Contract CE-20. Reply to Pre-bid Queries. Tender Reference. S. No. Item Query DMRC Reply. Page 1 of 11

Similar documents
REPLY FOR COMMERCIAL QUERIES RAISED BY BIDDERS

supply, Installation, testing & commissioning of panel gas flooding system with NOVEC 1230 at Mandi House/L-3 & GTBN Underground station of DMRC

TENDER DOCUMENT PART A

PRASAR BHARATI (Broadcasting Corporation of India) DOORDARSHAN KENDRA : THIRUVANANTHAPURAM 43. :: :: No. 11(1) /DKT/STORES/ Dated, 21/08/2012

`AMENDMENT No. 4 TO TENDER DOCUMENTS. Tender No.: RITES/CO/B&A/EE/DTEH-Rohtak Air Cooled Chiller System of HVAC work

Fixing of PVC Net, Self Fusing High Voltage Insulation Tape & Catenary Sleeve (MVLC) on Main line in Delhi. Metro Rail Corporation Ltd.

NOTICE INVITING QUOTATION

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

UNDP Operations Service Center, Erbil Iraq

TECHNICAL SPECIFICATIONS & SPECIAL CONDITIONS OF CONTRACT FOR ELECTRICAL WORKS CHAPTER 1 SPECIAL CONDITIONS OF CONTRACT

SPECIFICATIONS FOR TENDER # Repair/Modification to Two (2) Trane Cooling Towers Model BAC VLT550A S/N /5C A

Repair/Replacement of Stainless Steel Earth Strips of LAs. Rail Corridor on Main Line in Delhi. Metro Rail Corporation Ltd.

TENDER DOCUMENT FOR REPLACEMENT OF THE EXISTING PASSENGER LIFT WITH 10 PERSONS CAPACITY AT HOLKAR STADIUM, INDORE.

Indian Institute of Tropical Meteorology

PILING WORKS FOR PROPOSED NEW BUILDING OF IIT MADRAS RESEARCH PARK AT KANAGAM ROAD, TARAMANI, CHENNAI

BANK OF BARODA BOB TOWERS, ZONAL OFFICE GUJARAT OPERATIONS OPP LAW GARDEN, ELLISBRIDGE AHMEDABAD

Provision of Anti Bird Nesting PVC Net in Depot and Main Line in Delhi Metro Rail Corporation Limited

REQUEST FOR QUOTATION (RFQ) Person responsible for any additional information and receipt of proposals:

Minutes of the Pre-Bid meeting for Dharavi Redevelopment project Sector-V, held on 11/07/2012 under Chairmanship

Addendum No.1 (SUMMARY SHEET) Modifications to Tender Documents S.No. Document In Place of Please read as Remarks

INVITATION TO BID Notification No.KHB/CE/NGV/Multipurpose Hall/158/ Dt: 26/08/2006

VOLUME-III PRICE SCHEDULE, REV-01

VISAKHAPATNAM PORT TRUST MATERILAS MANAGEMENT DEPARTMENT TENDER FORM

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018

TENDER FOR SUPPLY AND INSTALLATION OF CCTV CAMERAS IN LIFTS AT PERMANENT CAMPUS OF THE INSTITUTE AT OKHLA, PHASE-III NEW DELHI

INVITATION TO TENDERS AND INSTRUCTIONS TO TENDERERS

GENERAL TERMS & CONDITIONS (GT&C) FOR ITEMS & SERVICES (EXCLUDING CIVIL WORKS)

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

VISAKHAPATNAM PORT TRUST MATERILAS MANAGEMENT DEPARTMENT TENDER FORM

BHOPAL MEMORIAL HOSPITAL & RESEARCH CENTRE UNDER DEPARTMENT OF HEALTH RESEARCH, MINISTRY OF HEALTH & FAMILY WELFARE GOVERNMENT OF INDIA

CT1507B035 TENDER FOR THE REPLACEMENT OF CHILLER SYSTEM AT SATS AFT 6, 20 AIRLINE ROAD, SINGAPORE PART VII SCHEDULES SCHEDULE 1

COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH. NEW DELHI. NOTICE INVITING TENDER

DELHI METRO RAIL CORPORATION LIMITED KOCHI METRO RAIL PROJECT

BHEL web site and Government web site 4 Due date and time for by Hrs

Original Technical Specifications. Section-IV (Schedule of requirement), Clause 4.3 Responsibility of the bidder

STATE BANK OF INDIA SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. (A wholly owned subsidiary of SBI) CIRCLE OFFICE, LUCKNOW

STATE BANK INSTITUTE OF RURAL DEVELOPMENT LIMGAMPALLY, HYDERABAD

Name of Project: Proposed construction of Administrative Building at Basava Kalyana in Bidar District.

