You are on page 1of 62

CORRIGENDUM -1 (Query & Reply)

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

Query & Reply - Page-1 / 62


AGENCY -3
Tender Drawings in AutoCAD format. Please find below the link
for tender drawings in
5 Since, this is a design tender, request you, kindly AutoCAD format.
provide drawings in AutoCAD format.
https://we.tl/t-
2MP5wfTC3q
All inclusive comprehensive maintenance contract Following is confirmed in
(AICMC) respect to requirement
water, electricity and fuel,
Kindly confirm, water, electricity & fuel required
during defect liability period of 2 years and all 1) Water & Electricity –
inclusive comprehensive maintenance contract Water & Electricity for
6 (AICMC) of 5 years will be provided by client free of maintenance of MEP
cost. equipment’s during DLP
and AICMC period shall
be provided by AAI free
of cost.
Fuel – Fuel for DG operation
only shall be provided by
AAI.
Plain & reinforced cement concrete Yes, only for stone crushed
sand subject to meeting the
7
Kindly confirm, fly ash and stone crushed sand CPWD/MoRTH
(artificial sand) can be used in production specifications/IS Codes
mentioned in IS except fly ash.
Vol-1, NIT, Page-6, clause-30.1 Kindly confirm, basic custom duty for all applicable Shall be paid as per tender
materials/items will be paid by Airport Authority. conditions.
8
Custom Duty.
Basic custom duty will be paid by AAI by utilizing
EPCG license/duty scrip under SEI scheme of GoI.
9 Vol-1, GCC, Page-28, clause-8B Kindly confirm, obtaining occupancy certificate is in Not agreed to.
contractors scope?
Query & Reply - Page-2 / 62
Occupancy certificate
The contractor shall submit completion plan for
building works, all services, and obtain occupancy
certificate from local bodies on the basis of
completion drawings within a period of 30 days
from the date of completion.
Vol-1, SCC (Civil), Page-9, Clause-8 Kindly confirm, electricity shall be provided by Contractor shall make his
Airport Authority on payment basis and what would own arrangements for
Power supply be the applicable charges per unit? power supply for the
Contractor shall make his own arrangements for execution of the work.
10 power supply for the execution of the work. However, if surplus power
However, if surplus power supply is available with supply is available with AAI.
AAI. Power connection can be given to the agency Power connection can be
on payment basis as per applicable per unit rates. given to the agency on
payment basis as per
applicable per unit rates.
Vol-1, SCC (Civil), Page-4, clause -4.3 Kindly confirm, labour camp will be permitted at Kindly refer Vol-1, SCC
non-operational area in AAI land free of cost, (Civil), Page-4, clause -4.3 of
Land for labour camp SCC Civil Page 4 which is
No labour camps will be permitted within the self-explanatory.
11
operational area and the contractor shall make the
necessary arrangements, at his own cost with prior
approval of the engineer-In-Charge in setting the
camps outside operational area in AAI land at
prescribed charges if available or at private land.
Vol-1, SCC (Elect), Page-33, Clause-15 Kindly confirm, spare parts required for rectification Shall be as per tender
of breakdown shall be paid to the EPC contractor on documents.
Materials actual against invoice during operation &
12
Spare parts (for operation and maintenance) maintenance and all inclusive comprehensive
excluding consumables, if required for rectification maintenance contracts.
of breakdown/faults in electrical installation of
invoice/ bill excluding the labor charges.
Extension for tender submission Since, this is a design & build tender, it needs lot of Not agreed to.
13 time to design the building, MEP services, to
prepare the civil & MEP work BOQs, to obtain the
quotations for specialized works, to work out the

Query & Reply - Page-3 / 62


proper estimate for competitive offer. Hence, we
request, kindly extend the tender submission date
by at least 15 days that is 27th May 2019.
Vol-1, NIT, Page-1 & 2, important notice Kindly provide details regarding dismantling, The contractor shall carry
repairing/ renovation/ modification and out assessment of the
Dismantling & Augmentation augmentation of the existing MEP services to be workability of the existing
a. Dismantling & Demolishing works with all carried out in existing terminal building. It is quite MEP and other allied
safety measure and without any hindrance to difficult to work out the estimate for these items Services and submit a report
the existing ongoing operation of the terminal without any details. of non-
building. working/failure/damage/ if
b. Augmentation of water supply & water storage any, of the components /
system, sanitary & CP fittings, rain water services mentioned in clause
harvesting, sewerage system, Vol-1, NIT, Page-1&2,
c. Augmentation and provision of internal & Important Notice, which on
external Signage’s, review and confirmation
d. Augmentation & provision of sub-stations, A/C from AAI shall be taken up
plant room, Air Conditioning, fire & water separately. The demolition,
pump room and related service facilities. dismantling, renovation,
e. Augmentation and provision of main power revamp and retrofitting
14 supply, substation equipment, standby DG works shall be taken up as
sets/UPS for secondary power. per attached drawings and
f. Augmentation & provision of fire detection, as per AAI’s functional
alarm and protection system, firefighting requirement laid in Volume
hydrant, sprinkler system, with fire control 2, without any hindrance to
room/panel and linking the same with fire the existing operations with
station. proper barricading and
g. Augmentation and provision of escalators & safety measures. Please find
elevators. below the link for tender
h. Augmentation & provision of pumps, drawing in AutoCAD format
compressors and associated electrical system along with drawings for
for water supply, STP, water treatment system. Demolition, dismantling and
i. Augmentation & provision of airport system renovation
like of PA system, car calling system, SCCTV, works. https://we.tl/
FIDS, VHF Fm sets, telephone exchange/ digital t-2MP5wfTC3q
EPABXI/IP EPABX system, Bird hazard
reduction system etc.
j. Augmentation & provision of IT System
Query & Reply - Page-4 / 62
provision of air conditioning system for
existing terminal building along with
augmentation of HVAC system of existing
terminal building
k. Renovation/modification to the existing
terminal building as per AAI’s functional
requirement laid in volume 2, without any
hindrance to the existing operations with
proper barricading and safety measures.

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.

*works of similar nature shall mean composite


centrally Air condition Building works like
Construction of Airport Terminal Buildings,
Commercial Complexes, Shopping Malls,
Institutional Building, Office Building, 5 Stars hotels,
hospital etc. during last seven years ending on lst
date or extended last date of submission of bid. The
composite work shall include components of Civil,
Electrical, HVAC and Fire Fighting & fire Alarm
System works etc.
Query & Reply - Page-5 / 62
AGENCY -5
Tender drawings Request to kindly provide AutoCAD format drawings Please find the link for
Available in PDF tender drawings in AutoCAD
16
format
https://we.tl/t-
2MP5wfTC3q
Page – 32,33: GCC, Mobilization Advance Request to provide Interest free Mobilization Not agreed to.
17
10 % of contract value with simple interest 10 advance Please refer Page – 32,33:
% per annum 10 % of contract value GCC accordingly.
Master plan Please find the link for
tender drawings in AutoCAD
18 Kindly requesting to provide master plan showing format along with the
all the structures Master Plan.
https://we.tl/t-
2MP5wfTC3q
Existing Terminal building The bidder is required to
visit the site for verification
19
Kindly requesting to provide entire details for of existing structures/layout.
existing structure, for working purpose like civil,
HVAC, plumbing, electricity, etc
Page- INT 1, IMPORTANT NOTICE, Kindly requesting to provide details of dismantling The demolition, dismantling
a) Dismantling & Demolishing, & demolition of structures. and renovation works shall
Dismantling & Demolishing works with all safety be taken up as per drawings
20
measures and without any hindrance to the existing and as per AAI’s functional
ongoing operations of the terminal building. requirement laid in volume
2, without any hindrance to
the existing operations with
Query & Reply - Page-6 / 62
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

Fire fighting The bidders are free to visit


the site to assess the
21
We need clarity for, Existing firefighting system, existing Schemes for all
plumbing system & drainage system shall be carry services before bidding.
forwarded or new system shall be implemented
Page – INT1, IMPORTANT NOTICE, Details not available in Volume 3, request to The renovation & revamp
Modification to the existing integrated terminal provide the same works shall be taken up as
building: per attached drawings and
v) The contractor shall replace wall finishes of dry as per AAI’s functional
partition walls in International Security area as per requirement laid in volume
drawing enclosed in Volume 3. The glass partition 2, without any hindrance to
separating international and Domestic Security Hold the existing operations with
to be modified as per plan enclosed. proper barricading and
22 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

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

The BIM model of the


extension Terminal building
shall be provided to the
successful bidder only.
Green Rating IV for Integrated Habitat The concept shall be developed with compliance to The GRIHA rating has to be
Assessment (GRIHA) Green Rating IV for Integrated Habitat Assessment achieved only for the
29 (GRIHA) Extension Terminal building.
the scope of agency only for the work under
execution as per tender, not for the entire Airport (
Existing terminal building + Extension work)

AGENCY -7

Query & Reply - Page-9 / 62


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. Kindly consider for firefighting work executed
year ending on last date or extended last date of in a airport project other than all the other aspect
30 submission of bids. covered in a EPC project.

