government of andhra pradesh andhra pradesh … · 2020-02-12 · government of andhra pradesh...

43
GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development of Infrastructure and Providing Ropeway system at Ahobilam, Allagadda mandal, Kurnool dist. OFFICE OF THE SUPERINTENDING ENGINEER APTDC LTD, VIJAYAWADA, ANDHRA PRADESH INDIA GOAP APTDC is inviting Bids for the above work on turnkey basis . The Bid document can be down loaded from the web site www.aptdc.in. From 27 th November 2018

Upload: others

Post on 20-Apr-2020

67 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

GOVERNMENT OF ANDHRA PRADESH

ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION

BIDDING DOCUMENT

Name of the work : Development of Infrastructure and Providing Ropeway system at Ahobilam, Allagadda mandal, Kurnool dist.

OFFICE OF THE SUPERINTENDING ENGINEER APTDC LTD, VIJAYAWADA,

ANDHRA PRADESH INDIA

GOAP – APTDC is inviting Bids for the above work on turnkey basis .

The Bid document can be down loaded from the web site www.aptdc.in. From 27th November 2018

Page 2: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development
Page 3: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

AHOBILAM ROPEWAY PROPOSAL

Among the great shrines dedicated to Sri Narasimhaswamy, Ahobilam

occupies a pre-eminent place. This religious centre of great antiquity also known as

Singavel Kunram in ancient Tamil classics mentioned in many puranas like Kurma,

Padma and Vishnu. According to Brahmanda purana , this place was once haunt of

Hiranyakasipa who was slain by Sriman Narayan in his Narasimha avatara aspect

for the sake of his devotee Prahlada. The cave shrines of Narasimha at ahobilam

belongs to the Sri Vaishnava tradition. It is one of the 108 sacred centres (Divya

Kshetras) of Sri Vaishnavaism.

This is a temple whose origins go back to almost 2000 years.

Ahobilam is the place, which exhibits nine distinct iconographical forms of

Narasimha. In addition to this, this place is intimately associated with Vansatagopa

Jiyar , the first jiyar of the Ahobila Math. It is being popularly believed that God

Narasimha himself came in the form of an old man and offered sanyasa to the Jiyar.

Despite such a holy punyakshetra, spectacular setting of the cave shrines on the

Nallamala hill ranges, pillared mandapas, maths and other structures at this hill,

Ahobilam has not attracted sufficient attention of historians, archaeologists and

pilgrims tourists.

Page 4: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development
Page 5: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

Peak hills, difficult terrain, forest location, and hill ranges have kept them

away. To facilitate pilgrim tourists and others to reach these inaccessible cave

shrines, Govt. has taken initiative to establish a ropeway facility for the purpose

of pilgrim’s convenience. This facility will trigger off increase in pilgrim tourist flow

to this “Punya kshetram” of historical and religious importance.

Lower Ahobilam Upper Ahobilam

The temple situated on the upper Ahobilam, at a distance of eight kilometre

from the lower Ahobilam , is the main temple and the earliest of all the nine shrines.

The lord in the sanctum sanctorum here appears in his fierce aspect. Hence, he is

called “Ugra Narasimha” . it is firmly believed that Narasimha swamy was

“Swaymbhu” (self-manifest) here.

Page 6: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

Location :

Ahobilam is situated in the Nallamala hills, and is about 24 kms from

Allagadda taluq head quaters, 112 kms from Cuddapah , and 65 kms from Nandyal

in Andhra Pradesh. it can be reached by bus from there. Now cuddapah is having

airport also.

Page 7: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

The whole complex is composed of two parts – one called Yeguva Ahobilam

(upper Ahobilam) which contains shrines devoted to Nava Narasimha (nine

Narasimhas) and the other called Diguva Ahobilam (lower Ahobilam) with a single

shrine for Lakshmi Narasimha. Both are connected by a road, covering a distance of

about 8 kms from the lower Ahobilam to the upper Ahobilam.

From the upper Ahobilam, the other shrines are to be reached only by trekking

and negotiating the difficult terrain of flowing streams and slippery rocks. Nature is

bounteous. It affords plenty of water by way of ponds, brooks and also some resting

places in the form of shady trees. One can witness several cave like rocks on the way.

Page 8: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

Wild animals dwell in the forest.

If one undertakes a strenuous traverse of 8 kms, from the upper Ahobilam, one

can see the Ugra stambham on the mountain side to be the one from which Lord

Narasimha emerged in his ferocious form in response to Prahlada’s prayers.

At a distance of 8 kms from the upper Ahobilam , a cleft of the mountain is

seen, dividing mountain into two visible parts. It is a long held view that from the

cleft, the lord appeared in the form of Narasimha and this cleft is known as “Ugra

Stambham” .

This Jwala Narasimha swamy shrine and “Ugra Stambham” location is the

place, every pilgrim tourist wish to visit though it is very difficult terrain to reach. The

ropeway facility will be a great relief to pilgrim tourists to reach this location to fulfil

their lifetime wish.

Page 9: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

Names of the place :

The place is variously referred to in the inscriptions as Vobula1, Ahobila

2 , Ahobila 3, Ahobilagiri 4 , Vedadri 5, Diguva Tirupathi 6, Garudadri 7,

Virakshetra 8, Achalachaya Meru 9, Singavel kunram 10, Nidhi 11 and Nagari

12. The popular name of the place is Ahobila and all the other names appear

as terms connoting its mythology, sanctity, and glory. Ahobala is the ancient

form of the present name Ahobila.

The earliest inscription naming this place and Ahobala belongs to 1124A.D

According to Sthala purana, there are two popular legends, explaining the derivation

of the word “Ahobilam”. It is stated that the Devas (gods) , while witnessing the

ferocious aspect (ugra kala)the lord took on in order to tear Hiranyakasipu to pieces,

exclaimed in wonder “ Ahobala” ( literally , LO! The stupendous strength !). Hence,

this place has come to be known subsequently as Ahobilam.

Page 10: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

1. Malola Narasimha

Malola shrine is situated, nearly two kms . from the main temple of the upper

Ahobilam. The deity here appears in “Soumya” (peaceful) form. As Narasimha is

seen with his consort, Lakshmi , he is known as Malola Narasimha. The word “

Malaola “ means beloved of Lakshmi.

The shrine is on a level surface of a peak of the Vedadri Mountain.

This place is also called Markonda Lakshmi Kshetra.

