GOVERNMENT OF

ANDHRA PRADESH TOURISM DEVELOPMENT CORPORATION

BIDDING DOCUMENT

Name of the work :

Design, construct with supply, installation, testing , commissioning, operation, maintenance and run cable car for 1 year(jig back system – mono cable ropeway) at Ahobilam , , Andhra Pradesh.- on EPC turnkey system .

OFFICE OF THE SUPERINTENDING ENGINEER APTDC LTD, VIJAYAWADA, ANDHRA PRADESH

 GOAP – APTDC is inviting Bids for the above work in response to this bid document.  The Bid document can be down loaded from the web site www.aptourism.gov.in. From 23rd May 2018 till 05.06.2018.

AHOBILAM ROPEWAY PROPOSAL

Ahobilam

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 . According to Brahmanda purana , this place was once haunt of Hiranyakasipa who was slain by Sriman Narayan in his avatara aspect for the sake of his devotee . 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.

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.

Location :

Ahobilam is situated in the , and is about 24 kms from 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.

The whole complex is composed of two parts – one called Yeguva Ahobilam (upper Ahobilam) which contains shrines devoted to Nava Narasimha (nine ) 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.

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.

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.

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 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 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.

13 AHOBILAM ROPEWAY PROPOSAL As a part of providing facility to pilgrim tourist of “Divya Punya Kshetram Ahobilam” a rope way 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.

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 --

 Lower station is proposed near the satram along the revetment rea.   Upper station is proposed in front of the “Malola Shrine” where flat place is available.   The level difference is about 100 mtrs approximately.   The aerial distance is about 700 to 800 mtrs approximately.   Mono – rope jig back system ropeway with 2+2 gandolas proposed (4 seater ( upper Ahobilam) each).

Tourists Flow :

The tourist flow ascertained from temple people :-

a) Week days - 300 to 400 tourists

b) Week ends - 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 2 nd 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

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

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 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

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. c) For Phase-II project, near steel bridge area for landing station requirement minimum 20m X 10m is needed. d) For towers min. 15 ft x 15 ft for foundations. No. of towers required will be finalized after ropeway design.

2Instructions to Bidders

A. GENERAL

1. Scope of Bid 1.1 The Employer named in the BDS invites bids for the project, as and Bidding briefly described in the BDS and specified in greater detail in Process these Bidding Documents. 1.2 The timelines for the project shall be as mentioned in the BDS

2. Fraud and 2.1 It is the Employer’s policy to ensure bidders shall, observe the Corruption 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 purpose, including the attempt to improperly influence the actions of another party; (iv) “coercive practice”2 is 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

In this context, any action taken by a bidder to influence the Bid process for undue advantage is improper.

1

(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 Bidders 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.

4. Conditions 4.1 The bids may be submitted as a sole bid or as a consortium. In Sole and for case of a consortium, the number of consortium members should consortium as mentioned in the BDS. bids

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 Bidding 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 other relevant documents must be got vetted as per the directions and instructions of the departmental officers, The cost of vetting must be borne by the bidder/Agency 5.2 The Bidder agrees that all bidding costs and expenses shall be non-refundable.

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

S.No Description Approximate Period of span of the completion Ropeway 1. Supply, installation, testing, commissioning, operation, maintenance & run for cable(oneyear) 800 Meters 06 Months car/Ropeway(Jig back system – monocable ) Ist phase : upper Narasimhaswamy Brahmin satram area to Malola Narasimhaswamy temple, Ahobilam at Kurnool(DT), Andhra Pradesh

1. Scope of work Supply, installation, testing, commissioning, operation, maintenance & run for cable car/Ropeway(Jig back system monocable ) 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.

3. The non – refundable bid processing fee of Rs 10,000/- to be payable in Demand draft in favour of APTDC LTD, Vijayawada. 4. 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) 5. Solvency certificate from any Indian Nationalized / scheduled banks of value not less than Rs 5 Crores shall be submitted in the prescribed proforma. 6. 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. 7. 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. 8. EMD/Bid security payable to APTDC LTD, Vijayawada to be enclosed to Technical/ Financial Bid(coverI).

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:

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 ) Ist phase : upper Narasimhaswamy Brahmin satram area to Malola Narasimhaswamy temple Ahobilam, Kurnool (DT), Andhra Pradesh state, India 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 APTDC LTD, Vijayawada payable to 10 Bid document 23.05.2018 downloading start date 11. Bid document 05.06.2018 downloading end date 12. Bid submission 05.06.2018 closing date 13. Technical bids 06.06.2018 opening date 14. Price bid opening 07.06.2018 date (financial bid ) 15. Place of tender Office of the Superintending engineer opening APTDC LTD, Vijayawada Andhra Pradesh

16. Officer inviting Office of the Superintending engineer Bids/contact person APTDC LTD, Vijayawada Andhra Pradesh

17. Address/emailed of Office of the Superintending engineer Contact person APTDC LTD, Vijayawada Andhra Pradesh

18. Contact details, SE 98480-07026 telephone, fax Consultant (RW)- 7893602578 19 Contact details for B.Eshwaraiah, EE, 9848306437 site visit 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 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 stations 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.

Rope way 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 Allanberry 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). 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 : 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. (Approval of 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 equipments 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 turn key 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. 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

8. No of cabins in line 02

9. Total no of cabins 04

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

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)

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 off 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.  The designs and details prepared by the contractor shall got vetted from the proof consultancy agency independently , the cost of which should be entirely borne by the contractor.  Construction insurance coverage till completion of the project is the responsibility of the contractor.

 Every part of the 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 the Ropeway to be informed along with the design drawings and worksheets.

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/AVK.

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

Stage –wise Payment schedule

S.No Description of work Percentage payment of bid document 1. APTDC approval of technical specifications, concluding 5.00% agreement and supply of basic material to start work at site. 2. Payment on submission of design & drawing for final 5.00% approval 3. Payment and completion of 15.00% lower and upper stations. 4. Payment on supply of Ropeway machinery i.e rope, gear box, motors and cabins with all 30.00% required accessories etc; complete 5. After installation of towers, trestles, Ropeway system 20.00% including trial run etc; complete 6. After supply, installation, testing and commissioning of ropeway 15.00% system (running mode) etc; complete 7. After completion of Ropeway system one year running , the 10.00% final amount will be released Total 100.00

APPENDIX II - FORMAT FOR COVERING LETTER (On the letterhead of the sole/ lead Bidder)

Date: To <>

Dear Sir/ Madam: Sub: Selection of Bidder for establishment of Ropeway at Ahobilam, Kurnool District, Andhra Pradesh

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 (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:

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

Appendix VII Bank Guarantee Format

B.G. No. Dated:

In consideration of you, <> , (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 <> 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 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 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.

(Signature of the Authorized Signatory)

(Official Seal)

Appendix VIII – Format for Price Bid

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

Date: To

<>

Dear Sir/ Madam

Ref: Design, Construct with Supply, Installation, Testing Commissioning, Operation, Maintenance and run for Cable Car/Ropeway for One year(Jigback system- monocable) at Ahobilam,Kurnool (Dt) , Andhra Pradesh

i. 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 ii. I/We quote Rupees ______(Rupees in words followed by Rs. in figures in brackets) inclusive of all applicable taxes and duties. iii. We abide by the above quote, terms and conditions of the Bid, if employer selects us as the Agency for this particular project. iv. 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. v. 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

42