*works of similar nature shall mean composite


centrally Air condition Building works like
Construction of Airport Terminal Buildings,
Commercial Complexes, Shopping Malls.

Institutional Building, Office Building, 5 Stars hotels,


hospital etc. during last seven years ending on lst
date or extended last date of submission of bid. The
composite work shall include components of Civil,
Electrical, HVAC and Fire Fighting & fire Alarm
System works etc.

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

Query & Reply - Page-10 / 62


requirement of zone. amplifier should be Single channel amplifier as per “single channel”
requirement of zone. mentioned in Para 2.3 of
Vol. 3 Sec. C.
Frequency Response: 60Hz to 20 kHz (+/- 3 dB) Frequency Response: 60Hz to 19 kHz (+/- 3 dB) Agreed to Frequency
34 Response: 60Hz to 19
kHz (+/- 3 dB)
ii. 16 Watt wall mount Speaker: "16 Watt" seems to be typo Error kindly amend to Agreed to 100 Watt wall
35
100 Watt wall mount Speaker: mount Speaker

36 2.1. NETWORK CONTROLLER:- BOSCH / BOSE / BIAMPS etc. Agreed to (Preferable


make should be BOSCH /
37 2.2. DIGITAL REMOTE CALL STATION: Please remove "etc" and Amend the same to
BOSE / BIAMPS)
2.3. 1 X 500 W SINGLE CHANNEL POWER Preferable make: BOSCH / BOSE / BIAMPS
38
AMPLIFIER, 8-CONTROL INPUTS & 1-CONTROL O/P
ETC

39 2.4. 2 X 250 W DUAL CHANNEL POWER AMPLIFIER

40 2.5. 4 X 125 W, 4-CHANNEL POWER AMPLIFIER:

41 2.6. DIGITAL REMOTE CALL STATIONS

42 2.7. 2 X 250 W DUAL CHANNEL POWER AMPLIFIER :

43 2.8. SPEAKERS:

44 vii. Noise Sensing Microphone:

Query & Reply - Page-11 / 62


AGENCY -9
Cl 17, GCC We request you to reduce the DLP period to 1 year Not agreed to.
45
Defect Liability Period : 24 Months after the after completion of works.
completion of work
Art 12, WNIT We understand that our contract will be Composite The clause is self-
Taxes - All statutory deductions shall be made by Works Contract and hence attract a single GST rate on explanatory and shall be
AAI and TDS full contract value and therefore, Contractor will not dealt as per the statutory
46 Certificate issued in the name of Consortium. The be able to specify any individual items’ GST rate and regulations/relevant clauses
Consortium shall be responsible for deduction and not able to raise items-wise invoices as mentioned in applicable.
payment of its taxes as applicable to employees' or this clause. It will be composite RA invoice. Kindly
contract labour or subcontractors engaged for the clarify.
purpose of execution of the project.
cl 19, NIT We request you to modify the provision as "Tender for Not agreed to.
Validity of tender works shall remain open for acceptance for a period of
47
Tender for works shall remain open for acceptance 90 days from the last date of Bid submission"
for a period of 90
days from the date of opening of financial bid.
SCC (CIVIL)-3,CL 3.2 We presume that any variation from tender drawing is Confirmed.
DRAWINGS AND DOCUMENTS non-claimable.
The execution of work shall be as per drawings Please confirm.
48
"Approved/ GFC drawings/shop drawings" and
detailed specifications. No claim whatsoever, shall
be entertained for variation in the approved
construction drawings and tender drawings, if any.
SCC (CIVIL)-3,CL 4.1(ii) We presume that the charges would be applicable .to Yes, the charges shall be
LICENSE FEE FOR LAND ALLOTIED BY AAI : Contractor only for the relevant period within applicable for the duration
Contractor shall pay shall pay a nominal license fee Contract duration from the Commencement date for which the allotted land is
for land allotted by AAI for installation of Plants and being used by the
instruments, stacking of material, Labour Camp (if contractor.
49
provided) and site office, license fee from contractor
is chargeable for
land @ Rs. 482/- per sqm per annum and shall be
applicable for a period of 02 (Two) years w.e.f
01/04/2018 tO 31/03/2020. A security deposit of Rs.
500/- per Sqm in the form of Cash/DD/BG is also to

Query & Reply - Page-12 / 62


be obtained from the contractor for this purpose.
SCC (CIVIL)-4,CL 5.1 We request you to exclude dismantling of works from Not agreed to.
All the salvageable materials received after contractors’ scope.
50
demolitions are to be stacked properly and handed
over to Engineer-In-Charge. These dismantled
materials shall be the property of the AAI.
SCC (CIVIL)-4,CL 5.2 1) We request you to hand over the entire site free Kindly refer clause 5
Handing over of Site - Site to the contractor shall be from encumbrances along with LOA. 2) If there is any Temporary works of SCC
made available fully or in phases and contractor delay in handing over of site, Contractor to be entitled (Civil)-5 which is self-
51 shall be liable to dismantle/ relocate any of the for claims if delay is not attributable to Contractor explanatory.
structures fouling with the proposed site as per
instruction by the Engineer-In-Charge. No claims
whatsoever, towards aforesaid activities shall be
entertained.
REQUIREMENT FOR SPECIALIZED AGENCIES - Main We request you to delete the said provision “and shall Not agreed to.
EPC Contractor shall not be permitted to change be allowed once in the contract period subject to
their associate/ specialized agencies during the payment of rupees one lakhs as penalty”
contract period. If change of agency is inevitable
then a request shall be submitted to the Technical
Sanction authority in writing giving full justification
for change of agency. The proposal should include
52
name of the alternate agency along with his
financial technical capabilities and work experience
in the appropriate field as per Annexure-A. Such
change can only be allowed after accord of approval
of the Technical Sanction authority and shall be
allowed once in the contract period subject to
payment of Rupees one Lakhs as a penalty.

GCC-10B We request you to provide INTEREST FREE Not agreed to.


Interest on Mobilization Advance - The mobilization Mobilization Advance
53 advance bear simple interest at the rate of 10% per
annum and shall be calculated from the date of
payment to the date of recovery, both days
inclusive, on the outstanding amount of advance.
54 sec (ELECT)- 15,23 & TS- MEP165, 3.1.4 We request you to obtain all applicable statutory Not agreed to.

