You are on page 1of 43

T6RTEVIr[{

qrdclTo qiqflc rr+ftro faqrrr, 6t*,sr, tq5


5e afirzime r+-e {qrr+ Cerelg, *.}*'ur, 1s qi+
+.r+dq, .qitr*.rq q+;r' v qrqtrdr, *kr, lq q*qrqw,
slt,1i+{ voo ooq Enriqrqr 3$F

Email ID : eapdir.ce@mahaprd€oyjn Awim.:ol?-??o\eaqql


sepd.loprryd@gmad.eolo oll_llo\elq3\e
qrtrfi fiIll-s. tqcfi'D t[ !-q cqrsIDAsIETrrEfl YIrGil 4o&/to lY r<qro: < to lo I l<o a,r'
nfr,
+,ffiofirq-dr,
qr.qtfur{rrrv{+m

Eqq T6r{rEvnffirqr qr#dfu6. Eiq6.rc fu{r,Tr+ .q6r{rE lrq i+ {qr{w


s{tq zar-?. oiilfa ed{6,+d A+€r 6,rqiq6t ?t art gs+i7qq
Eril*d 6ffi ffi Mra sfuq ffi frfuqr rtrcr m.rss
sr ?o?l-?x
(E-Tender No. 2024-PWR-101 8019-1, No.2024-PwR-101 80 I 9-2,
No.2024-PwR-1018019-3, No.2024-PWR-l018019-4,
No.2024-PwR-l01 8019-5, No.2024-PwR-l0l 801 9-6,
No.2024-PwR-101 8019-7, No.2024-PWR-l01 8019-8,
No.2024-PWR-1018019-9, No.2024-PwR-1018019-10,
No.2024_PwR_l0l 8019_l I, No.2024_PWR_101 8019_12,
No.2024_pwR_101 8019_1 3, No.2024_pwR_101 8019_14,
No.2024-PWR-1018019-15, No.2024-PwR-l0l 8019-16,
No.2024-PWR-l0l 8019-17, No.2024-PWR-101 8019-l 8,
No.2024-PWR-l0l 8019-19, No.2024-PWR-l0l 8019-20,

fr@+d-6
ris.f q. snqd q.rqiFft{ qd ffi .{rqihrdvr?fr kfl t I I fr q,q. i. 1 o ? y
.
"
i.enq-dfl ffi{q*m.qaifqlq-+}ofdw&kqrliluqR.qq.?.?"iy

erq-d 6Tqffi{ risflrd q{ m. t €qq+ qrl6r ftkqr q+m $S S+-q ffi.\o A uo 6rqi+
qrts*nqfut<+,loqid end erg+v<t*retdfrfrqTqqi oTq-dso-{uqrd oTrd eTrld dQ-q eTrq-d
qtqtd+{ riEflrt q* m.l 3iE+ frqqikd 6Tct+ frre *ao fr.?o.?.l"?x rt* sq.rd q,1.""
erqdT yTtFr*- stqldsrd 3ilq]k-d +-d1 6ifr. ffirar, Jitendra Singh Group, A.S.Desai

Infrastructure hd Ltd, Unity Builders Pvt Ltd, Atlantaa Ltd, T.G.Toradmal and Company, Barge

Construction Pvt Ltd, Jijau Construction, YPD ConsEuction, lWs D.C.Ajmera, DHD Infracon Pvt

Ltd, VRSILP, Ajwani Infrastructue Pvt Ltd, Courage Infra Pvt Ltd, RPP Infra Project Ltd, EKAM,

AIPL, Arcons Pvt Ltdt +7lefl3qfud di.

O:\sanjeev bactup\5.backup\5(1)\AD8Vrebid letter hudco\21 works.docr


1. Keya Infracon (EPC-qC),2. RKC Infrabuild Pvt Ltd (EPC-qa),3. A.S.Desai Infrastructure

Pvt Ltd (EPC-\R), 4. DHD Infracon h/t Ltd (EPC-qo fr \eo), VH Khatri Construction Pvt Ltd EPC-

qo i u"), Ajwani Infrastructure h/t Ltd EPC-qo fr sr), ffi gi{ fr.q.1.1"1y, q.i.?oly,
t ?. i. ?o1 v, I y. i. i oR y, q,3. i. Q o Q
y qr q{Fri dcfr q V*ggtt gt BcRrd ird €n}d. #d grd-€r
q+{sRtiFe-<t {r#q qdqt+EtqFqTc<drrnrr?rqr ADDENDUM Et-c-d+sdr silt il+q H+
f.rqdtkd dcd ont
1. s+ 4;TERRiTr ADDENDUM *q 6|qr+flrtr rr6RI$ {rffirafi http://mahatenders.gov js qI
ti*rg-ar* eiq-ale oro-qrr qrd. Fr+q G{fudr fuiq, ?x.ox.?o?a
fur{i ts.oo Erffifr) EraEr{rf,qrqr.
1. frfuqrqi-frrdaffi qc-mfrfutqr\ro rn'rqoFTfrmedsd frf+srsrtrs dr{ rr#d.
?. Tg-d ADDEN M Erfrft-fr flrFd<t ffid Fd qdi q vtdqti sturdd s-ffi irfr.
DU

y. sd ffiqr frE<T q:r*.ffr{d we *-erqr qr+ s1, frk<r c,-+r**a E({ A DEN DUM D

Hfufuie-crqrr*l+dq++rr*,qrt
q. vd 4;ar<ni+ we sErT qr$ +1, eiqr {op 5r aooer oulr f+qnra tg-r qrer q s({ ts'R
krnd {dd. wd t+.R +zrauqrd ++m.
e. fr fffi qrfi rd -6+E-{rqT / {qursrqr q-rfr gor errere srere-iln yI*rf,s, (ERRATA) risai

mrreq4fi pifq6o-ro-qraqrd.

*m- r. ffi+Efrqil
?. \ I)DT,\ Dt \I
**#.**
r*.a{'qnffi,(qrwq)
eram 1.er.<i* +$ *d .,ri.
qtffr+,. siqflr ffi frrrFr,6t*,ur,
tq$6fudr

giT: orriti-en e{FridT, rrqrrs qr.qi.qsa, rm ri+i rerFrtl et'erwiTmRT/E}cTwguiiTrfrrol


+tqFft+RnttsrarqvqTrtrFiq5 qi+ e g#d olrq{q-s qrirffi
mffi+neerifu-d.

!a' fifsfi srft+idr,{r.ei.fqwT,mum-*d/riaqr/sr.qtqFqqfrqFT,{rdrr/{r.qi.qlerurfqqrrr,


+ierTrllr.ei.Td{frqFT,gd/Er. '.n*-erfuqrq,goi/qreqvqTfrrsler6ffirr/E-{qd}Sjr+
TrR/ftrhd/ar$/qitrsTq fuTnT, rTq{r/ qr.qi.e-s-fl fqqrrr, qFrwf€T.si.fr'qnT s.q q{{{ /
q?riloTrqT qin crtrffi e g&e enavrq, erika mrffi

D:\sa njeev backup\5.backup\5{1)\AOB\p rebad letter hudco\21 works.d ocx


I

Name of work :- Invitation for Bids under Tender Notice No.l77 Year 2023-
24 dated 16.02.2024 for Maharashtra State Roads Improvements Project
(MSRIP) Phase III, EPC Package No.50 to 70 (Under Hudco Funding)
(E-Tender No. 2024-PWR-1018019-1, No.2024-PwR-1018019_2, No.2024_PwR-1018019-3,
No.2024_PwR_1018019_4, No.2024-PwR-1018019_5, No.2024_PwR_1018019_6,
No.2024-PwR_1018019_7, No.2024_PrvR-1018019-8, No.2024-PwR_1018019_9,
No.2024-PWR-1018019-10, No.2024_PwR_1018019-l I, No.2024-PwR-1018019_12,
No.2024-PWR-1018019-13, No.2024-PwR-1018019-14, No.2024-PWR-1018019-15,
No.2024-PwR-1018019-16, No.2024-PWR-1018019-17, No.2024-PwR-1018019_18,
No.2024_PWR_1018019_19, No.2024_PwR-1018019_20, llo,204PlXR-10!8019_21)

MINUTES OF MEETINGS OF PRE-BID CONFERENCE HELD IN THE OFFICE OF


CHIEF ENGINEER, (KONKAN) & PROJECT DIRECTOR (EAP) MUMBAI. ON
20.03.2024

1. A pre-tender conference open to all prospective consultant was held in the office of the
Chief Engineer, P.W.Region, Konkan on 20.03.2024 at 11.00 Hrs. The meeting was
chaired by Shri.S.N.Rajbhoj, Chief Engineer (Konkan) & Project Director (EAP),Mumbai

2. Following officers & Representative of Contractors attended for the pre-bid meeting:
. Smt.Arundhati Sharma, Superintending Engineer, P.W.Circle, Nashik
o Shri.J.D.Kulkarni, Technical Consultant
o Shri.U.D.Palve, Executive Engineer, P.W.Division, Nashik
o Shri.S.V.Karmarkar, Executive Engineer, Chief Engineer (Konkan) & Project
Director (EAP),Mumbai offrce.
. Shri.Atul Gurav, Sub Divisional Engineer, Chief Engineer (Konkan) & Project
Director (EAP),Mumbai offrce.
o Shri.Avinash D.Deore, Sub Divisional Engineer, BOT Project Sub Division,
Nashik
r Smt Sonali Kamble, Junior Engineer (ADB) Chief Engineer (Konkan) &
Project Director (EAP),Mumbai office.
o Shri.Swapnil Gandhi, Shinde Chavan Gandhi & Company, Procurement
Advisor
. Jitendra Singh Group
o A.S.Desai Infrastructure Pvt Ltd
. Unity Builders Pvt Ltd
r Atlantaa Ltd
o T.G.Toradmal and Company
o Barge Construction Pvt Ltd
. Jrjau Construction
o YPD Construction

O:\ranjeev bacrup\5.backop\5(1)U0BVrc bid letterhudco\Addednum ol HUOCO PREBI0 20.0!.2o24.docr


I
. IvI/s D.C.Ajmera
r DHD Infracon Pvt Ltd
o VRSILP
. Ajwani Infrastructure Pvt Ltd
o Courage Infra Pra Ltd
o RPP Infra Project Ltd
o EKAM
o AIPL
o Arcons Pvt Ltd

3. Following contractors raised various points for clarification / modification in the tender
document.

o Keya Infracon, Ahmadabad (EPC 58), r Ajwani Infrastructure Pvt Ltd


o RKC Infrabuild Prrt Ltd, (EPC 58) (EPC 50 to 70)
r A.S.Desai Infrastructure Pvt Ltd . Atlantaa Ltd
(EPC s2) o I\{/s D.C.Ajmera
. DHD Infracon hrt Ltd (EPC 50 to 70) . Jrjau Construction
o VH Khatri Construction Pvt Ltd o T.G.Toradmal and Company
(EPC 50 to 70)

