Professional Documents
Culture Documents
AGENCY-1
S. Clauses Queries Clarification
No.
Experience of Design & build basis/ EPC Please consider the work experience of similar Not agreed to.
nature of work other than Design & build basis/ EPC
1 mode. Kindly relax the criteria of Design & build
basis/EPC nature of the work. Please allow the
engagement of experienced consultant for design
purpose only.
2 Completion period Please consider the completion period of 30 months Not agreed to.
21 Months
3 Tender submission date Please extend the tender submission upto 30 may Not agreed to.
10-May-2019 2019
AGENCY -2
Page No. 3 Envelop II A. Containing Qualifying We request you to amend the Clause as follows to Not agreed to.
requirements: Clause (ii): enable us to have fair and healthy competition
among the prospective bidder:
Should have satisfactorily completed (#phase/part
completion of the scope of work in a contract shall Should have satisfactorily completed (#phase/part
not be considered, however pre-determined completion of the scope of work in a contract shall
4
phasing of the work will be accepted) three works, not be considered, however pre-determined
each of Rs. 68.07 Crores or Two works, each of Rs. phasing of the work will be accepted) three works,
85.09 Crores or one work of Rs. 136.14 Crores in each of Rs. 68.07 Crores or Two works, each of Rs.
Single Contract on DESIGN & BUILD/EPC mode of 85.09 Crores or one work of Rs. 136.14 Crores in
similar nature during last Seven year ending on last Single Contract of similar nature during last Seven
date or extended last date of submission of bids year ending on last date or extended last date of
submission of bids
AGENCY -4
In NIT, page WNIT-3, Envelop – II: A, Containing We request you please allow similar work as per Not agreed to.
qualifying requirements of contractor/ Firm (ii): it is below:
mentioned that contractor should have satisfactorily *Works of similar nature shall mean composite
complete (#phase/part completion of the scope of centrally Air condition Building work like
work in a contract shall not be considered, however Construction of Airport Terminal Building, Office
pre-determined phasing of the work will be Buildings, 5 Stars hotels, hospitals etc. during last
accepted) three works, each of Rs. 68.07 Crores or seven years ending on last date or extended last
Two works, each of Rs. 85.09 Crores or one work of date of submission of bid. The composite work shall
Rs. 136.14 Crores in Single Contract on DESIGN & include components of Civil, Electrical, HVAC works
BUILD/EPC mode of similar nature during last Seven etc. AND kindly considered experience of Fire
year ending on last date or extended last date of Fighting & fire Alarm System work from any other
15
submission of bids. projects of similar building work.
Page – INT1, IMPORTANT NOTICE, Request to provide the detailed list for the same The modification works shall
23 Modification to the existing integrated terminal be taken up as per attached
building: drawings and as per AAI’s
functional requirement laid
Query & Reply - Page-7 / 62
provision, internal lighting, and in case any damages in volume 2, without any
are caused during execution of works hindrance to the existing
operations with proper
barricading and safety
measures.
Please find below the link
for tender drawing in
AutoCAD format along with
drawings for Demolition,
dismantling and renovation
works. https://we.tl/
t-2MP5wfTC3q
AGENCY -6
Experience of Design & build basis/ EPC Please consider the work experience of similar Not agreed to.
nature of work other than Design & build basis/ EPC
24 mode. Kindly relax the criteria of Design & build
basis/EPC nature of the work. Please allow the
engagement of experienced consultant for design
purpose only.
25 Completion period Please consider the completion period of 30 months Not agreed to.
21 Months
26 Tender submission date Please extend the tender submission upto 30 may Not agreed to.
10-May-2019 2019
Extension of terminal building and its integration We understood that we have to design and The scope of the
with existing building construct the extension of terminal building and its modification to the existing
integration with existing building. AAI expects terminal building is clearly
complete scrutiny of existing Terminal Building also articulated in the Vol. 2 Sec.
and make necessary repairs / replacements, in B – Functional Req. and
27
shall remain unchanged.
addition to Integration of the old & new building.
The augmentation of the
This will require thorough existing MEP and allied
review of the existing building before a design services shall be limited in
drawing & estimation can be prepared. We have respect to the integration
gone through the criteria of modification of existing
Query & Reply - Page-8 / 62
integrated terminal building and available tender works of existing and
drawings, however it does not give any scope to extension terminal building
estimate the modification works. Hence please only. The drawings and
provide detailed drawings and quantitative details for existing terminal
statement for modification works of the existing building if required will be
building along with built up drawing of the existing provided to the successful
building. bidder only at a later stage.
Please find below the link
for tender drawing in
AutoCAD format along with
drawings for Demolition,
dismantling and renovation
works in existing Terminal
Building. https://we.tl/t-
2MP5wfTC3q
AutoCAD drawings and BIM Module of proposed Please provide AutoCAD drawings and BIM Module Please find below the link
building and existing building modifications works of proposed building and existing building for tender drawings in
modifications works AutoCAD format link.
https://we.tl/t-
28 2MP5wfTC3q
AGENCY -7
AGENCY -8
6 inputs for noise sensing microphone: 4 inputs for noise sensing microphone: 4 or more inputs for
31 noise sensing
microphone.
Technical Specifications: Analogue Inputs /Outputs: ≥6 X Analoge Inputs /Outputs: ≥4 X Mic/Line Inputs 4 or more
32 inputs/outputs for
Mic/Line Inputs
Mic/Line inputs
33 The amplifier should be dual channel amplifier as per It seems "dual" is a typo error kindly amend to the Read “dual channel” as
43 2.8. SPEAKERS:
m. Formula for adjustment in material cost Corrected Formula as below Corrected Formula as below
Vm = W x Xm x MI-MIO Vm = W x Xm x MI·mI0 Vm = W x Xm x MI·mI0
100 MIO 100 MI0 100 MI0
MIO Vm =Variation in material cost i.e. increase or Other conditions will remain
decrease in the amount As per Schedule F,"10 CC is applicable Schedule of same.
