You are on page 1of 33

MUNICIPAL CORRPORATION OF GREATER MUMBAI

Health Infrastructure Cell


No- Ch.E. / BM / 13207 / HIC date: 13/10/2021

Sub: 1) Proposed construction of 1) L Shape building, 2) Linear Accelerator &PET CT building, 3) RMO
quarters building by demolishing existing EMS building in B.Y.L. Nair Hospital, in E Ward.

2) Proposed construction of Multispecialty Hospital on plot bearing CTS No. 681 A/8B (Part) ,
681 A/3, 681 A/4 of Village Nahur reserved for hospital in ‘S’ ward, Bhandup West, Mumbai.

3) Proposed development Super Specialty Hospital, residential Hostel and allied structures on
plot bearing CTS no. 223,224 & 228 of village poisar at S.V. Road, Kandivali (West) for MCGM ,
Mumbai.
Ref:- Pre-bid meeting dated 30.09.2021 held in the conference hall of Hon. AMC(WS).

Corigendum – I
Following is the MCGM decision to the queries raised by the bidders in pre-bid meeting held
on dated 30.09.2021 and revised schedule for submission of bids is as under:

Sr.No Subject Provision As per Tender Queries raised by Bidder MCGM Decision

1 Proforma I & PROFORMA- III 1) Proforma-I and Proforma- Tender Conditions Prevails.
III List of similar work, as stated in III are same, anyone can
para ‘A’ of Post qualification. suffice requirement.
Note: Scanned Attested copies Requested to delete any one.
of completion/performance 2) We presume self attested
certificates from the Engineer- certificate in place of
in-charge for each work should Engineer-in-charge will be
be annexed in support of accepted as per clause
information furnished in the PACKET – B (a) on page no.
above proforma. 44.
2 PROFORMA PROFORMA - VI / A As bidders have lot of Tender Conditions Prevails.
- VI / A Details of Existing ongoing sites are all over
Commitments and ongoing India, it is not feasible to
works – furnish copies attested by
Note: Scanned Attested copies Engineer-in-charge of every
of completion/performance on going project. Hence
certificates from the Engineer- request to accept self
in-Charge for each work should attested or CA attested
be annexed in the support of copies for work in progress
information furnished in the and arriving of bidding
above proforma. capacity.
3 Mobilisation The above advance shall bear 12% interest rate p.a. on Tender Conditions Prevails.
advance simple interest at 12% per mobilisation advance is very
annum. The interest on the high, requested to revise
amounts paid as advance is interest rate linked MCLR
chargeable from the date the rate of SBI bank.
amount is paid.
4 Handing Unless and until entire building Please clarify maximum Tender Conditions Prevails.
over is handed over to the user duration of security to be
department the responsibility deployed after completion of
of security and maintenance work and handing over to the
lies with the contractor and user department, as it has
contractor shall provide his financial implication on
own security and no theft bidding cost.
complaints shall be
entertained by MCGM and no
separate watch and ward will
be paid for this
BOQ.
5 Fair item The rates of fair items Please clarify this condition. Tender Conditions Prevails.
considered in the BOQ are We presume all SOR and FAIR
subject to finalization of fair items are firm and final.
items, hence there will be
change in the final estimated
cost of the work.
6 Appointmen Appointment of Licensed As this is not EPC contract, all Tender Conditions Prevails.
t of Licensed Structural Engineer by structural design and
Structural successful bidders for drawings shall be provided by
Engineer execution of work. However, MCGM, then what is role of
no payment will be permitted contractor's structural
to such Licensed Structural engineer.
Engineer by the MCGM.
7 USOR 2018 The tender is prepared on the USOR-2018 rates are 4 years Tender Conditions Prevails.
basis of MCGM Unified back and after COVID -19 Bidder may quote Accordingly
Schedule of Rates 2018 and pandemic rates of material
SAP approved rates starting and labors are abnormally
from 2013 to 2018, including increased. Requested to
Fair Rate Items based on bring rates to current year by
current market rates 2018. using currant year USOR or
applying price escalation
factor to make estimate
realistic as per current
market rate.
8 Procurement The Engineer shall have power Option of minimum three Tender Conditions Prevails.
of material to cause the Contractors to sources shall be provided for
purchase and use such procurement of any material
materials from any particular to avoid monopoly of
source, as may in his opinion particular supplier.
be necessary for the proper
execution of the work.
9 Existing Over-ground and under- Requested to provide During excavation if any utility
utilities ground existing utilities on the drawings and details for incurred then it has to be
site. underground and above supported by contractor.
ground utilities and
structures/building.
10 Secured Secured Advance Requested 80% amount to be
Advance paid against cost of material Secured advance is not
delivered at site as secured applicable for any building
advance. material. As per MCGM practice,
payment for MEP works shall be
@60% on supply +30% on
installation +10% on testing &
commissioning, for MEP works
executed as per instructions of
Engineer in charge in
consonance with bar chart and
actual progress of the work.

11 Tender Tender Drawings Requested to provide After Purchasing of tender


Drawings AutoCAD drawings for bidder shall produce the
estimation of tender. payment receipt to the
concerned Sub Engineer, for
obtaining AutoCAD drawings.
12 Soil Soil investigation Report Requested to provide soil After Purchasing of tender
investigation investigation Report bidder shall produce the
Report payment receipt to the
concerned Sub Engineer, for
obtaining Soil investigation
Report
13 EMD Bid Security/EMD Rs We request you consider Tender Conditions Prevails.
1,97,43,800.00(Rs1,00,00,000/- Bank Guarantee for whole
through online Bank Getway + amount of E.M.D. i.e. 3.01Cr
Rs. 97,43,800/- throgh Bank Instead of Cash plus BG
Guarantee
14 Eligibility Similar Experience for Building We request you to consider For assessing the technical
Criteria Construction: residential / commercial capacity of works; similar work
For assessing the technical structure for eligibility for this project shall mean,
capacity of works; similar work criteria. Experience of Hospital Component:Minimum
for this project shall mean, hospital component shall be one Basement + Gr. + 5 upper
Hospital Component: kept as optional and not floors of Multi/ Super-Speciality
Minimum one Basement + Gr. compulsory so that there can Hospital/Hospital/Public/Instituti
+ 5 upper floors of Multi/ be healthy competition and onal/Commercial Building in
Super-Specialty hospital client can get the best price RCC/composite construction
Building in RCC/composite and no of bidders can Residential Component:Ground
construction. Residential participate in the said bid. + 10 upper floors of Residential
Component: Ground + 10 Building in RCC/Composite
upper floors of Residential construction.
Building in RCC/Composite
construction.
15 Experience The Bidder who have in-house MEP works are generally Tender Conditions for
certificate capability of doing specialized executed through the nominated subcontractors
or nominated subcontractor specilized agencies, therefore Prevails.
works should demonstrate request you to consider main
through submission of civil contractors to bid now
experience certificates for and later can engage best of
collective experience of these agencies for executing
handling the following MEP works. MOU with these
disciplines of work:i. Electrical specialized.
Works (HT & LT) including
Elevators, D.G. Sets, STP, ETP,
UPS, Solar System, Pumps,
Street Lighting etc. ii. HVAC
with AHU’s, Chiller & Cooling
Tower, Chilled/ Condensed
Water Piping.
iii. Medical Gas System
iv. Modular OT
v. BMS System
vi. Net Working & Telecom
System.
vii. Fire Alarm, Public address
system & Fire Fighting
Systems.
viii. Pneumatic transportation
system
16 Similar Similar Experience for Building Kindly Define Multi/ Super- Multi speciality hosptial means
Experience Construction: For assessing the Speciality hospital. hospital having more than one of
technical capacity of works; the ENT, Opthal, medicine ,
similar work for this project surgery, ortho, pediatric etc.
shall mean, Hospital departments.
Component: Minimum one Super speciality hospital means
Basement + Gr. + 5 upper hospital having cardiology,
floors of Multi/ Super- nephrology, oncology,
Speciality hospital Building in gastroenterology, neurology,
RCC/composite construction neonatology etc.
Residential Component: Multi/ Super-Speciality hospital
Ground + 10 upper floors of Described in the tender to be
Residential Building in Read As "HOSPITAL BUILDING"
RCC/Composite construction.
The value of executed works
shall be brought to current
costing level by enhancing the
actual value of work at
compound rate of 10 % per
annum; calculated from the
date of completion to last date
of receipt of applications for
tenders.
17 Nominated Contractor should submit the Submission of credentials will Tender Conditions Prevails.
Sub credentials of below please be requested within 3
Contractors Nominated Sub Contractors for months or time from date of
M&E works along with issue of LOA.
mandatory enclosures as
mentioned below. The
Memorandum of
Understanding (MOU) on
Rs.500/- Stamp Paper with the
nominated sub-contractor shall
be submitted within three
months from the date of issue
of LOA. For further details
Technical Specifications to be
referred.
18 Eligibility Criteria for M&E works. For M&E works the Tender Conditions Prevails.
Criteria for qualification criteria to
M&E works. standardize for all works as
1 work of 40%
2 works 25 %
3 works 20 %
19 Labour The area to the extent We presume that we shall be The area to the extent available,
Accommoda available, at the discretion of allowed to construct at the discretion of the Engineer-
tion the Engineer-in-charge, from temporary labour in-charge, from the said plot will
the said plot will be allocated accommodation within the be allocated to the Bidder for his
to the Bidder for his store, site premises without store, office, meeting room,
office, meeting room, working charging any rent for land. working yards, toilets for MCGM
yards, toilets for Engineer-in- Kindly confirm. staff, contractor’s staff & labour
charge, contractor’s staff & etc. Remaining area requirement
labour etc. Remaining area including labour camp etc. shall
requirement including labour be arranged by the Bidder at his
camp etc. shall be arranged by own cost outside the premises.
the Bidder at his own cost
outside the premises. In case of non-availability of
above space, Bidder has to make
In case of non-availability of his own arrangements for his
above space, Bidder has to office staff, labour etc.
make his own arrangements
for his office staff, labour etc.