4. It was stated that, the requisite changes will be communicated through ADDENDUM.

5. The meeting was concluded with vote of thanks.

O.C.Approved by C.E
For Chief En er (Konkan)
& Project Director (EAP),Mumbai

nj€ev b.ckup\s.backup\5(l)UDB\prc bid letter hudco\Addedn u m of HU DCO PBEBTD 2o.ol.20t4_docr


2
Project Name: Maharashtra state Road tmprovement pro.iect (MsRlp - phase lll) - Epc 50 to Epc 70

REPTY TO PREBID QUERIES

Sr. No. Clause no. Clause Modification Request Reply by


MPWD
1 RKC lnfrabuilt Pvt Ltd
t. Genera I Please upload the. kemp /kmz/.kml file of the complete NIT shall
alignment prevail.
[. General What is the status of pre-construction activities, such Kindly provide the NIT shall
as (1) l-and acquisition (2) Forest Oearance / Tree Status of land acquisition in terms of land acquisition prevail.
Cuttin€ (3)9.4 -Felling of trees (4) Removal of the -3 ....... ro 3 (G).......
iii General, Clause 3.1, encroachments on the project site etc. (S) Status of Kindl y provide the present Status of Forestry Clearance NIT shall
Article - 9 Utility Shifting in terms of e 2 clearances status reva il.
Utilities and Trees Kindly provide the status of Utility shifting & Drawings NIT shall
Article 9 preva il.
National Park National Park Kindly specify regarding wheth€r the alignment passes NIT sha ll
through National Park. lf yes, pl provide the status of pr€vail
clearances for development of the project highway
thro National Park.
Reserved Forest Reserved Forest Kindly specii/ r€garding wh€ther th€ alignment passes NIT sha ll
through Reserved Forest. prevail.
lf yes, pl provide the stat6 of clearances for
development of the project highway through R€served
Forest.
vii. Eco sensitive zone Eco sensitive zone Kindly specify regarding wheth€r th€ alignment passes NIT sha ll
through Eco sensitive zone. prevail
lf yes, pl provid€ the status of clearances for
development of the project highway through Eco
sensitive zone.
vlI. 9.4 Felling of trees PI provide the details of present status for FC if any. - NIT sha ll
Number of trees to be felled reva il.
ix. DCA The Authority shall assist the Contractor in obtaining It is understood that the Authority has al.eady NIT shall
9.4 F€lling of trees the Applicable Permits for felling of trees to be completed the proc€ss of identification of trees. Kindly preva il
identified by the Authority for this purpose if and confirm and provide the status of the identification of
only if such trees cause a material adverse effect ....... tree for felling / cutti

Page 1 of 39
Project Name: Maharashtra State Road Improvement proiect (MSRtp - phase t) - EpC SO to EpC 70

Sr. No. Clause no. Clause Modification Request Reply by


MPWD

x DCA The Authority shall assist the Contractor in obtaining Forestry clearance is a very long-time consuming NIT shall
9.4 Felling of trees the Applicable Permits for felling of trees to be procedure. lt is understood that the Authority has prevail.
identified by the Authority for this purpose if and already processed for forestry clearance. Kindly confirm
only ifsuch trees cause a material adverse effect ....... and provide the status of the forestry clearance Stage I

& Stage ll.

xi. Annex - l: Site 2.Land Contradictory provisions. NIT shall


(Schedule-A) The Site of the Project Highway comprises the land Kindly ensure the RoW available land width for the prevail.
(total of land development of the road/highway shall be available as
already in pmsession) as described below: on appointed date as per the provision / requirement
Available Land Width (m) of land width /ROW so that entire proiect highway shall
Not€: The Available land width would be minimum be upgraded and reconstructed to two/four lane with
of leeal RO W and undisputed land available for /without paved shoulder as per requkement/
works that is available ROW provision.
x . Annexure- ll: ROW for Complete section of proposed work shall be
(Schedule-A) Dates available as on appointed date.
for providing Right
of Way of
Construction Zone
x . Annex - l: Site Note: The Available land width would be minimum
(Schedule-A) of legal ROW and undisputed land available for
works that is available ROW
Wherever the dispute is raised by farmer or property
owner along the stretch, the cost of add itiona I safety
precautions to be taken on account of such reduced
ROW shall be borne the contractor

Page 2 of 39
Project Name: Maharashtra State Road lmprovement Project (MSRIP - Phase lll) - EPC 50 to EPC 70

Sr, No. Clause no. Clause Modification Request Reply by


MPWD
Annex - l: Site Note: The Available land width would be minimum As per DCA clause no 3.1 it is the responsibility of the NIT shall
(Schedule-A) of legal ROW and undisputed land available for Authority to provide the sufficient ROW land width for preva il
works that is available ROW development of highway.
Wherever the dispute is raised by farmer or property lf any dispute is raised by farmer or property owner
owner along the stretch, the cost of additional safety along the stretch, the cost of additional safety
precautions to be taken on account of such reduced precautions to be taken on account of such reduced
ROW shall be borne by the contractor ROW shall be paid to the contractor under COS by the
Authority. Kindly Confi rm.
(Schedule-A), 1 Utility Details: Present status of utility shifting. Whether estimates to NIT sha ll
Annexure - | The site includes the following utilities: - the concerned department/ authority submitted / prevail.
Utilities approved. lt is necessary to start the utility shifting work
(schedule B-1) during the
DETAILSOF Development period as per provision in Artick g of
UTITITIES AND DCA. Kindly confirm.
FELLING OF TREES Request to provide utility shifting plan drawings.

(Schedule-A), Utility shifting drawings not provided Request to provide utility shifting plan drawings. NIT shall
Annexure - | prevail.
Shiftine of Utilities
xvii. SCHEDULE -B 4.The contractor shall follow the horizontal As this is a pro.iect to be developed on EPC mode & NIT shall prevail
(See Clause 2.1) alignment and finished road levels (FRLs) with Looking to the site topography the Contractor may be
l.Oevelopment of respect to the existing road /ground given in the plan allowed to design the road profile of the
project
the Project Highway and profile drawings. highway based on site/design requirement specified in
For the roads and structures, the difference between Schedule-D and following the stipulated standards as
the actualfinished road levels (FRL) and existing road per manual; treating the Finished Road level (FRt)
/ground level shall not be less than the difference indicated in the alignment plan as an approximate
between the "Design RL" and "Existing RL" as noted assessment only. (Not minimum).
in the alignment plan and profile drawings. "Existing Kindly confirm and request to modify the provision
RL" refers to the existing road level or existing accordingly.
ground level as the case may be

Page 3 of 39
Project Name: Maharashtra State Road lmprovement Project (MSRIP - Phase lll)- EPC S0 to EpC 70

+Ifll| EE[tr!]tt sErr+! Modification Request Reply by


MPWD
xv t 5.3.2 Design Traffic - Note: - As this is a project to be developed on EpC mode & NIT shall prevail
a )For i)The entire road section proposed for development Looking to the site topography the Contractor may be
Reconstruction of with rigid pavement shall be reconstructed after allowed to design the road profile & Reconstruction of
Rigid Pavement. removinB the entire existing crust and by excavating Rigid Pavement of the project highway based on
minimum 1.0 m below general ground level in black site/design requirement specified in Schedute-D and
cotton/Weak soil. following the stipulated standards as per manual &
provision of IRC 5P 73-2018; IRC: SP: 58-2015.
Kindly confirm.
xlx. 5.3.3 The following stretches of the existing road shall be As this is a project to be developed on EPC mode & NIT shall prevail
Reconstruction of reconstructed by scarifying the existing carriageway Looking to the site topography the Contractor may be
stretches: - and laying new pavement starting from allowed to design the road profile & Reconstruction of
embankment, sub-grade & stretches of the
crust as required and mentioned above. These shall project highway based on site/design requirement
be designed as rigid pavement based on "Modulus of specified in Schedule-D and following the stipulated
sub grade reaction" and minimum crust as per standards as per manual & provision of IRC SP 73-2018;
5.3.2(a) above and as p€r IRC: SP 58-2015 IRC: SP: 58-2015.
Note: Kindly confirm.
(c)The entire road section proposed for development
with rigid pavement shall be reconstructed after
removing the entire existing crust and by excavating
minimum 1.0m below general ground level in black
cotton/weak soil.
(d)The ground improvement shall be carried out by
Stabilization as per CF technique (Cement
/ lime Fly-ash) IRC: SP:89-2010 and Clause 403 of
MoRTH Standard Specifications for Road and
Eridgeworks (5th Revision) up to300mm depth by
utilizing existing pavement crust material and
borrow area material as per requirement.
(e)The embankment shall be constructed for a depth
of minimumT00mm with compacted layer
thicknesses as specified in C|ause305.3.5.1, and the

Page 4 of 39
Project Name: Maharashtra State Road lmprovement Proiect (MSRIP - Phase lll) - EPC 50 to EPC 70

Sr. No. clause no. Clause Modification Request Reply by


MPWD
borrow material satisfying 305.2.1.5, Table 300-
IMoRTH Standard Specifications for Road and
Bridgeworks (Sth Revision)shall be used as
embankment material.
xx. General Material Report Please provide Material Report of the Project NIT shall
prevail
xxt. General Pavement design report Please provide a Pavement design report of the Project NIT shall
prevail
xx . General Hydrology Report Please provide the Hydrology report of the Pro.iect NIT sha ll
prevail.
xxiii General Please provide Feasibility Report including Axle load Please provide the required details as mentioned NIT shall
survey data, Pavement Desi8n Report, Material prevail.
Report, Hydrological Calculations and Geotechnical
Reports for all Bridges

2 Keya lnfracon
t. 01 Section Participation as a contractor, Joint Venture partner, in It is requested to modify provision as under. NIT shall
1to6_EPC58_ a. at least one contract that has been successfully as Participation as a contractor, in a. at least one prevail.
PROCUREMENT OF completed within the last FIVE (5) years and that is contract that has been successfully or substantially
woRKs - sEcfloN completed [For this purpose, a project shall be
similar to the proposed works, having cost of pro.iect
3: EVALUATION AND /receipts from the project mor€ than INR 153.77 Cr. considered to be substantially completed, if more than
QUALIFICATION l8O% of 718% of the EPC Cost of the poect) , and 80% of the value of work has of been complet€d and
CRITERIA having design and construction experiences of such completed value of work is equal to or more than
2.4 Construction minimum 2 lane rigid pavement road length of 19.88 80% of 118% of the EPC Cost of the projectl! within th€
Experience KM ; The similarity of the Bidder's participation shall last FIVE (5) years & up to Bid Due Date and that is
2.4.L Contracts of be based on the physical size, nature of works, similar to the proposed works, having cost of proiect
similar size and complexity, methods, technology or other /receipts from the project more than INR 153.77 Cr.
Nature characteristics for highways, expressways, bridges, [80% of 118% ofthe EPC Cost of the project], and having
tunnels, runways, Railways (construction / re- design and construction experiences and of minimum 2
construction of railway track, yards for keeping lane rigid pavement / fl€xible pavement road length of
containers etc.), Metro Rails and ports construction / 19.88 KM, The similarity of the Bidder's participation
shall be based onthephysical size, natureofon wor*s,