Query & Reply - Page-13 / 62


STATUTORY APPROVALS Approvals for the project. Contractor shall be liable Shall be dealt as per tender
It is responsibility of the EPC Contractor to get initial only for construction related approvals document
and final approvals I NOC for systems like electrical,
fire protection, firefighting, Bulk storage fuel tanks
etc. from the concerned departments /local bodies.
The EPC Contractor shall also do all the liaison works
with the departments for getting the approvals. All
the incidental expenses in connection with the
above shall be born by the EPC contractor with no
extra cost of AAI.
Approval/ clearance of the complete installation
shall be obtained by the contractor from CPCB/
State pollution Control Boards/ Local Bodies/
Central Electricity Authority(CEA)/ other licensing
authorities
Wherever required.
sec (ELECT)-16, 25.3 & Annexure 11,PR16 We understand that supplementary agreement shall Shall be as per tender
ALL INCLUSIVE COMPREHENSIVE MAINTENANCE be arranged between AAI and specialized agency, documents only.
CONTRACT (AICMC} whereas GCC, Annexure-11, Pg. PR Supplementary 17
55 After Commissioning the system, the Contractor has states that Supplementary agreement shall be
to execute PR Supplementary Agreement for each arranged between AAI and Main contractor. Kindly
system. The main agency shall arrange an clarify whether Supplementary agreement has to be
agreement between AAI and the specialized agency arranged between AAI, main contractor and
(OEM or Authorized representative). specialized agency and …
sec (ELECT)-17 25.4 We understand that the overall responsibility Not agreed to.
Maintenance maintenances with principal contractor. We request
The overall responsibility for satisfactory you to consider that Payment of AICMC Period shall
maintenance of above , 25.4 260/1322 be made by AAI to principal contractor. Kindly
Systems during guarantee/warranty and defect Confirm.
liability period of two years lies with the Principal
56
contractor who has been awarded the
composite contract. The Principal contractor shall
be required to carry out the work of maintenance
through his specialized associate(s)
approvals by AAI for individual systems who have
actually carried out the work(s). payment of AICMC
period shall be made by AAI directly to
Query & Reply - Page-14 / 62
specialized……
Annexure-3, We request you to consider the Guarantee for Water Not agreed to.
PRS Proofing Works to be reckoned from Physical
Water Proofing Guarantee- NOW THE GUARANTOR Completion of works and not from end of
herby guarantees that water proofing treatment maintenance period.
given by him will render the structures completely
leak proof and minimum life of such water proofing
57
treatment shall be 10 (Ten) years (OS years
Guarantee Bond of value
of 5% of total water proofing system + OS years
Corporate Guarantee)
to be reckoned from the date after the maintenance
period prescribed
in the contract.
Annexure-3, We request you to consider the Guarantee for Anti Not agreed to.
PRG Termite Works to be reckoned from Physical
Guarantee Bond for Anti-Termite Treatment-And Completion of works and not from end of
whereas then GUARANTOR agreed to give a maintenance period.
58 guarantee to the effect that the said
Structure will remain Termite-proof for 10 (Ten)
years (OS years Guarantee Bond of value of 5% of
total anti termite system+ OS years Corporate
Guarantee) to be reckoned from the date after the
maintenance period prescribed in contract expires.
GCC -15,· Cl 1 We understand that 50% of performance Guaranty Not agreed to.
Release of Performance Security- After recording of shall be retained as security deposited and the same
the completion certificate for the work by the shall be returned on completion of AICM Contract
competent authority, the performance guarantee year wise proportionately. Kindly Conform.
shall be returned to the contractor, without any
interest.
59
However, in case of contracts involving
maintenance of buildings and services I any other
work thereafter, 50% of Performance Guarantee
shall be retained as Security Deposit as per contract
conditions. The same shall be returned on
successful completion of commitment year
wise proportionately.
Query & Reply - Page-15 / 62
GCC 60, 29A We request you to delete this clause in its entry. Not agreed to.
With-holding and lien in respect of sums due from
contractor - 29A Pg. No.
Whenever any claims for payment of a sum of
money arises out of or 111/1322 under the contract
or against the contractor, the Engineer-In-Charge or
the AAI shall be entitled to withhold and also have a
lien to retain I such sum or sums in whole or in part
from the security, if any deposited by the contractor
and for the purpose aforesaid, the Engineer-In-
Charge or the AAI shall be entitled to withhold the
security deposit if any, furnished as the case may be
60 and also have a lien over the same pending
finalization or adjudication of any such claim. In the
even of the security being insufficient to cover the
claimed amount or amounts or if no security has
been taken from the contractor, the Engineer-In-
Charge or the AAI shall be entitled to withhold and
have lien to retain to the extent of such claimed
amount or amounts referred to above from any sum
or sums found payable or which may at any time
thereafter become payable to the contractor under
the same contract or any other contract with the
Engineer-in Charge of the AAI or any contracting
person through the Engineer-in- Charge pending
finalization of adjudication of any such claim.
GCC 61, 29A We request you to delete this clause in its entry. Not agreed to.
Lien in respect of claims in other Contracts - Any
sum of money due and payable to the contractor
(including the security deposit refundable to him)
under the contract may be withheld or retained by
61
way of lien by the Engineer-In-Charge or the AAI or
any other contracting person or persons through
Engineer-In-Charge against any claim of the
Engineer-In-Charge or AAI or such other person or
persons in respect of payment of a sum of money
arising out of or under any other contract made by
Query & Reply - Page-16 / 62
the contractor with the Engineer-In-Charge or the
AAI or with such other person or persons.
GCC 69, cl 39 We request you to delete this clause in its entry. Not agreed to.
Termination of contract on death of contractor-
Without prejudice to any of the rights or remedies
62
under this contract, if the contractor dies, the
Engineer-In-Charge on behalf of the AAI shall have
the option of terminating the contract without
compensation to the contractor.
SCC(ELECT)-18, CL 25.11 1) We request you to make RA Bill payments on Not agreed to.
Payment - Quarterly running payments will be made monthly basis instead of Quarterly running
in the following month after deducting security payments.
63 deposit, IT, and all other applicable taxes, penalties 2) We request you to release 75% ad hoc payment
to which the firm might render itself liable as per within 7 days of submission of invoice by the
the terms of agreement. contractor and the balance shall be released
within next 7 days after scrutiny of the invoice.
Please confirm,
SCC(CIVIL)-5,CL 6.1 We request you to kindly modify this clause as below Not agreed to.
Certificates of Payment - Refer to the schedule A & to remove the ambiguity:" On account, monthly
Al for Cost & Billing. On account payments would be payments would be made to the Contractor on pro-
64 made to the Contractor after achieving mile stones rata basis of the achieved Milestones on the total cost
so provided by the contractor. However, running of milestone as per the Payment Schedule.
account bill shall be made based on pro data basis
of the total cost of the milestone as assessed by the
authority.
If the prices of materials (not being materials Clause 10 is ''Materials supplied by Authority" Please refer Clause 34 in
supplied or services rendered at fixed prices by the however as per schedule B it is not applicable. Clause conjunction with schedule B
Department in accordance with clause 10 & 34 34 is" Hire of Plant & Machinery" in which 1. The & C as per tender
thereof) and/or wages of labour required for Contractor shall arrange at his own expense all tools, document. Refer clause 10
execution of work increase, the contractor shall be plan machinery and equipment (hereinafter referred CC which is self-
65
compensated for such increase as per provisions to as T&P) required for execution of the work except explanatory. The same shall
detailed below and the amount of the contract shall for the Plant & Machinery listed in Schedule 'C' and be dealt as per tender
accordingly be varied, subject to the condition that stipulated for issue to the contractor. "However, as conditions
such compensation for escalation in prices and per Schedule C it is not applicable Since Cal use 10 C
wages shall be available only for the work done and 10 CA are deleted as an effect following is not
during the stipulated period of the contract available.

Query & Reply - Page-17 / 62


including the justified period extended under the Since Cal use 10 C and 10 CA are deleted as an effect
provisions of clause 5 of the contract without any following is not available:
1. Price escalation on Material (excluding the materials
covered under Clause 10CA and not being a material
supplied from the Engineer· in-charge's stores in
accordance with Clause 10 thereof) and Labour due to
change in statutory rule or order and introduction of
fresh law is not available. This need to be qualified for
its applicability.

2. Price escalation on Material (Cement, Steel,


Reinforcement and Bitumen) due to variation
increases/ decreases beyond the base price(s) after
receipt of tender is not applicable as per Schedule F.
Therefore effectively there is no price escalation
available except Labour and POL Please clarify if
escalation is payable for all material including cement
and steel along with POL and labour.
Please clarify if escalation is payable for all material
including cement and steel along with POL and labour

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

Query & Reply - Page-20 / 62


to the justified period extended under the
provisions of clause 5 of the contract without any
act1on under Clause 2, the minimum wage
prevailing on the last date of quarter previous t o
the quarter pertaining to stipulated date of
completion considering the effect of extra
work(extra time to be calculated on prorate basis
only as cost of extra work x stipulated
period/tendered cost, shall be considered.) or the
minimum wage prevailing on the last date of the
quarter previous to
the quarter pertaining to stipulated date of
completion considering the effect of extra work
(extra time to be calculated on prorates basis only
as cost of extra work x stipulated period / tendered
cost, shall be considered). or the minimum wages
prevailing on the last date of the quarter previous
to be under consideration, whichever is less, shall
be considered. LI0 minimum delay wages in rupees
of an unskilled adult male mazdoor, fixed under
any law , statutory rule or order as on the last
stipulated date of receipt of tender including
extension if any.

(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

Query & Reply - Page-21 / 62


Demolition & Modifications
to Existing Terminal. The
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.

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.