20 NOCs Various types of NOCs Please provide MOEF NOC, It will be provided to the
TREE NOC, CFO successfull Bidder.
NOC for further clarifications.

21 Security Circular u/no. CA(F)/Project/21 Please clarify on the above Circular u/no. CA(F)/Project/21
Deposit dated 07.09.2020 regarding circular. The circular is not dated 07.09.2020 is applicable
modified percentage of followed for the current for this tender.
contract security deposit and ongoing projects.
retention money is applicable-
The contractor shall pay the
retention money an amount
equal to two (2) percent of the
Contract Sum which will be
recovered from the contractors
every bill i.e. interim / running
/ final bill. The clause of
retention money is also
applicable to M&E works being
combined tender.
22 Ownership Please confirm the It will be provided to the
of plot ownership of the plot with successful Bidder. However It
MCGM. Please provide 7/12 can be obtained online from
extract, property card and website
pherphaar certificates. If not, www.igrmaharashtra.gov.in
consider for project duration
extension.
23 Bank Bank Guarantees and Stamp If any type of hindrances for Tender Conditions Prevails.
Guarantees duty to be paid immediately starting the project, Bank
and Stamp after issuance of LOA. Guarantees and other
duty payments to be made after
obtaining clearance for start
of the work.
24 Mobilization Mobilization advance will be We request to allow Tender condition prevails
advance paid to contractor against Mobilization Advance at 08%
submission on BG as per simple rate of Interest per
provisions of GCC 2016 annum as consider in
MCGM WSP department
recently invited tender. In
support of this we
accompanying Notice and
Addendum copy of the same
for your reference please.
Accordingly reduce
amount of Bank
Guarantee by 2% against
Mobilization Advance.
25 Tree NOCs Tree NOC Please confirm if the tree GCC and tender condition for
NOC for the project is time extension prevails.
obtained. Else, consider for
time extension
26 ELIGIBILITY . Technical Capacity (Project We request you to accept Accepted.
CRITERIA Experience): a) The tenderer(s) experience for Residential
in their own name should have component even under
satisfactorily executed the separate work order /
work of similar nature MCGM project.
/Semi Govt. /Govt. & Public
Sector Organizations / Private
sector organization during last
seven (7) years ending last day
of month previous to the one
in which bids are invited as a
prime Contractor Three similar
completed works or currently
executing three (03) works of
similar nature each costing
30% of estimated cost for
Hospital Component of
estimated cost 263,74,04,040/
and Residential Component of
estimated cost 37,34,51,660/-
OR etc……..
27 Retention Release of 5% Retention We request you to consider Tender Conditions Prevails.
Money Money releasing the 5% retention
money against bank
guarantee.
28 Shore piling Shore piling work Considering the plot size as Working drawings good for
work in 45mx120m, the total shore construction will be provided at
BDBA tender pile length is approximately the time execution. However soil
BOQ 4500rmt. However, the investigation report and tender
quantity mentioned in BOQ is drawings will be provided after
1477rmt. Please clarify which producing receipt of purchasing
sides of the plot are to be tender
considered for shore piling.
Please share the detailed soil
investigation report and
drawings for better
clarifications.
29 Tender The Municipal Corporation We understand that, They can participate as per E-
Notice of Greater Mumbai (MCGM) Contractor not registered Tender notice
invites e-Tender to appoint with MCGM, Central or
Contractor for the above State Government/Semi
aforementioned work from Govt. Organization/Central
Contractors of repute, or State Public Sector
disciplinary Undertakings cannot
engineering multi- participate in this tendering
Organizations i.e. eminent process, kindly confirm.
firms, Proprietary /
Partnership Firms /Private
Limited Companies / Public
Limited Companies /
Companies registered under
the Indian registered
under the Indian
Companies’ Act 1956
superseded by superseded by
Indian Company Act 2013,
the Contractors registered
with the Municipal
Corporation of Greater
Mumbai, (MCGM) in Class
‘AA’ & above, in C-I category
etc……..
30 Technical For Technical Capacity there Kindly confirm, is both Yes confirmed, even Two
Capacity is two components i.e. Hospital and Residential different certificates will be
Hospital Component and Component are required considered for hospital and
Residential component in single certificate or residential components
two different certificates separately. However for JV,
will consider for Hospital tender conditions of JV prevails.
and Residential component
separately. Also, as regards
requirement of technical
capacity experience to
Joint Venture partner we
understand that; either of
the JV partner can fulfil any
one of the required
components.
31 BOQ Excel BOQ Excel format As subject work having huge BOQ is already uploaded in pdf
format scope of work and vast BOQ format on MCGM portal.
having no. of Items, we
kindly request you to
provide us BOQ in Excel
format which will help us to
working rate analysis.
32 EMD A Bidder will be required to We hereby wish to highlight Tender condition prevails
deposit, along with its Bid, an that:- Referring to the
Earnest Money Deposit of Rs. notification issued by
3,01,08,600.00 (Rupees Government of India,
Rupees Three Crore One Lakh, Procurement policy division,
Eight Thousand Six regarding Bid
HundredOnly) (the "EMD"), Security/Earnest Money
refundable in accordance to Deposit. – “GoI No.
the relevant clause of bid F.9/4/2020-PPD,
document, from the Bid Due Government of India,
Date, except in the case of the Ministry of Finance,
selected Bidder whose Bid Department of Expenditure,
Security/EMD shall be and Procurement Policy
retained. The Bidders will have Division dated 12th
to provide Earnest Money November, 2020” As
Deposit of Rs. 1,00,00,000/- mentioned in the notification
(Rupees One Crore only) (attached for reference- as
Annexure ‘B’),
online through the online Bank exemption is given to bidders
getaway;the balance of Rs. for submission of bid
2,01,08,600/- (Rupees Two security/Earnest Money
CroreOne Lakh Eight Thousand Deposit for tender
Six Hundred only) shall be submission i.e. In lieu of Bid
paid through Bankers Security, bidder has to sign
Guarantee (BG) from approved and submit “Bid Security
list of Bank of MCGM valid for Declaration” accepting that if
not less than 365 days from they withdraw or modify
the date of submission of Bid. their bid during period of
they will be suspended for the validity of bid,
time specified in the tender
documents. This relaxation has
been granted on account of
slowdown in economy due to
the pandemic and to
encourage participation and
competition. Few government
department has already
implemented this and invited
bids without EMD are:
1) Airport Authority of India
2) CPWD 3) NBCC 5) WAPCOS
4) HITES In addition to the
above few state Government
departments has also
implemented and invited bids
without EMD and with Bid
Securing Declaration, etc………..
33 SECURITY A. Security DepositThe security Please confirm the Tender condition prevails.
DEPOSIT deposit shall mean and following:Contract Deposit Retention money is applicable to
AND comprise ofI) Contract Deposit will be in Bank Guarantee of M&E works also.
PERFOMANC andII) Retention Money.I) an amount equal to two (2)
E Contract Deposit – The percent of the contract
GUARANTEE successful tender, here after sum.Retention money will be
referred to as the contractor 2% and shall be recovered
shall pay an amount equal to from the contractor every bill
two (2) percent of the contract i.e. interim/running/final bill.
sum shall be paid within thirty Since payment terms for
days from the date of issue of M&E items will be different
letter of acceptance. II) from the Civil i.e. (based on
Retention Money – Circular %age of supply, installation,
u/no. CA(F)/Project/21 dated testing & commissioning
07.09.2020 regarding modified etc.), this Retention money
percentage of contract security will not be applicable on
deposit and retention money is M&E works. Please confirm?
applicable etc……….. Performance Guarantee is
Not Applicable.
34 price Above 24 months-Maximum Project Duration is 36 Price variation is allowed upto
variation limit of price variation is 10% Months hence we request 15% for the hospital having time
you to allow price variation period beyond 36 months i.e.
as per the formula without B.Y.L Nair hospital.
capping. We wish to state
that CPWD, MHADA, PWD &
other government don’t have
capping in escalation for such
type of work.
35 Contractor’s Contractor’s office near works: We presume that the land for Tender Conditions Prevails.
office The Contractor shall have an temporary Infrastructures Clarification at Sr No 24 may
office near the works at which like Site Office, Godown/ please be referred.
notice from the Commissioner stack yards, labour camp,
or the Engineer fabrication/shuttering yard,
etc. will be accommodated
by MCGM free of charge
within site premises. Kindly
confirm.
36 Site visit Site Visit Kindly Provide Contact Sites are within MCGM limit and
details for site visit easily traceable. Contractor can
visit sites at their own. In case of
difficulty they may contact HIC
office.