2. Jwala Narasimha

The temple of Jwala Narasimha, lies higher up the Malola Temple, on a hill

called “Achalachaya Meru”. This is about four kms, from the upper Ahobilam

temple. This place is said to be the actual spot where the ferocity or anger of the

Lord reached its acme when he tore Hiranyaksipu. It is somewhat difficult to

reach this place as we have to pass through a narrow passage made by cutting

and chiselling the rocks of the peak on one side, while to the other side of this

passage there is a very deep valley. One has to walk very carefully. It is told that

Page 11: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

the spot where Jwala Narasimha is sitting with Hiranya Kasipu on his lap, is

threshold of the main entrance door of the spacious palace of Hiranyakasipu.

Cleaving one of the pillars of the demon’s palace, Narasimha manifested

himself. The part of this pillar standing erect has the space of a lofty hill. This

vertical hilly pillar is called Achalachayameru. The cleaven side of the standing

part is straight and at right angles to the foot part of it.

The pilgrims got firm faith that with Jwala Narasimha swamy Darshan, one will

get rid of all grahadoshas, gruhadoshas. As such this became very important shrine

for pilgrims.

Out of 9 shrines 5 are motorable shrines:

Ahobila, Karanji, Bhargava, Yogananda and Chatravata. Pavana Narasimha

shrine is very difficult route of 16 kms,jeeps only can negotiate. This shrine is having

forest route also of 6 kms which is passing through dense forest and hilly terrain.

The jeep operator is charging about Rs.3,500 for 6 persons. As such total 6 shrines

Page 12: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

are motorable and reachable for the pilgrim tourists and other 3 important shrines

i.e. Malola, Krodha and Jwala Narsimhaswamy are reachable by trekking only

through serpentine forest route of boulders and rubble.

Page 13: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

13

AHOBILAM ROPEWAY PROPOSAL

As a part of providing facility to pilgrim tourist of “Divya Punya Kshetram

Ahobilam” a ropeway proposal is considered.

Nava narasimha shrines inter spread inside the forest with hillocks and great

hills. As such the route to this hill terrain is very difficult to negotiate by walk

for almost all the tourists. Young and fit piligrims only can reach the important

shrine

3.of “Jwala Narasimha”. Out of Nava narasimha, “Jwala Narasimha” temple

is the one, everyone wants to have Darshan. It is situated on a very difficult

terrain at the top of the hill range near Ugra stambha.

To see this place, pilgrim tourists are using “Doli” arrangement by paying

Rs 3000/- per person. Such an important shrine “Jwala Narasimha”. Every

pilgrim wish to see this shrine. Interaction with tourists and pilgrims’ revealed

that piligrims mainly thrive to reach “Jwala Narasimha” shrine, and this is the

ultimate wish for all the pilgrim tourists visiting Ahobilam.

As such proposal for ropeway up to “Jwala Narasimha” is the ultimate goal

for this ropeway proposal project at this location.

Page 14: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

14

As it is seen from the site plan, 4 shrines are located at very difficult terrain

and not inline and inter spread on the hillocks and through forest. In view of

this single ropeway alignment doesn’t cover the shrines. Minimum 2 routes to

be covered by ropeways and rest of the temples are motor- able locations and

pilgrims will be visiting these temples without much difficulty.

Since there is no single alignment for covering all the 4 difficult shrines from

upper Ahobilam, two options are proposed.

“Providing Ropeway Facility” to pilgrim tourists to reach the topmost shrine

(Jwala Narasimha) is to be taken up in 2 or 3 phases in view of the straight

alignment requirement and the hill terrain.

As such it is proposed a ropeway up to “ Malola Narasimha swamy temple

“ from upper ahobilam temple area (ie near Brahmana satram) initially in the

first phase.

In the second phase, from Malola to the steel bridge near “Jwala Narasimha”

shrine. From there, pilgrims need to walk upto the shrine through steps which

is also very difficult to negotiate for middle aged and elderly pilgrims. Though

upward steps are very steep, the distance is about 500 metres only to reach this

important shrine i.e. “Jwala Narasimha”.

As such it is proposed to take up the first phase work, so that project will

take off initially for further development plans.

1st phase: upper Ahobilam area to Malola Narasimha swamy temple --

2 Lower station is proposed near the satram along the revetment rea.

3 Upper station is proposed in front of the “Malola Shrine” where flat place

is available.

4 The level difference is about 100 mtrs approximately.

5 The aerial distance is about 700 to 800 mtrs approximately.

6 Mono – rope jig back system ropeway with 2+2 gandolas proposed (4

seater (upper Ahobilam) each).

Page 15: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

15

Tourists Flow:

The tourist flow ascertained from temple people:-

a) Week days - 300 to 400 tourists

b) Weekends - about 1500 to 2000 tourists

c) Swathi day - 5000 and above tourists. (Once in 27 days).

As such financial viability is not at all an issue to be addressed.

In view of the above, it is suggested that we may go for bid on “Turnkey

basis”, broadly listing the scope of work and the technical specifications.

Suggested specifications and scope of work is subject to the final design of the

ropeway. Scope of work and technical specifications are only for guidance.

Key issues to be addressed:

1. Forest permission for establishment ropeway for the convenience of

pilgrim tourists.

2. Ahobilam matam permission.

The other proposal can be taken up in 2nd phase for going up to “Jwala

Narasimha” which is having more than 1 km aerial distance and about 200 mtrs

elevation difference between lower station and upper station.

Since, this “ punya kshetram ” is under “Ahobila Matam” and is a forest

area, a formal permission is required from both matam and forest department.

Rope way from Upper Ahobilam to Malaola Narasimhaswamy Shrine

Suggested design parameters and specifications.

Working data:

1. Type of Ropeway : Mono cable fixed gandolas Jig.Back

2. Length of Ropeway : 800 meters (approx)

3. Level Difference : 100 meters (approx)

4. Cabin Capacity : 4 members/6 members

5. No. of cabins : 2 + 2 ( upper 2 & Lower 2) Minimum

Page 16: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

16

6. Capacity of Ropeway : 150 passenger per hour (pph) one side

7. Motor Rating : 60-80 KVA

8. Power supply requirement : 3-phase, 415 V

9. Type of Grip

: Fixed.

10. Rope Size : 40 mm dia. with

6-17/19 mm with PP core

11. Backup generator : 100 KVA(As per designed load)

12. Rope tensioner : Hydraulic system

13. Main gear box (New Allen berry make) as per the design

14. Emergency drive system as per the design

15. Suitable manual drive system

16. No. of towers as per the design.

-x-x-x-

N: B Specifications provided are for guidance only. Actual parameters will be

as per the final design. Approximate cost estimate for this 1st phase Ropeway

project including public amenities.

1. Ticket counter

2. Snack bar

3. Wash rooms

4. Souvenir shop

5. Drinking water facility

6. Barricades for queue area

7. Electronic gates

8. Waiting hall 9. First aid room

Page 17: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

17

For establishment of ropeway project at Ahobilam

1. Forest department permission.

2. Land allotment for ropeway machinery and towers in the forest area. a) At upper Ahobilam near Brahmin Satram minimum 20m x 15m

area is required for lower terminal station. b) At Malola Narsimhaswamy temple area flat surface land is

available to be allotted for upper station equipment. Min. 20m x 15m area.