Page 5 of 39
Project Name: Maharashtra State Road lmprovement Project (MSRIP - Phase lll) - EPC 50 to EPC 70

Sr. No. Clause no. Clause Modification Request Reply by


MPWD
re-construction of Jetties, any other linear complexity. Methods, technology or other
infrastructure including bridges etc.) characteristics for highways, expressways, bridges,
tunnels, runways, Railways (construction / re-
construction of railway tracks, yards for keeping
containers etc.), Metro Rails and Ports (construction
/re-construction of Jetties, any other linear
inf rastructure including bridges etc.)
ll. 01section 1to 6 EPC For the above or other contracts executed during the For the above or other contracts executed during the NIT sha ll
58- PROCUREMENT period stipulated in 2.4.L, a minimum construction period stipulated in 2.4.1 (i.e., Participation as a prevail.
OF WORKS experience is required in the following key activities. contractor, in contracts that has been successfully or
sEcTtoN 3: substantially completed I For this purpose, a project
EVALUATION AND shall be considered to be substantially completed, if
QUATIFICATION more than 80% of the value of work has been
CRITERIA completed and such completed value of work is equal
2.4 Construction to or more than 80% of L78% ot the EPC cost of the
Experience project l/within the last FIVE years & up to Bid due date)
2.4.2 Construction a minimum construction experience is required in the
Experience in Key following key activities:
Activities

3 DHD lnfracon Pvt Ltd


i. 2.4.t Contracts of similar size and nature: At least one Provision in Government Circular No. Misc. 2019/Q. NIT sha ll
contact that has been successfully or substantially No.47/Building-2 Mantralaya, Mumbai 4OOO32. Dtd- prevail
Completed within the last FIVE (5) years and that is 25.77.2079 Page no. 3
similar to the proposed works. having cost of project
/ receipts from the project more than INR 295.07 Cr. The minimum cost of work compl€ted by the contractor
l8O% of 778% of the EPC Cost of the pro.jectl and within the last 5 years shall be three similar works
having design and construction experiences of whose cost shall not be less than 40% of the estimated
minimum 2 lane rigid pavement road length of project cost.
47.96 KM :The similarity ofthe Bidder's participation OR
shall be based on the physical size, nature of works, The minimum cost of work completed by the contractor
complexity, methods .technology or other within the last 5 years shall be two similar works whose

Page 6 of 39
Project Name: Maharashtra State Road lmprovement Project (MSRIP - Phase lll) - EPC 50 to EPC 70

Sr, No. Clause no. Clause Modification Request Reply by


MPWD
characteristics for highways. expressways. Bridges cost shall not be less than 50% of the estimated project
tunnels. runways. Railways (construction/re- cost,
construction of railway tracks. yards for keeping OR
Containers etc) Metro Rails and Ports The minimum cost of work completed by the contractor
(construction/re construction of Jetties, any other within the last 5 years shall be one similar work whose
linear infrastructure bridges etc.) cost shall not be less than 80% of the estimated proiect
OR cost.
b. at least two contracts those have been
successfully or substantially completed within the Notes:
last FIVE (5) years and that is similar to the proposed
works, having cost of project receipts from the i. There are no conditions for design/construction
project more than INR 184.42 Ct. ILSO% ol 778% of experience of rigid and/or flexible payments in these
the EPC and therefore should not be imposed in the RFP rigid
Cost of the projectl each and having design and pavement length criteria
construction exp€riences of minimum 2lane rigid
pavement road length of 29.98 KM each; The ii. Evaluation and Qualification Criteria (EQC) of Eidders
similarity of bidder's participation shall be based on As per published RFP by NHAI MORTH for all projects
physical size, nature of works. complexity. provides that the bidder should have similar contracts
technology methods. other or characteristics for of at least one similar of merely 20% of the estimated
highways. expressways, bridges, tunnels. runways. cost of the Project Therefore, th€ conditions imposed
Railways (construction/reconstruction of railway by the RPF have been made stricter arbitrarily - not in
tracks. yards for keeping containers. etc.). Metro line with other highway projects.
Rails and Ports (construction/re-construction of
Jetties, any other linear infrastructure bridges etc.)
2.4.2 Construction Experience in Key Activities I RFP Page Provision in Government Circular No. Misc.2019/Q. NIT sha ll
Nos.81 to 83 | No.47lBuilding-2 Mantralaya, Mumbai 400032. Dtd- preva il.
25.77.2079 Page no. 3 point no.1.
6. Bidder must demonstrate an experience of
construction of bridge with single span of 12 meters C) The minimum quantity of the important items and
(100% length of highest span of bridge proposed in the quantity executed in any one year in last 5 years I

project) shall be 30 % of the quantity of the important items of


the work under construction

Page 7 of 39
Proiect Name: Maharashtra State Road lmprovement Project (MSRIP - Phase lll) - EPC 50 to EPC 70

Sr. No. Clause no. Clause Modification Request Reply by


MPWD

Note Such conditions have not been previously


stipulated in RFP5 issued by NHAI MORTH for bridges
less than or equal to 60 meters
iii. 2.3.2 Average Annual Construction Turnover RFP Page Government Resolution No. CAT/2017/PK 08/Blde-02 Please refer
No. 771: Addendum sr
Mantralaya, Mumbai - 400031 dated 27.09.2018 no.07.
Minimum average annual construction turnover of
INR 368.83 crores (118% of the EPC Cost of the 2.9: Provision for Post Qualification Criteria may be
project) Calculated as total certified payments incorporated in the bid document for all works costing
received for contracts in progr€ss or completed, more than 1 crore:
within the last FIVE (5) years
(A) Minimum turnover of the bidder in the last 5 years

shall be a minimum of 75% of the cost per annum for

the work under consideration

Note: Evaluation and Qualification Criteria (EQC) of


Bidders As per published RFP by NHAI MORTH for RtP-
for all projects provides that the bidder should have
similar contracts of at least one similar of merely 15%
of the EPC of the Project for the last Financial vents
Therefore. the conditions imposed by the RPF have
been made stri€ter arbitrarily line with other highway
projects
2.4.5 Requirements related to Machinery | RFP Page No. Plant & Equipment: NIT sha ll
86 to 871 prevail.
Submission of Proforma invoices in tender documents
1. The machinery should be owned by the bidder/ should be considered A fitness certificate from the
either member venture. of the joint Assistant Chief Engineer (Mechanical) should not be
made compulsory for machinery for which Proforma
invoices are attached.

Page 8 of 39
Proiect Name: Maharashtra State Road lmprovement Project (MSRIP - Phase llll - EPC 50 to EPC 70

Sr. No. clause no. Clause Modification Request Reply by


MPWD
2 Supporting document viz, tax invoice etc should be
provided sequentially for each equipment and the lf the bidder is 1.1. then successor bidder shall be
page number for the same shall be mentioned. submit Tax invoice against Proforma invoice within
stipulated period.
4 A S Desai lnfrasturcture Pvt Ltd
t. 2.4.1al Evaluation and Qualification Criteria (EQC) of Bidders As NIT shall
per published RFP by NHAI /MoRTH Provided that at prevail
least one similar work of 20% of Estimated Project Cost
shall have been completed from

the Eligible Projects in Category l and/or Category 3


specified in Clause 2.2.2.5. For this purpose, a project
shall be considered to be completed, if more than 90%
of the value of work has b€en completed and such
completed value of work is equal to or more than 20%
of the estimated prolect cost. And similar work should
be done as per NHAI/MORTH guidelines. Also, the
length of the asphalt road should be assumed to be the
same as the concrete road.
ii. 2.4.L. b) Evaluation and Quaiification Criteria (EQC) of Bidders As NIT s hall
per published RFP by NHAI/MoRTH similar work should prevail.
be done as per NHAI/MORTH guidelines. Also, the
length of the asphalt road should be assumed to be the
same as the concrete road.
iii. 2.4.2 As per NHAI tenders no any min. quantity criteria for NIT s hall
qualification, so we are requested to relaxation in prevail
minimum quantity criteria for this tender.
ln Schedule B 5.3.2 Design Traffic Schedule Pg no 48 As given in above clause PQC thickness is mentioned NIT shall
280 mm which criticalto execution during construction preva il.
where some stretches construct manually /fix form
paver, so we are requested moderate the PQC
thickness 300mm in estimate.

Page 9 of 39
Project Name: Maharashtra State Road lmprovement Project (MSRIP - Phase lll) - EPC 50 to EPC 70

Sr. No, Clause no. clause Modification Request Reply by


MPWD
Schedule H Project Facility Pg No-155-156 Noise Barrier should be provided 355 Rmt. but schedule NIT sha ll
H payment provision not consider for payment. preva il.
vi schedule H Project Facility Pg No-151 Metal beam crash Barrier should be provided 1863 Rmt. NIT shall
but schedule H payment provision not consider for preva il.
payment.
Schedule H Project Facility Pg No-154 Solar panel for bus shelter should be provided 1863 NIT sha ll
Rmt. but schedule H payment provision not considerfor prevail
payment.
v t. Schedule H Project Facility Pg No-154 Rain water harvesting for slab culverts should be NIT shall
provlded 1853 Rmt. but schedule H payment provision prevail.
not consider for payment.
ix. 2.4.5 Requirements related to Machinery RFP Page No. 86 Submission of proforma invoices in tender documents NIT sha ll
to 87 should be exempted. A fitness certificate from the preva il.
Assistant Chief Engineer (Mechanical) should not be
made compulsory for machinery for which proforma
invoices are attached. And also hired machinery
agreement should be allowed for this tender.
x Schedule H Pedestrian facility Clause 6.h Project Facility Pg No- Street lights on octagonal lamp post with LED /energy NIT sha ll
153 efficient lighting system of
standard make with prevail.
minimum 40 Lux capacities shall be provided @ 30m
interval for the chainages mentioned in following table.
Street lights shall be provided with dual lights on single
pole and single lights on single pole. The height of street
light pole shall be about 9m above FRL. should be
provided. But schedule H payment provision not
consider for payment.
5 Aiwani lnfrastructure
Performance As per Government of Maharashtra, Public Works NIT
(i) Upon application by contractoC the Authority shall sha ll
Security: Part lll, return the Performance Security equal to 3%. of the
Department GR No. CAT 2017lP.K.8 Bidg-2 dated 29.01 prevail
conditions of bid price to the Contractor within 60 (sixty) days of .2019, Clause No 4.2 , Page No. 2, lf the Defects Liability
Contract and the expiry of the Maintenance Period or the Defects Period exceeds two years, the contractor will be
Contract Forms, Liability Period, whichever is later, under this refunded 90% of the total Security Deposit amount

Page 10 of 39
Project Name: Maharashtra State Road lmprovement Project (MSRIP - Phase ltt) - EPC 50 to EPC 70

Sr, No. Clause no. clause Modification Request Reply by


MPWD
Article 7, Agreement. Notwithstanding the aforesaid, the after two years from the work completion date, with
Performance Performance agree that the Authority shall not be the remaining 10% amount paid in the form of a
Security, Clause No. obliged to release the Performance Security until all National Eank's DD/FOR IBG valid up to the defects
7.4 - Release of Defects identified during the Defects Liability Period liability period and refunded one month after the
Performa nce have been rectified Defects Liability Period Thus, we request you to amend
Security, i) & ii) Page (ii) Upon application by contractor, the Authority the Performance Security clause as per this PWD G.R.
No. 4-53 shall return the performance security equal to 4.5/o
of the bid price and the Additional Performance
Security to the Contractor within 28 (Twenty Eight)
days from the date of issue of Completion Certificate
under Article 12 of this Agreement.
. Return of Bid 19.5 lf a bid security is specified pursuant to ITB 19.1, We request you to refund Bid Security of unsuccessful NIT sha ll
Security of the bid security of substantially nonresponsive Bidders within 7 days of opening of financial offer prevail.
unsuccessful Technical Elds shall be returned before opening the
Bidder : Part I Price Bids., The bid security of unsuccessful Bidders
Bidding Procedures at Price Bid evaluation shall be returned promptly
Section 1 upon the successful Bidder's furnishing of the
:

instructions to performance security pursuant to ITB 45.


