Sie sind auf Seite 1von 5

Date : 15 Aug 2016

Ref : SC-C01-TPO-TBN-000018
M/s
Attn : Tenderers

Main Works for Lusail Stadium


TDO-16-TTC-0018
Subject :Tender Bulletin No.18

Dear Sirs, With reference to above mentioned tender, please find hereafter response to queries raised by Tenderers
below.

Q1: Please advise if the Employer will attend the Factory tests mentioned in the specifications.
A1: The Contractor shall first submit an ITP to detail the Factory tests and any other inspections in a timely
manner, and place a notification to the Employer 14 days before the date of the test. The Employer within 7 days
before the test date will notify the Contractor with the name and the number of attendees (if any). The Contractor
shall be responsible for facilitating the Employer's representatives' visit and access to the factory. The Travel
and accommodation costs of the Employer's representative will be borne by the Employer.

Q2: It mentioned CFD Model, butthere is no CFD Model in RFP. Please kindly provide the CFD Model so we canprovide
more competitive tender proposal
A2: Tenderer to refer to Tender Bulletin 11 answer to part 7 of question 168.

Q3: It is assumed that District Cooling will be delivered by Lusail Citys District Cooling Provider and that the capacity
given by that provision will account for the peak load required during the Tournament. Does the District Cooling
Infrastructure Network allows for providing the required Cooling Capacity.
A3: It is anticipated that the District Cooling Provider under LREDC will have the capacity to provide the
required cooling at peak load during the Tournament. This is based on the assumption that the peak load at
tournament will not exceed 28,000TR. District Cooling reticulation network will be installed by the provider to the
ETS rooms. Contractor to provide access as required for installation of Infrastructure Works related to chilled
water reticulation networks and within building.

Q4: Reference to Part D2.4 "Specifications", the Specification document include many references to Tender Submittals
this included the submission of samples, method statements, reports ..etc.) please confirm that all of these submittal are

required as part of out Tender Proposal


A4: Tender Proposal submission requirements shall be limited ONLY to the requirements set in Parts C and F of
the RFP. Other requirements to be submitted post award.

Q5: Reference to RFP Part D.2.1 "Scope of Works", Sub-Clause 5.3.3.1, please advise if we have to show the changes
between the specification documents included in the Tender Package and the Specification documents that will be part
of our Revised Schematic Design (post award).
A5: The post award revised Schematic Design Specification, and any annexure thereto, should be an annotated
version (with track changes) to clearly show the changes made to the specification documents included in the
RFP. The native files, as applicable, will be issued to the awarded contractor.

Q6: Please confirm if we need to submit a forecast cash flow as part of our Tender Proposal
A6: Confirmed. The Tenderer's forecast cash flow shall be submitted as part of the Commercial Proposal.

Q7: Please confirm that the cost of the utilities connection FEE will be borne by SC
A7: The Contractor shall obtain the connection fee estimates from the relevant authorities and submit it to the
Employer . The Employer will pay the connection fees directly to the relevant authority.

Q8: Regarding Utility connections for the stadium and the collaboration with stakeholders refered to in D2.5 Technical
Design Brief, Section 2.5.10 Infrastructure, and Addendum 2, will the Employer perform the coordination function with the
relevant stakeholders?
A8: For all Utility requirements, the Contractor is required to coordinate with all stakeholders and comply with all
stakeholder requirements as part of their Scope of Work. The following is indicative and not a comprehensive
list of utility sources:A. Electricity: Qatar General Electricity & Water Corporation (KAHRAMAA)B. Potable Water:
Qatar General Electricity & Water Corporation (KAHRAMAA)C. Irrigation (TSE) Water: Public Works Authority
(Ashghal)D. Drainage and Sewerage: Public Works Authority (Ashghal)E. Telecommunications: Ooredoo,
Vodafone,F. Information Technology Service Provider: Qatar National Broadband Network (QNBN)- Passive
Fixed Telecommunication NetworksG. Information & Communication Governing Body: Ministry of Information
and Communications Technology (ictQATAR) and Communications Regulatory Authority (CRA)H. Chilled Water
Service Provider: MarafeqI. Lusail Real Estate Development Company (LREDC)For Potable water, Storm water
drainage and TSE water - No NOC has been obtained to date, Contractor is to follow up with relevant
stakeholders to acquire NOCs. Any design change that may be required to attain the NOCs is the responsibility
of the Contractor.