Query & Reply - Page-22 / 62


VOL 2 : Sec D : Design Requirement And Arch DBR With the specification of monumental staircase The location of Monumental
73 8.A provided in the schedule of Finishes of ground floor, staircases is already shown
Monumental Staircase-Ground floor-Vol 2 : Sec D: the location of the same has not been provided in the in Floor Plans.
Design Requirement &Arch DBR plan. Kindly clarify.
Ancillary Building for Extended Terminal Building Please provide us with the details of the Ancillary The bidders are free to visit
74 Structure/Infra the site and assess the
building (Substation, UGT etc.), if any, to cater to the existing infrastructure for
services of the extended terminal building. bidding purpose.
First Floor Plan AR.TB.103.TD & Second Floor Plan Please check if the staircases provided on first & The staircases provided are
75 AR.TB.104.TD second floor are as per the fire norms. as per fire norms.
Fire Staircase- First Floor & Second Floor: Volume 3
Tender Drawing
Zinc Cladding Please provide us with the drawing detail of the zinc Further detailing shall be
76 cladding over the columns. provided to the successful
bidder during the execution
stage.
Basement Floor Plan- Please clarify if the 300 mm wide drain channel is The drain shall be matching
77 AR.TB.102.TD open or closed. If closed kindly specify the to the existing scenario at
Drain Channel- Basement: Volume 3 tender specification of grating. basement level at site.
Drawings
Basement Floor Plan- AR.TB.102.TD Please clarify whether the construction of the new The construction of
78 Basement Floor wall or installation of partition wall is to be carried basement walls shall be as
out, on the left side of the basement floor connecting per basement floor layout
the existing & new terminal building. AR.TB.102.TD.
Mezzanine Floor Kindly specify the finishing material of the mezzanine Please find below the link for
floor. tender drawings with
addition of Mezzanine Floor
79
Plan in AutoCAD format link.
https://we.tl/t-
2MP5wfTC3q

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-

Query & Reply - Page-25 / 62


2MP5wfTC3q
General – Fire Alarm/PA System Please share Make & Model of Equipment’s for Fire The integration with existing
Alarm, Public Address system in existing terminal system to be provided as per
the tender documents.
94
However for further
information, the site may be
visited for integration with
existing facility.
SER-DBR As per site visit we understand that space available in The site may be visited to
DG sets- To meet the requirement of the backup existing DG room will be utilised by new 1500KVA DG see the suitable location for
95
the DG set of 1 no. 1500KVA silent type water set ordered by site team, please confirm the scope provision of 1No. DG set as
cooled capacity along with cooling tower is and location of DGH set in this tender. per tender documents.
proposed in the existing space available in DG room
Augmentation & Provision of systems As per scope of work, Kindly refer clause no. -9
Augmentation & Provision of various systems like page No.-SCC (ELECT)-7,
96 Substation equipment’s ,AC Plant room, Fire pump scope of work of tender
room, Escalators & Lifts, External signage’s IT & ELV document.
Systems is described ,We understand Provision but
Please clarify in detail the scope of augmentation
Modification in Existing DG Panel and Existing LT As per site visit we understand there is no The integration/
panel with addition of panel, Main Distribution/ scope/Space available for extension of DG Sync panel, Modification in Existing
panel to be provided as per
97` Sub Distribution panels, & Capacitor Panels, cabling Please advice. the tender documents.
& Earthling etc. However for further
information, the site may be
visited for integration with
existing facility.
General Fire Alarm/PA system Please share make & model of equipment’s for Fire The integration/
alarm, public address system in existing terminal. Modification with Existing
Fire Alarm/PA system to be
provided as per the tender
98
documents. However for
further information, the site
may be visited for
integration with existing
facility.

Query & Reply - Page-26 / 62


FIDS To provide visual display of Airport’s Flight Please share the drawing for clarity on number of LED It is a design-based system,
Schedule & Status, Gate, Baggage Belt information, display, location Site of display to be considered. the quantity will be
99
etc. on LED Display Board, 40"/42"/55" LED Display calculated by the vendor on
Monitor, etc. the basis of design as per the
site.
General - CCTV Please confirm no. of cameras considered in existing In existing terminal building
terminal. all CCTV cameras are ONVIF
CAMERA. There are around
100
400 cameras installed in the
existing terminal and around
55 cameras will be added in
the extension portion.
General - CCTV Please share CCTV server space in Existing terminal. All S CCTV Equipment’s like
VMS server/ Video Analytics
101 server / NAS / core switches
etc. to be installed at
existing Airport system
Equipment room.
General - CCTV Please conform how many workstation for CCTV has Minimum 6 nos. of
102 been considered in existing terminal. workstation for CCTV has
been considered in existing
terminal.
103 CCTV Please share areas where cctv shall be considered. As per site/BCAS
requirement.
104 General Access Control Please conform if we shall consider smart card reader As per RFP
or proximity card type.
Access control to Airport campus- Bidder has to Please confirm Make & Model for Access Controller & Access control items should
provide card reader (of M/S Solus) turnstile, Boom Software. be compatible with existing
Barrier, Flap gate E& M Lock etc. with proper gate system.
and other barrios as per BCAS Guideline and
105
Director of security at AAI 1.Biometric Access control &
alarm management
software: Solus- iSolus-E
2.Smart Card Readers cum
controllers-Solus ID11-S1-M.

Query & Reply - Page-27 / 62


DATA-General Please confirm how many Data server were The Technical specifications
considered for existing terminal. Also share the specs of servers for CCTV, FIDS, PA
for Data server. are already mentioned in
the Tender document under
106 Airport Systems. The
quantity shall be worked out
by vendor, which shall cater
existing building systems
and new system for the
extension building.
Bidder should have the provision for separate LAN We shall consider converged network for all systems As per RFP
107 segment for CCTV with the other applications. i.e., Data, VOise, CCTV, IBMS, Lease confirm.
Dedicated edge switching shall be required for
CCTV.
Security System- General Please confirm no. of large Baggage scanners & DFMD Baggage scanners & DFMD
108
to be considered. are not in the scope of this
tender.
General- Fire Alarm Please confirm if any spare loops are available in The integration/
existing Fire alarm Panel. Kindly confirm location of Modification with Existing
Fire Alarm system to be
existing Fire ALARM Panel for networking of Panels. provided as per the tender
109 Please share the Drawings for cable routing. documents. However for
further information, the site
may be visited for
integration with existing
facility.
General- Public Address system Please confirm no of zones in existing terminal. Please All the details are mentioned
confirm the location existing PA rack to be considered. in the tender under PA
system subhead. However it
110 Kindly share the drawings for is a design based system, so
the same vendors are advised to
execute the work
accordingly..
IT Systems- Bidder has to provide required SMF Please confirm no of SFP modules to be considered for Connectivity to existing LAN
111 with redundancy as per RFP.
modules for existing Network switches to connect existing Terminal.
with offered product.

Query & Reply - Page-28 / 62


IT Systems Please share Data & Voice distribution matrix Vendor has to work out its
112
own as per site conditions
and requirement.
General - Fire Alarm Please confirm if any spare loops are available in The integration/
existing Fire alarm Panel. Kindly confirm location of Modification with Existing
Fire Alarm system to be
existing Fire ALARM Panel for networking of Panels. provided as per the tender
113 Please share the Drawings for cable routing. documents. However for
further information, the site
may be visited for
integration with existing
facility.
General- Public Address system Please confirm no of zones in existing terminal. Please All the details are mentioned
confirm the Location existing PA rack to be in the tender under PA
considered. Kindly share the drawings for the same system subhead. However it
114
is a design based system, so
vendors are advised to
execute the work
accordingly..
IT Systems- Bidder has to provide required SMF Please confirm no of SFP modules to be considered for Connectivity to existing LAN
115 with redundancy as per RFP.
modules for existing Network switches to connect existing Terminal.
with offered product.
IT Systems Please share Data & Voice distribution matrix Vendor has to work out its
116
own as per site conditions
and requirement.
Water consumption Please provide the water consumption calculations of The bidders are required to
existing terminal buildings visit the site for assessment
117
/verification/understanding
of the existing water
consumption.
Pump Capacities Kindly share Fire & PHE pumps capacities at UG pump The bidders are required to
room to check if they can satisfy new requirements visit the site for assessment
118 /verification/understanding
of the existing system and
proposed system
accordingly.