3) For Phase-II project, near steel bridge area for landing station requirement minimum 20m X 10m is needed.

4) For towers min. 15 ft x 15 ft for foundations.

No. of towers required will be finalized after ropeway design.

7 Instructions to Bidders

A. GENERAL

1. Scope of Bid 1.1 The Employer named in the BDS invites bids for the project, as briefly described in the BDS and specified in greater detail in these Bidding Documents.

1.2 The timelines for the project shall be as mentioned in

the BDS

and Bidding

Process

2. Fraud and

2.1 It is the Employer’s policy to ensure bidders shall, observe the highest standard of ethical conduct during the execution of the scope of work1. In pursuance of this objective, the Employer:

(A) defines, for the purposes of this provision, the

terms set forth below as follows:

(i) “corrupt practice” is the offering, giving, receiving or

soliciting, either directly or indirectly, anything of value

to improperly influence the actions of another party;

(ii) “fraudulent practice” is any act or omission, including a misrepresentation, that knowingly or recklessly

misleads, or attempts to mislead, a party to obtain a

financial or other benefit or to avoid an obligation;

(iii) “collusive practice” is an arrangement between two or more parties designed to achieve an improper

Corruption

Page 18: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

18

purpose, including the attempt to improperly influence

the actions of another party;

(iv) “coercive practice”2is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to improperly influence

the actions of a party;

(v) “obstructive practice” is

(a) deliberately destroying, falsifying, altering or

concealing of evidence material to the investigation or making false statements to investigators in order to materially impede the investigation into allegations of

a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party

to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the

investigation;

or

(b) Acts intended to materially impede the exercise of the Employer’s inspection and audit rights.

(B) shall reject a proposal for award if it determines that the bidder recommended for award has, directly or

through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing

for the Agreement in question;

(C) Shall have the right to inspect their accounts and

records and other documents relating to the bid submission

and performance of the project.

3. Eligible 3.1 Bidders shall provide such evidence of their eligibility satisfactorily to the Employer, as the Employer may reasonably request.

3.2 All bidders shall have to comply with the eligibility criteria to be declared “Eligible”. The eligibility criteria has been elaborated in the BDS.

3.3 The decision of the Employer shall be final with respect to the determination of the eligibility of the Bidders.

3.4 By submission of documentary evidence in its bid, the Bidder must establish to the Employer’s satisfaction that it has the financial and technical capability necessary to

perform the scope of work, meets the qualification criteria

specified in ITB 3.

Bidders

Page 19: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

19

4.

Conditions Sole and for consortium

Bids

4.1 The bids may be submitted as a sole bid or as a consortium. In case of a consortium, the number of

consortium members should as mentioned in the BDS.

4.2 The consortium should identify a lead bidder and jointly

meet the eligibility requirements as mentioned in the BDS.

4.3 In case of a sole bidder, the sole bidder shall have to

meet the eligibility requirements.

5. Cost of 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid including inspections

to site etc., and the Employer will in no case be responsible

or liable for those costs.

The designs, drawings and relevant documents must be vetted as suggested by the departmental officers and the cost

for the above vetting must be born by the bidder.

5.2 The Bidder agrees that all bidding costs and expenses

shall be non-refundable.

Bidding

The scope of work includes “investigation, design & build “of the following components.

S.No Description Approximate span of the

Ropeway

Period of completion

1. Development of Infrastructure and

Providing Ropeway system on turnkey basis at Ahobilam, Allagadda mandal, Kurnool dist.

Ist phase : upper Narasimhaswamy Brahmin satram area to Malola Narasimhaswamy temple,

800 Meters

06 Months

1. Scope of work

Page 20: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

20

Supply, installation, testing, commissioning, operation, maintenance & run for cable car/Ropeway(Jig back system monocable) on turnkey basis to Ahobilam, Kurnool (DT), Andhra Pradesh state. Including upper & lower

stations, waiting halls all incidental works such as barricading works etc. i) Preparation of detailed Engineering project report including site survey,

sub soil investigation, fixing the alignment, detailed designs and drawings for the Ropeway including the design of foundations, sub

structure and super structure, counter weight as per the investigations and design criteria following relevant IS codes. International standards, departmental codes and circulars issued by the department from time to

time etc.

ii) Period of Completion The time for completion of the project is 6 months.

2. Eligibility and qualification requirements. For evaluation & selection of a bidder for the project, “Two stage “ process will be followed.

1. Technical bid

2. Price Bid

Eligibility Criteria : The proposals of only those bidders who possess the following minimum Technical criteria & financial capability would be

technically evaluated and price bids opened. 3. Minimum Eligibility Criteria:

a) General requirements 1. interested firms should have experience in design, execution,

installation, operation and maintenance of Ropeway works and installation. The firm should have experience of executing at least two

cable passengers Ariel Ropeway projects.

2. The firm must have at least 5 years of experience in the field of suitable aerial ropeway systems.

4. The non – refundable bid processing fee of Rs 10,000/- to be payable

in Demand draft in favour of APTDC LTD, Vijayawada.

5. The bidder should submit certificate from the Chartered Accountant along with all relevant documents including IT returns in support of the Annual turn over (last 5 years)

6. Solvency certificate from any Indian Nationalized / scheduled banks of value not less than Rs 5 Crores shall be submitted in the

prescribed proforma. 7. The department reserves the right to relax the condition required for

eligibility of the bidders in public interest . The bidder shall not have

any right to question the decision taken by the employer in this regard.

Page 21: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

21

8. Department reserves the right to accept or reject any or all the bids with out arising any reasons what so ever. Interested contractors may obtain further information from the O/o

the Superintending Engineer, APTDC LTD, Vijayawada during the working hours.

9. EMD/Bid security payable to APTDC LTD, Vijayawada to be enclosed

to Technical/ Financial Bid(coverI).

Speed of Work:

The Contractor shall, at all times maintain the progress of work to conform to the latest operative progress schedule approved by the Engineer-in-Charge.

The contractor should furnish progress report indicating the programme and progress once in a month. The Engineer-in-Charge may at any time in writing

direct the contractor to slow down any part or whole of the work for any reason (which shall not be questioned) whatsoever, and the contractor shall comply with such orders of the Engineer-in-Charge. The compliance of such orders shall not

entitle the contractor to any claim of compensation. Such orders of the Engineer-in-Charge for slowing down the work will however be duly taken into account while granting extension of time if asked by the contractor for which no

extra payment will be entertained.