66 rupees to be paid or recovered component of other materials, Labour, POL etc. for
W =Cost of work done, worked out as indicated in price escalation. Kindly also refer Page-GCC-
sub para (ii)of Component of civil(except material covered under 135 of tender document
Clause 10 clause 10 CA) / Electrical construction materials where Component of
Cc express as percentage total value of civil(except material covered
Xm =Component of 'materials' (except cement, work =75% under clause 10 CA) /
structural steel, reinforcement bars, POL and other Component of labour , expressed as % of total value of Electrical construction
Query & Reply - Page-18 / 62
materials covered under clause10 CA) work Y=25% Component of POL ,expressed as % of materials express as
Expressed as percent of the total value of work. total value of work Z = 0 % Note : Xm should be equal percentage total value of
Ml = All India wholesale price index for civil to (100)-(material covered under clause 10 CA i.e. work =75% may be read as ,
component/ electrical cement, steel and other materials specified in clause “Component of civil(except
component• of construction material as worked out 10 CA + material covered under
on the basis of All India Wholesale Price Index for Component of labour + component of POL) ." clause 10 CA) / Electrical
individual Commodities/ Group Items for the period (However, Xm is strike off in Schedule F) which means construction materials
under consideration as published by the Economic non applicability of the formula for Xm should be express as percentage total
Advisor to “component of civil (except material covered under value of
Government of India, Ministry of Industry & clause10 CA ) / Electrical construction materials work Xm=75%..
Commerce and applying weightage to the Individual express as % total value of work = 75 % “ kindly clarify.
Commodities/ Group Items(in respect to the
justified period extended under the provisions of
clause- 5 of the contract.
Without any action under cost-2 the index preselling
at the time of stipulated date of completion
considering’s the effect of extra.
n. Formula for adjustment in POL cost Corrected formula as below:- Corrected formula as
VF = W x Z x FI-FIO VF = W x Z x FI- FIO below:-
100 FlO 100 FIO VF = W x Z x FI- FIO
VF =Variation in cost of Fuel, Oil & Lubricant i.e. 100 FIO
increase or decrease In the amount in rupees to be However, Z is 0% means escalation is not applicable
paid or recovered. for POL. Please Clarify. Other conditions will remain
W =Cost of work done, worked out as indicated in same.
sub para (ii) of
67 Clause
10CC
Z = Component of Fuel, Oil and Lubrci ant expressed
as a percentage of
The
total value of the work
Fl=All India wholesale price index for Fuel, Oil and
Lubricant for the
Period
under consideration as published by the Economic
Query & Reply - Page-19 / 62
Advisor to
Government
of India, Ministry of Industry & Commerce (in
respect to the
justified period
extended under the provisions of clause 5 of the
contract without any
action
under Clause 2,the index prevailing at the time of
stipulated date of
Completion or the prevailing index of the period
under consideration.
whichever is less, shall be considered)
F10 = all India wholesale price index for Fuel, Oil and
Lubricant valid on the
Vi Formula for adjustment in Labour cost Formula should be corrected as Corrected Formula is as
The compensation for escalation for labour shall be
worked out as per VI = W x Y x LI- LIO VI = W x Y x LI- LIO
the formula given below: 100 LIO 100 LIO
VI= w X y X LI-LlO Other conditions will remain
100 LIO same.
For the highlighted part of VII ix,
VI = Variation in labour cost i.e. amount of increase
As per Schedule F
or decrease in
10C and 10 CC Labour sub clause ix a, 10 CA is
68 rupees to be paid or recovered Applicable
W =Value of work done, worked out as indicated in
sub para (ii} above Y =Component of labour
expressed as a percentage of the total value of
the work
L1 = Minimum wage in rupees of an unskilled adult
male mazdoor, fixed under any law, statutory rule
or der as applicable on the last date of the quarter
previous to the one under consideration (in respect
(including 04 (Four) Months Considered for Rain of Please confirm estimated date of award of this Tender Please refer WNIT of the
69
02 (Two) Monsoon Seasons).Monsoon on Goa and would fall before or after upcoming monsoon. Tender Document.
experience on case of MRF.
Important Notice As per the SCOPE Document, we understand that The modification /
Scope modifications to the existing integrated Modification, Rectification/Augmentation works in the rectification/augmentation
70 Terminal Building existing building shall be limited to the damages work shall be carried out as
caused if any while executing works for the new per Vol. 2 Sec B Functional
Terminal only. Requirements in addition to
the works drawings for
Important Notice Please clearly specify the battery limits of any other The modification /
Scope modifications to the existing integrated work in existing building apart from damages done rectification/augmentation
Terminal Building while execution works for all services. work shall be carried out as
per Vol. 2 Sec B Functional
Requirements in addition to
the works drawings for
Demolition & Modifications
to Existing Terminal. The
71 same shall be read in
conjunction to the
Functional requirements.
Please find below the link for
tender drawing in AutoCAD
format along with drawings
for Demolition, dismantling
and renovation works in
existing Terminal Building.
https://we.tl/t-2MP5wfTC3q
Feature wall-Ground Floor Finishing specifications of all the feature wall have not All feature walls shall be
72 been provided please provide us with the same. executed as per Volume 3 –
Section A - laid under Sub
Head no. 39 Art Work.
Demolition – New Terminal Building We understand that the scope of demolition is limited The scope of
to the area marked for the new terminal. Please- demolition/dismantling is
80 confirm restricted to the areas which
are required to be executed
for the extension of
Terminal building and
Query & Reply - Page-23 / 62
renovation/revamp works in
existing terminal building.
Kindly refer Vol 2 Sec B
Functional Requirements of
Tender Document.