37 Space for Space for Batching Plant Request you provide Space Batching plant will be permitted
Batching for Setting Batching Plant on site to expedite the municipal
Plant within Site Premises at free work without any rent; subject
of cost. to availability of space &
obtaining all external
permissions from concerned
authorities by bidder including
MPCB etc. with no extra cost.
However if space constraint do
no permit, contractor will have
to make his own arrangements
at no extra cost to MCGM.
38 Structural Structural Drawings We request you to issue the Structural drawings will be
Drawings structural drawings of the provided after producing receipt
building. That we shall of tender purchase.
require for formwork
planning.
39 Contract The successful bidder shall Please provide the detailed This will be informed to the
Agreement enter into a contract list of documents required successful bidder while issuing
agreement with M.C.G.M. for the signing of contract LOA.
within 30 days from the date of agreement from the
issue of Work Order and the contractor side.
same should be adjudicated for
payment of Stamp Duty by the
successful bidder.
40 Machinery Tender does not specify any We request you to consider Tender condition prevails
Advance clause with respect to Machinery advance.
Machinery Advance.
41 Basic rates Basic Rates for Civil & Kindly provide basic rates of Kindly refer USOR 2018 available
Plumbing Not Provided steel and Cement on MCGM portal

42 Interest on No interest for delayed We request you to consider Tender condition prevails
delayed payments due to disputes interest on delayed RA bill
payments payment.
43 Water & Water & electricity connection Kindly provide single point Tender condition prevails
electricity required for construction connection for water and
connection purpose also has to be Electricity at site.
obtained by the bidder.
44 NOCs MOEF NOC, TREE NOC, CFO We consider that both the Tender condition prevails
NOC, NWBL NOC if applicable NOC’s i.e. provisional NOC
will be provided by MCGM’s and Final NOC will be
consultant. All other NOCS provided by the MCGM.
required to commence the Form A required for CFO will
project, during the progress of be provided by
the project till completion of Authorized/Approved
the project and to commission installer. Kindly Clarify.
the project shall be obtained
by the successful bidder.
45 Quantity Quantity Variation Not We request you to consider Policy for governing Extra/Excess
Variation Mentioned quantity variation applicable shall be as per prevailing policy
for quantity +/- 15% in of MCGM vide circular no.
contract value. CA/F/Projects/31 dtd.
26.10.2020 or in force is
applicable

46 Tender Built up Area Statement Not Kindly provide us floor wise Architectural drawings will be
drawings Provided built-up area statement to do provided after producing receipt
proper shuttering planning. of tender purchase.