Delays in Commencement or progress or neglect of work and forfeiture of earnest money, Security deposit and withheld amounts:

If, at any time, the Engineer-in-Charge shall be of the opinion that the Contractor is delaying Commencement of the work or violating any of the provisions, the Contractor is neglecting or delaying the progress of the work as

defined by the. “Rate of progress” in the Articles of Agreement, he shall so advise the Contractors in writing and at the same time demand compliance in

accordance with conditions of Tender notice. If the Contractor neglects to comply with such demand within seven days after receipt of such notice, it shall then or at any time there after, be lawful for the Engineer-in-Charge to take

suitable action in accordance with relevant Clauses of APSS.

Suspension of works by the Contractor:

If the Contractor shall suspend the works, or sublet the work without sanction of the Engineer-in-Charge, or in the opinion of the Engineer-in-Charge, shall neglect or fail to proceed with due diligence in the performance of his part of the Contract as laid down in the Schedule rate of progress, or if he shall

continue to default or repeat such default in the respects mentioned in clause 27 of the APSS, the Engineer-in-Charge shall take action in accordance with relevant clauses of APSS.

If the Contractor stops work for 28 days and the Stoppage has not been

authorised by the Engineer-in-Charge the Contract will be terminated under relevant Clauses of APSS.

If the Contractor has delayed the completion of works the Contract will be

Terminated under relevant Clause of APSS.

Page 22: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

22

Extension of the Intended Completion Date:

The Engineer-in-Charge shall extend or recommend for extension, in accordance with the delegation of powers in force, the Intended Completion Date if a Variation is issued which makes it impossible for Completion to be achieved by the Intended Completion Date. The Engineer-in-Charge shall decide whether

and by how much to extend the Intended Completion Date within 21 days of the Contractor asking the Engineer for a decision upon the effect of a Variation and

submitting full supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing the new Intended Completion

Date.

Penalty Clause In case the construction is not completed in full shape and brought to operational stage within the stipulated time mentioned in the tender document,

the contractor is liable to pay penalty of Rs 10,000/- for each calendar day of delay towards damages to APTDC subject to a maximum of 10% of the contract

value for the total delay. Taxes included in the bid

The unit rate quoted by the contractor shall be deemed to be inclusive of the

GST and other taxes on all materials that the contractor will have to purchase for performance of this contract.

Details of the Bidder / Contractor

Name of the Contactor:

Address :

Tel Ph.No :

Fax :

Email :

1. Owner ship details & establishment of firm

2. Balance sheets for last 5 years.

3. Turn over for last 5 years.

Note : The bidder should submit the above details duly certified by the Chartered accountant. Work Details & Key Schedule:

Page 23: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

23

S.No Department Name APTDC LTD

1. Circle Superintending Engineer, APTDC LTD,

Vijayawada

2. Tender subject Supply, Installation, Testing,

Commissioning, Operation, Maintenance & Run for cable car/Ropeway(Jig back system

monocable) on turnkey basis Ist phase : upper Narasimhaswamy

Brahmin satram area to Malola Narasimhaswamy temple

3. Period of contract 6 months

4. Form of contract EPC – Turn key

5. Tender type Selection basis

6. Tender category Works

7. Emd/Bid security Rs 5 lakhs

8. Processing fee Rs 10,000 INR (Non –refundable)

9. EMD/Bid security payable to

APTDC LTD, Vijayawada

10 Bid document downloading start

date

27.11.2018

11. Bid document

downloading end date

12.12.2018

12. Bid submission closing date

12.12.2018 up till 3PM

13. Technical bids opening date

13.12.2018 (As desired by Committee)

14. Price bid opening date (financial bid )

14.12.2018 (As desired by Committee)

15. Place of tender opening

Office of the Superintending engineer APTDC LTD, Vijayawada

Andhra Pradesh

16. Officer inviting Bids/contact person

Office of the Superintending engineer APTDC LTD, Vijayawada Andhra Pradesh

17. Address/email of Contact person

Office of the Superintending engineer APTDC LTD, Vijayawada

Andhra Pradesh ([email protected])

18. Contact details, telephone, fax

SE 98480-07026 Consultant (RW)- 7893602578

19 Contact details for site visit

B.Eshwaraiah, EE, 9848306437 T.Kumar Dy.EE, 9912233239

Rope way System Description:

The proposed ropeway is “Multi cabin mono cable jig back system”. The main

rope is for both carrying and hauling the cabin, is supported on sheaves on the

Page 24: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

24

line towers and made endless on terminal sheaves. Two group of cabins are fixed

to the rope, one group at the upper terminal and the other at the lower terminal.

When the cabins are stationery at the terminal stations, tourists board/

alight from the cabin. Cabin attendants to help the tourists for safe boarding/

alighting. Rope drive is controlled by proper signalling of the concern staff at

both upper and lower stations. One group of cabin go up, the second group of

cabins on the upper terminal station start to come down with tourists on the

same manner.

Along the ropeway route alignment , under worst conditions of sag and wind

velocity, minimum clearance to the underside of the cabin and the sufficient

clearance to tower structure will be maintained as per the provisions of IS code

and practice.

Terminal Station:

Lower Terminal Station: The lower terminal station shall be a ground level

structure. Speed of an incoming cabin group on approaching the station, shall

be automatically retarded and the cabins shall come to a dead halt at a pre

determined location. After de- boarding of tourists, who have arrived from upper

station, the new tourists waiting in the queue will board the cabins. The station

attendant shall communicate to the drive operator. On having similar

communication from the upper terminal attendant, the drive operator shall start

the drive. Cabins shall proceed to the upper terminal.

Upper Terminal Station: The upper terminal station shall also be a ground

level structure. Operation at this station is also similar to the lower station.

Rope drive location either at the lower station or upper station may be decided

at the final stage of design.

Tension Device: This is required to keep the main rope under required tension

for safe running of the ropeway.

Hydraulic tensioning device or ballast loading device as per the design need to

be installed.

List of Passenger Amenities & Entry

1. Queuing Area

2. Waiting hall

3. Drinking water facility

4. Wash rooms (Ladies& Gents)

5. First Aid Room

6. Souvenir Shop

7. Ticket Counter

8. Electric Gate Entry.

Page 25: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

25

General Conditions

The successful tenderer has to sign an agreement within a period of 15

days from the date of receipt of communication of acceptance of his

tender. On failure to do so his tender will be cancelled duly forfeiting the

E.M.D., paid by him without issuing any further notice and action will be

initiated for black listing the tenderer.

Except where otherwise specifically stated, the Engineer-in-charge will decide the contractual matters between the Department and the Contractor in the role representing the Department.

The Engineer-in-charge may delegate any of his duties and responsibilities to other officers and may cancel any delegation by an official order issued.