Request for Proposal

WEBEL BHAVAN TENDER DOCUMENTS

Indraprastha Institute of Information Technology Delhi (IIIT-Delhi) Okhla, Phase-III, Near Govindpuri Metro Station, New Delhi , India

Quotation Notice for installation of 20 Street Lights in Kaloor JLN Stadium premises

Expression of Interest (EOI)

Disable friendly Washrooms at hostel blocks (A & E)

Pre-Bid Clarification

REQUEST FOR QUOTATION (RFQ) Person responsible for any additional information and receipt of proposals:

No.KHB/CE/100HP./Qutrs./Mahan.nagar/Bgm/118/05-06

Tender Document for Supply and Installation of Overhead Scanner and Color Printer Cum Scanner. Contents. Terms and Conditions Hardware Specifications

Invitation for Bid (IFB)

Time of Completion : Three (03) months including the mobilization period.

IMPORTANT INSTRUCTIONS FOR THOSE VENDORS WHO ARE APPLYING IN RESPECT OF LIMITED + WEB TENDER ENQUIRY AFTER DOWNLOADING FROM NPL WEBSITE.

Talwandi Sabo Power Limited Tender document for Design & Engineering, Supply and Erection of Slurry pumping system from Plant to Ash Dyke

Balmer Lawrie & Co. Ltd. Refinery & Oil Field Services

NIT LIMITED NO. NC CH LTN-98 RECIRCULTING CHILLER

Design Criteria for High Efficiency Centrifugal Chillers in District Cooling Plants

TECHNICAL SPECIFICATION FOR ELECTRICAL ASSET S CONDITION MONITORING EQUIPMENTS

COUNCIL OF SCIENTIFIC AND INDUSTRIAL RESEARCH NEW DELHI TENDER NOTICE (N I T)

1. Revision to page 170

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

SHORT TENDER CALL NOTICE NO 06 /

Thanks to you for being a part of Animal Husbandry, and contributing in agriculture production of country.

SCOPE OF WORK FOR ELECTRICAL WORK

South Bengal State Transport Corporation (A Government of West Bengal Undertaking )

institutions and Public Sector Undertakings for similar works.

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Air Purifiers. Tender No. : Purchase: (AP) Date: 04/02/2016 PART A

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE PREET VIHAR, DELHI

Invitation of Tenders and Instructions to Bidders (Must Read Carefully) with Tender Reference Number (Financial Proposal)

TENDER NOTICE. The last date for submitting the bids is upto 2.30 pm on or before at CBSE HQ Preet Vihar, Delhi. JOINT SECRETARY (A&L)

St. Clair County Road Commission. For Turn Key Replacement of the Existing Chilled Water System Page 1 of 6

PRE-BID QUERRIES REPLY, PAHARI SEWERAGE NETWORK ZONE V

F-84/MAINT./W.S./

BANK OF BARODA BOB TOWERS ZONAL OFFICE, GUJARAT OPERATIONS OPP LAW GARDEN, ELLISBRIDGE AHMEDABAD

No. NIQ03/2018/IND15589/ Dated:

MINUTES OF PRE-BID MEETING INVITATION TO BID ITB 368/17 RECONSTRUCTION AND REHABILITATION OF THREE BRIDGES IN ANBAR GOVERNORATE, IRAQ

TCN Ref: PSER:SCT:FKK-M717:TCN-01 Date:

Application Center Equipment Guide. Product Type Category Name Product. Heating & Cooling Equipment Unitary Packaged Heating & Cooling Air Conditioner