Facade Cleaning System Please provide plans, elevations and skin sections of The bidder is free to visit the
existing terminal building in CAD format. Also please site and assess the existing
81
clarify whether the structure at existing terminal site conditions.
designed to take the additional loads of facade
cleaning system.
Intermediate main columns Please clarify whether the intermediate steel structure The finish of the portals shall
be similar to the existing
82 which support the trusses for roof system and also
terminal portal finishes.
external facade (spanning from air side to city side ·5
Nos.) are to be cladded with ACP.
Louvers on City side roof Intent shown on the architectural tender drawing is The finish and type of
aero foil louver. Whereas louvers at existing louvers shall be similar to
83 terminal1s a different intent. Please provide the existing terminal.
the louver detailed drawing intended for the
extension terminal
DG Set- To meet the requirement of backup the DG Kindly provide existing DG set detail/DG Set location The site may be visited to
84 sets of 1 No.1500KVA silent type water cooled layout/DG room layout / DG Exhaust Routing Layout in see the suitable location for
capacity along with cooling tower is proposed in the The existing Terminal Building. provision of 1No. DG set as
existing space available in DG Room. per tender documents.
Lightning Protection- It will be provided with Kindly provide the existing terminal building lightening The existing layouts and
Conventional lightning protection system in protection details & layouts details shall be provided to
85 accordance with international codes for the the successful bidder.
protection of buildings and allied structures against
lightning as per latest IEC standard and latest NBC
(as per up to date amendment)
Façade Lighting Kindly provide the existing terminal building Facade The Façade lighting shall be
lighting details, layouts & make. provided matching with
86
existing façade lighting
system/pattern. However
information for existing
Query & Reply - Page-24 / 62
facade light details, the site
may be visited.
Light Fixture Kindly provide the makes & model nos. of Light All light and fixtures shall be
fixtures used in the provided as per tender
Existing terminal building. specification in extension of
87
terminal building. However
information for existing light
and fixtures, the site may be
visited.
Distribution Bar / Switch-Socket Kindly provide the makes & model nos. of Distribution Not required. Work is to be
88 boards/Switch sockets carried out as per the tender
document.
used in the existing terminal building.
Internal electric Work – MS conduit will be used for We will consider FR PVC conduit for concealed wiring Not agreed.
89
writing/extra low voltage wiring & MS conduit for surface wiring system. Kindly
Conform.
Internal lighting and Distribution board- Occupancy Kindly provide the areas where the Occupancy sensors If required, minimum
sensor driven control is proposed for advanced are required numbers of occupancy
90
lighting system sensor shall be provided to
achieve the GRIHA 4 star
rating.
General Kindly provide the below mentioned layouts for The bidders are required to
Existing Terminal visit the site for
Building in AutoCAD Format:- verification/understanding
91 1) All Floor Electrical Services Layout of the existing site scenario.
2) Substation/LT Panels Location Layout Further detailing shall be
3) All Floor Lighting/Power Layout provided to the successful
4) Earth Pit location layout bidder during the execution
.5) Cable Routing Layout 6) Single Line Diagram stage.
General Kindly provide the make list for the existing terminal Not required. Work is to be
92
building carried out as per the tender
document.
General Kindly provide all floor architectural drawing layout, Please find below the link for
93 section & false ceiling details for the proposed tender drawings in AutoCAD
terminal building in AutoCAD Format. format.
https://we.tl/t-
Kindly confirm whether we have to follow same Kindly refer the list of
129 makes of existing plumbing and firefighting pumps. approved make in tender
document.
Share the makes for firefighting
Sewerage system-STP is extending up to 600KL We are assuming that, The civil works & high side Agreed.
equipment’s works for new STP is going on and the
130 same is not part of this tender. Our scope of work
starts from the Soft water. Flushing water pump, from
the treated water tank.
Existing Water treatment plant is used. Please share the details of existing Water Treatment The bidders are required to
131 Plant (WTP) Also share the Inlet and Outlet visit the site for assessment
/verification/understanding
parameters for the WTP required. of the existing system
Kindly provide the Firefighting pump details. Also let The bidders are required to
132 us know the Pressure available at the Fire Fighting Or visit the site for assessment
Plumbing Pipes from where the tapping be taken to /verification/understanding
extension of terminal building of the existing system
AC Plant Room Layout Please share AC plant rom layout in AutoCAD format Please refer Tender drawing
133
No. AR.TB.102.TD for
location of AC Plant room.
134 Equipment Section Please share area wise equipment selection sheet Query is not clear.
135 Existing design documents/drawings Please share existing building design documents & Necessary design parameter
drawings. are available in DBR section
Query & Reply - Page-31 / 62
of tender documents.
However for further
clarification, the site may be
visited for integration of
existing facility as per the
tender documents.
AC Scope The air conditioning of newly proposed areas shall be The clause 3.1, bullet point
catered with the proposed chiller header shall be No. 9 at Page No. TS – MEP
connected with to header of existing chillers with 10 shall be read as , “New
motorized butterfly valve.
chiller plant room is
proposed with new chiller
for newly proposed area.
136 However Main Chilled water
header line of new AC plant
shall go up-to existing
building for interconnecting
existing chilled water line
with butterfly valve at both
end”.
AC Plant Room The proposed chiller shall be installed in the plant Proposed chillers for
room shown at the basement level in the pdf drawing. extension terminal building
to be installed in new chiller
Kindly share the existing AC plant room location with plant room in basement of
137 layout mentioning the capacities too.
extension terminal building.
Chiller Water cooled Centrifugal Chiller with VFD shall be Please refer the tender
138
considered. Please confirm. specifications.
Pressurization All lift wells shall be pressurized. Please confirm. Please refer the tender
Only enclosed lift lobbies shall be pressurized. Please conditions and requirement
148
confirm of NBC-2016.
