APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS · 1 Nos. Dindi, East Godavari Dist. 02 Two double...

52
APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS Page 1 of 52 DISCLAIMER This Tender Document for “Procurement of House Boats for APTDC” contains brief information about the Organization & its activities, Requirements & Specifications of House Boats, the Qualification Requirements and the Selection process for the successful Bidder. The purpose of this tender document is to provide Bidders with information to assist the formulation of their bid application (the ‘Application’). The information contained in this tender Document or subsequently provided to Interested parties (the Bidder(s)”), in writing by or on behalf of Andhra Pradesh Tourism Development Corporation Limited (APTDCL) is provided to the Bidder(s) on the terms and conditions set out in the tender documents and any other terms and conditions subject to which such information is provided. This tender Document does not purport to contain all the information that each Bidder may require. This tender Document has been prepared with a view to provide the relevant information about the House Boat requirements & specifications for APTDCL and has not been prepared keeping in mind the investment objectives, financial situation and particular needs of each Bidder. The APTDCL advises the Bidders to conduct their own investigations and analysis and satisfy themselves of the accuracy, reliability and completeness of the information in this tender Document and to obtain independent advice from appropriate sources. The APTDCL, its employees and advisors make no representation or warranty and shall not be liable in any manner whatsoever as to the accuracy reliability or completeness of the information provided in this tender Document. This tender may not be appropriate for all persons, and it is not possible for APTDCL, its employees or advisors to consider the investment objectives, financial situation and particular needs of each party who reads or uses this tender. The assumptions, assessments, statements and information contained in the Bidding Documents may not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct his/her own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments, statements and information contained in this tender and obtain independent advice from appropriate sources. Information provided in this tender document to the Bidder(s) is on a wide range of matters, some of which may depend upon interpretation of law. The information given is not intended to be an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. APTDCL accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed herein. Intimation of discrepancies in the tender Document, if any, may be given, by the Bidders, to the office of the APTDCL immediately. If APTDCL receives no written communication, it shall be deemed that the Bidders are satisfied with the information provided in the tender document. This tender Document is not an agreement and is not an offer or invitation by APTDCL to any other party. The terms on which the house boats shall be purchased and the right of the successful Bidder, shall be as set out in separate agreements executed between APTDCL and the successful Bidder in the format broadly set out herein. APTDCL may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumptions contained in this tender document.

Transcript of APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS · 1 Nos. Dindi, East Godavari Dist. 02 Two double...

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 1 of 52

    DISCLAIMER

    This Tender Document for “Procurement of House Boats for APTDC” contains brief information about the

    Organization & its activities, Requirements & Specifications of House Boats, the Qualification

    Requirements and the Selection process for the successful Bidder. The purpose of this tender document is

    to provide Bidders with information to assist the formulation of their bid application (the ‘Application’).

    The information contained in this tender Document or subsequently provided to Interested parties (the

    “Bidder(s)”), in writing by or on behalf of Andhra Pradesh Tourism Development Corporation Limited (APTDCL) is provided to the Bidder(s) on the terms and conditions set out in the tender documents and any other terms and conditions subject to which such information is provided.

    This tender Document does not purport to contain all the information that each Bidder may require. This

    tender Document has been prepared with a view to provide the relevant information about the House

    Boat requirements & specifications for APTDCL and has not been prepared keeping in mind the investment

    objectives, financial situation and particular needs of each Bidder. The APTDCL advises the Bidders to

    conduct their own investigations and analysis and satisfy themselves of the accuracy, reliability and

    completeness of the information in this tender Document and to obtain independent advice from

    appropriate sources. The APTDCL, its employees and advisors make no representation or warranty and

    shall not be liable in any manner whatsoever as to the accuracy reliability or completeness of the

    information provided in this tender Document.

    This tender may not be appropriate for all persons, and it is not possible for APTDCL, its employees or

    advisors to consider the investment objectives, financial situation and particular needs of each party who

    reads or uses this tender. The assumptions, assessments, statements and information contained in the

    Bidding Documents may not be complete, accurate, adequate or correct. Each Bidder should, therefore,

    conduct his/her own investigations and analysis and should check the accuracy, adequacy, correctness,

    reliability and completeness of the assumptions, assessments, statements and information contained in

    this tender and obtain independent advice from appropriate sources.