EXPRESSION OF INTEREST ( EoI ) APPLICATION FORM

OFFICE OF THE ASSAM HIGHER SECONDARY EDUCATION COUNCIL BAMUNIMAIDAM, GUWAHATI-21. Notice Inviting Quotation for Annual Maintenance Contract of IT

Bangalore Airport. No: AAI/BG/LEGAL/DATA PROCESSING/2017 Date: NOTICE INVITING QUOTAION

DELHI METRO RAIL CORPORATION LIMITED

Ref: CO/IT/BPR/eSign-GW Dated: NOTICE INVITING QUOTATIONS/RATES

REQUEST FOR QUOTATION (RFQ) Person responsible for any additional information and receipt of proposals:

Capital Projects Group Mechanical Work Commissioning Specification

MINUTES OF PRE-BID CONFERENCE. INVITATION TO BID INTERIOR FITTING-OUT WORKS FOR NEW UNDP CAMBODIA COUNTRY OFFICE Process No:

Global experience in the name of the bidder shall also be considered for calculation of bidder experience.

State Bank of India Premises & Estate Department Local Head Office S.S.Kovil Road, Thampanoor, Thiruvananthapuram Phone

Bank of Baroda Baroda Corporate Centre, B.K.C., Bandra (East),Mumbai Web site: //

TECHNICAL BID T 3506

NIT LIMITED NO. NC R&D-NIS AIR CONDITIONER

TENDER FOR " Work for 24 x 7 Water Supply System under Smart City Mission in ABD area of VMC including

NUCLEAR POWER CORPORATION OF INDIA LTD TECHNICAL SPECIFICATION ON SUBMERSIBLE PUMPS PAGE NO: 1 OF 4 REV NO : 0 DATA SHEET A

DESIGN, MANUFACTURE, SUPPLY, TESTING, COMMISSIONING AND TRAINING OF 36 Nos. OF STANDARD GAUGE CARS FOR AIRPORT METRO EXPRESS PROJECT TENDER RS14

Replacement of old Split ACs with VRV AC system at SHD, SLAP, KG & TZI

NEW YORK, N.Y. I0004 DIVISION OF MATERIEL. NOTICE =OF- ADDENDUM ADDENDUM #1

CIVIL DEPARTMENT. Name of the Work-RW: - GI Chainlink fencing. Name of the Bidder: - Address: - Phone No.: - Mobile: - -

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

Name of work: - Supply and Installation of Electrical fittings at CSIR Scientist Apartments, Maharani Bagh, New Delhi C O N T E N T S

Surat Municipal Institute of Medical Education and Research

testing & commissioning of 400 TR screw chiller (Trane Make) & its integration with the existing central AC plant IWD IIT Kanpur

Quality Assurance Manual

Transcription:

Contract CE-20 Design, Detail Engineering, Supply, Installation, Testing and Commissioning of Retro-fitment of Air Conditioning System at Rajiv Chowk Underground Metro Station and Building of Shastri Park Depot. Reply to Pre-bid Queries S. No Tender Reference 1 General - 2 General - 3 (a) General - 3(b) General - 4 GCC Page 24 of 66 5 GCC Page 17 of 66 Item Query DMRC Reply We request you to please remove the civil works from our scope. We request you to please accept 15% interest free advance payment. We request you to provide us the electricity and water at one point at site on chargeable basis. Please note that the electricity and water for testing & commissioning shall be in DMRC Scope We request you to provide us the electricity and water at one point at site free of cost for installation.. Please also note that the electricity and water for testing & commissioing shall be in DMRC Scope Clause 1.21, Space for site office/store shall be provided by DMRC. Clause 4.4, We request you to delete this clause itself as you will not give us compensation in case our works is delayed or affected due to other contractor s work. If compensation is not given to us, we also shall not be liable to pay any compensation to other designated contractors in case our work is delayed due to reasons attributable to other contractors. Page 1 of 11 Electricity and water shall be provided free of cost by DMRC for the execution of work. In order to have accountability of energy consumed the contractor shall install meter and circuit breaker for the services used. DMRC shall provide space for office and space for storage of materials near Shastri Park Depot. Contractor shall build office and build store to meet project requirements. Please follow tender conditions