Only fire staircases shall be pressurized. Please
confirm
Pressurization Ducting The pressurization ducting to be considered wit fire Fire rating on the
149 rated. Please clarify. pressurization duct shall be
provided in compliance to
requirement of NBC 2016.
Smoke Evacuation System All AC areas shall be considered with smoke extraction Motorized dampers shall be
150 exhaust & supply (@rate of 12 acph) fan with a taping provided to meet tender
to RA & SA ducting with motorized damper? Please requirements.
clarify
151 Basement Ventilation I Smoke extraction I The mentioned fans shall be considered as fire rated Please refer the tender
Pressurization fans i.e. 250 deg. C; 2hrs. Please confirm. specifications.
Architectural & Structural Drawings (Existing Request you to kindly share Architectural & Please find below the link for
Structure) Structural drawings of existing & proposed tender drawings in AutoCAD
structure in AutoCAD format. format link.
152 https://we.tl/t-
2MP5wfTC3q
The bidders are required to
visit the site for verification
of the existing layout.
MEP Services Drawing • Existing & Proposed Request you to kindly share MEP services drawing for The bidders are required to
153
Structure Existing & Proposed Structure in AutoCAD format. visit the site for verification
of the existing services.
AGENCY -10
CI.No. qualifying requirements A-ll WNIT -3 Should have satisfactorily completed (# phase/Part Not agreed to.
Should have satisfactorily completed (It Phase/Part completion of the scope of work in a contract shall
completion of the scope of work in a contract shall not be considered, however pre-determined
not be considered, however predetermined phasing phasing of the work will be accepted) three works,
of the work will be accepted) three works, each of each of Rs 68.07 Crores or two works, each of Rs.
Rs 68.07 Crores or two works, each of Rs. 85.09 85.09 Crores or one work of Rs. 136.14 Crores in
158
Crores or one work of Rs. 136.14 Crores in single single contract on Design & Build
contract on Design & Build Basis/EPC Mode of Basis/EPC/Construction, including MEP
similar nature* during last seven years ending on & finishing works of similar nature* during last
last date or extended last date of submission of seven years ending on last date or extended last
bids. date of submission of bids.
*Works of Similar nature shall mean Composite *Works of Similar nature shall mean Composite
Centrally Air Condition Building works like Centrally Air condition Building works like
Query & Reply - Page-35 / 62
Construction of Airport terminal Buildings, Construction of Airport Terminal Buildings,
Commercial Complexes, Shopping Malls, Commercial Complexes, Shopping Malls,
Institutional Buildings, Office Buildings, 5 Stars Institutional Buildings, Office Buildings, 5 Stars
Hotels, Hospitals etc. during last seven years ending Hotels, Hospitals etc. during last seven years ending
on last date or extended last date of Submission of on last date or extended last date of submission of
bid. The composite work shall include components bid. The composite work shall include components
of Civil, Electrical, HVAC and Fire Fighting & fire of Civil, Electrical, HVAC and Fire Fighting & fire
Alarm System works etc. Alarm System works etc.
159 Bid Submission : 10.05.2019 We request to extend Bid submission date till Not agreed to.
10.06.2019 considering the vast scope of work.
AGENCY -11
NIT We understand that the site shall be handed over Kindly refer clause 5
160 The site for the work may be made available in full free of encumbrances in full by Engineer- In-Charge. Temporary works of SCC
or parts as decided by Engineer-In-Charge. In case if the site is made available in parts, kindly (Civil)-5 which is self-
share the access dates. explanatory.
"For the purposes of interpretation, the priority of Kindly refer GCC.
documents shall be in the descending order as
follows:
1. Contract Agreement
2.Letter Of Acceptance
3.Addendum I Corrigendum I Pre-bid clarifications
161
4. Special Conditions of Contract
5.Schedules (Pg. GCC 130 to GCC 140)
6. Amendments I Errata on AAI GCC 2017 (Pg. GCC
141 to GCC 146)
7. General Conditions of Contract
8. Notice Inviting Tender
9. Any other documents forming part of Contract"
GCC As Security Deposit is already being deducted Tender conditions shall
"The Performance Guarantee shall be initially valid during AICMC period, it is requested to release the prevail.
162 upto the stipulated date of completion plus 180 total Performance Guarantee within 180 days after
days beyond that.......However, in the stipulated date of completion.
case of contracts involving maintenance of buildings
and services I any other work thereafter , 50% of
Query & Reply - Page-36 / 62
Performance Guarantee shall be retained as
Security Deposit as per contract conditions......"
GCC As there may be a chance of contract also being Tender conditions shall
In the event of the contract being determined or determined or rescinded for reasons other than due prevail.
rescinded under provision of any of the to the default of contractor, we understand that
164
Clause/Condition of the agreement, the Performance Guarantee shall be forfeited only upon
performance guarantee shall stand forfeited in full the default of contractor as per Clause 3 of GCC at
and shall be absolutely at the disposal of the Pg. No 18, Vol. 1. Please clarify the same.
Chairman, AAI.
GCC "There seems to be a typographical error in this Yes, Agreed.
"The corrected final bill shall be submitted by the provision. We request you to amend this clause:
contractor ............ SI Value of work Time limit ""The corrected final bill shall be submitted by the
1 If the........... contractor............ SI Value of work Time limit
165 2 If the value of tendered work is more than 3 1If the value of tendered work is up to Rs. 50 lac: 2
months Rs. 50 lac and up to Rs. 2.5 Crore months
3 lf the Tendered value of work exceeds Rs. 6 2 If the value of tendered work is more than Rs.50
months 2.5 Crore:" lac and up to Rs. 2.5 Crore: 3 months
3 lf the Tendered value of work exceeds Rs. 2.5
Crore: 6 months."""