47 Technical Technical Capacity Three We request you to consider Modified technical capacity may
Capacity similar completed works or the following a) Three similar please be referred in the
currently executing three (03) completed works or currently minutes attached as Table II.
works of similar nature each executing three works of
costing 30% of estimated cost similar nature each costing
for Hospital Component of 30% of estimated cost. OR b)
estimated cost 263,74,04,040/- Two similar completed works
and Residential Component of or currently executing two
estimated cost37,34,51,660/-* works of similar nature each
OR Two similar completed costing 40% of estimated
works or currently executing cost. OR c) One completed
two (02) works of similar work or currently executing
nature each costing 40% of one work of similar nature of
estimated cost for Hospital aggregate 60% of estimated
Component of estimated cost cost, etc……..
263,74,04,040/- etc……….
48 Tender The Municipal Corporation of We are registered contractor Tender condition prevails.
Notice Greater Mumbai (MCGM) in MCGM as per old Bidders not registered even in
invites e-Tender to appoint registration in Class AA and MCGM / any othe Govt
Contractor for the above our registration was expired. Authorities may also submit bid
aforementioned work from We have applied for New subject to fulfilling qualifying
Contractors of repute, multi- Registration in Class IA in criteria and conditions in tender
disciplinary engineering MCGM because renewal of notice.
Organizations i.e. eminent registration was not allowed
firms, Proprietary/Partnership & contract has to get
Firms/Private Limited registered as per new rules.
Companies/ Public Limited We also registered
Companies/Companies contractor in MP PWD.
registered under the Indian However, no class defined in
Companies’ Act 1956 Civil Category registration in
superseded by Indian Company Madhya Pradesh Public
Act 2013,the Contractors works department.
registered with the Municipal Contractors who are meeting
Corporation of Greater qualification criteria of
Mumbai,(MCGM) in Class specific tender and
‘AA’& above, in C-I category registered in MP PWD can
as per old registration and apply for bidding as per
Class ‘1A’ in Civil category as eligibility for any value. In,
per new registration policy Maharashtra State Public
2015 of MCGM and from the works department (MHPWD)
Contractors/firms equivalent also omitted the requirement
and superior etc………. of registration of contractors
for works estimated above
1.50 Crores (Refer attached
Mah. Govt. Circular). In view
of above, we request you to
kindly allow us to submit the
proof of submission of
application in MCGM for
contractor registration along
with bid.
49 Royalty The payment of royalty Please consider separate Tender Conditions Prevails.
charges charges to appropriate payment for royalty since
authority will be the official charges have
responsibility of Bidder increased and are to be paid.
50 Filling Plum concrete/Murum filling Instead of murum filling, Same will be consider during
material consider plum concrete since execution of work on Merit.
good murum is not available
and compaction of soil is not
possible.
51 Subletting Unless specifically mentioned Please clarify for the clause. Subletting with PQC compliant
in the contract subletting will sub contractors only for
not be allowed. Subletting, specialized job work is permitted
where otherwise provided by with MOU. Respective Tender
the contract shall not be more Conditions is self explanatory.
than 25% of the contract price.
Subcontracting etc……
52 Item Item Description Request you to consider base Same will be consider during
Description coat on slab below the M&E execution of work on Merit.
principal materials to avoid
wear and tear and increase
the life of the costly items.
53 Plumbing PHE BOQ- SOILWASTE & VENT Total of section C shall be Rs. Noted, There is no change in
BOQ Total of section C shall be Rs. 40452439.39 instead of Rs. contract cost.
correction 40452439.39 instead of Rs. 37448219.39, requested to
37448219.39, requested to correct it.
correct it.
54 Approved Request you to consider Tender Conditions Prevails.
Banks HDFC Bank and Euro Exim
Bank
55 PQC As per NIT clause point A post Any one of the partner in Tender Conditions Prevails.
Qualification Criteria. joint venture if fulfill the
Experience of “Hospital technical qualification also be
Component: Minimum one considered.
Basement + Gr. + 5 upper
floors of Multi/ Super-
Speciality hospital Building in
RCC/composite construction”
is required. And in case of joint
venture the other member
shall have a share of not less
than 20% of eligibility criteria.
56 No of One of the members of the JV Kindly allow Joint venture of Number of members of JV firms
members of firm shall be the lead member firm upto three members. will be allowed upto 3 members
JV. of the JV firm who shall for BDBA hospital & Bhandup
invariably be a civil Hospital. However, for BYL Nair
construction co. & have a Hospital 2 members is allowed
majority (at least 51%) share of as per tender.
interest in the JV firm. The For BDBA and Bhandup Multi
other member shall have a speciality three members in JV
share of not lessthan 20% each are allowed. Therefore for these
in case of JV firms with up to two tenders
two members. In case of JV The lead member of the JV firm
firm with a foreign member(s), shall meet at least 35%
the lead member has to be an requirement of technical
Indian firm with a minimum capacity as stipulated in tender
share of 51%. document during last 7 years
and remaining requirement shall
be fulfilled by JV partners. The
option of having MOU with
qualifying specialized agencies is
also available to JV company.
57 Joint “The average annual The average annual The contractual payments
Venture contractual payments received contractual payments received by the JV firm or the
by the JV firm or the arithmetic received by the JV firm or the arithmetic sum of average of
sum of average annual arithmetic sum of average annual contractual payments
contractual payments received annual contractual payments received by all the members of
by all the members of JV firm received by all the members JV firm in any three years of last
in the previous three financial of JV firm in the previous five financial years shall be at
years, in proportion to its share three financial years, shall be least 100% of the financial
in JV, shall be at least 100% of at least 100% of the financial criteria of the work as
the financial eligibility criteria eligibility criteria of the work mentioned in the tender.
of the work as mentioned in as mentioned in the tender.
the tender.”.
58 Joint venture The lead member of the JV Can a company with no Tender condition prevails.
firm shall meet at least 51% technical and financial Documents required for JV
requirement of technical expertise become a JV partners are mentioned in
capacity as stipulated in Partner? What documents respective condition of JV in
tender document during last 7 are required from a JV tender document.
years and remaining Partner
requirement shall be
fulfilled by JV partner. The
option of having MOU with
qualifying specialized agencies
is also available to JV company.
The average annual
contractual payments received
by the JV firm or the arithmetic
sum of average annual
contractual payments received
by all the members of JV firm
in the previous three financial
years, in proportion to its share
in JV, shall be at least 100% of
the financial eligibility
criteria of the work as
mentioned in the tender
59 Security Security Deposit / Contract We request you to consider Accepted
Deposit Deposit – 2 % of the contract submission of bank
sum shall be paid within thirty guarantee for security
days from the date of issue of deposit money.
letter of acceptance.
Mechanical & Electrical related queries

60 Item Requested to provide item Requested to provide item SITC of UL Listed Fire command
description description for BILL OF description Station including Graphical User
for M&E QUANTITIES,FIRE ALARM Ibnterface software. The GUI
BOQ SYSTEM, BAH-FAS-FA-02 based main network software
shall be capable of graphically
representing each node being
monitored with floor plans ans
icons depicting the actual
locations of the various systems
and / are sensors location. The
GUI software shall be located in
control panel and shall monitor
all the block panels connected
with each other. The graphical
work station (Core i7, 8 GB RAM
, 1 TB HDD and 4 GB Graphics
card) shall act as an independent
node communicating on the
peer to peer true peer to peer
network and shall not be
dependent on the fire panel CPU
for operation (Failure of any CPU
shall not result in failure of
graphic work station). Graphical
work station will be with 42 inch
professional display.
61 item Requested to provide item Requested to provide item SITC of passenger-cum-stretcher
description description for BILL OF description lift for hospital MMR/MRL
for M&E QUANTITIES,FIRE ALARM Gearless for (20 pass per 1360
BOQ items SYSTEM, BAH-LIFT-RA-02 Kg) , 1,75 m/s speed for B+GR+9
floors (11 stops) as per Technical
Specification including required
scaffolding and structural steel
brackets for erecting lift as per
above specification obtaining
required all necessary
permission of Lift Inspector (IE &
L Dept.) to erect and complete
the elevator work, License to
operate the elevators including
all necessary charges, payments
for the same etc. complete (Belt
or rope driven) . MAke :
Schindler / Kone / Johnson / Otis
/ Escon / Eros / Thyssen Krupp /
Eskay / Trio / Omega and as
mentioned in the circular No.
Ch.E./M&E/763 /MC dt:
26.08.2021.
62 SLD SITC of LT KIOSK-1 (S/S) & LT The Single Line Diagram (SLD) After Purchasing of tender
KIOSK-3 (S/S) As per SLD required, Kindly provide. bidder shall produce the recipt,
SITC of LT KIOSK-2 (S/S) As per for obtainaing Single Line
SLD Diagram (SLD).
SITC of MAIN LT PANEL As per
SLD
63 SLD SITC of 22 KV VCB panel, SF 6 The Single Line Diagram (SLD) After Purchasing of tender
Insulated 22kV,630A, required, Kindly provide. bidder shall produce the recipt,
16kA/3sec, 4 way outdoor, Please also provide us for obtainaing Single Line
extensible motorised SCADA Specification No. SW-HTS / Diagram (SLD).
compatible RMU & 22 KV HT RMU SCACA (2LBS +2VCB) for
metering cubical (compact SCADA.
type)
64 item Point wiring by using In these items wire size is not For this item Bidder shall follow
description FRLSZH insulated copper mentioned, Kindly provide. the SOR Technical specification.
for M&E conductors (alongwith same
BOQ items size of FRLSZH insulated
copper conductor for earthing
& 3 plate ceiling rose) using
PVC CONDUIT
65 item Ceiling fan of We request you to confirm Tender Conditions Prevails.
specification 600,900,1050,1200 mm that we shall consider 5 star
for M&E sweep with all accessories rated or BLDC fans, Kindly
BOQ items including Electronic Regulator Confirm.
for completing installation as
per specification.
66 Approved NURSE CALL SYSTEM The make is not mentioned The Approved Makes are as per
Makes in List of Approved Makes, Below,
we request you to kindly 1)Schrack-Seconet, 2)Honeywell-
approve Schrack, Honeywell, Acermann 3)Rouland-borg,
Rouland & Medisystem, 4)Medisystem
Kindly approve.
67 SLD BUILDING MANAGEMENT The I/O summary is not After Purchasing of tender
SYSTEM provided with the tender bidder shall produce the receipt,
documents, Kindly provide. for obtaining I/O summary.