The technical personnel shall be appointed on full time basis to be available at site exclusively for this work. They shall be available at work

site for supervision of all materials, works, quality control, and to take instructions of Engineer-in-charge whenever required by him.

All risks of loss of or damage to physical property and of personnel injury and death, which arise during and in consequence of the performance of the Contract, are the responsibility of the Contractor.

The Contractor shall provide, in the joint names of the Department and the contractor, insurance cover from the Start Date to the end of the

Defects Liability Period i.e., 24 months after completion for the following events which are due to the Contractor’s risks. a) loss of or damage to the Works, Plant and Materials;

b) loss of or damage to the Equipment; c) loss of or damage of property in connection with the Contract; and

d) Personal injury or death of persons employed for construction.

Policies and certificates of insurance shall be delivered by the Contractor to the Engineer-in-charge at the time of concluding Agreement. All such insurance shall provide for compensation to be payable to rectify the loss

or damage incurred.

i) The contractor shall furnish insurance policy in force in accordance with proposal furnished in the Tender and approved by the Department for concluding the agreement.

ii) The contractor shall also pay regularly the subsequent insurance

premium and produce necessary receipt to the Engineer-in-Charge,

well in advance.

In case of failure to act in the above said manner the department will pay the premium and the same will be recovered from the Contractors

payments

The Corporation may terminate the Contract if the contractor causes a

fundamental breach of the Contract.

Fundamental breaches of Contract include, but shall not be limited to the

following.

Page 26: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

26

a) The Contractor stops work for 28 days when no stoppage of work is

shown on the current program and the stoppage has not been

authorised by the Engineer-in-Charge.

b) The Contractor is made bankrupt or goes into liquidation other than

for a reconstruction or amalgamation.

c) The Engineer-in-Charge gives Notice that failure to correct a

particular Defect is a fundamental breach of Contract and the

Contractor fails to correct it within a reasonable period of time

determined by the Engineer-in-Charge; and

d) The Contractor does not maintain a security which is required and

e) The Contractor has delayed the completion of works by the number

of days for which the maximum amount of liquidated damages can

be paid as defined.

f) If the contractor, in the judgement of the Corporation has engaged

in corrupt or fraudulent practices in competing for or in the

executing the contract.

g) The contractor has contravened Sub-Clause 5 of Conditions of

Contract and sublet the work.

h) The contractor does not adhere to the agreed construction program

(Submitted at the time of agreement) and also fails to take

satisfactory remedial action as per agreements reached in the

managerial meeting for a period of 15 days.

i) The Contractor fails to carry out the instructions of Engineer-in-

charge within a reasonable time determined by the Engineer-in-

charge.

For the purpose of this paragraph: “corrupt practice” means the offering,

giving, receiving or soliciting of any thing of value to influence the action

of a Corporation official in the procurement process or in contract

execution. “Fraudulent practice” means a misrepresentation of facts in

order to influence a procurement process or the execution of a contract to

the detriment of the Corporation and includes collusive practice among

Tenderers (prior to or after Tender submission) designed to establish

Tender prices at artificial non-competitive levels and to deprive the

Corporation of the benefits of free and open competition.

Notwithstanding the above, the Corporation may terminate the contract

for convenience.

If the Contract is terminated, the Contractor shall stop work immediately,

make the Site safe and secured leave the Site as soon as reasonably

possible.

Page 27: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

27

Ropeway Components

1. Main wire Rope Shall be of 6x17/19 construction with PP core

1770N/Sq.mm tensile designation.

2. Driving Gear :

One set of driving unit of modern design and construction comprising of

a) Heavy main drive sheave of suitable dia of cast steel/MS fabricated

construction with special aluminium liner (as per the design

framing).

b) Alloy steel driving sheave shaft provided with heavy roller bearing

mountings.(as per the design framing).

c) Open ring gear with machine cut teeth and steel shafting, running

in heavy ball or roller bearing mountings. (as per the design

framing).

d) Special enclosed high-speed reduction gear with machine cut teeth

and steel shafting, running in heavy ball or roller bearings

mounting. (as per the design )(Preferably new Allan berry make

gear box)

e) One set thrusters operated band brake mounted on drive sheave.

f) One set of electro Hydraulic thrusters operated drum brake on

motor coupling.

g) One set of jaw clutch with manually operated lever for engagement

with diesel engine coupled with manually operated brake.

h) Main drive motor with powerful and control device.( as per design

rating).

i) Suitable rated diesel engine for auxiliary drive of the plant in the

event of failure of the electrical system.(diesel engine rating will be

as per the design or as directed by the Engineer-in-charge).

3. Tension Gear :

one set of mechanical parts for the automatic tension of the

main rope comprising of return-cum/tension sheave of cast

steel/fabricated steel construction mounted on ball or roller journal

and thrust bearings, trolley mounted on rollers, track for trolley,

hydraulic cylinders, power pack, piping work etc.

4. Trestle Mounts :

Necessary pair of quadruple consists or special wheels with

synthetic rubber liners of suitable diameter fitted with grease packed

bearings, built up steel beams which in turn shall be totally mounted on

a special pedestal/line lower. (as per the design drawing).

5. Station Mountings :

All necessary mounts and single wheels fitted with ball bearings for

use on the station, mounted with rubber/nylon tyres.

6. Cabins :

Page 28: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

28

Cabins shall be of best quality with special hinged doors, opening

along with axis of the rope way with provision for locking from outside.

Cabins shall be fully covered and weather protected. (Prior approval of

designs and models by APTDC is required)

7. Cabin Hangers :

Cabin hangers shall be made of rolled steel section carefully welded

by Jigi and fixtures to avoid distortion. The cabin shall be suspended from

the hanger through hinged, rubber padded supports, so that it remains

always in plumb position.

8. Grip : fixed grip system to the rope.

9. Auxiliary Drive : To operate drive at slow speed in case of failure of

the main power supply or any defect in the drive motor, a diesel engine drive

unit shall be provided. The engine shall be of reputed make and shall be

fitted with suitable gear box, clutch, accelerator, brake mechanism, fuel

tank, gauges etc. (as per the design drawing and design rating and

specification).

10. Steel work :

All steel work shall be made of rolled steel section, bolted or welded.

Fabrication shall be in accordance with latest Indian Standards. Structure

shall include all supports, bracing, service platform, ladders etc. with

proper paintings.

11. Electricals :

Control panel and various electrical components as per the design and

standards practices prevailing in the industry.

12. Civil works : Civil works shall confirm to respective Indian

standards.

13. Paintings :

All equipment’s and structure shall be supplied with double coat of

red oxide primer followed by a coat of synthetic enamel paint.

14. Tele communication :

Suitable communication system between Terminals shall be provided. This

is turnkey work for design, construct with supply, installation, testing,

commissioning, operation , maintenance and run the ropeway for one year.