Q9: Please clarify the extent ofcoordination with Chilled water Service provider within the Plaza and the Stadium?
A9: Contractors responsibilities include, but are not limited to the following:A. Contractor to provide access,
accommodation, and protection from adjacent work as required for Chilled Water Service Provider to perform
the trenching and pipe installation work of the Chilled Water pipe from the entry point of the Project Boundary to
the entry point of the Energy Transfer Station (ETS). The Contractor shall provide trenching for the loop within

the boundary of the site (within the blue line).B. Contractor to provide foundation wall penetrations, sleeves, and
seals in the size and location as required by Chilled Water Service Provider.C. Contractor to allow access,
appropriate clearances, and protection from adjacent work for piping installation work into and inside of the
stadium to Energy Transfer Station (ETS).D. Contractor to protect all work in progress and in place by Chilled
Water Service Provider.E. Contractor to obtain from the Chilled Water Service Provider the specific design
guidelines for connection of ETSs to to the district cooling system, and comply with the specific design
guidelines and requirements of the Chilled Water Service Provider

Q10: Please confirm the GSAS rating required for the Legacy Design. The RFP documents mention 2 Stars (D2.1 Scope
of Works section 5.3.4.8) and 3 Stars (D2.5 Technical Design Brief section 1.5 e).
A10: For Legacy Design, GSAS 2 Stars as indicated in D2.1 Scope of Works section 5.3.4.8 is a typo. Tenderer to
follow D2.5 Technical Design Brief section 1.5 -GSAS 3 stars for the Legacy Design.

Q11: There seems to be a later version of the document "Sustainability Requirementsfor Lusail Design and Build: SCC01-PAM-TEC-STD-00001 - 04 April 2016",which includes the latest Preliminary LOC provided by GORD. Please
kindlyprovide the latest version of this document, as it is critical to our planning.
A11: The Preliminary Review Report-Interim LOC (dated 10/4/ 2016) is included in SC-C01-PAM-TEC-STD-00001 04 April 2016 report, and is the latest document which is included in the RFP already .

Q12: Kindly re-clarify whether the Employer is targeting GSAS 4-star (as stated in all the tender specifications) or 3-star
(as stated in Tender Bulletin 11, Question 168).
A12: GSAS 4 Star is for the base build in Tournament Mode. GSAS 3 star is for the Legacy Design.

Q13: In Appendix C14 Clause C14.2(f) reference is made to aWBS which is provided in Part D2- Employers
Requirements. However the WBSprovide in Appendix 4 Section 01 32 00 appears to exclude Mobilization,Procurement,
and Testing/Commissioning. Does the Employer have any particularWBS for these phases and if so please provide
A13: The following WBS requested in the question apply:Q22.01.05.05.08.02: Lusail - Main Contract
MobilizationQ22.01.05.13.02: Lusail - Procurement of Long Lead Items by the Main ContractorQ22.01.05.05.07:
Lusail - Commissioning and Systems IntegrationThese do appear in Appendix 4 Section 01 32 00

Q14: Please provide approved vendor list for Photovoltaic System


A14: Where there is no vendor, material, product or supplier specified in the Approved Vendor list or the
Performance Specification, the tenderer shall identify his proposed vendor, material, product or supplier, as part
of his Technical Proposal, which meets the Employers Requirements, including design intent and the
performance specification requirements. The Tenderers proposed vendors, materials, products or suppliers
shall be reviewed and approved post award by the Engineer as part of the Contractors Design Submittals. The
Specification for the PV System can be found in Section 263100 Photovoltaic Collectors.

Q15: Has Design coordination carried out with Utilities authorities and approval received that Lusail Stadium utilities may
be connected to their utilities as indicated in the Tender Drawings? Has it been checked that the existing public utilities
are capable of allowing for the necessary additional capacity arising out of Lusail Stadium and Precinct?
A15: The Tenderer to refer to Addendum 4 (Wet Utility Reports). The final design and coordination will be the
responsibility of the Contractor.

Q16: Can we have the Lusail future master plan street levels
A16: If the Tenderer is referring to the street levels of the Future master plan within D2.5 Technical Design Brief figure 2 Lusail Precinct, then the future Street levels are not yet available. As for further info on the future post
tournament Road D3, please see Further Information Package - D4.4 Road D3 Utilities for proposed finished
levels for D3 road.