68 Lift LIFT - SITC of Passenger Cum We request you to please Tender Conditions Prevails.
Bed/Stretcher Lift for clarify that we have to
Hospital MMR/MRL Gearless consider Lifts with Machine
for (26 pass/1768 kg) 1.75 M/S Room (As per Technical
speed for GR+9 Floors (10 Specification) or MRLS, Kindly
stops) as per technical Clarify.
specification
69 HT SWITCHGEAR We request you to please Tender Conditions Prevails.
SWITCHGEA SIEMENS/SCHNIDER /ABB / approve System House of the
R C&S/L&T makes mentioned, Please
Approve.
70 Testing TESTS AND INSPECTION We will submit type test Tender Conditions Prevails.
Type tests : impulse dielectric report conducted earlier on
tests, power frequency the same or higher rating of
dielectric tests, temperature equipment (capital goods),
rise tests, mechanical Please Confirm.
operating tests, verification of
degree of protection,
verification of electromagnetic
compatibility.
71 Technical TECHNICAL DATA FOR We will submit technical data Confirmed.
data EQUIPMENTS : for the equipments after
award of work, Please
Confirm.
72 Testing TESTS We will submit type test Tender Conditions Prevails.
Type tests : Type tests if report conducted earlier on
required by client / consultant the same or higher rating of
shall be carried out at certified equipment (capital goods),
laboratory of the suppliers Please Confirm.
area shall be carried out. If not
required by client certificates
for type test carried out for
similar rating of transformer
shall be submitted by the
supplier. Type tests shall be
carried out for temp. Rise,
impulse voltage and short
circuit analysis.
73 Technical TECHNICAL DATA FOR We will submit technical data Confirmed.
data EQUIPMENTS : for the equipments after
award of work, Please
Confirm.
TECHNICAL DATA FOR We will submit technical data Confirmed.
EQUIPMENTS for the equipments after
award of work, Please
Confirm.
74 Approved 415V Auto Transfer Switch - We will submit Vendors data Confirmed.
Makes ATS for the equipments after
6. VENDORS DATA: TO BE award of work, Please
SUBMITTED WITH OFFER Confirm.
:Approved Makes:Vendor shall
provide information on the
offered make and Cat nos. of
items offered for respective
Panels:
75 Technical 7.0 UNINTERRUPTIBLE POWER We will submit Technical Confirmed.
data SYSTEM Data Sheet/Vendors data for
TECHNICAL DATA the equipments after award
SHEET/VENDOR of work, Please Confirm.
CONFIRMATION
76 TECHNICAL TECHNICAL SPECIFICATION FOR We will submit compliance Confirmed.
SPECIFICATIO ELV SYSTEMS 1.1 for the equipments after
N FOR ELV UTP Components for Structure award of work, Please
SYSTEMS Cabling System: Confirm.
Compliance
77 Lift STANDARD FEATURES We will submit compliance Confirmed.
REQUIRED FOR LIFTS And AS for the equipments after
PER ATTACHED SCHEDULE award of work, Please
SEPRATELY Confirm.
Confirmation By Tenderers
78 DG set D.G.Set. A) Engine. Kirloskar, We request you to approve accepted
Ruston, Greaves-Cotton, Cummins & Perkins make
Mahindra, Cooper Corp B) also, Please approve.
Alternator. Kirloskar, Stanford,
NGEF, Crompton Greaves.
79 UPS UPS 1:1 INBUILT ‘X’MER We request you to approve Tender Conditions Prevails.
ISOLATION Numeric make also, Please
EMERSON /EATON/ approve.
DELTA/TMEC/
80 Solar Solar Modules We request you to approve Tender Conditions Prevails.
modules Panasonic/Sun power/ Benq MNRE approved make also,
/Tata Please approve.
81 EPABX EPABX System We request you to approve Tender Conditions Prevails.
System Cisco, Unify, Avaya, Matrix Coral, Panasonic & Tadiran
Alcatel, Siemens make also, Please approve.
2 IP Phone Type
Cisco, Unify, Avaya, Matrix
Alcatel, Siemens
82 PA SYSTEM PA SYSTEM We request you to approve Tender Conditions Prevails.
Bosch / Honeywell / Bi-amp / TOA & Ahuja make also,
Bosch Please approve.

83 ACCESS ACCESS CONTROL SYSTEM We request you to approve accepted


CONTROL Matrix, Honeywell, Roasslare, Solus & Assa Abloy make
SYSTEM Saltos also, Please approve.
84 Approved Passive Security We request you to approve Accepted
Makes GARRETT / ASTROPHYSICS / Vehant make also, Please
PANOPTES INDIA PRIVATE approve.
LIMITED
85 Approved Building management System We request you to approve Material shall be procured as
Makes Honeywell (Trend) Alerton JCI Siemens, Delta & Azbil make per list of approved make or
(Metasys) also, Please approve. Equivalent make as approved by
MCGM consultant and Engineer
in charge of project can be
accepted