SCC(C) Please provide the time limit for approval of Refer clause -2 at Page SCC
The contractor is required to further develop service drawings and documents submitted by the (Civil) - 1,2,3 .
drawings and structural designs. The contractor Contractor.
shall prepare the detailed drawings and after
166
vetting from llT/ NIT, seek approval of Engineer-In-
Charge, AAI before issuing for execution. The
execution of work shall be as per drawings
"Approved I GFC drawings/shop drawings" and
detailed specifications.........
167 SCC(C) Please specify the structures which are to be The demolition, dismantling
SCC(E) Please provide the time limit for approval of Shall be approved the same
The Drawings & layouts......The design drawings for drawings and documents submitted by the after acceptance of design.
complete systems shall be submitted within one Contractor.
168
month of placement of work order. The EPC
contractor shall not proceed with the installation
works until the drawings are approved by AAI
Engineer-In-Charge......
SCC(E) We understand that AAI shall supply Water and Following is confirmed in
AAI will not be responsible for the supply of water Electric Power at free of cost during DLP and O&M respect to requirement
and Electric power to the EPC Contractor for periods. Please confirm the same. water, electricity and fuel,
execution of work .....
2) Water & Electricity –
Water & Electricity for
169
maintenance of MEP
equipment’s during DLP
and AICMC period shall
be provided by AAI. Free
of cost.
SCC(E) In GCC clause 20(A) at page no 57, ESI& EPF amount This Clause is pertaining to
170 Quarterly running payments will be made in the is stated to be reimbursed upon submission of manpower deployment
following month after deducting security deposit, documentary evidence. However, in Special during DLP & AICMC period.
......The EPC Contractor has to submit his bill Conditions of Contract for electrical works & ESI
Kindly provide the existing foundation & Column The bidders are required to
184 detail along grid 17.8/18 visit the site for
verification/understanding
of the existing layouts.
At existing & proposed building interface, floor & The proposed extension
roof loads are transferred to existing building terminal building is
185 frames along grid 18. kindly confirm that existing separated by the expansion
structure is capable enough to resist proposed joint and hence, will be an
building loads(contributed area between grid 18 independent structure.
& 19)
Vol 3 Sec F AR.TB.202.TD.R0 Yes, it is a part of scope.
186
Please confirm whether FLB (Fixed link Bridge) is in
our scope or not.
Vol 3 Sec F AR.TB.502.TD.R0 These drawings will be
187 Kindly provide interior Elevation I Detailed provided at later stage to
drawing/Finishes for entrance Gate, Toilets, Ramp, the successful bidder
Check in Counter Bulkhead, Retail
Vol 3 Sec F AR.TB.502.TD.R0 Yes, as per drawing
188 Please confirm the finishes for the columns at Grid
20/D,E,F. These RCC columns need to be painted
with fire paint as mentioned in tender drawing?
Vol 3 Sec F AR.TB.503.TD.R0 These drawings will be
189 for retail area, at first floor level, finishes are shown provided at later stage to
as ASS/ST01 , Kindly provide the scheme showing the successful bidder.
detail of the same finishes.
Vol 3 Sec F Kindly provide the finishes for the Ramp and FLB Finishes for ramps
mentioned in Vol 2 : Sec D:
190
Design Requirement & Arch
DBR.
Please find below the link
Query & Reply - Page-41 / 62
for tender drawings
including FLB in AutoCAD
format.
https://we.tl/t-
2MP5wfTC3q
Kindly provide the second level mezzanine plan Please find below the link
for tender drawings in
191
AutoCAD format link.
https://we.tl/t-
2MP5wfTC3q
Please confirm Demolition work- In Extension part This shall be in the scope
192
after gird 18 until the footprint of Extension will be the contractor.
whose scope
Please confirm Temporary partition required for This shall be in the scope the
193 separating construction area from operation area in contractor.
terminal building is considered will be under whose
scope
SCC (Civil) Required master plan Showing land for contractor Please refer Pg. SCC(CIVIL) -
194
temporary work (Site office. Labour Colony, 12 Clause Number 20.
Batching plant, Stacking yard, etc.)
AutoCAD Drawings AUTO CAD DRAWINGS of Proposed terminal Please find below the link
building for tender drawings in
195
Kindly provide the Auto Cad drawings of proposed AutoCAD format link.
terminal building https://we.tl/t-
2MP5wfTC3q
AUTO CAD DRAWINGS of Existing external services The bidders are required to
196 layout visit the site for verification
Kindly provide the Auto Cad drawings of Existing /understanding of the
external services layout existing layouts.
Scope Of Work Our scope is limited to extension of terminal Confirmed.
197
building and peripheral driveways only. Apron,
taxiway etc. noting our scope. Kindly confirm.
Scope Of Work We understand that the renovation/retrofit work of Yes, confirmed.
existing terminal is not part of TPL scope.
198
Integration of services between existing terminal
and proposed one is in Our scope. ( like chilled
water mains looping between existing and
Query & Reply - Page-42 / 62
proposed and Integration of Fire alarm & PA panels
etc.)
Vol 2 INT 4 We understand that the no change or Kindly refer clause no. -9
The contractor shall augmentt/rectify allied services augmentation of the MEP works are to be done in page No.-SCC (ELECT)-7,
viz mechanical, ventilation, airport and IT systems the existing terminal, our scope restrict to only the scope of work of tender
viz (PA, CCTV, FIDS, IPBAX)etc., plumbing, electrical extension of the building. Please confirm. document.
199 provision, internal lighting, and in case any damages
are caused during execution of works as per this
tender, shall be rectified by the contractor. The
contractor shall replace any non- working I faulty
equipment for the above mentioned work .
Vol 2 ARCH DBR Can we consider keeping the solar panels on the Not agreed to.