6 GCC Page 32 of 66 7 BOQ General Sno d 8 (a) Chiller - Clause 6.4, We request you to delete this requirement. We shall quote as per the Pump head given in BOQ. If there is any increase in motor rating or pumps model on account of increase in pump head, the same shall be payable extra. 1. Request you to please accept +- 3% variation in capacity at tender design conditions, as exact 600 TR is not available. The chiller operates at Off Design condition for 99% of time and will deliver 600 TR. 2. COP shall be as per ASHRAE latest guidelines, ASHRAE 2013 applicable from 1st January 2015 onwards i.e IKW/TR < 0.585 at AHRI conditions. 3. Request you to please accept 3 pass evaporator. We confirm that water velocity will be less than 3m/s with 3 pass. 4. Please confirm the sound levels required at 75%, 50% and 25% should be less than 100% load. ASHRAE guidelines AHRI 370-575 measures sound levels at 100%, 75%, 50% and 25% load. 5. Please confirm if chiller required shall be surge free. 6. Please confirm if additional ducted and air-conditioned room will be provided in case of floor standing VFD. Please follow tender conditions Please follow tender conditions 1. Minimum 600TR at tender design condition is required 2. COP - Please follow tender conditions 3. Please follow tender conditions 4. Max sound shall be 90dBA at 1 m from the chiller measured as per ASHRAE guidelines 5. Please follow tender conditions 6. No additional room shall be provided by DMRC. 7. Minimum condenser water to be based on manufacturer s recommendation, contractor to ensure the same during design also considering weather data of Delhi. Page 2 of 11

8 (b) Chiller - 9 BoQ Item No-3 AHU 10 Scope of Work Expansion Tank 11 BOQ Item No- 12 CPM 12 Scope of Work Colling Tower Area 7. Please confirm the minimum condenser water temperature available for chiller operation. Deviation by York - We request you to please accept +- 5% variation in capacity at tender design conditions, as exact 600 TR is not available. The chiller operates at Off Design condition for 99% of time and will deliver 600 TR. This was accepted in previous DMRC projects also. BOQ asked for UVC Emitter but in Specification Ref: DMRC/CE- 20/Vol.3/Technical Specifications Page 24 of 242, Clause A01.3.15, It is mentioned that UVC Emitter Not Used. So please clarify whether UVC Emitter required or not. If required please give us specifications of UVC Emitter. Ref: DMRC/CE-20/Vol.3/Scope of Work (Part-I) Page 3 of 5, Serial No.3-9), Reinstallation of existing expansion tank asked but the such work for expansion tanks are not mentioned in BOQ, Pls clarify. Please provide us the IO Summary for Chiller Plant Manager. Ref: DMRC/CE-20/Vol.3/Scope of Work (Part-I) Page 3 of 5, Serial No.3-3) CFD Simulation in Cooling Tower Area if required shall be paid extra as actual. Minimum 600TR at tender design condition is required Space for UVC emitter to be provided in the AHUs. UVC emitter is not required to be installed by the contractor. Please follow tender conditions Indicative I/O summary already provided in technical specifications. CFD simulation if needed to be done by contractor. Extra money shall not be paid as design is in contractor s scope. Page 3 of 11

13 Scope of Work - 14-15 - 16 17 18 Clause 20 of SCC Taking over certificate Taking Over Certificate Following is added in the last of Clause 9.1 of GCC If some part of work is not completed along with rest of the works in the contract and the Employer agreed for such splitting of work in writing, the Taking Over Certificate can be issued for that part of work which has been completed and accepted by the Employer. However such splitting of work for issue of taking Over Certificate is sole discretion of the Employer. Ref: DMRC/CE-20/Vol.3/Scope of Work (Part-I) Page 4 of 5, Serial No.3-22 & 23). All statutory approval from any authorities to be provided by DMRC. Request you to provide permission to visit site and access the work to be done. We request you to provide SLD and GA drawing of panel to be modified Escalation shall be provided if the tender gets delayed beyond the contractual completion period. Any changes in taxes and duties or levy of new taxes & duties shall be paid extra. We request you to consider the date of Taking over certificate from the date the system/equipment is bought in regular usage Will be provided after award of work. Prices shall remain fixed till taking over certificate for complete system is issued. SCC Clause 22(c) 19 Clause 21 of SCC sbclause 10.0 Maintenance during Defects Liability Period Contractor shall establish an office for the purpose with communication facility so as to facilitate communication for reporting failures and liaison with maintenance staff manning the stations round the clock. The supervisor in-charge should be provided with mobile communication facility to ensure his We understand that any consumables being used during period shall be provided free of charge to the contractor. Please clarify It is in the scope of contractor. Page 4 of 11