Bidder Clause No.
19, Bid Security / Bid
Securing
Declaration, sub
Clause No. 19 5,
Page No.4-24 and 4-
2S
It Average Annual Minimum average annual construction turnover of a) We request you to clarify that the Provisional Annual Please refer
Construction INR 257.41 crores [118% of the EPC Cost of the Construction Turnover for FY 2023-24 can be included Addendum sr.
Turnover: Part I project] Calculated as total certified payments in the computation of the Average Annual Construction no.07.
Bidding Procedures received for contracts in progress or completed, Turnover for the last five financial years. b) There has
Section: 3, within the last FIVE (5) years. a) The last date for been no specific mention of an updation factor to bring
Evaluation and submitting the tender (i.e. 12.O4.2024) falls within Average Annual Construction Turnover to the current
Qualification the Financial Year 2024- 25. costing level. We presume that the updation factor of

Page 11 of 39
Proiect Name: Maharashtra State Road lmprovement Pro.iect (MSRIP - Phase lll) - EPC 50 to EPC 70

Sr. No. Clause no. clause Modification Request Reply by


MPWD
Criteria, Clause No. 5% per annum is to be used as per Section. 3, Evaluation
2.3.2, Page No.74. and qualification, Criteria, Clause No. 2.6 Bid capacity,
Page No. 88 ln the manner done for evaluation of Bid
Capacity
Contracts of Similar a. at least one contract that has been successfully or As per clause 2 .4. 1, we accept the fact that all tenders NIT sha ll
Size and Nature: substantially completed within the last FIVE (5)years invited under E-Tender Notice No.- 177 (i. e. from EPC- prevail.
Part I Bidding and that !s similar to the proposed works, having cost 50 to EPC-70) requested pre-qualification criteria for a
Procedures of project / receipts from the pro.iect more than /NR single contract and two contracts that will account for
Section.3, of L1.a% of the EPC Cost of the
...........Cr. l8O% 80% and 50% of each project's total rigid pavement
Evaluation and projectl, and having design and construction length, respectively.
Qu a I ifi catio n experiences of minimum 2 lane rigid pavement road However, it is observed that according to Schedule B,

Criteria, Clause No. length of ..........KM ........ Or Appendix B-1, Typical Cross Sections, the total project
2- 4- L, Page No.l4. road length equals the sum of the flexible and rigid
b. at least two contracts those have been pavement lengths.
successfully or substantially completed within the we are taking an example of EPC-53 for clarification of
last FIVE (5) years and that is similar to the proposed this crit€ria as below:
works, having cost of project receipts from the Total proiect length as per Annex-|, Schedule-B Clause
project more than INR .. ... ... Cr. [50% of 118% ofthe No.2.1 'Summary of Provision of various types of cross
EPC Cost of the projectl each and having design and section'is 36.09 km [i.e. 15.00 km (ltlDR-52) + 21.090
construction experiences of minimum 2 lane rigid km (MDR-58)1. The 80% & 50% of total project length
pavement road length of........ KM each ......... of 35 09 km is 28.87 km and 18.05 km for a single
contract and two contracts respectively which comply
with clause 2.4.1 a & b of Section 3: Evaluation and
Qualification Criteria. However, as per Schedule B,
Appendix B-1, Typical Cross Sections this total project
len8th of 36.09 km is the sum of 29.15 km of Rigid
Pavement (Ref TCS- l, ll, lll, lV V Vl& Vlll) and 6.94 km
(Ref- T6-Vll, lx, x) of Flexible Pavement.
The above example clearly demonstrates that length of
rigid pavement is requested in relation to the overall
length of the road project, which includes both rigid and
flexible pavements and thus leads to ambiguity. Thus,

Page 12 of39
Project Name: Maharashtra State Road lmprovement Project (MSRIP - Phase lll) - EPC 50 to EPC 70

Sr. No. clause no. clause Modification Request Reply by


MPWD
from the above, we request you to amend the clause
2.4.L a & b as follows for all tenders invited under
tender Notice No. 177 (i.e. from EPC-50 to EPC-70).

a. one contract - design and construction experiences


of minimum 2 lane rigid pavement road length of 80%
of Total Rigid Pavement Length of the Project

b. two contracts - design and construction experiences


of minimum 2 lane rigid pavement road length of 50%
of Total Rigid Pavement Length of the Project.

OR Alternatively

a. one contract - design and construction experiences of


minimum 2 lane rigid pavement road length of 80% of
Total Rigid Pavement Length of the Project & aO% of
Flexible Pavement Length of the Project.

b. two contracts - design and construction experiences


of minimum 2 lane rigid pavement road length 50% of
Total Rigid Pavement Length of the Project & 50% of
Flexible Pavement [ength of the Project.

There has been no specific mention of an updation


factor to bring the work completed value of Contracts
of Similar Size and Nature to the current costing level.
We presume that updation factot of 5% per annum is
to be used as per Section: 3, Evaluation and
Qualification Criteria, Clause No 2.6 Bid capacity, Page
No 88

Page 13 of 39
Project Name: Maharashtra State Road lmprovement Projest (MSRIP - Phase lll) - EPC 50 to EPC 70

Sr. No. Clause no. Clause Modification Request Reply by


MPWD
Threshold Technical There has been no specific mention of an updation
Capacity: Part I factor to bring the work completed value to the current
Bidding Procedures, costing level while computing Threshold Technical
Section: 3, Capacity. We presume that updation factor of 5% Pet
Evaluation and annum is to be used as per Section:3, Evaluation and
Qualification Qualification Criteria, Clause No. 2.6 Bid capacity, Page
Criteria, Clause No 2 No.88
4.3, Page No 79
Multiple Contracts: i)"ln the event any L1 has exhausted his Financial i) We request you to ctarify whether the Financial NIT shall prevail
Article 14 Clause Resources the combination would be formed taking Resources mentioned in this clause is as per Section. 3,
14. 1 Maintenance the next best bid received in the evaluation in such a Evaluation and Qualification Criteria, Clause No. 2.3.3. The evaluation
obligations of the manner that the Combination of all the packages will be based on
Contractor. Sub remain Least Cost. " ii) We request you to clarify whether the evaluation of all
clause i) a) and b) the bid is based on all five requirements (i.e., Average requirements
Page No 89. ii) if a Bidder as defined in ITB 4.1 submits several Annual Construction Turnover. Financial Resources, as Per the
successful (lowest evaluated substantially Threshold Technical Capacity, Requirement related to clause 1.8.
responsive) bids, the evaluation will also Manpower and Bid Capacity) that must be met by the The example
include an assessment of the Bidder's capacity to bidder in the event of the award of multiple contracts given is just for
meet the following aggregated requirements as according to clause no. 1.8, but as per the'Example for llu st ratio n
i

presented in the bid: Evaluation for Multiple Contracting' which depicts only purpose.
Average Annual Turnover and Financial Resources
. Average annual construction turnover as per criteria.
clause 2.3.2,
. Financial resources as per clause 2. 3.3.
. Threshold technical capacity as per clause 2.
4.3.
. Requirement related to Manpower as per
clause 2.4.6.
. Bid Capacity as per clause 2.6.

Page 14 of 39
Project Name: Maharashtra State Road lmprovement project (MSRIp - phase l) - EpC 50 to EpC 70

Sr. No. CIause no. Clause Modification Request Reply by


MPWD
Requirements Sr. Type of Number of Sr. Type of Equipment N umber of NIT sha ll
related to No. Equipment Equipment No E UI ment preva il.
Machinery: Part I 1 Motor Grader/ Dozer 4
Bidding Procedures,
Section: 3,
Evaluation and
Qualification 1 Motor Grader 2

Criteria. Clause No 2 2 Dozer 2

4.5, Page No. 4-79,


4-80
Maintenance For the performance of its Maintenance obligations, We request you to modify the clause as "For the NIT sha ll
Payment: Article 14, the Contractor shall be paid: performance of its Maintenance obliga6ons, the prevail.
Clause 14.'l Contractor shall be paid.
Maintenance a) For flexible pavement with 5 years Maintenance
obligations of the Period including structures. no maintenance charges a) For flexible pavement with 5 years Maintenance
Contractor, Sub shall be paid for the first year: 0.50% of the Relevant Period including structures: O.5O%, l.O%, L.5%., 2-O%"
clause i) a) and b) part of Contract Price for flexible pavement with 5 and 2.5%. of the Relevant part of Contract Price for
Page No.89 years Maintenance Period including structures each flexible pavement with 5 years Maintenance Period
for the s€cond, third and fourth year; and 1% of the including structures each for the fist. second, third,
relevant pai of Contract Price for the fifth year fourth and fifth year respectively.

b) For rigid pavement with 10 years Maintenance b) For rigid pavement with 10 years Maintenance
Period including structures: O.25% of the relevant Period including structures: 1.0O % of the relevant part
part of Contract Price each for the first, second and of Contract Price each for the first, second, third, fourth
third year, 0.5% ofthe relevant part ofContract Price and fifth year, 2.00 % of the r€levant pad of Contract
each for fourth, fifth, sixth and seventh year, and Price each for sixth, seventh, eighth, ninth and tenth
0.75% of the relevant part of Contract Price each for year."
eighth, ninth and tenth year.
tx Advance Payment: i) The Authority shall make an interest-bearing We request you to amend the clause as follows which is NIT shall
Part lll, Conditions advance payment (the "Advance Payment") @ "8ank allowed in tenders invited by Public Works Department prevail
of Contract and Rate + 3%o", equal to 1O % (ten percent) of the - ADB Tenders Bid invitahon No. ADB/MSR|P/EPC/2243
Contract Price,