The roof top solar panels shall not be placed on the roof of the terminal building as the length of cable
200
roof of terminal building and shall be placed on for solar power from the MLCP roof to the main
MLCP roof. The generated power to be supplied to panel of the expansion area will be huge.
the main panel of the expansion area
For meeting GRIHA 4 star, Minimum 1% of total We understand that Solar power generation for Yes, it is for extension part
lighting I space condition load + 10% of artificial meeting Griha 4 star rating is only for the expansion only.
lighting load should be provided as solar renewable of building.
201
energy. Hence approx. 20 KW solar photo voltaic
panel capacity as per the requirements for GRIHA
compliance shall be provided.
Wiring will be not done in the individual retail/lease we understand that our scope only up to the All retails/ lease shall be
areas. All retails/ lease shall be provided with three metering panel , and the cable from the metering provided with three phase
phase power supply through dual source electronic panel to the individual tenant will be in the power supply cable through
202
meters. Metering of power for each of shall be done individual tenant scope of work. Please confirm. dual source electronic
through an electronic meter installed in the meters including MCB
individual meter panel board located in shaft on the Isolator box in the retails /
respective floor. lease area.
Vol 2 SER DBR We understand that only the Main LT Panel will be Please refer Technical
203 All the panels shall be completely modular and with form 4b separation and rest of the floor specification of tender
compartmentalized with Form 48 Separation as per standing panels will be Form 3b.Please confirm. document at Page No.TS-
IEC 61439 Part-1. MEP60
204 Vol 2 SER DBR Please allow Voltage drop till 4 % from the output Not agreed to. Bidder to
SOQ As per 25.1 of SCC (electrical), AICMC of IT & Airport AICMC of IT & Airport
"Operation, Maintenance & All Inclusive Systems is in scope, but there is no breakup for the system is in the scope of
Comprehensive Maintenance IT & Airport Systems in payment terms. We work of the Tender.
Contract (AICMC) for a period of 05 years after OLP understand that AICMC of IT & Airport Systems is
206 of 02 years (PBB, BHS work is not included in scope not in our scope. Please confirm.
of work). O&M and AICMC shall
be applicable for packages indicated at para no.
25.1 of sec(Electrical) only. Accordingly bidder quote
the offer. The bidder shall quote the offer excluding
GST."
Vol 2 Design Document We understand that Design, Supply, Installation, Confirmed.
207 SER DBR Testing and Commissioning, O&M and AICMC
Existing Water treatment plant is used. Water Treatment Plant & sewage treatment plant is
not scope of work. Please confirm.
Vol 2 Design Document We understand that given Manpower (Annexure-1) As per tender document,
SCC (elec) is sufficient to operate and maintain the given LT Annexure - I of SCC E&M
Manpower for O&M panels (Provided by EPC contractor), Other works.
208
LT panels (Provided by EPC contractor), Other distribution panels & DB's, UPS, Internal and
distribution panels & DB's, UPS, Internal and External Lighting, HVAC work, Fire Fighting and Fire
External Lighting, HVAC work, Fire Fighting and Fire Alarm System, Plumbing Pumps, BMS, Elevator &
Alarm System, Plumbing Pumps, BMS Elevator & Escalators and solar system etc. of extension of
Vol 2 Design Document We understand that Water, Electric Power, Gas, Page No. SCC(Elect)-9 shall
SCC ELEC Diesel and consumables required for construction is be read as “ power supply
AAI will not be responsible for the supply of water in Contractor scope. However Water, Power, Gas, and water supply will be
and Electric power to the EPC Contractor for Diesel and Consumables during Testing and arranged by the Contractor
execution of work. The EPC Contractor shall make Commissioning will be provided by AAI at free of at the site for installation
his own arrangements for temporary connections cost. purpose.
required, if any, and make necessary payments to However, for testing
the Departments concerned. No amount shall be purpose, Electricity Supply
payable by AAI on this account will be made available free
of cost to the Contractor.
Contractor will take due
209
care to ensure safety of
Electrical installation during
execution of work. The EPC
Contractor shall make his
own arrangements
for temporary connections
required, if any, and make
necessary payments to the
Departments concerned. No
amount shall be payable by
AAI on this account.
Vol 2 Design Document We understand that the no water storage tanks Confirmed.
SER DBR need to consider/construct apart from 200 m3 fire
210 Existing water storage tank to be used for proposed water tank for proposed expansion. For entire
expansion water supply requirement the proposed water
storage capacities are sufficient. Kindly confirm on
same.
Vol 2 Design Document From Prebid meeting we understand that the Pumps required as tender
212 SER DBR present WTP is sufficient for requirement of DBR to be provided.
Existing STP to be used for proposed expansion proposed expansion, hence no WTP works is in TPL
scope. Kindly confirm on same.
Vol 2 Design Document From Prebid meeting and tender document we Refer Page No. TS-MEP 5 &
SER DBR understand that the present fire pumping system is TS-MEP 7 of tender
213 Existing Firefighting Pump to be used for proposed sufficient for requirement of proposed expansion, documents.
expansion only water curtain pump of 1620 LPM and diesel
pump of 2280 LPM need to add . Kindly confirm on
same.
Vol 2 Design Document From Pre bid meeting we understand that the Confirmed.
SER DBR NOVEC based linear heat sensing trace tube gas
HT panels, Transformers, LT panels, Capacitor suppression system is required for HT panels, L T
214 panels, Firefighting panel, Lift panels shall be panels, Capacitor panels, Firefighting panel, Lift
provided with automatic gas based fire suppression panels only . No room flooding is required. Kindly
system with linear heat sensing trace tube with confirm on same.
Novec gas complete as required.