Ropeway system: Jig back, Mono – rope with fixed Gandolas.

The broad scope of work as defined in the following paragraphs indicative

but not limited to the following only and the contactor shall carry out all the

items of work for the successful completion and commissioning of the above

ropeway system.

Broad scope of work:

1. Location survey, soil testing, system design and detailed engineering.

Page 29: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

29

2. Fabrication, supply of all plant machinery, equipment and safeties

according to the specification and design.

3. Execution of all civil engineering work i.e terminal stations, trestles etc;

including its slope protection work.

4. Control system consisting of panels and centralised monitoring system.

5. Installation and erection of power back DG set as per the design

capacity.

6. Supply and erection of power back DG set as per the design capacity. It

shall be capable for full capacity load requirement for passenger ropeway

and its related terminals.

7. Internal and external electrification of the terminals including fixtures

and lamps, line lighting for operation of the system.

8. Ventilation, PA system and necessary fire extinguishers as per local

regulation need to be provided in the terminal buildings.

9. Suitable communication system for operation, efficient and safe

functioning of the ropeway.

10. Testing and commissioning.

11. Maintenance workshop with suitable machinery, jig and fixtures is to

be established.

Requirement of Ropeway system :

Passenger ropeway at Ahobilam punyakshetram.

S.no Description Parameter/specification

1. Capacity of the ropeway 150 pph on one side

2. Line speed 3 m/sec to 5 m/sec

3. Length of the rope way 800 mtrs ( approx.)

4. Vertical rise 100mtrs (approx.)

5. Alignment Straight

6. Line gauge 5 meters

7. No of towers 02 (As per design)

8. No of cabins in line 02 (As per design)

9. Total no of cabins 04 (As per design)

10. Rope 40 mm 6x17/19 With pp core. Grade 1770, MB L- 85 Mt

Page 30: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

30

11 Main Drive 80 HP (minimum) 12. Gear box as per the design

13. Emergency drive 20 HP

14. Stand by DG set 125 KVA (minimum)

15. Power supply 415 V , 3 Phase,50 cycles

(To be acquired by the

agency/Bidder for erection)

16. Safety and supervision control 1. Control system System 2. Safety criteria s 3. line safeties

4. Operational safeties 5. Electrical (Earthings) and

fire protection. 6. Communication System

7. Public Addressing System.

The details of specification mentioned are indicative and for guidance.

Final specification will be as for the final design of the ropeway.

Bidder to submit the following in technical part:

1. Conceptual drawings of terminals and its layout.

2. Broad technical specification of system offered.

The ropeway and infrastructure should be designed and supplied for 12

hours working per day.

The values of ropeway length and level between stations are approximate

and may vary during the detailed design.

In accordance with the scope of work and bidders assessment of site

condition, the bidder shall quote their best offer. Site visit of the bidder

before submission of the bid is very important as bidders are expected to

obtain their own information.

All the components of the ropeway system and other equipment shall be

designed for trouble free operation as per the condition prevailing at site.

It may be noted that this is a turn key project contract including design

as per the scope of work. Any variation in height and length as indicated

need to be executed at no extra cost.

Design drawings and work sheets to be submitted to corporation for third

party approval after getting it vetted by third party for further action.

The designs and details prepared by the contractor shall be got vetted from

the proof consultancy agency independently, the cost of which should be

entirely borne by the contractor.

Insurance coverage for all damages during the construction and one year

operational period is the responsibility of the contractor.

Page 31: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

31

Every part of ropeway installation and its associated equipment shall be

designed with consideration given to the safety of the passengers, general

public and operating staff and shall be designed in compliance with IS

code practice.

Factor of safety of various components used in Ropeway to be informed

along with design drawings and worksheets.

On completion of the execution and installation the contractor shall

submit as built drawings and propose for inspection by the team of expert

engineers having experience in the relevant field/Educational institution

with good reputation or Engineering organization.

The contractor may commence the operation only on receipt of firm

certification by the team of expert Engineers/Educational institution or

Engineering organization with good reputation.

Execution of the work shall be as per the norms prescribed in APSS

including termination of contract as per clause 60 or 61 as the case may be.

Execution of work shall be as per Bureau of Indian standards concerning Ropeway Construction Codes and standard Practices

All work shall generally confirm to the requirements of the latest revisions

and/or replacements of any other relevant Indian Standard Specifications

and codes of practice.

Make:

Make of some of the major equipment like main motor, diesel engine,

alternator etc; and structural members are given below

1. Diesel Engine : Kirloskar/Greaves/ Cummins/ Caterpillar.

2. Gear Box : David brown/Elecon/FMG/NAW

3. Main Motor : KEC/Crompton Greaves/ Bharat Bijlee/ Brown Boveri/ Siemens.

4. Alternator : Stanford/Kirloskar/ 5. Wire Rope : Usha Martin/ Bharat ropes.

6. Fire extinguisher : Firex/ Minimax/ Steelage.

7. Control system : Siemens /L&T/ Allan Broadley.

8. Air Circuit Breaker : L&T / C-Power/GE-Power/Siemens.

9. MCB : Hager/GE/MDS

10. Protection Relays : GE Power/ AVK-SEGC/ L&T.

11. Structural Members : SAIL

12. MS/GI pipe : Tata/Jindal

Page 32: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

32

Page 33: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

33

The following technical details are needed for verification and

authentication of technical details of Ropeway project parameters/ components. Important assemblies of Ropeway and the concerned drawings need to

be certified by 3rd party and the factor of safety of each important assembly is to be mentioned /indicated. Components drawings of main assemblies also may be submitted for subsequent verification during execution. Design calculations

along with factor of safety work sheets may be enclosed for authentication and verification.

Main Rope : Drawings along with Technical details Drive station Machinery ( Assembly Drawings)

Main Motor

Gear box

Bull wheel along with liners etc.

Terminal station Machinery: Rope tensioner trolley and counter weight arrangement drawings.

Terminal Sheaves along with Liners (drawings)

Trestle assemblies( drawings) Towers (drawings) Gandolas with hangers and grip system ( drawings)

Emergency drive system ( Arrangement ) Manual drive system (Arrangement)

Backup generator details Civil foundation drawings

The above details may be addressed to execution agencies for early submission.

Page 34: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

34

Stage –wise Payment schedule

Sl.No Description of work Percentage payment of bid document

1. Concluding agreement, APTDC approval of technical

specifications, and supply of basic material (to the value of amount

to be released) to start work at site.

5.00%

2. Payment on submission of design

& drawing for final approval

5.00%

3. Payment and completion of lower

and upper stations.