Page 15 of 39
Project Name: Maharashtra State Road lmprovement Proiect (MSRIP - Phase lll) - EPC 50 to EPC 70

Sr. No. Clause no. CIause Modification Request Reply by


MPWD
Contract Forms, exclusively for mobilisation expenses. dated 16.02.2024 and the relevant clause are
Article 19.2 i) & ii) reproduced in verbatim
ii) ln addition to above, the Authority shall make an
additional interest bearing Advance Payment against i) "The Authority shall make an interest-free advance
newly purchased key Construction equipment payment (the'Advance Payment"), equal to 10 % (ten
required for the works as per agreed Construction percent) of the Contract Price, exclusively for
programme and brought to the site. mobilisation expenses. "

ii) 'ln addition to above, the Authority shall make an


additional interest-free
Advance Payment equal to 5% of the Contract Price
against newly purchased key Construction equipment
required for the works as per agreed Construction
programme and brought to the site
6 V H Khatri
i. 2.4.1 Contracts of a)at least one contract that has been successfully or Provisionin Government Circular No. Misc. 2019/0. NIT sha ll
Similar Size and substantially completed within the last FIVE (5)years No.47/Building-2 Mantralaya, Mumbai 400032. Dtd- prevail.
Nature [RFP Page and that is similar to the proposed works, having cost 25.11.2019 Page no. 3
Nos. 79 to 811 of project/receipts from the project more than [8O%
of 118% of the EPC Cost of the project), and havin8 We request you to consider flexible / rigid pavement
design and construction experiences of minimum 2 works for similar type of works. Also, works completed
lane rigid pavement road length of 80% KM: The in FY 23-24 should be considered provided they have
similarity of the Bidder's participation shall be based been certified by CA & Engineer in Charge Also, please
on the physical size, nature of done including GST can kindly clarify if Gross work done including cST can be
be considered. works, complexity, methods, considered
technology or other characteristics for highways,
expressways, bridges, tunnels, runways, Railways For minimum length of project, we request you to
(construction/re- construction of railway tracks, kindly consider the fact that, current works are of 7 m
yards for keeping containers etc.), Metro Rails and width and if previous completed works are of 10 m
Ports (construction/re construction of Jetties, any width or 4 lane then suitable conversion for the same
other linear infrastructure including bridges etc.) must be incorporated.

Page 15 of 39
Project Name: Maharashtra State Road lmprovement Project (MSRIP - Phase lll) - EPC 50 to EPC 70

Sr. No. Clause no. clause Modification Request Reply by


MPWD
OR Also, updation factor for work done as well as turnover
of previous years should be incorporated.
b. at least two contracts those have been successfully
or substantially completed within the last FIVE (5)
years and that is similar to the proposed works,
having cost of project/ receipts from the pro.,ect
more than Cr. [50% of 118% of the EPC Cost of the
projectl each and having design and construction
experiences of minimum 2 lane rigid pavement road
length of 50% KM each; The similarity of bidder's
participation shall be based on physical size, nature
of works, complexity, methods, technology or other
characteristics for highways, expressways, bridges,
tunnels, runways, Railways
(construction/reconstruction of railway tracks, yards
for keeping containers, etc.), Metro Rails and Ports
(construction/re- construction of Jetties, any other
linear infrastructure including bridges etc.)
ii. 2-3.2 Average Minimum average annual construction turnover of Government Resolution No. CAT/2017/PK O8/Bldg-02, Please refer
Annual Construction INR crores (L78% ol the EPC Cost of the project) Mantralaya, Mumbai-400031 dated 27.09.2018: Addendum sr.
Turnover Calculated as total certified payments received for no. 07.
Government (RFP contracts in progress or completed within the last 2.9 Provision for Qualification criteria may be
Page No.77l Five (5)year incorporated in the bid document for all works costing
more than 1 crore
(A) Minimum turnover of the bidder in the last 5 years
shall be a minimum of 75% of the cost per annum for
the work under consideration.
We request you to consider turnover completed in FY
23-24 provided the same have been certified by CA.

Also please clarify if gross turnover including GST can be


considered.

Page 17 of 39
Project Name: Maharashtra State Road lmprovement Project (MSRIP - phase lll) - EpC 50 to EpC 70

Sr. No. Clause no. Clause Modification Request Reply by


MPWD
t. Bid Security We request you to kindly allow us to submit tender 8id NIT sha ll
Security with the name and banking limit of any of the prevail.
member of .,oint Venture, Bid Security shall be of any
member and it shall not be on behalf of Venture.

7 s Atlantaa Limited
t. Additional Additional Security Deposit (if required) shall be paid NIT shall
Security Deposit with technical bid or after award of work? Kindly clarify. preva il.
lt. The experience in similar works carried out other than NIT shall
National Highway Department with related required prevail.
experience shall be considered, kindly clarify.
t. Required Construction experience in similar size & NIT shall
nature and required Technical Capacity (Threshold prevail.
Technical Capacity) shall be 80% of the EPC cost, but in
tender it has mentioned 80% of LL8% of the EPC cost.
Kindly clarify.
Kindly provide detailed estimate of department for NIT shall
reference purpose prevail.
It is assumed that, payment shall be paid within 15 days NIT shall
after submission of RA bill, kindly clarify. revail.
8 M/s D C Ajmera (EPC 52 and EPC 59)
t. 2.3.2 Average Requirement Requirement Please refer
Annual Construction Addendum sr
Turnover Minimum average annual construction turnover of Minimum average annual construction turnover of INR no.07.
INR 368.83 crores [118% of the EPC Cost of the 368.83 crores l778yo of the €PC Cost of the projectl
projectl Calculated as total certified payments Cakulated as total certified payments received for
received for contracts in progress or completed, contracts in progress or completed, within the last FIV€
within the last FIVE (5)years. (5)years.

Compliance Requirements Compliance Requirements


Single Entity: Must meet requirement Single Entity: M ust meet requirement

Page 18 of 39
Project Name: Maharashtra State Road lmprovement Project (MSRIP - Phase lll)- EPC 50 to EPC 70

Sr. No. Clause no. clause Modification Request Reply by


MPWD
Joint Venture Joint Venture
All Partners Combined: Must meet requirement All Partners Combined: Must meet requirement
Each Partner: Must meet 20% of the requirement follows: (i) Either one partner must meet requirement;
One Partner: Must meet 60% ofthe requirement Each Partner: Not applicable
One Partner: Must meet uirement
. 2.4.1 Contracts of Requirement Requirement NIT shall
Similar Size and prevail
Nature Participation as a contractor, Joint Venture partner, Participation as a contractor, Joint Venture partner, in
in a. at least one contract that has been successfully
a. at least one contract that has been or substantially completed within the last FIVE (5) years
successfully or substantially completed within the and that is similar to the proposed works, having cost
last FIVE (5) years and that is similar to the proposed of project / receipts from the project more than INR
works, having cost of project / receipts from the 295.07 Ct. [80% of 118% of the EPC Cost of the project]
project more than INR 295.07 Cr. l8O% of l7a% of , and having design and construction experiences of
the EPC Cost of the projectl , and having design and minimum 2 lane rigid / flexible pavement road length of
construction experiences of minimum 2lane rigid 47.96 KM ; The similarity of the Bidde/s participation
pavement road length of 47.96 KM ; The similarity shall be based on the physical size, nature of works,
of the Bidder's participation shall be based on the complexity, methods, technology or other
physical size, nature of works, complexity, methods, characteristics for highways, expressways, bridges,
technology or other characteristics for highways, tunnels, runways, Railways (construction/re-
expressways, bridges, tunnels, runways, Railways construction of railway tracks, yards for keeping
(construction/re-construction of railway tracks, containers etc.), Metro Rails and Ports
yards for keeping containers etc.), Metro Rails and (construchon/re-construction of Jetties, any other
Ports (construction/re-construction of .,etties, any linear infrastructure including bridges etc.)
other linear infrastructure including bridges etc.)
Compliance Requirements
Compliance Requirements Single Entity: Must meet requirement
Single Entity: Must me€t requirement
loint Venture
Joint Venture All Partners Combined: Must meet
All Partners Combined: Must meet requirement
requlrement

PaBe 19 of 39
Proiect Name: Maharashtra State Road lmprovement Proiect (MSRIP - Phase lll) - EPC 50 to EPC 70

5r. No. Clause no. clause Modification Request Reply by


MPWD
as follows: (i) Either one partner must meet as follows: (i) Either one partner must meet
requirement; requirement;
Each Partner: Not applicable Each Partner: Not applicable
One Partner: Must meet requirement One Partner: Must meet requirement
9 M/s Jijau Construction Road Builder Pvt. Ltd. (for EPC 58
A Bidder is required to deposit, along with its Bid, a No Bid Security for Competition NIT sha ll
t. tTB 19.1
Bid Security of Rs. 1.63 Crores (Rupees One Crore prevail.
Sixty-three takhs only) (the "Bid Security"),
refundable not later than 90 (ninety) days from the
Bid Oue Date, except in the case of the Selected
Bidder whose Bid Security shall be retained till it has
provided a Performance security under the
Agreement. The Bidders will have an option to
provide Bid Security in the form of a demand draft or
a bank guarantee acceptable to the Authority, and in
such event, the validity period of the bank guarantee
shall not be less than 120 (one hundred and twenty)
days from the Bid Due Date with a claim period of 50
(sixty) days, and may be extended as may be
mutually agreed between the Authority and the
Bidder from time to time and that the validity of the
demand draft shall not be less than 60 (sixty) days
from the Bid Due Date. Upon submission of demand
draft, the same shall be encashed by the Authority.
The Bid shall be summarily rejected if it is not
accompanied by the Bid Security. The authority
hereby assigns Executive Engineer, Public Works
Division, Palghar to receive the bid security as per
Appendix ll. The bid security shall be in the favour of
Execuhve En neer, Public Works Division, Pal ar-
Bid Security 1.63 Cr. No Bid Security for Competition NIT shall
ii. tTB 19.1
prevail.