Query & Reply - Page-29 / 62


STP Detail & Location Please share the location and details of STP bypass Please Refer the tender
and existing Municipal sewer and Storm water documents. The bidders are
connection required to visit the site for
119 assessment
Kindly share the location and technical details of STP /verification/understanding
such as technology, capacity, treated water of the existing water
parameters. consumption.
RO Plant Location In drawing of existing plant room, RO plant is shown. Fountains type drinking
Kindly clarify applications of RO water, presently we water system along with
120 are considering RO water requirement for drinking online RO & water cooler
purpose only. shall be provided in
extension terminal building
only.
Hot Water Supply Kindly confirm the requirement of hot water supply if Please Refer the tender
any, if yes can we consider provision for localized documents. Localized geyser
121
geysers. Please confirm. shall be provided in kitchen
and pantry for hot water
requirements.
122 MOC Kindly confirm the MOC for external Manhole covers Please Refer the tender
documents.
Irrigation System Please share the scope for landscape irrigation system . Refer Cl. No.2.4 at Page
123
and MOC for the same. If yes, kindly share the existing No. SER-DBR 40. & Cl. No.2.4
system and pump details as well at Page No. SER-DBR 46
CFO NOC Please share the CFO NOC for existing building if Shall be provided to the
124
available. successful bidder only at a
later stage.
125 GAS Suppression Presently we are not considering gas suppression To be considered as per
system in our scope of work. Please confirm. tender documents .
1no. of water curtain pump to be added of capacity In existing pump room details drawing, water Bidder to propose water
1620 LPM as per latest NBC curtain system in extension
curtain pump is not shown. Please confirm whether
terminal building as per
126 we have to consider water curtain system for entire
requirement of latest codal
basement (Existing +New Extension) or only for new requirement.
extension of basement

Query & Reply - Page-30 / 62


Presently we are not considering kitchen hood Agreed.
127
suppression system on our scope of work. Kindly
confirm.
In existing pump room details drawing, RO plant is Fountains type drinking
shown in pump room whereas actual site observation water system along with
shows, the RO plant is provided at terrace. Kindly online RO & water cooler
128
shall be provided in
confirm the location of existing RO plant, its capacity.
extension terminal building
only.

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.

However vendor may visit


site for survey existing plant
room.

Chiller Water cooled Centrifugal Chiller with VFD shall be Please refer the tender
138
considered. Please confirm. specifications.

Query & Reply - Page-32 / 62


Chiller to consider with single or multi compressor

Chillers to consider with AHRI certificate only? Please


clarify.
Chiller Plant manager The chiller plant manager shall be considered with 4
nos. existing chillers. Please confirm Yes, A compatible Chiller
Plant optimizer/ manager to
be provided for all chillers
(new plant chiller (02) +
139 existing plant chiller (04))
and provision for
interconnection of existing
chiller plant shall be made to
make energy efficient
system.
PAC Units. Is there any requirement of PAC (Precision Air Provision of PAC shall be in
140 Conditioning) Units? Please clarify IT and server room in
extension of terminal
building.
141 TFA Units The TFA shall be considered with chw coil without Please refer the tender
energy recovery wheel. Please clarify. specifications.
142 VAV Box Please clarify the areas to be considered with VAV Please provide as per system
boxes. requirement.
143 Once through system Please clarify if any areas to be considered with once Query is not clear.
through system
144 AC room-Exhaust Please clarify the areas, if any with the additional Query is not clear.
exhaust requirement
BTU Meter The BTU meters shall be consider at the riser shaft Please consider BTU meters
145
entry of proposed extension. Please confirm in each chilled water riser of
extension terminal building.
Winter Heating Winter heating shall not be considered. Please Winter heating is not
146
confirm. required for Goa ambient
conditions.
Basement Ventilation The basement shall be ventilated @rate of 6 & 12 Please refer the tender
147 ACPH exhaust during normal & fire mode resp. with conditions and requirement
single speed tube axial fans & dual speed jet fans for of NBC-2016.
Query & Reply - Page-33 / 62
circulation. Please confirm.

The normal mode supply air shall be considered @


rate of 6 ACPH. Please confirm.

Is there any requirement of supply air during fire


mode. Please clarify

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.

Query & Reply - Page-34 / 62


154 Working Hours Kindly specify the working hours during execution Please refer Pg. SCC(CIVIL) -
stages. 14 Clause Number 27.
Site Logistic Kindly confirm whether Logistic Arrangement within Please refer Pg. SCC(CIVIL) -
155 the site premises is available or not. (for site office, 12 Clause Number 20.

Rein!. & Shuttering yard, Store etc.)


Demolition work Scope & its Disposal During site visit it is observed existing structures on The demolition, dismantling
proposed site. Request you to kindly confirm and renovation works shall
be taken up as per drawings
demolition scope & material disposal area. and as per AAI’s functional
156
requirement laid in volume
2, without any hindrance to
the existing operations with
proper barricading and
safety measures.
157 Tender submission date is on May 2019 We request you to provide the extension in Tender Not agreed to.
submission date at least vy 15 Days

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......"

SCC(E) As Security Deposit is already being deducted Not Agreed to.


Quarterly running payments will be made in the during AICMC period, it is requested to release the
163 following month after deducting security total Performance Guarantee within 180 days after
deposit,......etc. Security Deposit shall be released the stipulated date of completion.
after 6 months from the date of completion.....

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

Query & Reply - Page-37 / 62


"Site to the contractor shall be made available fully dismantled or relocated so that the value of these and renovation works shall
or in phases and contractor shall be liable to works can be quantified and included in tender be taken up as per drawings
dismantle I relocate any of the structures fouling price. and as per AAI’s functional
with the proposed site as per instruction by the requirement laid in volume
Engineer-In-Charge. No claims whatsoever ,towards 2, without any hindrance to
aforesaid activities shall be entertained. the existing operations with
All dismantling and modification works in existing proper barricading and
building for integration with new terminal building safety measures.
shall be carried by contractor as per instructions of
Engineer in charge. No claims whatsoever, towards
aforesaid activities shall be entertained"

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

Query & Reply - Page-38 / 62


quarterly for the completed period of three months amount is stated to be included in the Contract
with all supporting documents like copy of Price. As these two provisions of contract are
attendance register; copies of PF, ESI receipt, etc. contradictory in nature, please clarify if PF & ESI
Security deposit shall be released after 6 months amount is to be included in the tendered value.
from the date of completion. The PF & ESI amount is
included in the rates quoted by him.
GCC In GCC clause 20(A) at page no 57, ESI & EPF PF & ESI shall be reimbursed
ESI& EPF amount paid to the statutory authorities amount is stated to be reimbursed upon submission to agency on production of
by the contractor shall be reimbursed on actual of documentary evidence. However, in Special documentary evidence.
171 basis on submission of documentary evidence. Conditions of Contract for electrical works PF & ESI
Hence quoted rate / amount
amount is stated to be included in the Contract
Price. As these two provisions of contract are shall be excluding PF & ESI
contradictory in nature, please clarify if PF & ESI
amount is to be included in the tendered value.
GCC "These two statements are contradicting to each Refer clause 30 of GENERAL
"1. Taxes: other. We understand that Special Conditions of GUIDELINES FOR THE
172 a. All Tendered rates should be inclusive of all taxes Contract proceed over General Conditions of BIDDERS at page NIT-6
including GST. Wherever supplies/services involve Contract , so quoted price shall be inclusive of all
imports, the same should be identified separately taxes and duties excluding GST. Please Confirm"
........"
SCC(E) "These two statements are contradicting to each Confirmed.
Quoted price of the EPC contract shall be firm and other. We understand that Special Conditions of
173 consolidated for the equipment delivered, installed. Contract proceed over General Conditions of
commissioned and tested at site including all Contract , so quoted price shall
applicable taxes, levies etc. But excluding GST. be inclusive of all taxes and duties excluding GST.
Please Confirm"
SCC(C) There are two different statements for certification Refer clause 6.3.1 in
Within Fifteen (15) Business Days of receipt of the of payment. Kindly clarify which one will prevail. conjunction to clause 6.3.7.
Contractor's Request for Payment, the AAl's
174 Representative shall review such request and
subject to both the Contractor's compliance with
this Clause shall issue to the Contractor, a
Certificate of Payment certifying what amounts the
AAI proposes to make.........
175 The payment due to the contractor shall be made There are two different statements for certification Refer clause 6.3.1 in
within 15 Days of the submission of the bill by the of payment. Kindly clarify which one will prevail. conjunction to clause 6.3.7.