    Information provided in this tender document to the Bidder(s) is on a wide range of matters, some of

    which may depend upon interpretation of law. The information given is not intended to be an exhaustive

    account of statutory requirements and should not be regarded as a complete or authoritative statement

    of law. APTDCL accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on

    law expressed herein.

    Intimation of discrepancies in the tender Document, if any, may be given, by the Bidders, to the office of the APTDCL immediately. If APTDCL receives no written communication, it shall be deemed that the Bidders are satisfied with the information provided in the tender document.

    This tender Document is not an agreement and is not an offer or invitation by APTDCL to any other party.

    The terms on which the house boats shall be purchased and the right of the successful Bidder, shall be as

    set out in separate agreements executed between APTDCL and the successful Bidder in the format broadly

    set out herein. APTDCL may in its absolute discretion, but without being under any obligation to do so,

    update, amend or supplement the information, assessment or assumptions contained in this tender

    document.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 2 of 52

    APTDCL, its employees and advisors make no representation or warranty and shall have no liability to any

    person, including any Applicant or Bidder under any law, statute, rules or regulations or tort, principles of

    restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from

    or be incurred or suffered on account of anything contained in this tender document or otherwise,

    including the accuracy, adequacy, correctness, completeness or reliability of the tender document and any

    assessment, assumption, statement or information contained therein or deemed to form part of this

    tender document or arising in any way for participation in this Bid Stage

    APTDCL also accepts no liability of any nature whether resulting from negligence or otherwise howsoever

    caused arising from reliance of any Bidder upon the statements contained in this tender document.

    APTDCL may in its absolute discretion, but without being under any obligation to do so, update, amend or

    supplement the information, assessment or assumptions contained in this tender document. APTDCL

    reserves the right to accept or reject any or all Applications without giving any reasons thereof. APTDCL

    will not entertain or be liable for any claim for costs and expenses in relation to the preparation of the

    documents to be submitted in terms of this tender Document.

    The Bidder shall bear all its costs associated with or relating to the preparation and submission of its Bid.

    All such costs and expenses will remain with the Bidder and APTDCL shall not be liable in any manner

    whatsoever for the same or for any other costs or other expenses incurred by a Bidder in preparation or

    submission of the Bid, regardless of the conduct or outcome of the Bidding Process. The word “Bid” and

    “Tender” is used interchangeably in the document.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 3 of 52

    SECTION 1

    PROJECT BACKGROUND

    1. PROJECT BACKGROUND

    1.1. Introduction

    1.1.1 Andhra Pradesh Tourism Development Corporation Limited is a government of Andhra Pradesh

    Undertaking functioning under the Tourism Department, Government of Andhra Pradesh, aimed at

    promoting and managing tourist destinations and packages, to facilitate tourist’s inflow from all over India

    and abroad.

    1.1.2 As part of its existing mandate, Andhra Pradesh Tourism Development Corporation Limited (APTDC) has also undertaken additional infrastructure development to offer different services which gives sustainable additional revenue to the corporation, and on the other hand it also provides incentive for private sector Hotels. Through this tender APTDC intends, to select a ‘Marine Fabricator’ for the Procurement of House Boats to deploy in the backwaters/freshwater/saline water of the following places as mentioned in the document.

    1.1.3 This Project is envisaged to diversify the tourism services offered by the Corporation to

    supplement its revenue and to provide additional entertainment option to the tourists visiting this

    state. An information document covering details of the instant proposal may be downloaded from the

    website www.aptdc.gov.in.

    1.1.4 APTDC Ltd. intends to procure Two (02) numbers of Maintenance free House Boats which are to be deployed at different locations of Back waters/Fresh waters/saline water of Andhra Pradesh. The details are at Vijayawada...

    · Four double bedded room (Attached bath & Toilet) House Boats with facilities for driver cabin, pantry attendant room and per the standard design mentioned in the document ---- 1 Nos.

    • Two double bedded room (Attached bath & Toilet) House Boats with Restaurant, Kitchen, sit outs with open space etc ---- 1 Nos.