20 Clause 23 of SCC 11.1.3 Price variation Price Variation Prices quoted by the tenderer shall be fixed throughout the Tenderers performance of the contract and not subject to variation of any account. We understand that the price shall remain fix till completion of works i.e 12 months from date of LOA. Prices shall remain fixed till taking over certificate for complete system is issued. 21 Clause 24 of scc sub clause 11.2.1 Mobilatiosation advance Mobilisation Advance Mobilisation advance shall be paid in two equal instalments. The first instalment shall be paid when the Contract becomes effective and second i instalment shall be paid on production of effective and proper utilization of the first instalment. May we request mobilsation advance of 10 % against the 5% being paid in two installments 22 Clause 38 of SCC. Additional clause 23 Clause 40 of SCC Additional clause Operation and maintenance Retention Money Retention money equal to 10 percent of the amount due to the Contractor from each on account payment will be retained, so as to maintain a reserve in the hands of the Employer equal to 5 percent of the Contract Price. The Retention money shall be held by the Employer without obligation to invest them or account for interest thereon or to place them in a designated account. No interest of whatsoever nature and type will be payable by the Employer in respect of Retention monies. Retention money shall become due to the Contractor on the date of issue of the Taking Over Certificate of works in respective sections/corridors. The Contractor shall provide Expert team for Maintenance till the end of DLP and assistance in operation for initial 6 months from system put in use. The deployment of these Experts and team shall be continuous. These Experts and team shall work under the administrative control of the Employer. These Experts and team shall also ensure that the Client's maintenance staff acquire necessary skills and follow May we request to not withhold retention amount on submission of BG of equivalent amount Please let us know Complete requirement and no. of experts required Contractor to deploy manpower to meet all functional requirements of the system mutually agreed with DMRC after work completion. Page 5 of 11

24 Clause 41 of scc spares 25 44. Additional Clause Stage payment 26 Clause 4.13 of GCC correct procedures and practices in the maintenance, overhaul and repair of various components for the system as well as for the maintenance of the related software (if any) after the DLP. The qualification and experience of the Experts to be deployed by the Contractor shall be as prescribed in the Employer's Requirements. Prior approval of the Employer shall be necessary before the Experts are deployed for maintenance and operation. The Contractor shall replace promptly, Contractor s experts who are not considered suitable by the Engineer Spares The Contractor shall supply spare parts as per the Employers requirement. For all items where Supply, Erection, Testing and Commissioning, all are combined in one item and rates are not identified separately, the following percentages of the agreed rate for the item, shall be paid as stage payments: S. No BOQ Item No. Delivery of Material -75 % Payment after Erection - 15 % Payment after successful Testing & Commissioning & Handing Over - 10 % Programmes The Contractor shall submit a detailed programme to the Engineer after receipt of the Letter of Acceptance not later than 28 days from the date of receipt of Letter of Request you to please provide list of spares. Also we understand that consumables during DLP period shall not be in scope of supply by contractor May we request for following aymen terms For all items where Supply, Erection, Testing and Commissioning, all are combined in one item and rates are not identified separately, the following percentages of the agreed rate for the item, shall be paid as stage payments: S. No BOQ Item No. Delivery of Material - 85 % Payment after Erection- 10 % Payment after successful Testing & Commissioning & Handing Over - 5 % We understand that Rajiv Chowk station and Shashtri park building are both operational. Please confirm that access to site to work shall be made available to the contractor round the Page 6 of 11 List of minimum spares to be handed over to DMRC at the end of DLP is provided in Addendum-1. This however does not change the DLP requirements mentioned in Scope of Work. For the works performed in this project, the contractor shall ensure supply of all spares and consumables as per site requirements during DLP. Access to the contractor shall be made available as per the requirement. Clause 8.5 of GCC shall be followed.