Query & Reply - Page-39 / 62


contractor and the bill shall be verified by the
Engineer- In- Charge of his representative within 10
Days of submission of bill….
Sec. G Schedule A We understand that the summation of cost centers The difference in cost center
Percentage Break Up should be 100%. However, as per calculations. the % is due decimal. Contractor
Part-A total percentages are obtained as below: will be paid round off
Cost Centers ( E&M):100% PART-A: Cost Centers (E&M): 99.98% amount in order to make
176 Cost Centers (AS & IT): 100% Cost Centers (AS &IT System): 99.99% sum of cost centers 100%.
Part-B Part-B
100% 100.09%
Part-C Part-C
100% 99.95%
Please correct and amend.
Drawings Please find below the link
Kindly share AutoCAD drawings of the project for tender drawings in
177
AutoCAD format.
https://we.tl/t-
2MP5wfTC3q
Existing Terminal Drawings The bidders are required to
Kindly share existing terminal building visit the site for
178
drawings(Architectural, Structural & MEP) & its verification/understanding
interface works with proposed terminal to be of the existing layouts.
extended
Existing Utilities Drawings The bidders are required to
179 Kindly share the existing utilities layout running in visit the site for
the airport site. verification/understanding
of the existing layouts.
Existing terminal Building drawings The bidders are required to
180 Kindly share the existing terminal building structural visit the site for
drawings. verification/understanding
of the existing layouts.
Existing terminal Building drawings The bidders are required to
181 Kindly share the foundation details of existing visit the site for
terminal building on gable end (extension side). verification/understanding
of the existing layouts.
182 Vol 3 Sec D Kindly provide underground depth of water table Please refer Volume 3
Geo-technical Investigation Section D Soil Investigation
Query & Reply - Page-40 / 62
report in conjunction with
Clause W (Volume 2 Section
B Functional Requirements
pg FUN 5)
Kindly confirm the scope of FLB works is included in FLB is in the scope of the
183
contractors’ scope or not. works of the contractor.

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

Query & Reply - Page-43 / 62


The Cables shall be selected in such a way the of the transformer to the final distribution board. meet tender requirements.
System voltage drop shall not be more than 3%
from the output of the transformer to the final
distribution board
SOQ As per 25.1 of SCC (electrical), AICMC of One new AICMC of one new DG is in
"Operation, Maintenance & All Inclusive DG is in scope, but there is no breakup for the one scope of this work. For
Comprehensive Maintenance Contract (AICMC) for new DG in payment terms. We understand that payments, Kindly refer cost
a period of 05 years after OLP of 02 years (PBB, BHS AICMC of one new DG is not in our scope. Please center mentioned in tender
work are not included in scope of work). O&M and confirm. documents
205
AICMC shall
be applicable for packages indicated at para no.
25.1of sec
(Electrical) only. Accordingly bidder quote the offer.
The bidder shall quote the offer excluding GST."

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

Query & Reply - Page-44 / 62


Escalators and solar system etc. of extension of terminal building & other electrical services on
terminal building & other electrical services on 24hrsx7 days including Saturday, Sunday and other
24hrsx7 days including Saturday Sunday and other holidays. We are not considering any extra
holidays at Goa Airport by deploying most suitable Manpower. Please confirm.
manpower as specified as required as per Annexure
- I of SCC E&M works.

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.

Query & Reply - Page-45 / 62


Vol 2 Design Document We understand that the present STP of 300KLD is Confirmed.
SER DBR upgraded to 600KLD by AAI which suffice the STP
211
Existing STP to be used for proposed expansion requirement of proposed expansion , hence no STP
works is in TPL scope. 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

Query & Reply - Page-46 / 62


amended up to date.

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

Query & Reply - Page-47 / 62


the car has to automatically move and stops at the should not be mandatory in the tender, It should specifications.
nearest landing floor using the device with specify minimum 3 rescue operation as per IS 4665
rechargeable battery (use maintenance free (Part3/Sec1)
battery) and the door opens to ensure passenger
safety. Upon restoration of normal building
emergency power the normal operation resumes
The rechargeable battery is to have the capacity to
operate fo~ at least 6 times of maximum travel of
any load (no load, balanced load, full load), between
any two stops continuously.

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.

Query & Reply - Page-48 / 62


extending a minimum of 1. 75 m above sill of specifications.
bottom terminal entrance and constructed of hot
dip galvanized I stainless steel.
Vol 3 Sec B Part-05 Elevators & Escalators We will comply to HLF type cable which meets the Shall be as per tender
Wires and cables: All electrical wires and cables shall property of LSHF cable by complying to the below specifications.
be low smoke emission and halogen free type mentioned standard.
229 (LSHF) and shall be 1 hour fire rated. IEC 60754-1 , 60754-2, EN50267-2-1 , EN50267-2-
2,EN50267-2-3,VDE 0482-267 part 2-1,2· IEC 60754-
1 , 60754-2, EN50267-2-1 , EN50267-2-2,EN50267-
2-3,VDE 0482-267 part 2-1,2· 61034-1 , EN 61034-
2,VDE 0482-1034 part 1and2.
Vol 3 Sec B Part-05 Elevators & Escalators Please specify the size and number of spare Shall be as per tender
Run spare wires from car connection points to shielded wire to be provided through! the lift shaft specifications.
230 individual Lift controllers within the shaft. Provide
four pairs of spare shielded communication within
the shaft. Provide four pairs of spare shielded
communication
Vol 3 Sec B Part-05 Elevators & Escalators We recommend to consider main controller cubicle Main controller cubicle in SS
Electrical Enclosures and Boxes: shall be galvanized in SS and car top junction box in MS power coated and car top junction box in
231 sheet metal duly painted as per standard sheet. Galvanized Sheet metal duly
specifications.
painted is also acceptable.

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

Query & Reply - Page-50 / 62


considering low duty application involved. This
specification is provided across all our airport
installations.
Vol 3 Sec B Part-05 Elevators & Escalators We will provide emergency stop switch in the Agreed.
241 Provide red Emergency Stop button in the car lockable box which will stop the car immediately
operating panel. Pressing E-Stop button shall bring once it is pressed and triggered.
the lift to the nearest floor.
Vol 3 Sec B Part-05 Elevators & Escalators A separate push button is not required to test Agreed.
242 Emergency lighting test push button. emergency lighting functionality and operation.
Hence we request to remove the same from the
tender.
Vol 3 Sec B Part-05 Elevators & Escalators We recommend our dot matrix display option Shall be as per tender
Car position indicator of LCD type (of minimum 7 which will show static floor designation and specifications. .
inch display) shall be provided in the car. The direction arrow. This satisfies the requirement for
243
position of the car shall be indicated by single or such airport installations considering just 2 stops.
dual numeral and /or letter floor designation along
with scroll type direction arrow indicating direction
of travel.
Vol 3 Sec B Part-05 Elevators & Escalators We recommend to consider COP suitable to EN 8 1- Shall be as per tender
Push button characteristics shall comply with the 1 and IS 14665 norms. specifications.
recommendations of EN-81-70 latest edition
related to the requirements for disabled people. In
244
addition, all devices operable by any person shall be
identified with Braille and /or tactile symbols. The
car operating panel and the Hall push button
stations shall be located in accordance with code
requirements to assist the handicapped.
Vol 3 Sec B Part-05 Elevators & Escalators We recommend our dot matrix display option Shall be as per tender
Hall position indicator of LCD type shall be provided which will show static floor designation and specifications.
245 at all landings for Lift. It should indicate the position direction arrow. This satisfies the requirement for
of the car in the hoist way with single or dual such airport installations considering just 2 stops.
numeral and /or letter designations along with a
scrolling arrow indicating direction of car travel.
Vol 3 Sec B Part-05 Elevators & Escalators We recommend to consider LED type indication for Shall be as per tender
246 Hall Lantern: To provide for each Car(s). Provide at the hall lantern. specifications.
entrance of elevator to indicate travel direction of

Query & Reply - Page-51 / 62


arriving car. Chime shall be provided to indicate car
arrival. Illuminate up or down LCD lights and sound
tone once for up and twice for down direction prior
to car arrival at floor.
Vol 3 Sec B Part-05 Elevators & Escalators We recommend to consider vertical type hall Shall be as per tender
Hall Lantern: To provide for each Car(s). Provide at lantern as alternate option. specifications.
entrance of elevator to indicate travel direction of
247
arriving car. Chime shall be provided to indicate car
arrival. Illuminate up or down LCD lights and sound
tone once for up and twice for down direction prior
to car arrival at floor
Vol 3 Sec B Part-05 Elevators & Escalators Elevator contractor will only provide analog type Shall be as per tender
Interface Requirements The contractor shall initiate CCTV interfacing and complete CCTV with specifications.
248 and be responsible to manage the interfaces of the connecting accessories will be in customer scope.
Lift with Civil, Finishes, CCTV and Fire Alarm system
with respect to the aspects of Lift design,
development, installation and testing.
Vol 3 Sec B Part-05 Elevators & Escalators We recommend to consider UPS with lead acid type Shall be as per tender
249
Emergency Lamp with Ni-Cd Battery Backup for 2 SMF battery instead ni-cd. specifications.
hours (min 20 watts).
Vol 3 Sec B Part-05 Elevators & Escalators As per IS 14665 if the effort required to release the Shall be as per tender
Emergency Rescue operation (Manual) brake is >400N, then electrical brake release to be specifications. .
provided and we are complying to IS standard. It
250
difficult to release the brakes of these machine with
handle as these are big machines. So we
recommend only electrical D brake mechanism for
MRL jobs.
General We observed that the quantity of FIDS(Flight It is a design-based system,
Information Display System) is not mentioned in the quantity will be
251
tender. calculated by the vendor on
We request you to kindly provide the same. the basis of design as per
the site.
General We observed that the quantity of HHMD(Hand Held HHMD (Hand Held Metal
252
Metal Detector) is not mentioned in tender. We Detector) are not part of the
request you to kindly provide the same . Tender.