Q17: The following information are missing for the structures:a. All the steel reinforcement drawings such as slab
reinforcement, beam schedule, column schedule, wall schedule, pile cap details, piling drawings, retaining wall details,
water tank details, staircase details, raft details, footing and foundation details, etc.b. Any structural calculation, design
models, etc. if available.
A17: Tenderer to refer to Tender Bulletin 11 answer to question 60.

Q18: We kindly request the latest information about the planned destination of the excess of soil originated fromsite
excavation/earthworks as it has direct environmental and cost impact. Wherewill the Contractor be required to dispose
such material?
A18: Tenderer to refer to Tender Bulletin 6 answer to Question 7.

Q19: In the Pricing Document (BoQ), there is aceiling type which is mentioned as plenum ceiling with the quantitiy of
approx.44.000 m2 . But this type of ceiling is not mentioned on the drawings or roombook either. Please clarify the
material of the plenum ceiling andwhere it is located. On the other hand, in addition to the BOQ mentioned ceiling types,
some other types of theceilings like CLG-105, CLG-903, CLG-910 and CLG-911 taken off from the design
documentation as around approx. 44.000 m2. Please specify if these ceiling typeswhich are missing in the BOQ, shall be
used as plenum ceilings in order toavoid the duplication of the usage.
A19: CLG-105, CLG-903, CLG-910 and CLG-911 are fire rated ceiling and can apply to the Plenum, also refer to
Tender Bulletin 11 answer to Question 58.Regarding CLG-903 Tenderer to refer to Tender Bulletin 6 answer to
Question 22.

Q20: Referring to part A to C document Appendix C23 states that the tenderer should submit List of sub-contractors or
external consultants proposed for GSAS requirements including Commissioning. The GSAS independent commissioning
agent as per GSAS requirement could be a subcontractor OR an employee of the building owner, architect, design
engineer, test and balance contractor, or other trade contractor. Please confirm.
A20: The Contractor shall fulfil the requirements as mentioned in SC-C01-PAM-TEC-STD-00001. To confirm this
GSAS requirement, the Contractor is responsible for communicating with GORD.

Q21: It is envisaged that the a two-month trial period will precede the World Cup events. Is it required to maintain the
desired Temperatures (26 oC for the Playground & 30 oC for the Spectator Tiers /- 2 oC ) during this period or we can
rely on Natural/Mechanical Ventilation?
A21: The criteria of achieving a) NOT to exceed WGBT 26Cfor the Field Of Play during the entire period of the
2022 Tournament, andb) SET 30 C - 2 for the Spectators in Temporary Stands, is not intended for the two
months of the year 2022September/October . The Contractors obligation is to demonstrate per
therequirements/methods /reporting required according to the GovernanceDocuments SC-ACV-ETR-QSC-STR00001 ( applicable to Temporary Tiers) , and SC-ACV-ETR-QSC-STR- 00002 ( applicable for the FOP ) which for
purposesof Tender Queries we shall refer to as " Tournament CoolingRequirements " . For clarity, the
Contractor as part of theirdesign obligations shall report what cooling conditions the design can achieveduring
all seasons for the base build design as an outcome of meeting the"Tournament Cooling Requirements" for the
FOP and Temporary Tiersduring the 2022 Tournament Period. As part of the Testing andCommissioning of the
Project which should occur prior to Taking Over - the Contractor shall demonstrate that the installation is
performing asdesigned. The Contractor shall guarantee and be able to demonstratethrough a Full capacity
stadium event that the substantially completed projectwill perform in Tournament Climate conditions to the
Tournament coolingRequirements as a guaranteed design case. Please note that SC-ACV-ETR-QSC-STR-00001
is"Appendix A" to SC-ACV-ETR-QSC-STR- 00002.

Q22: Appendix C23, point (d) mentions sub-contractors orexternal consultants proposed for GSAS requirements,
including Commissioning.Part of the GSAS certification is the assigning of a Commissioning Authority(CxA). Please
confirm if the Employer has recruited a CommissioningAuthority.
A22: The Employer/SC has not, and will not be procuring a Commissioning Authority.

Das könnte Ihnen auch gefallen