27 Clause 4.21 of GCC Sheds stores yards Acceptance. The Contractor shall also submit a revised programme whenever the Engineer finds that the previous programme is inconsistent with actual progress or with the Contractor s obligations It shall be the responsibility of the Contractor to provide at his own expense therequired sheds, store houses, and yards for both Permanent and Temporary Worksand provide free access to the Engineer and the Engineer s Representative who willhave right of inspection including that of instructing the Contractor to remove aparticular material from the stores and not to use the same on the Works. clock. In case of only/mostly night access and limited working hours we request you to delete clause 8.5 of GCC We request you to please consider providing us with Space for temporary site office at Sites and space for Sheds, stores and yards at no cost to contractor DMRC shall provide space for office and space for storage of materials near Shastri Park Depot. Contractor shall build office and build store to meet project requirements. 28 Clause 6.8 Scope of work SPARE PARTS, SPECIAL TOOLS & TEST EQUIPMENT: GENERAL During the Defects Liability Period, the Contractor shall provide free of cost all materials including consumables, unit exchange spares and emergency spares required for maintenance (routine and breakdown) of the Electrical and Mechanical Systems (EMS). EMS also include Station Environmental Control and Building Management System provided under the Contract. Before the commission of revenue services the contractor shall supply the spares, jigs and fixtures materials not later than 6 weeks before the commissioning of revenue services. A list of such spares and materials required for maintenance during the Defects Liability Period and to be provided free of cost by the Contractor and if list is found insufficient then the same need to be augmented for preventive and corrective maintenance of all the equipments supplied under the contract without any extra cost. Please provide the list of spares and special tools which need to be provided free of cost at the end of DLP period Page 7 of 11 List of minimum spares to be handed over to DMRC at the end of DLP is provided in Addendum-1. This however does not change the DLP requirements mentioned in Scope of Work. For the works performed in this project, the contractor shall ensure supply of all spares and consumables as per site requirements during DLP.

29 Clause 6.8.1 scope of work 30 Clause 6.8.2 scope of work The Contractor shall bring free of cost six weeks before start of trial running special tools and test equipment which are essential for day to day use in both corrective and preventative maintenance and for workshop use in the overhaul of all modules and units likely to be required over the full service life of the installation. The Contractor shall submit a schedule of all tools and equipment with details of calibration and supplier along with the tender. if list is found insufficient then the same need to be augmented for preventive and corrective maintenance of all the equipments supplied under the contract. If these tools and equipments shall become the property of the Employer at the end of Defects Liability Period. The Contractor shall submit during the period of contract a schedule of spare parts required for EMS duly indicating, for each item of spares, its description, part number, drawing number, lead time, shelf life and number of units required for the ten years (beyond DLP) as well as for the expected life of EMS, principal as well as secondary sources of supply and also the unit price of each spare with escalation clause if list is found insufficient then the same need to be augmented for all the equipments supplied under the contract. This schedule shall include all types of consumable, unit exchange and emergency spares. Please provide the list of special tools and test equipment which need to be provided free of cost at the end of DLP period Please provide the list of spare list which need to be provided free of cost at the end of DLP period List of minimum spares to be handed over to DMRC at the end of DLP is provided in Addendum-1. This however does not change the DLP requirements mentioned in Scope of Work. For the works performed in this project, the contractor shall ensure supply of all spares and consumables as per site requirements during DLP. List of minimum spares to be handed over to DMRC at the end of DLP is provided in Addendum-1. This however does not change the DLP requirements mentioned in Scope of Work. For the works performed in this project, the contractor shall ensure supply of all spares and consumables as per site requirements during DLP. 31 item 9.2 and 9.3 of BOQ schedule S1 32 item 13 of BOQ schedule s1 Electrical Panel & Associated Electrical Works Please specify if these item need to be insulated We understand the panel is siemens make. Please list us the switchgear required Also 20 % spare space requirement Yes, insulation thickness is already mentioned in the BOQ. Switchgear to be provided as per BOQ and as per system requirements. Page 8 of 11