Query & Reply - Page-52 / 62


General We observed that the quantity of DFMD (Door DFMD (Door frame Metal
253
frame Metal Detector) is not mentioned in tender. Detector) are not part of the
We request you to kindly provide the same. Tender.
General We observed that the quantity of X- Ray Baggage X- Ray Baggage Scanner are
254
Scanner is not mentioned in tender. We request not part of the Tender.
you to kindly provide the same.
Augmentation and provision of Fire detection, We have not considered any The integration with existing
alarm, and protection system, fire hydrant, skrinkler upgradation/change/augmentation to Fire system to be provided as
system, with Fire Control Room/panel and linking detection, alarm and protection fire fighting per the tender documents.
255
the same with fire station hydrant. Sprinkler system with Fire Control However for further
room/pane system in the Existing building. Our information, the site may be
scope id restricted to the extension of the building visited for integration with
only. Pleae confirm. existing facility.
Airport systems like augmentation of PA system, car We have not considered any upgradation /change After completion of the
calling system SCCTV, FIDS, DFMDs HHMDs VHF FM /augmentation/integration related to PA system, extension part of the
sets. Telephone Exchange/ digital EPABX /IP EPABX car calling system, SCCTV, FIDS, DFMD's, HHMD's, building, it becomes a single
system, Bird Hazard Reduction system VHF FM Sets, Telephone Exchange I digital building. All Airport & IT
EPABXl/IP EPABX system, Bird Hazard Reduction systems like FIDS, PA, S
256 system in the Existing Bu1ld1ng. Our scope is CCTV, IP-BABX, IT LAN, Wi Fi
restricted to the extension of the building only. etc. will work as a single
Please confirm. system hence, upgradation,
augmentation, integration
are all part of this work
which shall be carried out as
per the site conditions.
IT System We have not considered any The upgradation /change
upgradation/change/augmentation/integration /augmentation/integration
related to IT System in the Existing Building. Our of the IT system in the
257
scope is restricted to the extension of the building existing terminal building
only. Please confirm. has to be considered and
work to be carried out as
per site conditions.
Provision of CUTE/CUPPS, DFMD, HHMD & CUSS & We have not considered any Necessary room and all
258 BRS Sytem upgradation/change/augmentation/integration following facilities must be
related to Prov1s1on (data and power connections provided for CUTE/CUPPS-
only) of CUTE/CUPPS, DFMD, HHMD and CUSS & Sufficient Lighting, Power

Query & Reply - Page-53 / 62


BRS System in the Existing Building. Our scope is Outlets, Cooling, I/O points
restricted to the extension of the building only. etc.
Please confirm.
Design & Build (EPC) e-tenders are invited on Relevant Information is not found on the Kindly refer Page No WNIT-1
behalf_ of the Airports Authority of India for the mentioned page GCC 130. Please provide the same. of Tender document which
259 work as mentioned at Page No 130 of GCC. The is self explanatory.
estimated cost of the work is mentioned at Page
No.130 of GCC. This estimate, however, is given
merely as rough guide.
260 The contractor shall replace any non-working I Please remove this clause. No change contemplated.
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 surveillance CCTV system,
control Room, Terminal Manager Room, APD office monitors etc. in the Existing Building. Our scope is including required hardware
261
etc. restricted to the extension of the building only. and software in the existing
Please confirm terminal 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
262 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 Security equipment
Scope of Work-Airport Systems upgradation/change/augmentation integration re including X-Ray machines, in
Augmentation and provision of power supply and lated to networking for X-Ray machines, in line line Registered Baggage (RB)
263 networking for adequate number of X-Ray Registered Baggage (RB) and hand Baggages (HB), and hand baggage (HB),
machines, in line Registered Baggage (RB) and hand ETDs, DFMDs, and HHMDs, CUTE/CUSS as per BCAS ETDs, DFMDs, and HHMDs,
Baggages (HB), ETDs, DFMDs, and HHMDs, norms in the Existing Building. Our scope is CUTE/CUSS are not part of
CUTE/CUSS as per BCAS norms. restricted to the extension of the building only. the Tender.
Please confirm.

Query & Reply - Page-54 / 62


Sec B – Functional Requirement We have not considered any VHF FM sets (Walkie Talkie,
Scope of Work-Airport Systems upgradationlchange/augmentationfintegration Base Stations and mobile
264 Augmentation and provision of adequate no. of VHF related to VHF FM sets (Walkie talkie, Base Stations Stations) are not the part of
FM sets (Walkie Talkie,Base Stations and mobile and mobile Stations) in the Existing Building. Our the tender.
Stations). scope is restricted to the extension of the building
only. Please confirm.
Sec B – Functional Requirement We understand that VHF FM sets (Walkie Talkie, VHF FM sets (Walkie Talkie,
Scope of Work-Airport Systems Base Station and Mobile Station) is the TMRS (Trunk Base Stations and mobile
265
Augmentation and provision of adequate no. of VHF Mobile Radio System) which is generally done by Stations) are not the part of
FM sets (Walkie talkie, Base Stations and mobile AAI. Hence We are not considerinq this in current the tender.
Stations). scope of works. Please confirm
Sec B – Functional Requirement We understand that there is no mention of DAS DAS (Distributed Antenna
Scope of Work-Airport Systems (Distributed Antenna System for mobile network), System for mobile
266
Augmentation and provision of adequate no. of VHF hence we are not considering under current scope network)are not the part of
FM sets (Walkie Talkie,Base Stations and mobile of works. Please confirm the tender.
Stations).
Sec B – Functional Requirement We have not considered any The upgradation /change
Scope of Work-Airport Systems upgradationlchange/augmentation/integration /augmentation/integration
Augmentation and provision of Telephone related to Telephone Exchange/Digital EPABX/IP related to Telephone
Exchange/Digital EPABX/IP EPABX system for EPABX system for Terminal Bwlding including Exchange/Digital EPABX/IP
Terminal Building including telephone/intercom telephone/intercom instruments, wiring etc. in the EPABX system has to be
267 instruments, wiring etc. Existing Building. Our scope is restricted to the considered. Telephone
extension of the building only. Please confirm. Exchange (IP-PABX) is
available at the existing
terminal building, same shall
be extended/upgraded to
the new construction area
as per the Tender.
Sec B – Functional Requirement We are considenng the following only systems All the Airport & IT system
Scope of Work-Airport Systems under Airport system for the extension works. works to be carried out as
Scope Please confirm. mentioned in the Tender.
268
The contractor shall replace any non-working I SCCTV
faulty equipment for the above mentioned work. Fids
Epabx
Public Adress Syetm
269 Sec B – Functional Requirement We have not considered any The upgradation /change

Query & Reply - Page-55 / 62


Scope of Work-IT Systems upgradation/change/augmentation/integration /augmentation/integration
Augmentation and Provision of following Passive & related to Passive & Active Networking works in the related to Passive & Active
Active Networking works at Airport Terminal: exisiting building. Our scope is restricted to the Networking works in the
extension of the building only. Please confirm. existing building has to be
considered and work to be
carried out as per site
conditions.
Sec B – Functional Requirement Please provide the details (No. of rooms, sizes, As per site.
Scope of Work-IT Systems location etc.) regarding server room as these are
270 Building of IT room for keeping router, core switch not marked/shown on layout drawings.
& wireless controller with a provision of proper
cooling, electrical power point & uninterrupted
power supply.
Sec B: Functional Requirement Please per BCAS our understanding is that we have As per BCAS guidelines for
271 Scope of Work-IT Systems to provide access control at all exits/entry points. staff (other than passengers)
Access control system in Airport as per the Please confirm.
Technical specifications given by BCAS
Sec B: Functional Requirement ISP (Internet Service Provider) connectivity Bidder shall provide the
Scope of Work-IT Systems including their equipment’s is not considered connectivity using LAN.
272 Provision of Internet & Intranet services from though we can consider containment (HDPE pipes,
Internet service provider. manholes) to reach till IT room inside the new
terminal building from an outside entry point
(Manhole). Please confirm.
Sec B: Functional Requirement We are considering only the following systems As per RFP
Scope of Work-IT Systems under IT system scope for the extension works.
Scope Please confirm.
273
1. Active Network System (ACN)
2. Wi-Fi (Wireless Network)
3. IT Cabling
4. Access Control System (Only LAN)
Sec B: Functional Requirement We are not considering any type of DFMD, HHMD. DFMD, HHMD, Boom
Scope of Work-Functional Requirement Boom Bollards, Boom Barriers, Under Vehicle Bollards, Boom Barriers,
274 Passenger processing requirements (security Screening System (UVSS) and baggage screening Under Vehicle Screening
equipment like DFMD, HHMD and baggage machine for Existing and New terminal building System (UVSS) and baggage
screening machine) works. Please confirm. screening machine are not
part of the Tender.