Page 20 of 39
Project Name: Maharashtra State Road lmprovement Project (MSRIP - Phase lll) - EPC 50 to EPC 70

Sr. No. Clause no. Clause Modification Request Reply by


MPWD
t. Article 7 Performance Security Performance Security reduce to 3% or Nil NIT sha ll
prevail.
Article 7 (7.4) Release of Performance Security Shall Return within 15 days from DLP NIT sha ll
prevail
Taxes & Deduction Definition- taxes mean any lndian taxes including GST NIT sha ll
clarification required tender is excluding GST or prevail.
including GST
Article 3 (3.1) Obligations of the Authority- We understand the Authority is fulfilling all the NIT shall
obligations with its own cost and expense 2 prevail.
Article 3 (3.3) obligations of the Authority-Environmental Obligations of the Authority NIT shall
clearances prevail.
vllt Article 4 (4.1) Obligations of the Contractor- Please Explain the meaning of investigation in brief NIT shall
prevail.
ix. Clause 19.2 Mobilization Advance Provide lnterest- B€aring advance payment i.e. bank NIT sha ll
rcte 3% = 10% of contract value in two installation prevail.
divided by 5% each
x. Clause 19.3(iii) Procedure for the estimating the payment for the Bidder requesting Authority explain in brief regarding NIT shall
work c.o.s prevail.
xt. Clause 19.3 Stages of Payments- 7th day of each month NIT shall
prevail.
xii. Clause 19.9 Time of payment and interest Bidder requesting Authority to certified the payment NIT sha ll
within 10 days lnstead of 30 days accordinB to contracts prevail
xI t. Clause 19.9(ii) lnterest Against the delay in payment- According to then market % rate NIT sha ll
prevail
Clause 1.9.11 Restrictions on price adjustment Price escalation / ad.iustment to be made on NIT sha ll
considering the date of submitted bill without prevail
considering the TIME EXTENSION GRANI, if any
Article 6(x) Disclaimer Bidder requesting Authority to make the payment NIT shall
against the C.O.S govern by the Authority, if any in preva il
future
Article 8(8.2, 1) Right of way-procur€ment of the site We understand that Authority Representative shall NIT shall
provide the handover Memorandum by clearing all the prevail

Page 21 of 39
Proiect Name: Maharashtra State Road lmprovement project (MSRlp - phase l ) - EpC 50 to EpC 70

Sr, No. CIause no. Cla use Modification Request Reply by


MPWD
required detailed for carrying out the project, and shall
be done within the 10days after agreement
xvlt. Time of Completion Not Mentioned Please refer
Addendum sr.
no. l and 2.
xvlt. Electric provision ls it inclusion in this contract price or not NIT sha ll
prevail.
xix. Cla use -2.4.1 Contracts of Similar Size and Nature Bidder requesting for the following NIT sha ll
prevail
criteria l)at least one contract that has been
successfully or substantially completed within the last
FIVE (5) years and that is similar to the proposed OR
CONSOTIDATED works, having cost of project/ receipts
from the project more than INR 753.77 Ct. 180% of
118% of the EPC Cost of the projectl; The similarity of
the Bidder's participation shall be based on the physical
size, nature of works, complexity, methods, technology
or other characteristics for highways, expressways,
bridges, tunnels, runways, Railways (construction/re-
construction of railway tracks, yards for keeping
containers etc.), any other linear infrastructure
including bridges etc.)

ii)at least two contracts those have been successfully or


substantially completed within the last FIVE (5) years
and that is similar to the proposed OR CONSOLIDATED
works, having cost of project/ receipts from the project
more than INR 96.11 Cr. l5O% ol 118% of the EPC Cost
of the projectl each and having design; The similarity of
bidder's participation shall be based on physical size,
nature of works, complexity, methods, technology or
other characteristics for highways, expressw

Page 22 of 39
Project Name: Maharashtra State Road lmprovement project (MSRlp - phase lll)- EpC 50 to EpC 70

Sr. No- Clause no. Clause Modification Request Reply by


MPWD
bridges, tunnels, runways, Railways (construction /
reconstruction of railway tracks, yards for keeping
containers, etc.), Metro Rails and Ports
(construction/re-construction of Jetties, any other
linear inf rastructure including bridges etc.)
10 M s T. G. Todarmal & Co.
I Article 3 (iv) Page 28 ln place of "the Parties agree that the Damages for delay NIT sha ll
in approval of GAD by the railway authorities" it should prevail.
be "the Parties agree that the Damages for delay in
approval of GAD by the Authority
ii Clauses 3.1 (v) instead "under Clauses 3.1 (iv)8.3 and 9.5 shall not NIT sha ll
exceed 1% (one percent) of th€ Contract Price." "Under prevail.
Clauses 3.1 (v)8.3 and 9.5 shall not exceed 10% (one
percent) of the Contract Price."
iii. Clause 3.4 instead of 1% it should be 10% NIT sha ll
preva il
Clause 8.3.5 in place of "of the fair value of the work done" it should NIT sha ll
be " of the fair value of the work not done" prevail.
tTB 4.1 Joint venture not allowed. lt is misprint. Please allow NIT shall
Joint ventures. prevail

Annexure B-IV It has been mentioned under Annexure B-lV (Schedule- NIT shall
(Schedule-8) B) Design Criteria for Bridges and ROBS that GAD to be preva il.
submitted to the SEDC. As this is EPC contract, Authority
engineer has to approve the GAD. Please clarify At many
places for checking the drawings, resolving disputes
"SEDC" word has been referred.
vii. There is no forest clearance required however in NIT shall
responsibility matrix it is mentioned that Tree felling prevail
permission shall be obtained from forest department/
District Magistrate/ D.C. Please clarify.

Page 23 of 39
Project Name; Maharashtra state Road lmprovement proiect (MsRlp - phase lll)- Epc 50 to Epc 70

Sr. No. Clause no. Clause Modification Request Reply by


MPWD
viai Schedule-H Under sCH H it is mentioned that Unit of measurement NIT sha ll
is linear length. Payment of each stage shall be made on prevail.
pro rata basis on completion of a stage in full length or
5(five) km. length, whichever is less. To maintain cash
flow, Please provide payment on prorate basis without
restri ction of completion of stage or any specific length.
tx. Also for BC, Unit.of measurement is linear length. NIT shall
Payment of each stage shall be made on pro rata basis prevail.
on completion of a stage in a length of not less than 10
(ten) percent of the total length. To maintain cash floW
please provide payment on prorate basis without
restriclion of any specific length completion.
x. Also in case of culverts, Cost of each culvert shall be NIT shall
determined on pro rata basis with respect to the prevail.
number of culverts. Payment shall be made on the
completion of at least five culverts. Please provide
payment on completion of minimum 2 culverts because
work will be in parficular length and contractor will have
to wait for ment until 5 culverts are com leted.
xt Under schedules on page 157 it has mentioned that the NIT sha ll
cost ofsuch test shall be borne equally by the prevail.
contractor and the Authority if the t€st results are
satisfactory. We say that cost of these tests shall be paid
to the contractor if testis satisfacto
x ii. Clause 21.2 On page 158...For any one or more reasons mentoned NIT sha ll
in clause 21.2 the cost of the same shall be preva il
reimbursable to the contractor at the rate tendered by
him,
a. lt should be 22(iii)
b. Where rate is to be quoted by contractor?
xiii We request to provide exact location of Bench mark NIT sha ll
referred for P&P and also R.L of the said B.M. prevail.

Page 24 of 39
Project Name: Maharashtra State Road lmprovement Pro.iect (MSRIP - Phase lll)- EPC 50 to EPC 70

5r, No. Clause no. Clause Modification Request Reply by


MPWD
As this is EPC contract, if contractor proposes his crust NIT sha ll
design for road crust, satisfying the design parameters preva il.
of RFB minimum thickness criteria shall not bind on
him. This controversial to the basic principles of EPC
contract.
11 Unity Euilders and Road Constructions hn. Ltd.
t. 2.4.1 Contracts of similar size and nature: At least one Provision in Government Circular No. Misc. 2019/Q. NIT sha ll
contact that has been successfully or substantially No.47lBuilding-2 Mantralaya, Mumbai 400032. Dtd- preva il.
Completed within the last FIVE (5) years and that is 25.11.2019 Page no. 3
similar to the proposed works. having cost of project
/ receipts from the project more than INR 295.07 Cr. The minimum cost ofwork completed by the contractor
I8O% ol Llg% of the EPC Cost of the projectl and within the last 5 years shall be three similar works
having design and construction experiences of whose cost shall not be less than 40% of the estimated
minimum 2lane rigid pavement road length of pro.iect cost.
47.96 KM : The similarity of the Bidder's participation OR
shall be based on the physical size, nature of works, The minimum cost ofwork completed by the contractor
complexity, methods .technology or other within the last 5 years shall be two similar works whose
characteristics for highways. expressways. Bridges cost shall not be less than 50% of the estimated proiect
tunnels. runways. Railways (construction/re- cost.
construction of railway tracks. yards for keeping OR
Containers etc) Metro Rails and Ports The minimum cost of work completed by the contractor
(construction/re construction of Jetties, any other within the last 5 years shall be one similar work whose
linear infrastructure bridges etc.) cost shall not be less than 80% of the estimated proiect
OR cost.
b. at least two contracts those have been
successfully or substantially completed within the Notes:
last FIVE (5) years and that is similar to the proposed
works, having cost of project receipts from the i. There are no conditions for design/construction
project more than INR 184.42 Cr. [150% of l]8% ol experience of rigid and/or flexible payments in these
the EPC and therefore should not be imposed in the RFP rigid
Cost of the projectl each and having design and pavement length criteria

Page 25 of 39
Proiect Name: Maharashtra State Road lmprovement Prorect (MSRIP - Phase lll) - EpC 50 to EpC 70

Sr. No. iEt Clause Modification Request Reply by


MPWD
construction experiences of minimum 2 lane rigid ii. Evaluation and Qualification Criteria (EQC) of Bidders
pavement road length of 29.98 KM each; The As per published RFP by NHAI MORTH for all projects
similarity of bidder's participation shall be based on provides that the bidder should have similar contracts
physical size, nature of works. complexity. of at least one similar of merely 20% of lhe estimated
technology methods. other or characteristics for cost of the Project Therefore, the conditions imposed
highways. expressways, bridges, tunnels. runways. by the RPF have been made stricter arbitrarily - not in
Railways (construction/reconstruction of railway line with other highway projects.
tracks. yards for keeping containers, etc.). Metro
Rails and Ports (construction/re-construction of
Jetties, any other linear infrastructure bridges etc.)
[. 2.4.2 Construction Experience in Key Activities I RFP Page Provision in Government Circular No. Misc. 2019/Q. NIT shall
Nos. 81 to 83 | No.4zBuilding-2 Mantralaya, Mumbai 400032. otd- prevail.
25.11.2019 Page no.3 point no.l
6. Bidder must demonstrate an experience of
construction of bridge with single span of 12 m€ters C) The minimum quantity of the important items and
(100% length of highest span of bridge proposed in the quantity executed in any one year in last 5 years I
project) shall be 30 % of the quantity of the important items of
the work under construction

Note Such conditions have not been previously


stipulated in RFPS issued by NHAI MORTH for bridges
less than or equal to 60 meters.
iii. 2.3.2 Average Annual Construction Turnover RFP Page Government Resolution No. CAT/2017 / P K Og/Blde-O2 Please refer
No. 771: Addendum sr.
Mantralaya, Mumbai - 400031 dated 27.09.2018 no. _.
Minimum average annual construction turnover of
INR 368.83 crores (118% of the EPC Cost of the
project) Calculated as total certified payments
received for contracts in progress or completed, 2.9: Provision for Post Qualification Criteria may be
within the last FIVE (5)years incorporated in the bid document for all works costing
more than l crore:

Page 26 of 39
Project Name: Maharashtra State Road lmprovement Project (MSRIP - Phase lll) - EPC 50 to EPC 70

Sr. No. Clause no. Clause Modification Request Reply by


MPlil/D
(A) Minimum turnover of the bidder in the last 5 years

shall be a minimum of 75% of the cost per annum for


the work under consideration

Note: Evaluation and Qualification Criteria (EQC) of


Bidders As per published RFP by NHAI MORTH for RFP-
for all projects provides that the bidder should have
similar contracts of at least one similar of merely 15% of
the EPC of the Project for the last Financial vents
Therefore. the conditions imposed by the RPF have
been made stricter arbitrarily line with other highway
projects
2.4.5 Requirements related to Machinery | RFP Page No. Plant & Equipment: NIT s hail
86 to 871 prevail.
Submission of Proforma invoices in tender documents
l. The machinery should be owned by the bidder/ should be considered A fitness certificate from the
either member venture. of the joint Assistant Chief Engineer (Mechanical) should not be
made compulsory for machinery for which Proforma
2 Supporting document viz, tax invoice etc should be invoices are attached.
provided sequentially for each equipment and the
page number for the same shall be mentioned. lf the
bidder is 1.1. then successor bidder shall be
submit Tax invoice against Proforma invoice within
stipulated period.
72 Dristti Structural Engineering Pvt Ltd.
L Qualification We find that the criterion for qualification has been NIT shall
Criteria som€what harsh. For example we €ite the qualifying prevail
criteria for the work of lmprovement of Chatrapur
Khumari thandarbodi salaiaasoli aaroli pardi nimkheda
bhendala dhamnagaon mouda road MDR-20 Km
341500 to 621200 lgart Mauda to Aroli) Taluka Kamathi

PaBe 21 ot 39
Proiect Name: Maharashtra State Road lmprovement Project (MSRIP - Phase lll) - EPC 50 to EPC 70

Sr. No. Clause no. Clause Modification Request Reply by


MPWD
District Nagpur. For the sake of ease in reference we
have prepared a comparative statement which is
enclosed herewith. We would like to mention that as for
the qualifying criteria for MoRTH works we have
referred to the Standard Bidding Document (RFP
document) of MoRTH which is applicable for Highway
and Bridges works to be executed either through
MoRTH or through the National Highway Authority of
lndia (NHAI). These RFP document si to be referred for
al the National Highways and centrally sponsored road
works proposed to be implemented on EPC mode of
contract. Copies of the MoRTH Circulars dated
28.12.2018 and 31.05.2022 are enclosed herewith.
L3 Patel Engineering Ltd. (for EPC 52)
I 2.4.7 Participation as a contractot Joint Venture partner, at We understand that the criteria mentioned for similar As per NIT
least one contract that has been successfully or work is for rigid pavement works with Project cost
substantially completed within the last FIVE (5) years Rs.152.22 or and 2 lane road length of 27.12 km, but the
and that is similar to the proposed works, having €ost same clause mention€d tunnel work to be allowed in
of project/receipts from the proje€t mor€ than lN work criteria.
752.72 o.ao% of 7L8% of the EPC cost of the project ln case of tunnel work, under road tunnel of rigid
and having design and construction experiences of pavement the required lenBth under criteria 2.4.1 have
minimum 2 lane rigid pavement road length of 27.12 not been executed in india till date
KM, The similarity of the Bidder's participation shall Therefore we kindly request you to consider EPc road
be based on the physical sun, nature of works tunnel project with minimum 2 lane rigid pavement
complexity, method, technology or other under the above criteria.
characteristics for highways expressways, bridges,
tunnel, runway, Railways (construction/re
construction of railway tracks, yards for keeping
containers etc.) Metro Rail and ports (construction/re
ietties, any other linear infrastructure including
bridee etc.)
or

Page 28 of 39
Proiect Name: Maharashtra State Road lmprovement Project (MSRlp - phase lll) - EpC 50 to EpC 70

5r. No. Clause no. Clause Modification Request Reply by


MPWD
b.at and two contracts those have been completed
within the FV (1) years and that is similar to the
proposed works having cost of project/receipts from
the project more 9545 CF 150% of 11% of the Cost of
the project each and Saving design and constructa
experiences of murumun 2 lame ngid pavement road
length of 16.95 KM each. The simanty of bidders
participation thail be based on physical sor, nature of
works, comstreny methods, technology er sther
characteristics for highways, expresomapt
ridgestures suction/recongruction of Tallway tracks,
yards for keeping containers Metals and Forts
(construction/reconstruction of try Other near
infrastructure including bridge)
I. 2.4.7 Participation as a contractor, Joint Venture partner, in We understand that the criteria mentioned for similar As per NIT
a. at least one contract that has been successfully or work is for rigid pavement works with Projed cost
substantially completed within the last FIVE (5) years Rs.152.22 or and 2 lane road lengh of 27.12 km, but the
and that is similar to the proposed works, having cost same clause mentioned tunnel work to be allowed in
of project/receipts from the project more than INR work criteria.
152.72 Ct. L8O% of 71a% of the EPC Cost of the ln case of tunnel work, under road tunnel of rigid
project) and having design and construction pavement the required length under criteria 2.4.1 have
experiences of minimum 2 lane rigid corporation of not been executed in india till date
metro cities limit re. MCGM, pavement road length Therefore we kindly request you to consider EPC road
ol 27.72 KM: The similarity of the Bidder's tunnel project with minimum 2lane rigid pavement
participation shall be based on the physical size, under the above criteria.
nature of works, complexity, methods, technoloBy or
other characteristics for highways, expressways,
bridges, tunnels, runways, Railways (construction/re-
construction of railway tracks, yards for keeping
containers etc.), Metro Rails and Ports
(construction/re-construction of letties, any other
linear infrastructure includin b rid s etc

Page 29 of 39
Project Name: Maharashtra State Road lmprovement project (MSRlp - phase llll- EpC 50 to EpC 70

Sr. No. Clause no. Clause Modification Request Reply by


MPWD
b. at least two contracts those have been successfully
or substantially completed within the last FIVE (5)
years and that is similar to the proposed works,
having cost of project/receipts from the project more
than INR 95.45 Cr. l5O% of U8% of the EpC Cost of
the proiect) each and having design and construction
experiences of minimum 2 lane rigid pavement road
length of 16.95 KM each, The similarity of bidder's
participation shall be based on physical size, nature
of works, complexity, methods, technology or other
characteristics for highways, expressways, bridges,
tunnels, runways, Railways (construction I
reconstruction of railway tracks, yards for keeping
containers, etc.), Metro Rails and Ports
(construction/re-construction) of Jefies, any other
linear infrastructure including bridges etc)
t. 2.4.2 Bidder must demonstrate an experience in We request you to consider quantity of As per NIT
Subgrade/Embankment in roadway for quantity not Subgrade/Embankment from Roadway/Railway projest
less than 2,75, 380 cubic meter as mentioned in RFP document clause no 2.4.1 (a) and
2.4.L b
iv. 2.4.7 Note: For the purpose of this We request you to kindly revise multiplying factor as As per NIT
1 for the evaluation, the following weightage will be below
considered according to the lane widths of the Lane MultiplyingFactor
completed projects 2lane 1.00
[ane MultiplyingFactor 4lane 2.00
2lane 1.00 6 lane 3.00
4lane 1.50 width
6lane 2.00 More than 20m 4.00
General lf Similar work has been previously completed by Joint As per NIT
Venture and the same Joint Venture shall be submitting
the tenders with new JV ratio, kindly confirm theater

Page 30 of 39
Proiect Name: Maharashtra State Road lmprovement Proiect (MSRlp - phase lll)- EpC 50 to EpC 70

Sr. No. Clause no. Clause Modification Request Reply by


MPWD
Venture work done certificate considered or not under
the present tenders

a(indly confirm.
2.4.5 Fully Automate Miclo Processor based Kindly allow the lease/Hire agreement f concrete Batch As per NIT
Programmable Logical Control (PlC) with SCADA mix plant or allowed to mobilize RMC plant immediately
Enabled Concrete Batch Mix Plant (Pan Mixer) of of work, within a period as directed by Engineer in-
minimum capacity 120 CuM/Hr of any standard Charge
company/RMC Plant 1 No

O.C. approved by C.E. For Chief Engine€r ( n ) & Project Director (EAPI
Mumbai

Page 31 of 39
Project Name: Maharashtra state Road lmprovement Project (MsRlP - Phase llll - EPc 50 to EPC 70

ADDENDUM

Sr. No. Clause Clause as per RFP Modified Clause/ Read as


Reference
1 EPC 50 to The construction period for the proiect: 24 months
57,59,60,
62 to 66,
68 and 69
Section 2
tTB 1.1
2. EPC 58, The construction period for the project: 18 months
EPC 61,
EPC 67
and EPC
70
Section 2
tTB 1.1
3. EPC 50 to The deadline for submission of electronic bid and submission of Hard The deadline for submission of electronic bid and submission of Hard
EPC 70 copy of original documents is: copy of original documents is
Section 2 Date: 72/A/2024 Date: 24/04/2024
fis 22.r Time: On or before 17.00 Hrs. Time: On or before 17.00 Hrs
4. EPC 50 to The opening of Technical Bid shall take place at: The onrire opening of Technical Bid shall take place at
EPC 70 Superintending Engineer, Superintending Engineer,
Section 2 Public Works Circle, Raigad Public Works Circle, Raigad
ITB 25.1 City: Navi Mumbai - Maharashtra. City: Navi Mumbai - Maharashtra.
Pin Code: 400 614 Pin Code: 400 614
Country: lndia country: lndia

Time:The bid opening of the electronic bids shall take place at the Office Time: The bid opening of the electronic bids shall take place at the Office
of: Superintending Engineer, Public Works Circle, Raigad - M aharashtra, of: superintending Engineer, Public Works Circle, Raigad - Maharashtra,
Pin Code: 4OO 614, Country: lndia immediately after the deadline for Pin Code: 4OO 614, Country: lndia immediately after the deadline for
submission of online bids as indicated in schedule of key dates. The submission of online bids as indicated in schedule of key dates. The
opening of Physical envelope will take place at time and place to be opening of Physical envelope will take place at time and place to be
declared later declared later.

Page 32 of 39
Proiect Name: Maharashtra State Road lmprovem€nt Project (MSRIP - Phase lll) EPc 50
- to EPC 70

clause as per RFP Modified Clause/ Read as


Sr. No. Clause
Reference
Requirement
5 EPC 50 to Requirement
EPC 70
Participation as a contractor in Participation as a contractor in
Section 3
For demonstrating technical capacity and experience (the 'Technical For demonstrating technical capacity and experience (the 'Technical
2.4.3
Capacity"), the Bidder shall, over the past 5 (five) financial years capacity"), the Bidder shall, over the past 5 (five) financial years

preceding the Bid Due Date, have received payments for construction preceding the Bid Due Date, have received payments for construction of
'of Eligible Project(s)1, or has undertaken construction works by itself in iligible Project(s)1, or has undertaken construction works by itself in a
EPC/ PPP Wolect, such that the sum total thereof, is more than Rs
a PPP prolect, such that the sum total thereof, is more than Rs'
Cr
(the c( llfS% of Estimated Project cost of the projectl (the 'Threshold
lffS% of Estimated Project Cost of the proiectl 'Threshold
- -
Technical CapacitY"). Technical CapacitY").