15.00%

4. Payment on supply of Ropeway

machinery i.e rope, gear box, motors and cabins with all required accessories etc; complete

30.00%

5. After installation of towers, trestles, Ropeway system

including trial run etc; complete

20.00%

6. After supply, installation, testing

and commissioning of ropeway system (running mode) etc; complete

15.00%

7. After completion of Ropeway system one year running , the

final amount will be released

10.00%

Total 100.00

Note : Payment for item No. 1 & 2 will be released against Bank guarantee

for equivalent amount valid up till agreement period of completion

The following components are to be provided in the Ropeway system

Lower station

Sl.

No.

Component/Area Construction material

1 Ticket counter of Size

1.5 M X 2.2M (Clear size inside)

RCC framed structure with masonry panel walls and slab roof with neat finish as directed by the

Engineer-in-charge

2 Manager room of size

6.0 M X 4.0 M with racks for storage of

tickets records etc.

RCC framed structure with masonry panel walls and slab roof with neat finish as directed by the Engineer-in-charge

3 Workshop of size 12 M

X 8Mts. with provision for hanging chain

RCC framed structure with masonry panel walls and slab roof with neat finish as directed by the Engineer-in-charge

Page 35: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

35

block of 5 Tons capacity

4 Waiting Lounge of size 11M X 12M with chairs

RCC framed structure with masonry panel walls and slab roof with neat finish, duly providing maximum ventilation by providing full height glazed windows as directed by the Engineer-in-charge

5 Cafeteria of size 15MX7 Mts.

RCC framed structure with masonry panel walls and slab roof with neat finish, duly providing maximum ventilation by providing full height glazed windows as directed by the Engineer-in-charge

6 Machine and Boarding/alighting hall

27 Mts. X 13 Mts.

RCC framed structure with roof slab or Galvalume sheet/sloped curve shaped roofing with sufficient head room as directed by Engineer-in-charge. The size of the hall must be spacious enough to accommodate the required number of gandolas

7 Toilets with 8 urinals, 2 Water closet and 2

Bathrooms of standard size

With RCC framed structure with masonry panel walls and slab roof with neat finish as directed by the Engineer-in-charge

8 Que Line Q Line with SS railing along with a digital/Electronically controlled gate opening as per standard design approved by Engineer-in-charge.

9 Parking Area Parking area of minimum 1000Sq.M shall be developed with paver blocks flooring

Upper station

1 Waiting Lounge

11Mts. X 12 Mts.)

RCC framed structure with masonry panel walls and slab roof with neat finish, duly providing maximum ventilation by providing full height glazed windows as directed by the Engineer-in-charge

2 Cafeteria of size 15MX7 Mts.

RCC framed structure with masonry panel walls and slab roof with neat finish, duly providing maximum ventilation by providing full height glazed windows as directed by the Engineer-in-charge

3 Machine and Boarding/alighting (As per standards)

RCC frame structure with roof slab or Galvalume sheet/sloped curve shaped roofing with sufficient head room as directed by Engineer-in-charge. The

size of the hall must be spacious enough to accommodate the required number of gandolas

4 Que Line Q Line with SS railing along with digitally/Electronically controlled gate opening as per standard design

5 Parking area approved by Engineer-in-charge/ Parking area of minimum 1000Sq.M shall be developed with paver blocks flooring

Page 36: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

36

APPENDIX II - FORMAT FOR COVERING LETTER

(On the letterhead of the sole/ lead Bidder)

Date:

To

<<Name and address of the Employer>>

Dear Sir/ Madam:

Sub: Development of Infrastructure and Providing Ropeway system at Ahobilam,

Allagadda mandal, Kurnool dist

Being duly authorized to represent and act on behalf

of…………………………………. (hereinafter referred to as “the Bidder”), and

having reviewed and fully understood all of the proposal requirements and

information collected and provided to us, the undersigned hereby submits the

Proposal on behalf of (Name of the Bidder) in response to the Bid for the

abovementioned project with the details as per the requirements of Bid.

We confirm that our offer is valid for a period of 3 months from (insert the Bid Due Date).

We understand that any omission, commission, miss-statement in factual

statements made by us will make our Bid invalid at any time during the course

of Bidding Process and also after award of the project. The Employer reserves

the right to take appropriate action accordingly. We understand that the

Employer reserves the right to accept or reject any or all the Bids and reserves

the right to withhold and/or cancel the Bidding Process.

We also hereby agree and undertake as under:

Notwithstanding any qualifications or conditions, whether implied or otherwise,

contained in our offer we hereby represent and confirm that our Bid is

unconditional in all respects and we agree to the terms of the Agreement.

Yours faithfully,

For and on behalf of

Name of Bidder

Duly signed by the Authorized Signatory of the Bidder

Page 37: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

37

(Name, Title and Address of the Authorized Signatory)

APPENDIX III – GENERAL INFORMATION

(To be provided by sole bidder/ all bidders in a consortium)

1. Bidder details a. Name of the Bidder

b. Bidder’s Constitution (Proprietorship / Partnership / Private Limited / Public Limited)

c. Country of incorporation

d. Address of corporate headquarters and its branch office(s), if any, in India

e. Date of incorporation and/or commencement of business

2. Details of individual (s) who will serve as the point of contact /

communication within the Company:

a. Name:

b. Designation:

c. Company:

d. Address:

e. Telephone Number:

f. E-Mail Address:

g. Fax Number:

3. Name, Designation, Address and Phone Numbers of Authorized Signatory of the Bidder: a. Name:

b. Designation:

c. Company:

d. Address:

Page 38: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

38

e. Telephone Number/ Fax Number:

f. E-Mail Address:

Signature of the Authorized Person (Name,

Designation and Address)

Appendix VI - Format for Financial Eligibility

(To be provided on letter head by sole bidder/ all bidders in a consortium)

Bidder name

FY 2012-13: INR

FY 2013-14: INR ;

Annual Turnover FY 2014-15: INR

FY 2015-16: INR

FY 2016-17: INR

Along with this Appendix, the Bidder should provide an Auditors/ CA

Certificate for the Annual Turnover quoted above

Page 39: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

39

Appendix VII Bank Guarantee Format

B.G. No. Dated:

In consideration of you, <<name and address of the Employer>> , (hereinafter referred to as the "Employer", which expression shall unless it be repugnant to

the subject or context thereof include its, successors and assigns) having agreed

to receive the Bid of

________________________________ (a company registered under the Companies Act, 1956) and having its registered office at

_____________________________________ (and acting on behalf of its Consortium) (hereinafter referred to as the "Bidder" which expression shall unless it be repugnant to the subject or context thereof include its/their executors,

administrators, successors and assigns), for <<project>> at <<>> (hereinafter referred to as "the Project") pursuant to the Bid Document dated ____________

issued in respect of the Project and other related documents including without limitation the draft Service agreement (hereinafter collectively referred to as "Bidding Documents"), we ___________________(Name of the Bank) having our

registered office at _________________________ and one of its branches at

__________________________________ (hereinafter referred to as the "Bank"), at the

request of the Bidder, do hereby in terms of Clauses of the Bid Document,

irrevocably, unconditionally and without reservation guarantee the due and

faithful fulfilment and compliance of the terms and conditions of the Bidding

Documents by the said Bidder and unconditionally and irrevocably undertake

to pay forthwith to the Employer an amount of INR. (Rupees only) (hereinafter

referred to as the "Guarantee") as our primary obligation without any demur,

reservation, recourse, contest or protest and without reference to the Bidder if

the Bidder shall fail to fulfil or comply with all or any of the terms and conditions

contained in the said Bidding Documents.