Query & Reply - Page-56 / 62


Sec C: Airport & IT Systems Please provide location and numbers of required All the Airport & IT system
Qualitative Requirements Screens with sizes for Multimedia Advertisement works to be carried out as
The Flight Information Display System (FIDS) shall be and Weather Information application. mentioned in the Tender.
275 installed at Airports for display of Passenger Does Advertising/Weather Information Screens
Information, Flight Information, Baggage Belt software is also part of Scope? Please
Information, Check In- Counter/Boarding Gate confirm.
Information, Multimedia Advertisement, Weather
Information, etc.
Sec C: Airport & IT Systems Please provide the mentioned SOQ for the The upgradation /change
PA System-Scope of Work understating of the requirement. We have not /augmentation of the PA
As the existing systems are approximately 5 years considered any up gradation /change system, including required
old and extension of same system in new area may /augmentation /integration related to PA System hardware and software in
276
need some changes of existing equipment for for Terminal Building in the Existing Building. Our the existing terminal
proper integration of the whole system, accordingly scope is restricted to the extension of the building building has to be carried
in SOQ all necessary items are mentioned. only. Please confirm. out for proper integration
with new system at
extension building.
Sec C: Airport & IT Systems Storage requirement mentioned as 03 Days Confirmed. As per BCAS
CCTV General Specifications whereas in Airports it is Minimum 30 days. Please guidelines, it must be 30
System shall provide sufficient storage of all the confirm the same. days of recording.
277 camera recordings for a period of 03 days on fibre
channels @ 25 FPS, at 4 CIF or better quality using
necessary compression techniques for all cameras
(extended capacity of cameras i.e. present capacity
+ 25 %).
Sec C: Airport & IT Systems Contractor shall be given freedom to choose any Refer specifications in IT
Detailed Technical Specifications make out of the Preferable make (as mentioned) System Section Page No. TS-
278
Network switches: 24 Port (POE) Layer 2 switches and shall not be forced to one particular make ASIT 47
(IEEE Standard). Preferable make: CISCO/ Junipar I whatsoever is the reason. Please confirm the same.
Extreme
Sec C: Airport & IT Systems Please confirm whether to consider CAT6 or CAT As per RFP, CAT 6A
279
Detailed Technical Specifications 6A.
CAT 6 / 6A UTP Cables: (IEEE Standard)
Sec C: Airport & IT Systems Please confirm whether to consider CAT6 or CAT Consider CAT 6A
280
Introduction 6A.
Brief: At the Airport campus Integrated Local Area

Query & Reply - Page-57 / 62


Network shall be provided for theall the Voice , Data
& agencies working at theairport , No other line for
communication shall be allowed by the other
agency. The Bidder has to provide Integrated LAN
Points for CCTV,WLAN, Access ControlSystem,
Internet , FIDS ,
IPABX/ epabx and PoS, CUTE ,CUSS or any other
applications required internet or AAI lnranet for all
users at Airport in redundant mode . CAT 61CAT6A
cable shall be used for connectivity..
Sec C: Airport & IT Systems (a). Please confirm whether to consider Raceways , Please refer Clause No. 2 of
Introduction Covered Cable Trays & Conduit works under current PA System.
Note : Raceways , Covered Cable Trays & Conduit scope of work or not?
work shall be provided by Engg Department of the (b). Please confirm whether to consider Centralized
281
contractor hence, has not been included in the UPS supply under current scope of Systems field
scope of work. equipment’s of IT and Airport Systems devices work
Centralized UPS supply to be provided by the Engg or not?
Department for the field equipments of IT and
Airport Systems devices.
Sec C: Airport & IT Systems We understand that only LAN point (RJ-45 outlet) is Confirmed.
Access Control system at Airport Campus, as per the scope of work for Access Control System. Please
BCAS Requirement confirm the same.
AAI has to setup centralized Access control System
for Staff and Airport Vehicles (Other Than
Passengers) in the building and Apron/ runway
Area. Vendor has to provide LAN for all components
of Access Control System as per BCAS guidelines.
282 Note: AAI has already started the setup of
centralized Access control system for staff and
Airport Vehicles (Other than passenger) in the
building and Apron I Runway area. Centralized
Software for GOA Airport has been procured by AAI
for the Access control System as per BCAS
Guideline. Bidder has to provide Card Reader (of
Mis Solus ), Turnstile, Boom Barrier, Flap Gate E& M
lock etc. With proper
gates and other barriers as per BCAS Guideline and
Query & Reply - Page-58 / 62
Directorate of Security of AAI.
Sec C: Airport & IT Systems We have not considered Card Reader (of M/s Yes it has to be considered,
Access Control system at Airport Campus, as per Solus), Turnstile, Boom Barrier, Flap Gate E& as per RFP.
BCAS Requirement M lock. Please confirm that bidder to consider these Access control Items should
AAI has to setup centralized Access control System or not? As a general observation AAI does not ask be compatible with existing
for Staff and Airport Vehicles (Other Than for it system.
Passengers) in the building and Apron/ runway Bidders may visit the site.
Area. Vendor has to provide LAN for all components Refer clarification to point
of Access Control System as per BCAS guidelines. 105 above.
Note: AAI has already started the setup of
283 centralized Access control system for staff and
Airport Vehicles (Other than passenger) in the
building and Apron I Runway area. Centralized
Software for GOA Airport has been procured by AAI
for the Access control System as per BCAS
Guideline. Bidder has to provide Card Reader (of
Mis Solus ), Turnstile, Boom Barrier, Flap Gate E& M
lock etc. With proper
gates and other barriers as per BCAS Guideline and
Directorate of Security of AAI.

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

Query & Reply - Page-59 / 62


Large X Ray baggage scanner shall be installed at required X-Ray Baggage Scanners part of the Tender.
Main gates

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

Query & Reply - Page-60 / 62


Baggages (HB), ETDs, DFMDs, and HHMDs, norms in the Existing Building. Our scope is not part of the Tender.
CUTE/CUSS as per BCAS norms. restricted to the extension of the building only.
Please confirm.
Sec B – Functional Requirement We have not considered any VHF FM sets (Walkie
Scope of Work-Airport Systems upgradationlchange/augmentationfintegration Talkie,Base Stations and
293 Augmentation and provision of adequate no. of VHF related to VHF FM sets (Walkie talkie, Base Stations mobile Stations) are not in
FM sets (Walkie Talkie,Base Stations and mobile and mobile Stations) in the Existing Building. Our the scope of work.
Stations). scope is restricted to the extension of the building
only. Please confirm.
General Please clarify, the UPS shall be static type or The UPS shall be static type
294 Electrical Modular type. as per technical specification
of at Page No. TS-MEP107
section -12 “UPS”
General Please provide the voltage drop and Short circuit The voltage drop calculation
Electrical level at the Existing main LT for extension building shall
Panel. be done by contractor. Short
295 circuit level at the Existing
main LT Panel shall be 50 kA
for 1 second as mentioned
at Page No. SER DBR-17 of
tender document.
General Please provide the MEP and Architecutral AutoCad Please find below the link
Electrical Drawings. for tender drawings in
296
AutoCAD format link.
https://we.tl/t-
2MP5wfTC3q
General We understand that the Landsape lighting and The landscape lighting and
297
Electrical Facade lighitng is not part of the façade lighting shall be part
scope of the work. please confirm. of this work.
General We understand that AGL • PBB, BHS . AVDGS are Yes, confirmed.
298
not part of the scope of work,
please confirm.
General Please provide the Existing Substation layout and The site may be visited to
299 Architectural Layouts for our working. survey the Existing
Substation layout as per
tender documents.

Query & Reply - Page-61 / 62


Vol. 1 WNIT We request you to kindly grant us at least three Not agreed to.
300 Critical Data Sheet weeks time period for submission of bid
Bid submission end date (online) from the date of receipt of replies to
queries.

Query & Reply - Page-62 / 62

You might also like