86 Approved ELEVATORS & We request you to approve Accepted as name is included in


Makes ESCALATORSSCHLINDLER / Thysenkrupp make also, list of approved make of M&E
JHONSON /OTIS /KONE Please approve. deptt
/MITSUBISHI
87 Retention Retention Money – The We presume that retention Tender condition prevails
Money contractor shall pay the money is not applicable for
retention money an amount Total M & E works cost; Total
equal to two (2)percent of the M & E works CSMC Cost.
Contract Sum which will be Please clarify.
recovered from the contractors
every bill i.e. interim / running
/ final bill. The clause of
retention money will not be
applicable M. & E. Department.
88 MGPS & OT & PTS works Request you to please kindly Accepted. The same will be
share MGPS & MOD OT SLD's provided after producing receipt
& Schematic Tender of tender purchase.
Drawings (In Autocad
Format).
89 MGPS & OT & PTS works Request you to please kindly Accepted. The same will be
share Pneumatic Tube provided after producing receipt
System Floor Plans Tender of tender purchase.
Drawings (In Autocad
Format).
90 MGPS & OT & PTS works Separate outMEP - Tender condition prevails.
Biomedical , HVAC, Electrical.
BMS etc work but enter MoU
as these are speciality jobs
can be taken at appropriate
time but associate/s will be
submitted now
91 Fully Automatic Control panel This para mentioned in the Tender condition prevails.
for Oxygen/Nitrous Oxide: technical specifications of
Recording of all alarm tender is specific to one
messages including the date of company and not a product
occurrence for each message specific feature. Neither the
should be possible it also must same is confirmed in any of
be possible to transfer all data the international guidelines /
(alarms and warnings) to a standard. No other
Modbussystem using manufacturer can comply
appropriate software ……SMS with company specific
ALERT for all alarm outputs. product specifications, hence
we request you to kindly
delete company specific
words from the technical
specifications of tender.
92 Liquid Medical Oxygen Storage You have not asked for Liquid It is not a part of BOQ .
Tank Medical Oxygen Storage Tank
along with its accessories in
the BOQ of tender, however
the same is mentioned in the
technical specifications of
tender. We therefore request
you to kindly delete the same
from technical specifications
of tender to avoid any
contradiction at a later stage
93 Reservoir Tank: The vertical airThe material of construction Tender Specifications Prevail
receiver shall be internally of Reservoir tank mentioned
galvanised, double coat primer in the technical specifications
and epoxy coated white RAL of tender is specific to one
9010, fitted with automatic company and are not
and manual drain valves and product specific. Hence, we
be protected by a pressure request you to kindly include
relief valve, fusible plug and other manufacturer
include a pressure gauge. specification also for fair
tendering practice.
94 Duplexed Medical grade dryer The output pressure Typographic mistake read as 7
and filter system: This shall mentioned for Medical Grade bar instead of 4 Bar
comprise of sterile filters and Air Dryer should be 7 Bar
non-relieving pressure instead of 4 bar as Dryer are
regulators, which regulate the designed for 7 Bar pressure.
output pressure of the plant to We request you to kindly
4bar. make the correction in the
tender.
95 Ward Vacuum unit Ward In NFPA Standard, SOT items Read as Certified instead of
vacuum unit as per NFPA-99 are USFDA Certified instead listed
must be UL listed Category 1 as of UL Listed. We request you
per medical gas categorization to kindly amend the quality
certification asked for Ward
Vacuum Unit.
96 Should have Polysulfone / Should have Polysulfone / Typographic Mistake read as 100
polycarbonate 1000cc safety polycarbonate 100 cc safety CC instead of 1000cc
jar, autoclavable at 121º C at jar, autoclavable at 121º C at
5mins, unbreakable, fitted with 5 mins, unbreakable, fitted
an anti-overflow safety device with an antioverflow safety
and equipped with a plastic device and equipped with a
antibacterial filter. plastic antibacterial filte
97 Theatre Suction unit Theatre In NFPA Standard, SOT items Read as Certified
suction unit as per NFPA-99 are USFDA Certified instead
must be UL listed as per of UL Listed. We request you
medical gas categorization to kindly amend the quality
certification asked for
Theatre suction unit.
98 Duplex Anesthetic Gas Please be informed that 1500 Tender Specifications Prevail
Scavenging (AGSS) System. LPM AGSS is sufficient to
1820 LPM as per HTM 02-01 cater the requirement of 7
Standard Nos. Modular Operation
Theatre as desired for the
said project. 1800 LPM will
only increase the cost of
AGSS System provided. We
therefore request you to
kindly revise the LPM
requirement accordingly.
99 Medical Grade Copper Tube/ It is surprising why we Tender Specifications Prevail
Piping (Distribution Piping): All require CE Marked Copper
copper pipes and fittings must Pipes and Fittings, when we
be CE marked as a class IIa have CE Certified with third
medical device 93/42/EEC with party certified (Lloyd /
notified body number. Kitemark) Copper Pipes are
available in India in almost
half the price. We request
you to kindly modify the
quality certification asked in
the tender.
100 MGPS & OT & PTS works Additional makes Tender condition prevails

101 Operation Theatre Control There are two different Omit item no 22 in Technical
Panel Membrane Type technical specifications Specifications. The item to be
(CEMark): mentioned for Surgeon provided as per technical
Control Touch Screen Panel, specification No. 7 in BOQ we
one is mentioned at Sr. No.7 had asked for membrane type
and other one is mentioned control panel in place of that
at Sr. No.22, however in the control panel should be provided
BOQ you have asked for as per technical specification
Membrane type control sr.no. 7
panel. We request you to
kindly delete the technical
specifications mentioned at
Sr. No.7 of tender and also
revise the list of approved
make for the said item to
indigenous make
102 Surgeon Control Touch screen Few features mentioned in Tender Specifications Prevail
panel (Imported): General the imported control panel
Lighting Control System are specific to one or two
(on/off/endo) Control for manufacturers. We therefore
Operating Theatre Lights with requested to kindly delete
intensity, on/ off function. company specific features
from technical specifications
of tender
103 Storage Unit Size 2000mm x The recommended size for Tender Specifications Prevail
1000mm x 230mm deep Modular OT of Storage unit is
2100 x 1200 x 350 mm. We
therefore request you to
kindly consider higher size
and high end specifications.
104 The storage unit made from The thickness of SS 304 grade Tender Specifications Prevail
1.5 mm of Stainless steel of sheet of 1.5mm thick is too
SS304 grade. specific. We request you to
kindly consider revised
thickness of 0.8 – 1.0 mm
105 The storage unit should be We recommend SS 304 rack Tender Specifications Prevail
divided in 2 equal parts and instead of Glass Rack, since
each part should have they are long lasting and
individual doors with stopper chances of damage / accident
system / breakage with SS 304 racks
are far less than of Glass
racks. We therefore request
you to kindly revise the same
106 Each part should be provided We recommend SS 304 rack Tender Specifications Prevail
with glass racks as per user instead of Glass Rack, since
department, and should be they are long lasting and
adjustable type chances of damage / accident
/ breakage with SS 304 racks
are far less than of Glass
racks. We therefore request
you to kindly revise the
same.
107 Hermetically Sealed Door & As per technical BOQ specification prevails
Frames: specifications, you have
asked for Doors in SS304 with
lead protection, however in
the BOQ, you require HPL
Doors with lead protection.
Please recheck and revise
your actual requirement.
108 The doorframe and the door None of the makes BOQ specification prevails
panels should be made of high mentioned in the list of
quality ANSI 304 Stainless approved makes is
Steel. manufacturing Door Frame in
SS. Hence we request you to
kindly revise the Door Frame
to Aluminum instead of SS.
Further you have asked for SS
304 Door with lead lining.
Please note that lead lining
with SS 304 door is not
possible. We therefore
request you to either revise
the material of construction
of door to HPL (as stated in
BOQ) to enable us to
consider lead lining in doors
or incase doors are required
in SS304, please delete lead
lining from tender
specifications.
109 Motor should be DC 24V 70 W The motor provided with Suitable motor can be used
brush less DC Motor. Hermetically sealed doors is
PMDC Motor instead of DC
Motor. We request you to
kindly correct the same.
110 Lead protection on view You have asked for SS 304 BOQ specification prevails
window is necessary. Door with lead lining. Please
note that lead lining with SS
304 door is not possible. We
therefore request you to
either revise the material of
construction of door to HPL
to enable us to consider lead
lining indoors or incase doors
are required in SS304, please
delete lead lining from
tender specifications
111 Scrub Station The Scrub Sink is power we can consider electrical
(Indian/Imported): Each scrub operated instead of battery operated instead of battery
station shall have four manual operated. We therefore operated
soap dispensers (two for each request you to kindly amend
bay) and two taps Foot the same accordingly
operated + (battery operated
with Individual/independent
optical sensor.
112 Modular Operating Theatre
Lights: Ceiling suspended
Double Dome LED Surgical
Light (Imported):
113 Color temperature – 4500 K Please extend the window of Tender Specifications Prevail
fixed +/- 300 K color temperature to (+/-
400K)
114 Working range - 700 - 1400 Please mention working deviation of +/-10% is acceptable
mm range (+/- 10%) as the given
range is specific to one
company
115 Premium OT’s - Ceiling
suspended Triple Dome LED
Surgical Light with HD Camera
(Imported):
116 Illumination adjustment - 5 – – 100% stepless Illumination Tender Specifications Prevail
100% stepless adjustment range of 5 - 100%
is too specific. We request
you to revise the same to 10–
100% stepless.
117 Color temperature – 4500 K Please extend the window of Tender Specifications Prevail
fixed +/- 300 K color temperature to (+/-
400K)
118 Working range - 700 - 1400 Please mention working deviation of +/-10% is acceptable
mm range (+/- 10%) as the given
range is specific to one
company
119 High Definition Camera The Aperture mentioned is Tender Specifications Prevail
(Imported): Aperture – F1.8 – too specific and may not be
F2.1 available with all the
manufacturers. We therefore
request you to either delete
it as it may vary from one
manufacturer to other or
amend the same accordingly
120 Foot Control – Yes No Camera is operated from Tender Specifications Prevail
Foot. This maybe a company
specific feature or a
typographical error. Request
you to kindly revise the same
to hand Operated
121 Monitor for HD Camera: Full HD resolution for HD Tender Specifications Prevail
Resolution – 1920 x 1200 Monitor used inside the
Modular OT is 1920 x1080
resolution.
122 MGPS & OT & PTS works MGPS Contractor should Other than tender condition no
submit details of CP other documentation is
(Competent Person) working required.
in there company & copy of
valid CP Certificate /
equivalent.
123 CP certificate/equivalent
should be issued by NHS
approved company/
organization (copy of CP
certificate/equivalent must
be submitted with the bid
documents).
124 MGPS & OT & PTS works MGPS Contractor must Other than tender condition no
submit Technical Compliance other documentation is
& letter of authorization required.
from original manufacturer
for each line item with all
certificates and data sheet.
125 MGPS & OT & PTS works MGPS contractor must have Other than tender condition no
completed similar nature of other documentation is
work in at least ten hospitals required.
and same make of products
in Indian government
hospitals.
126 MGPS & OT & PTS works MGPS contractor must be in Other than tender condition no
medical gas pipe line field for other documentation is
minimum ten years and have required.
executed similar works in
these years and copy of proof
must be submitted
127 MGPS & OT & PTS works MGPS contractor should Other than tender condition no
submit list of projects of other documentation is
similar nature with value required.
completed in Indian
Government hospitals during
last ten years as prime
contractor.
128 MGPS & OT & PTS works MGPS contractor should Other than tender condition no
submit list of minimum ten other documentation is
maintenance contract of required.
similar medical gas pipe line
in Indian Government
hospitals during last ten
years as prime contractor.
129 MGPS & OT & PTS works MGPS contractor should Other than tender condition no
submit list of minimum ten other documentation is
operation and running required.
contracts of similar medical
gas pipe line in Indian
Government hospitals during
last ten years as prime
contractor.
130 MGPS & OT & PTS works MGPS contractor should Other than tender condition no
submit EMC certificate for other documentation is
Manifold & Header Bars, required.
Fully Automatic Control
Panel, Alarm, Medical Air
Plant, Medical Vacuum Plant,
AGSS Plant must be
submitted.
131 MGPS & OT & PTS works Additional makes Tender condition prevails