will not be catered to if exisiting panels are modified. Please confirm 33 item 13 of BOQ schedule s1 Electrical Panel & Associated Electrical Works Pease provide us the GA drawing and SLD for the panel and the system Will be provided after award of work. 34 item 3 of BOQ schedule s1 Air-handling Units (Double Skin) The scope of work is not clear on existing AHU. Please clarify if existing AHU will remain installed or they shall also be dismantled. No work is to be done in existing AHUs. Only PICVs to be installed in place of three way valves in the existing water circuit. 35 Expansion tank Please clarify if expansion tank shall be increased in capacity as it is not a BOQ item. 36 Request you to please accept ±5% variation in capacity at tender design conditions, as exact 600TR is not available. The chiller operates at Off Design condition for 99% of time and will deliver 600TR. 37 Please confirm the sound levels required at 75%, 50% and 25% should be less than 100% load. ASHRAE guidelines AHRI 370-575 measures sound levels at 100%, 75%, 50% and 25% load. 38 Please confirm if chiller required shall be surge free. 39 RAJIV CHOWK BOQ. ITEM NO -2 - WATER COOLED CENTRIFUGAL CHILLER SITC of 600 TR water cooled centrifugal chiller. We request you to allow the chiller capacity with +/- 5% variation to offer most competitive price for chillers. Otherwise its suiting to only one vendor, who may monopolize. Please clarify whether cabling between the VFD and the compressor motor is payable extra or it is bifurcated as part of the chilling machine. Design is in the scope of contractor. Contractor to select the capacity of expansion tank required. If required, new item will be paid separately. Minimum 600TR at tender design condition is required Max sound shall be 90dBA at 1 m from the chiller measured as per ASHRAE guidelines Minimum 600TR at tender design condition is required Page 9 of 11

40 RAJIV CHOWK BOQ. ITEM NO -3 and 4 - Pump. SITC of Vertical in-line pump - Primary variable pump and condenser water pump 1) The pump efficiency for primary variable pump ( 414 GPM @ 45M head) is only 45-50% as suggested by the pump manufacturer. However, for other pumps the minimum efficiency shall be minimum 75% as per ASHRAE. 1. Please follow tender conditions. 2) The pump shaft shall be long enough to facilitate the easy removal of mechanical seal. Stub shaft shall not be used as it requires complete motor to be lifted up ( with some chain pully block arrangement) along with impeller to change the mechanical seal. We shall be providing SS 416 shaft. 2. Will be evaluated during technical approval of material. 3) The pump coupling shall be rigid split type for easy maintenance. 3. Will be evaluated during technical approval of material. 4) For inline pumps, since foundation of pumps is not required, our price does not include the same. We request you to include two reputed manufacturer / supplier - Armstrong / Grundfoss in your tender. 4. Contractor to assess for the foundation as per the technical approval. The vendor will be approved as per the vendor approval procedure. 5) The Color code of pumps shall be as per manufacturer standard. 5. Acceptable 41 RAJIV CHOWK BOQ- ITEM NO 12.7 - WIRE CONTAINMENT SYSTEM SITC of Fire resistant type cable. Please clarify the type of fire cable required. Whether it is mica insulated or low smoke zero halogen type. Flame retardant LSZH. Page 10 of 11

42 GCC-SCC The price validity of tender shall be upto handing over or 15 months from the date of opening of the price bid whichever ends earlier. 43 RAJIV CHOWK As clarified by you, condenser water header shall not be modified. Hence our price does not include the same. 44 RAJIV CHOWK / SHASTRI PARK As clarified, we shall be getting permission from different deptt. / authorities and you shall be assisting us for the same. 45 SHASTRI PARK Units shall be installed, keeping in mind existing system / panels / controls etc. and their maintenance. Prices shall remain fixed till taking over certificate for complete system is issued. As per DMRC understanding it is not required to be changed. If header is required to be changed as per design requirements the same shall be paid as per actual measurements. DMRC shall assist, however it is the responsibility of the contractor to take necessary clearances/permissions from local and statutory authorities. Contractor to co-ordinate with DMRC during execution. Page 11 of 11