1. Any such written demand made by the Employer stating that the Bidder is in

Default of the due and faithful fulfilment and compliance with the terms and

conditions contained in the Bidding Documents shall be final, conclusive and

binding on the Bank.

2. We, the Bank, do hereby unconditionally undertake to pay the amounts due and

Page 40: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

40

payable under this Guarantee without any demur, reservation, recourse, contest

or protest and without any reference to the Bidder or any other person and

irrespective of whether the claim of the Employer is disputed by the Bidder or

not, merely on the first demand from the Employer stating that the amount

claimed is due to the Employer by reason of failure of the Bidder to fulfil and

comply with the terms and conditions contained in the Bidding Documents

including failure of the said Bidder to keep its Bid open during the Bid validity

period as set forth in the said Bidding Documents for any reason whatsoever.

Any such demand made on the Bank shall be conclusive as regards amount due

and payable by the Bank under this Guarantee.

3. This Guarantee shall be irrevocable and remain in full force for a period of

240 (two hundred and forty) days from the Bid Due Date inclusive of a claim

period of 60 (sixty) days or for such extended period as may be mutually agreed

between the Employer and the Bidder, and agreed to by the Bank, and shall

continue to be enforceable till all amounts under this Guarantee have been paid.

4.We, the Bank, further agree that the Employer shall be the sole judge to decide

as to whether the Bidder is in default of due and faithful fulfilment and

compliance with the terms and conditions contained in the Bidding Documents

including, inter alia, the failure of the Bidder to keep its Bid open during the Bid

validity period set forth in the said Bidding Documents, and the decision of the

Employer that the Bidder is in default as aforesaid shall be final and binding on

us, notwithstanding any differences between the Employer and the Bidder or

any dispute pending before any Court, Tribunal, Arbitrator or any other

Employer.

5. The Guarantee shall not be affected by any change in the constitution or

winding up of the Bidder or the Bank or any absorption, merger or amalgamation

of the Bidder or the Bank with any other person.

6. In order to give full effect to this Guarantee, the Employer shall be entitled

to treat the Bank as the principal debtor. The Employer shall have the fullest

liberty without affecting in any way the liability of the Bank under this

Guarantee from time to time to vary any of the terms and conditions contained

in the said Bidding Documents or to extend time for submission of the Bids or

the Bid validity period or the period for conveying acceptance of Letter of Award

by the Bidder or the period for fulfilment and compliance with all or any of the

terms and conditions contained in the said Bidding Documents by the said

Bidder or to postpone for any time and from time to time any of the powers

exercisable by it against the said Bidder and either to enforce or forbear from

enforcing any of the terms and conditions contained in the said Bidding

Documents or the securities available to the Employer, and the Bank shall not

be released from its liability under these presents by any exercise by the

Employer of the liberty with reference to the matters aforesaid or by reason of

time being given to the said Bidder or any other forbearance, act or omission on

the part of the Employer or any indulgence by the Employer to the said Bidder

or by any change in the constitution of the Employer or its absorption, merger

Page 41: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

41

or amalgamation with any other person or any other matter or thing whatsoever

which under the law relating to sureties would but for this provision have the

effect of releasing the Bank from its such liability.

7. Any notice by way of request, demand or otherwise hereunder shall be

sufficiently given or made if addressed to the Bank and sent by courier or by

registered mail to the Bank at the address set forth herein.

8. We undertake to make the payment on receipt of your notice of claim on

us addressed to _____________________ [name of Bank along with branch address] and delivered

at our above branch which shall be deemed to have been duly authorized to

receive the said notice of claim.

9. It shall not be necessary for the Employer to proceed against the said Bidder

Before proceeding against the Bank and the guarantee herein contained shall

be enforceable against the Bank, notwithstanding any other security which the

Employer may have obtained from the said Bidder or any other person and

which shall, at the time when proceedings are taken against the Bank

hereunder, be outstanding or unrealized.

10.We, the Bank, further undertake not to revoke this Guarantee during its

currency except with the previous express consent of the Employer in writing.

11. The Bank declares that it has power to issue this Guarantee and discharge

the obligations contemplated herein, the undersigned is duly authorized and

has full power to execute this Guarantee for and on behalf of the Bank.

13. For avoidance of doubt, the Bank's liability under this Guarantee shall be

restricted to INR (Rupees only). The Bank shall be liable to pay the said amount or any part thereof only if the Employer serves a written claim on the Bank on

or before

______________________________________ (indicate date falling 240 days after the

Bid Due Date)].

Signed and Delivered by Bank

By the hand of Mr. /Ms. , its and authorized Official.

Page 42: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

42

(Signature of the Authorized Signatory)

(Official Seal)

Page 43: GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH … · 2020-02-12 · GOVERNMENT OF ANDHRA PRADESH ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION BIDDING DOCUMENT Name of the work : Development

43

Appendix VIII – Format for Price Bid

(To be submitted on letter head of sole/ lead bidder)

Date:

To

<<Employer name and address>>

Dear Sir/ Madam

Ref: Development of Infrastructure and Providing Ropeway system at

Ahobilam, Allagadda mandal, Kurnool dist I/ we agree to undertake the

scope work for establishment of ropeway on the stipulated terms and

conditions and other particulars therein. I / we hereby submit our

unconditional financial proposal

i. I/We quote Rupees __________ (Rupees in words followed by Rs. in

figures in brackets) inclusive of all applicable taxes and duties.

ii. We abide by the above quote, terms and conditions of the Bid, if

employer selects us as the Agency for this particular project.

iii. We also understand that, in case any difference between the quoted

amount in words and figures, the quote in words will be taken as

final.

iv. We agree that this offer shall remain valid for a period of __90______ days from the Proposal Due Date or such further period as may be mutually agreed upon.

For and on behalf of:

Signature:

(Authorized Representative and Signatory of the

Bidding Company) Name of the Person:

Designation:

SEAL OF THE BIDDING ENTITY