Vol 2 Design Document There are various manufacturers in India who offer The text “All AHU's and TFA
SER DBR good quality products but are not Eurovent shall be Eurovent certified”
215 All AHU's and TFA shall be Eurovent certified certified. These manufacturers provide coils which shall be read as “ deleted”
are AHRI Certified. Request you to kindly delete this
clause as most of the makes are imported who will
offer Eurovent certified AHU'S.
216 Vol 3 Sec B Technical Specifications In line with industry standards, please accept upto As per tender specification
Max Fan outlet velocity 9.14 mis 10.14 mis
Vol 3 Sec B Part-05 Elevators & Escalators We will comply to all the standard associated with Lift Safety shall be defined in
217 Terms used relating to Lift Safety shall be defined in EN 81 -1 norms the latest edition of the
the latest edition of the Safety Code for Lifts and Safety Code for Lifts and
Escalators, EN 81-80.
Escalators, EN 81-80 latest
Vol 3 Sec B Part-05 Elevators & Escalators We will provide elevators complying to EN 81-1 Bidders to comply with EN
218 2.2 General Requirements - 2.2.a complete clause. norms. 81-80 latest amended up to
date.
Vol 3 Sec B Part-05 Elevators & Escalators We will comply with HLF type cable which meets Shall be as per tender
LSHF cable: BS 6007, BS 6387, BS 7211 , BS7629, IS the property of LSHF cable by complying to the specifications.
1554, IS 694 below mentioned standard.
219 IEC 60754-1, 60754-2, EN50267-2-1 , EN50267-2-
2,EN50267-2-3,VDE 0482-267 part 2-1,2- 2and 2-3,
IEC 60332-1-2, EN60332-1-2, VOE 0482-332-1-2, IEC
61034-1, IEC 61034-2, EN 61034-1 , EN 61034-2,VDE
0482-1034 part 1 and 2.
Vol 3 Sec B Part-05 Elevators & Escalators Our elevators comply to all material specification as Shall be as per tender
220 3.1 Materials - Complete clause per OEM standard meeting the EN 81-1 norms. specifications.
We also recommend to consider powder coating as
an alternate option to galvanization. Please confirm
Vol 3 Sec B Part-05 Elevators & Escalators Our elevator will comply to car performance related Shall be as per tender
221
3.2 Car Performance - Complete clause as per OEM standard meeting the EN 81-1 norms. specifications..
Vol 3 Sec B Part-05 Elevators & Escalators We recommend to consider releveling accuracy as Shall be as per tender
222 Automatic Car Stopping Zone: Stop car within 5mm +- 5 mm. specifications.
above or below the landing sill
Vol 3 Sec B Part-05 Elevators & Escalators We recomend customer to provide UPS back up of Shall be as per tender
Standby Lighting and Alarm: Lifts shall be provided single phase, 230V till controller so that same can specifications.
with car mounted battery unit to operate car be used for car lighting.
emergency lighting and alarm bell in the front
223
return panels. Minimum 2 hours backup is required.
Battery shall be rechargeable type with minimum 5
years life expectancy. Battery should be fully
recharged within 12 hours
224 Vol 3 Sec B Part-05 Elevators & Escalators ARD travel up to 40m with one charging. Also Shall be as per tender
Automatic Rescue operation: Upon power failure, performing 6 trips depends on load condition and
Vol 3 Sec B Part-05 Elevators & Escalators We recommend to consider floor and shaft in Shall be as per tender
Lift Shaft Equipment -Sensing of car movement is to formation switch to be of magnetic band type. specifications.
225
be done by inductor switch I plates and not by reed
switch/magnet.
Vol 3 Sec B Part-05 Elevators & Escalators We recommend to consider mix filler ( Concrete + Shall be as per tender
Counterweight: Structural Steel frame with cast-iron Cl) weight option. Please confirm. specifications.
226
sub weights secured with tie rods or steel sub
weights secured with clamps to prevent movement.
Vol 3 Sec B Part-05 Elevators & Escalators Our Elevator system works with coated steel belt Shall be as per tender
Suspension Ropes: Special acid quality steel or high and we shall provide minimum two coated steel specifications.
grade traction steel with safety factor as specified in belt meeting the IS 15785 with min, factor of safety
the Codes. Flat reinforced belts are also acceptable. 12. Please add coated steel belt with min. 2 belt in
Ropes shall be securely attached to car and the tender.
counterweight and shall have independent means
227
of adjustment Fasten with staggered length,
adjustable, spring isolated wedge type shackles/ or
lead moulded. The number and size of ropes shall
comply with the factor of safety requirements of
EN81-1. Provide test certificates of compliance with
appropriate code prior to shipment.
228 Vol 3 Sec B Part-05 Elevators & Escalators We recommend to consider pit ladder made of MS Shall be as per tender
Pit Ladder: Provide fixed vertical steel ladder to pit power coated material.
Vol 3 Sec B Part-05 Elevators & Escalators We are providing car door lock option, which will Agreed.
The door operator shall be arranged so that, in case not allow elevator door to open from car inside.
232
of interruption or failure of electric power, the Request to remove this option form the tender
doors can be readily opened by hand from within clause since this is against passenger safety and
the car, in accordance with applicable code. against recommendation of IS 14665
Vol 3 Sec B Part-05 Elevators & Escalators We recommend considering standard full height Shall be as per tender
Infrared Reopening Device: Pan chrome 2D and 3D infra-red light curtain option instead of 3D sensor. specifications.
233 of Memco or other make fully enclosed device with Please confirm.
full screen infrared matrix multiple beams extending
vertically along leading edge of each door panel to
minimum height of 2.0 meters above finished floor.
Vol 3 Sec B Part-05 Elevators & Escalators We recommend to consider same Door opening Shall be as per tender
234
Interrupted Beam Time: When beams are time every time when door sensor beam are specifications.
interrupted during initial door opening, hold door interrupted.