132 Proposed Payments Term for Request you to please kindly Tender condition prevails
MEP Works confirm below proposed
payment terms MEP Works :-
a. 75% of the BOQ Amount
against material delivery at
site b. 15% of the BOQ
Amount against Installation
of material at sitec. 10% of
the BOQ Amount against
Testing and commissioning at
site
133 Proposed Payments Term for Request you to please kindly Tender condition prevails
Electrical Point Wiring confirm below proposed
payment terms Electrical
Point Wiring:-
A. Percentage against
Material Delivery for Point
wiring of Item Rate
1) PVC Conduit - 35%
2) Wire - 30%
3) Switch Sockets - 10%
B. Percentage against
Installation for Point wiring
of Item Rate
1. PVC Conduit - 5%
2. Wire - 5%
3. Switch Sockets - 5%
C. Percentage against Testing
Commissioning - 10% Of Item
Rate.
134 BMS IO Summary Request you to please kindly Not accepted
Tender Documents-Technical provide BMS IO summary in
Specifications(M&E Works)- excel format.
(Volume II B) - Table of
Contents -3. BMS Works-Data
Point Summary-BMS System-
Pdf Page No. 344-347
135 All Electrical HT & LT Panels Request you to please kindly Accepted. The same will be
share All Electrical HT & LT provided after producing receipt
Panels SLD's & Schematic of tender purchase.
Tender Drawings (In Auotcad
Format).
136 All Electrical Point Wiring Request you to please kindly Accepted. The same will be
share All Electrical Point provided after producing receipt
Wiring Floor Plans Tender of tender purchase.
Drawings (In Auotcad
Format).
137 Fire Alarm System Technical Request you to please kindly Already part of tender document
Specification share Fire alarm system
technical specification.
138 Public Address System Request you to please kindly Already part of tender document
Technical Specification share Public Address system
technical specification.
139 CCTV System Technical Request you to please kindly Already part of tender document
Specification share CCTV system technical
specification.
140 Access Control System Request you to please kindly Already part of tender document
Technical Specification share Access Control system
technical specification.
141 Passive Security System Request you to please kindly Already part of tender document
Technical Specification share Passive Security system
technical specification.
142 Video Conference and Request you to please kindly Already part of tender document
Intractive Display System share Video Conference and
Technical Intractive Display System
Technical Specfication.
143 Data & Voice Networking Request you to please kindly Already part of tender document
System Technical Specification share Data & Voice
Networking System Technical
Specification. Already part of
tender document
144 Fire Suppression System Request you to please kindly Already part of tender document
Technical Specification share Data & Fire
Suppression System
Technical Specification.
145 Nurse Call System Technical Request you to please kindly Already part of tender document
Specification share Nurse Call System
Technical Specification.
146 Low Voltage System Technical Request you to please kindly Already part of tender document
Specification share Low Voltage System
Technical Specification.
147 Electrical SLD's & Schematic Request you to please kindly Accepted. The same will be
Tender Drawings share Electrical SLD's & provided after producing receipt
Schematic Tender Drawings of tender purchase.
(In Auotcad Format).
148 Electrical Floor Plans Tender Request you to please kindly Accepted. The same will be
Drawings share Electrical Floor Plans provided after producing receipt
Tender Drawings (In Auotcad of tender purchase.
Format).
149 HVAC SLD's & Schematic Request you to please kindly Accepted. The same will be
Tender Drawings share HVAC SLD's & provided after producing receipt
Schematic Tender Drawings of tender purchase.
(In Autocad Format).
150 HVAC Floor Plans Tender Request you to please kindly Accepted. The same will be
Drawings share HVAC Floor Plans provided after producing receipt
Tender Drawings (In Autocad of tender purchase.
Format).
151 Fire Fighting SLD's & Request you to please kindly Accepted. The same will be
Schematic share Fire Fighting SLD's & provided after producing receipt
Schematic Tender Drawings of tender purchase.
(In Autocad Format).
152 Fire Fighting Floor Plans Request you to please kindly Accepted. The same will be
Tender Drawings share Fire Fighting Floor provided after producing receipt
Plans Tender Drawings (In of tender purchase.
Autocad Format).
153 Plumbing SLD's & Schematic Request you to please kindly Accepted. The same will be
Tender Drawings share Plumbing SLD's & provided after producing receipt
Schematic Tender Drawings of tender purchase.
(In Autocad Format).
154 Plumbing Floor Plans Tender Request you to please kindly Accepted. The same will be
Drawings share Plumbing Floor Plans provided after producing receipt
Tender Drawings (In Autocad of tender purchase.
Format).
155 MGPS & MOD OT SLD's & Request you to please kindly Accepted. The same will be
Schematic Tender Drawings share MGPS & MOD OT SLD's provided after producing receipt
& Schematic Tender of tender purchase.
Drawings (In Autocad
Format).
156 MGPS & MOD OT Floor Plans Request you to please kindly Accepted. The same will be
Tender Drawings share MGPS & MOD OT Floor provided after producing receipt
Plans Tender Drawings (In of tender purchase.
Autocad Format).
157 Pneumatic Tube System SLD's Request you to please kindly Accepted. The same will be
& Schematic Tender Drawings share Pneumatic Tube provided after producing receipt
System SLD's & Schematic of tender purchase.
Tender Drawings (In Autocad
Format).
158 Pneumatic Tube System Floor Request you to please kindly Accepted. The same will be
Plans Tender Drawings share Pneumatic Tube provided after producing receipt
System Floor Plans Tender of tender purchase.
Drawings (In Autocad
Format).
159 ELV System SLD's & Schematic Request you to please kindly Accepted. The same will be
Tender Drawings share ELV System SLD's & provided after producing receipt
Schematic Tender Drawings of tender purchase.
(In Autocad Format).
160 ELV System Floor Plans Tender Request you to please kindly Accepted. The same will be
Drawings share ELV System Floor Plans provided after producing receipt
Tender Drawings (In Autocad of tender purchase.
Format).
161 Extension for BID Request you to please kindly As per revised schedule.
provide 30 days extension for
bid.

