Please Refer
valid. CSD
89 Rachana ConstrucOon Ltd.EPC PN-II (18B)
i 2.2.2.1(i)For Financial Capacity the requirement is given as "Lead In this regards we kindly request to please modify NIT shall
Bid Capacity Partner Must meet 50% of the requirement" and "Other the requirement as "Any One Partner Must meet Prevail
Partner Must meet 25% of the requirement". 50% of the requirement" and "Other Partner Must
in 25% of the requirement".
ii 2.2.2.2(ii) For Technical Capacity ("Similar Work") requirement of Also please clarify the quanDDes executed in the NIT Shall
Technical one similar work having cost of 118% of proposed tender FY 2023-24 will be considered or not. Prevail
Capacity work and two similar works each having cost of 59% of
proposed tender work. In this regard similarly please
consider cost of work completed by the bidder with GST
amount.
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
iii As the tender value of proposed tenders invited under the kindly allow to consider the Basic or Excluding GST NIT Shall
referred noDce are exclusive of GST, amounts for the ongoing works of bidder where Prevail
the amounts of Work Order/Contract, Work Done,
Balance Work are including of GST while
calculaDng the 'Value of B'.
iv 2.2.2.2(v) In relaDon with the given tender clause no. 2.2.2.2 (v) for Please allow as: The Experience in key acDviDes NIT Shall
Technical Capacity ("Experience in key acDviDes") should be complied by the bidder or Any Partner Prevail
of JV or JV Partners Together.
v 2.1.13 provide relaxaDon for the clause no. 2.1.13 in case where kindly allow to furnish all its informaDon and NIT Shall
the Financial Statement of Bidder are Audited for the latest cerDficaDon with reference to the 5 (five) years Prevail
Financial Year (i.e., FY 2023-24) started from FY 2019-20 to FY 2023-24
vi Please clarify whether the work of which the date NIT Shall
of compleDon falling in latest financial year (i.e., FY Prevail
2023-24) will be considered for Similar Work
criteria or not.
vii Please allow for Owned as well as Leased or Please Refer
Rented machinery in machinery requirement CSD
instead of only owned.
viii Crash Barrier Length should be defined clearly
As this is EPC
which is connected to cost. tender
bidder has to
submit bid
as per his
design
ix Land AcquisiDon TCS should not be changed NIT Shall
Prevail
x E-Bank Guarantee submission should be made Please Refer
valid. CSD
90 M/S. D. P. JAGTAP AND CO
2.1.6 In case the Bidder is a Joint Venture, the Members thereof जर एखाfा जॉhट Kहiचर (Joint Venture) मधील लीड Please Refer
should furnish a Power of Aoorney in favour of the Lead मiबर (Lead Member) तसेच इतर मiबस8 (Other CSD
Sr Page Reply by
Clause no. Clause Modifica5on Request
No. No. MSIDC
Member in the format at Appendix-IV. And joint bidding Members) ने या िनिवदेबाबतचे सवा8िधकार हे इतर
agreement in the format at Appendix-V मiबस8ला (Other Members) aदान करPयात येत आहेत
असे जॉhट Kहiचर मधील सव8 मiबस8 कडू न ठरवPयात आले
तर िनिवदेतील कलम २.१.६ मZये याaमाणे बदल
करPयात यावा, ही नm िवनंती
*****