Query & Reply - Page-49 / 62
open a minimum of 3.0 seconds. When beams are
interrupted after the initial 3.0 second hold open
time, reduce time doors remain open to an
adjustable time of approximately 1.0 - 1.5 seconds
after beams are re-established.
Vol 3 Sec B Part-05 Elevators & Escalators We recommend to consider same door open time Shall be as per tender
Differential Door Time: Provide separately in response to car and hall call both. specifications.
adjustable timers to vary time that doors remain
open after stopping in response to calls
235 1. Car Call: Hold open time adjustable between 3.0
and 15.0 seconds.
2. Hall Call: Hold open time adjustable between 5.0
and 20.0 seconds.
Use hall call time when car responds to coincidental
calls
Vol 3 Sec B Part-05 Elevators & Escalators We recommend to consider trap door dimension as Shall be as per tender
Reinforce roof to sustain 150 kg load on any 0.2 m2 350 X 500. Please confirm. specifications.
and 50 kg at any point.
236
Provide trap door at least 500 x 600 mm, opening
outward and capable of being opened from both
sides. Opening of trap shall activate electrical
interlock preventing operation of elevator
Vol 3 Sec B Part-05 Elevators & Escalators We recommend to consider bumper rails of 120 X Shall be as per tender
237
Buffer rails and kick plates fitted to car shall not be 50 mm size. Please confirm. specifications.
less than 75 mm and 150 mm wide respectively.
Vol 3 Sec B Part-05 Elevators & Escalators We recommend to consider standard balustrade Shall be as per tender
Equipment on top of the car shall be provided in option, since retractable balustrade option is only specifications.
238
accordance with Section 8. 15 of EN 81-1 . A applicable when the car top clearance ( balustrade
retractable balustrade shall be provided on top of top to first obstruction) is less than 300 mm. Please
the car to insure safety of maintenance personnel confirm.
Vol 3 Sec B Part-05 Elevators & Escalators Not applicable since this is an indoor installation. Agreed.
239
Outdoor Requirements: For outdoor requirements, Hence please remove this tender clause
doors shall be IP 65 Shaft shall be IP 44 rated
Vol 3 Sec B Part-05 Elevators & Escalators We will provide Mechanical push buttons with Shall be as per tender
240 COP should have vandal proof round button with Braille and we recommend to consider standard specifications.
application of Push-to on. COP button without vandal resistant property
Sec C: Airport & IT Systems Please conform whether to consider 40G or 10G Refer RFP. Refer drawing on
Proposed LAN architecture has 2 nos. of Page TS-ASIT 50 of Tender
Core/Distribution switches at Collapsed Core layer. Document
284
We have to connect both the Core/Distribution
Switch with 40G/10G link in High availability (HA)
Active-Active mode. It will help to provide high
availability, resiliency and aggregated throughout.
Sec C: Airport & IT Systems Contractor shall be given freedom to choose any Refer RFP. Refer drawing on
Proposed LAN architecture has 2 nos. of make out of the Preferable make for Active Page TS-ASIT 50 of Tender
Core/Distribution switches at Collapsed Core layer. Equipment (Core/Distribution/Edge Switched, Wi-Fi Document and
285
We have to connect both the Core/Distribution Controller, Wi-Fi Aps, etc.) for Active network as per specifications in IT Systems
Switch with 40G/10G link in High availability (HA) below and shall not be forced to one particular Section.
Active-Active mode. It will help to provide high make whatsoever is the reason. Please confirm the
availability, resiliency and aggregated throughout. same.
286 Sec C: Airport & IT Systems Please provide the numbers and locations of Security equipment are not
Sec C: Airport & IT Systems Please confirm whether the below are part of scope Security equipment are not
Large X Ray baggage scanner shall be installed at of works: part of the Tender.
287 Main gates Large X Ray baggage scanner shall be installed at
DFMD/WTMD Main Gates
HHMD DFMD/WTMD
HHMD
Sec C: Airport & IT Systems At lot of IT places under this tender it is mentioned As per RFP, CAT 6A
288
Passive Components CAT- 6. Please confirm CAT 6 or CAT- 6A?
Cat 6A, U/UTP Cable Box -305 Mtrs.
289 The contractor shall replace any non-working I Please remove this clause. Not agreed to.
faulty equipment for the above mentioned work
Augmentation and provision of surveillance close We have not considered any upgradation /change The upgradation /change
circuit TV system (SCCTV) and provision of adequate /augmentation/integration related to surveillance /augmentation of the
number of close circuit TV monitors. in the security close circuit TV system (SCCTV), close circuit TV SCCTV, including required
control Room, Terminal Manager Room, APD office monitors etc. in the Existing Building. Our scope is hardware and software in
290
etc. restricted to the extension of the building only. the existing terminal
Please confirm building has to be carried
out for proper integration
with new system at
extension building.
Augmentation & provision of FIDS with adequate We have not .considered any upgradation /change The upgradation /change
number of display devices in departure, rival and /augmentation/integration related to flight /augmentation of the FIDS,
security hold area for passenger facilitation information Display System (FIDS), display devices including required hardware
291 in departure. arrival and security hold for passenger and software in the existing
facilitation in the Existing Building. Our scope is terminal building has to be
restricted to the extension of the building only. carried out for proper
Please confirm. integration with new system
at extension building.
Sec B – Functional Requirement We have not considered any X-Ray machines, in line
Scope of Work-Airport Systems upgradation/change/augmentation integration re Registered Baggage (RB) and
292
Augmentation and provision of power supply and lated to networking for X-Ray machines, in line hand Baggages (HB), ETDs,
networking for adequate number of X-Ray Registered Baggage (RB) and hand Baggages (HB), DFMDs, and HHMDs,
machines, in line Registered Baggage (RB) and hand ETDs, DFMDs, and HHMDs, CUTE/CUSS as per BCAS CUTE/CUSS equipments are