Compliance Requirements compliance Requirements


Single Entity: Must meet requirement
Single Entity: Must meet requirement

Joint Venture Joint Venture


All Partners Combined: Must meet requirement All Partners Combined: Must meet requirement
Each Partner: Must meet 25% of the requirement
Each Partner: Must meet 25% ofthe requirement
One Partner: Must meet 50% of the uirement One Partner: Must meet 50% of the re irement

6. EPC 50 to 4.10 EnvironmentalMeasures 4.10 EnvironmentalMeasures


The Contractor shall comply with all applicabte national, provincial, and
The Contractor shall compty with all applicable national, provincial, and
EPC 70
local environmental laws and regulations. local environmental laws and regulations.
Section 7
clause
The Contractor shall also comply with all reasonable requests of the The Contractor shall also comply with all reasonable requests of the
4.10
national and local authorities responsible for enforcing environmental national and local authorities responsible for enforcing environmental
controls. controls.

Within 28 days ofthe Commencement Date the Contractor shall submit Within 28 days of the Commencement Date the Contractor shall submit
(SSEMP) for detailed Site specific Environmental Management Plan (SSEMP) for the
a detailed Site Specific Environmental Management Plan a
to comply with Engineer's no objection showing how he/she intends to comply with
the Engineer's no objection showing how he/she intends
environmental laws and regulations and other specific requirements environmental laws and regulations and other specific requirements
p res cri bed in the Contract, addressing all the monitoring and mitigation
I
p resc bed n t h e Co nt a ct a d d re5 5 ng a t h e mo n to n a n d m itigati o
n

ron m e n ta m a ct As SESS m C nt E IA' a n d m e a u re 5 5 et fo rt ll n t h C t n ro n m e n ta m a ct Asse 55 m ent t and


m e a5 U re 5 sct fo rt h n the E

Page 33 of 39
Project Name: Maharashtra state Road rmprovement project (MsRrp - phase [] - Epc 50 to Epc 70

Sr. No. Clause Clause as per RFP Modified Clause/ Read as


Reference
the Environmental Management Plan ("EMp") of the project attached the Environmental Management Plan ("EMp") of the project attached in
in Sectio,, 6- Employer's Requlrements. Work shall not commence on Appendlx B ol Schedule B of Section Z Work shall not commence on
the Site until the no objection of SSEMP has been obtained from the the Site until the no objection of SSEMp has been obtained from the
Engineer and is being implemented. Such acceptance by the Engineer Engineer and is being implemented. Such acceptance by the Engineer
shall not relive the Contractor of any of his obligations or responsibilities shall not relive the Contractor of any of his obligations or responsibilities
under the Contract- under the Contract. Arso, it is to be noted thdt, cost to be incuned
for
lmplementotion ol environmentol monogement plan ls included in the
The Contractor shall (a) establish an operational system for managing Civll cost,
environmental impacts, (b) comply with the approved SSEMP and any
corrective or preventative actions set out in safeguards monitoring The Contractor shall (a) establish an operational system for managing
reports that the Employer will prepare from time to time to monitor the environmental impacts, (b) comply with the approved SSEMp and any
implementation ofthe project EMp through the SSEMB (c) allocate the corrective or preventative actions set out in safeguards monitoring
budget required to ensure that such measures, requirements and reports that the Employer will prepare from time to time to monitor the
actions are carried out, (d) submit semi-annual reports on the implementation of the project EMp through the SSEMB (c) allocate the
compliance of such measures to the Employer. budget required to ensure that such measures, requirements and actions
are carried out, (d) submit semi-annual reports on the compliance of
Where unanticipated environmental risk or impacts become apparent such measures to the Employer.
during the Contract, the Contractor is required to update the SSEMp to
outline the potential impacts to site works and associated mitigafion Where unanticipated environmental risks or impacts become apparent
measures for the Engineert approval. during the Contract, the Contractor is required to update the SSEMP to
outline the potential impacts to site works and associated mitigation
measures for the E ineert a roval
7 EPC 50 to Minimum average annual construction turnover of INR crores Minimum average annual construction turnover of INR crores
EPC 70 t778% of the EPC Cost of th€ projectl Calculated as total certified If78% of the EpC Cost of the proj€ctl Calculated as total certified
Section 3 payments received for contracts in progress or completed, within the payments received for contracts in progress or completed, within the last
Clause last FIVE (5) yeors. THREE (3) yeors.
2.3.2
EPC 58, 10.3 Construction of the Project Highway 10.3 Construction of the project Highway
EPC 61, (i) The Contractor shall construct the project Highway as specified (i) The Contractor shall construct the project Highway as specified
EPC 67 in 5chedule- B and Schedule-C, and in conformity with the Specifications in Schedule- I and Schedule-C, and in conformity with the Specifications
and EPC and Standards set forth in Schedule-D. The Contractor shall be and Standards set forth in Schedule-D. The Contractor shall be
70 responsible for the correct osition i of all arts of the Works, and re5 onsible fo r the correct positioni of all parts of the Works, and shall

Page 34 of 39
Project Name: Maharashtra State Road lmprovement Project (MSRtp - phase lll) - EpC 50 to EpC 70

Sr. No. Clause Clause as per RFP Modified Clause/ Read as


Reference
Clause shall rectify any error in the positions, levels, dimensions or alignment rectify any error in the posations, levels, dimensions or alignment of the
10.3 (i) of the Works. fhe 73oth (seven hundred ond thirtieth) day from the Works. The St8th (five hundred ond fofty eighth) day from the
Appointed Date shall be the scheduled completion date (the "Scheduled Appointed Date shall be the scheduled completion date (the "scheduled
Completion Date") and the Contractor agrees and undertakes that the Completion Date") and the Contractor agrees and undertakes that the
construction shall be completed on or before the Scheduled Completion construction shall be completed on or before the Scheduled Completion
Date, including any extension thereot Date, including any extension thereof.
Section 4 (c) The total price of our Bid is INR (Amount in (c) The total price ofour Bid is indicated in the Financial Bid Section
Letter for words Rupees on the eTender Portal.
price bid ) and the
Point c same is indicated in the Financial Bid Section (BOQ - Excel) on the (Note: The revised format for the Letter ol Ptice Bid is ottoched
eTender Portal. herewith as Annexure l.)

O.C. approved by C.E. For Chief Engineer ) & Proiect Director (EAP)
Mumbai

Page 35 of 39
Project Name: Maharashtra State Road lmprovement Project (MSRIP - Phase lll) - EPC 50 to EPC 70

Annexure I
Letter of Price Bid

-Note-
7. Thebidder shall submit his offer for Bid price in BOQ @xcel) available on e-
tendering portal. '
2. The bidder must accomplish this Letter of Price Bid on its letterhead cleorly
showing the bidder's complete name and address and shall upload the signed copy of
this Letter o Price Bid alo with B on e-tenderi rtal.

Date

lnvitation for Bid No

To: l. . .insert complete name of the employer . . .)

ChiefEngineer and Proiect Director [EAP)


Public Works Department,
Bandhkam Bhavan, Mumbai,
Maharashtra- 400 001 India

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents,


including Addenda issued in accordance with Instructions to Bidders (ITBJ B.
We accordingly offer to design, execute, and complete the Works and remedy
any defects therein so that they are fit for the purposes defined in the Contract,
and in conformity with the terms and conditions contained in the Contract.

(b) We offer execute in conformity with the Bidding Documents and the
to
Technical Bid submitted for the following Works. [insert narrative]

(c) The total price ofour Bid is indicated in the Financial Bid Section on the
eTender Portal.

(d) Deleted

(e) Our Bid shall be valid for a period of [insert bid validity period as specified in
ITB 18.1 of the BDSI days starts from the date fixed for the bid submission
deadline in accordance with ITB 22.1, and it shall remain binding upon us and
may be accepted at any time before the expiration ofthat period.

Page 36 of 39
Project Name: Maharashtra State Road lmprovement Project (MSRIP - Phase lll) - EPC 50 to EPC 70

(fl If our Bid is accepted, we commit to obtain a performance security in


accordance with the Bidding Documents.

(g) We understand that this bid, together with your written acceptance thereof
included in your notification of award through the issuance of Letter of
Acceptance, shall constitute a binding contract between us, until a formal
contract is prepared and executed.

(h) We understand that you are not bound to accept the lowest evaluated bid or any
other bid that you may receive.

(i) At any time following submission of our Bid, we shall permit, and shall cause
our Joint Venture partners, directors, key officers, key personnel, associates,
parent company, affiliates or subsidiaries, including any Subcontractors,
consultants, subconsultants, manufacturers, service providers or Suppliers for
any part of the contract to permit Authority or its representative to inspect our
site, assets, accounts and records and other documents relating to the bid
submission and to have them audited by auditors appointed by ADB. We
understand that failure of this obligation may constitute obstructive practice
that may result in debarment and/or contract termination,

fi) Regardless of whether the contract will be awarded to us, we shall preserve all
accounts, records and other documents related to bid submission for at least 3
years from the date of submission of the bid or the period prescribed in
applicable law, whichever is longer,

(k) Ifwe are awarded the contract, we shall preserve all accounts, records and other
documents related to the procurement and execution of the contract for at least
5 years after completing the works contemplated in the relevant contracts or
the period prescribed in applicable law, whichever is longer.

(l) We confirm and stand by our commitments and other declarations made in
connection with the submission of our Letter of Technical Bid.

(m) We certiff on behalfofthe Bidder, that the information provided in the bid has
been fully reviewed, given in good faith, and to the best of our knowledge is true
and complete. We understand that it is our obligation to inform the Employer
of any changes to the information as and when it becomes known to us. We
understand that any misrepresentation that knowingly or recklessly misleads,
or attempts to mislead may lead to the automatic rejection of the Bid or
cancellation ofthe contract, if awarded; and may result in remedial actions, in
accordance with Bid Documents.

Page 37 of 39
Proiect Name: Maharashtra State Road lmprovement Project
(MSRIP - Phase lll)' EPC 50 to EPC 70

Duly authorized to sign the Bid for and on behalf of


D ate

Page 38 of 39
Project Name: Maharashtra State Road lmprovement Project (MSRlp - phase ) - EpC SO to EpC 70

Signature Not Verified


Page 39 of 39
Digitally signed by RUPALI ASHWIN PATIL
Date: 2024.03.28 11:56:08 IST
Location: Maharashtra-MH

You might also like