TABLE (II)

Sr. Subject Provision As per Tender Queries raised by MCGM Decision


No Bidders

1 Eligibility Similar Experience for We request you to For assessing the technical capacity of
Criteria. Building Construction: consider residential / works; similar work for this project
For assessing the technical commercial structure shall mean,
capacity of works; similar for eligiblity criteria. Hospital Component:Minimum one
work for this project shall Experience of hospital Basement + Gr. + 5 upper floors of
mean, component shall be Multi/ Super-Speciality
Hospital kept as optional and not hospital/Hospital/Public/Institutional/
Component:Minimum one compulsory so that Commercial Building in
Basement + Gr. + 5 upper there can be healthy RCC/composite construction
floors of Multi/ Super- competition and client Residential Component:Ground + 10
Speciality hospital Building can get the best price upper floors of Residential Building in
in RCC/composite and no of bidders can RCC/Composite construction.
construction. Residential participate in the said
Component:Ground + 10 bid.
upper floors of Residential
Building in RCC/Composite
construction.
Sr. Subject Provision As per Tender Queries raised by MCGM Decision
No Bidders

2 ISO ISO Certification: The ISO Certification: The The bidder / JV / any member of the
Certification, bidder (or the lead bidder / JV / any JV must possess ISO 45001 added with
member of the JV) must member of the JV must OHSAS 18001, ISO 27001. ISO18001 is
possess ISO 27001, ISO possess ISO 9001, ISO deleted. ISO certification must be
9001, ISO 14001, ISO18001 14001, OHSAS accredited by International
certification accredited by 18001/ISO 45001 Accreditation forum (IAF)/ Certifying
IAF & SEI CMMI level 5, Body(CB) which can be verified from
PCMM level 5 or above IAF site. The Bidders name must be
certification which should listed or get verified on the website of
be issued by Authorized CB.These SEI, CMMI level 5, PCMM
partner of CMMI level 5 or above certification which
institutes. All these should be issued by Authorized
certificates should be valid partner of CMMI institutes.
on the date of submission
and be revalidated further
in case of award of
contract till DLP is over.
We request you to certification accredited The name of the bidder or, JV partner
eliminate or maximum by IAF & SEI CMMI level for whom the certificate stands
consider ISO 9001, ISO 5, PCMM level 5 or should reflect on CMMI website. All
14001 & ISO18001 since above certification these certificates should be valid on
the criteria was not which should be issued the date of submission and be
included in earlier by Authorized partner revalidated further in case of award of
contracts of Bhabha of CMMI institutes. All contract till DLP is over.
Hospital, Bhagwati these certificates should
Hospital & Agarwal be valid on the date of
Hospital. submission and be
revalidated further in
case of award of
contract till DLP is over.
We request you to
eliminate or maximum
consider ISO 9001, ISO
14001 & ISO18001 since
the criteria was not
included in earlier
contracts of Bhabha
Hospital, Bhagwati
Hospital & Agarwal
Hospital.
Sr. Subject Provision As per Tender Queries raised by MCGM Decision
No Bidders

3 Tender Tender schedule as per Modified tender Proposed tender schedule :


submission Header data : schedule
date. Last date and time for sale of tender :
Last date and time for sale 25.10.2021 upto 12:00 hours
of tender : 14.10.2021
upto 12:00 hours Submission of Packet A,B,C and
receipt of bid security deposit:
Submission of Packet A,B,C 25.10.2021 upto 16:00 hours
and receipt of bid security
deposit: 14.10.2021 upto Packet A opening : 28.10.2021 after
16:00 hours 16.01 hours

Packet A opening : Packet B opening :28.10.2021 after


20.10.2021 after 16.01 16.10 hours
hours
Packet C opening :23.11.2021 after
Packet B opening 15.00 hours
:20.10.2021 after 16.05
hours

Packet C opening
:10.11.2021 after 15.00
hours

4 Price Above 24 months- Project Duration is 36 Price variation is allowed upto 15% for
variation, Maximum limit of price Months hence we the hospital having time period
variation is 10% request you to allow beyond 36 months i.e. B.Y.L Nair
price variation as per hospital.
the formula without
capping. We wish to
state that CPWD,
MHADA, PWD & other
government don’t have
capping in escalation for
such type of work.
Sr. Subject Provision As per Tender Queries raised by MCGM Decision
No Bidders

5 Average Achieved an average An average financial Considering covid pandemic situation,


annual annual financial turnover turnover of three (3) achieved an average annual financial
financial as certified by financial years 2016- turnover as certified by ‘Chartered
turnover. ‘CharteredAccountant’ (in 2017, 2017-2018 & Accountant’ (in Building Construction
Building Construction 2018-2019 be Projects only) equal to 50%(fifty
Projects only) equal to considered excluding Percent) of the estimated cost of
50%(fiftyPercent) of the pandemic Covid entire work in any three years of last
estimated cost of entire financial years 2019- five (5) financial years immediately
work in last three (3) 2020 & 2020-2021 and preceding the financial year in which
financial years achieved financial bids are invited.
immediately preceding the turnover of 30% of the
financial year in which bids estimated cost similar to
are invited. that as considered for
Bhabha Hospital,
Bhagwati Hospital &
Agarwal Hospital.

6 No of One of the members of the Kindly allow Joint Number of members of JV firms will
members of JV firm shall be the lead venture of firm upto be allowed upto 3 members for BDBA
JV. member of the JV firm three members. hospital & Bhandup Hospital.
who shall invariably be a However, for BYL Nair Hospital 2
civil construction co. & members is allowed as per tender. All
have a majority (at least the members of the JV shall certify
51%) share of interest in that they have not been blacklisted or
the JV firm. The other debarred by MCGM from participation
member shall have a share in tenders/ contracts presently either
of not less than20% each in their individual capacity or the JV
in case of JV firms with up firm or partnership firm in which they
to two members. In case were members/partners
of JV firm with a foreign
member(s), the lead
member has to be an
Indian firm with a
minimum share of 51%.
Sr. Subject Provision As per Tender Queries raised by MCGM Decision
No Bidders

7 Joint “The average annual The average annual The contractual payments received by
Venture. contractual payments contractual payments the JV firm or the arithmetic sum of
received by the JV firm or received by the JV firm average of annual contractual
the arithmetic sum of or the arithmetic sum of payments received by all the
average annual average annual members of JV firm in any three of
contractual payments contractual payments last five financial years shall be at
received by all the received by all the least 100% of the financial criteria of
members of JV firm in the members of JV firm in the work as mentioned in the tender.
previous three financial the previous three
years, in proportion to its financial years, shall be
share in JV, shall be at at least 100% of the
least 100% of the financial financial eligibility
eligibility criteria of the criteria of the work as
work as mentioned in the mentioned in the
tender.”. tender.

--sd-- --sd-- --sd-- --sd--


Shi P.L. Chavan Shri R.E. Ghate Shri N.M. Kotkar Shri. Gaikwad
EEHIC City EEHIC WS EEHIC City ES EE (Mech) EI P&D

--sd-- --sd-- --sd-- --sd--


Shri. R.T. Sonwane Shri B.M.Salve Shri.Suresh kakani Shri. I.S.Chahal
Ch. E (BM+HIIC) AMC(WS) Hon’ble M.C. Sir
Dy.Ch.E.(HIC)
& Dir.(E.S.&P.)

You might also like