    1.1.5 The work will be awarded to the successful Bidder on the basis of the rate quoted by them (subject to Bidder fulfilling the Eligibility Criteria, as laid down in this tender document)

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 4 of 52

    SECTION 2

    NOTICE INVITING BID

    2.0 Notice Inviting Bids

    2.1 APTDC Ltd. intends to procure Four (02) no's of Maintenance free House Boats which are to be deployed at different locations of Back waters/Lake/River of Andhra Pradesh details of which are given below.

    Sl. No. Particulars/Description Quantity Location

    01 Four double bedded room (Attached bath & Toilet) with

    dining/Mini conference House Boats with facilities for driver

    cabin, pantry attendant room ate as per the standard design

    1 Nos. Dindi, East

    Godavari Dist.

    02 Two double bedded room (Attached bath & Toilet) with

    dining/Mini conference House Boats with facilities for driver

    cabin, pantry attendant room ate as per the standard design

    1 Nos. Dindi East

    Godavari Dist.

    2.2 APTDC invites online Bids from any reputed House Boat fabricators for Drawing & Design,

    Development, Fabrication and Delivery of the House Boats. The selected Bidder should Submit/obtain

    drawing & design approval, fabrication related necessary clearances and approvals from the Government agencies/departments on their own and the fabrication shall have be done under the

    supervision of the Agency/ officer deputed by APTDCL

    2.3 Deemed Knowledge and Disclaimer:-

    2.3.1 APTDCL shall receive offline Bids pursuant to this tender document, in accordance with the terms

    set forth herein as modified, altered, amended and clarified from time to time by APTDCL. Bidders shall

    submit bids in accordance with such terms on or before the Proposal Due Date. The participating

    Bidders are expected to ascertain on its own responsibility, information, technical data, traffic data,

    market study, etc. on his own.

    2.3.2 The Bidder hereby admits, agrees and acknowledges that APTDCL has not made any representation to the Bidder or given any warranty of any nature whatsoever in respect of the instant proposal of purchasing house boats including in respect of its usefulness, utility etc. or the fulfillment of criteria or conditions for obtaining Applicable Permits by the Bidder for the Proposal.

    2.4 Salient features of bidding Process:

    a) APTDCL has adopted offline bidding process for declaration of a Selected Bidder for each schedule to grant rights under the Lease Agreement for the Leased Space. b) The details of bidding process are provided in Section 3. c) Schedule of bidding process for RFP:

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 5 of 52

    01.10.2018

    Publishing date

    Pre bid meeting (All the bidders are requested to

    attend the pre bid meeting) 08.10.2018, 3:00PM

    Cost of Tender Document (Non refundable) Rs.15,000/-

    Last Date & Time of submission of sealed bids 19.10.2018 -15.00 Hrs,

    (Proposal due date)

    Date & Time of opening of bids 19.10.2018 (As per the decision of the tender committee)

    Mail id/Phone [email protected] /[email protected] 0866-2552969

    Authority and place for submission of bid

    The Superintending Engineer/Chief Engineer

    APTDC Ltd.,

    document cost and seeking clarifications 5th

    floor, Stalin Corporate

    Vijayawada 520007

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 6 of 52

    SECTION 3

    REGULATION OF BIDS AND LEASE AGREEMENT 3.1 GENERAL 3.1.1 APTDCL invites online Bids from eligible Bidders in terms of eligibility criteria as specified in this document to procure Four (02) no's of Maintenance free House Boats. 3.1.2 The information submitted in the tender document will form the basis for evaluating the Bidders. The Bidders may participate in the Bid process as per the instructions given in this tender document 3.1.3 From amongst the Bidders fulfilling the Eligibility Criteria, as laid down in this tender document, the tender shall be awarded to the Selected Bidder on the basis of the lowest rate quoted by the Selected Bidder. 3.1.4 The intending Bidder must read the terms and conditions carefully. 3.1.5 Information and instructions for tenderers posted on website shall form part of tender documents

    3.1.6 The tender document can be seen and downloaded from website www.aptdc.gov.in 3.1.7 Tender Document can only be submitted along with technical bid and is mandatory documents

    towards cost of Bid Documents such as Demand Draft drawn in the name of “APTDC Limited” payable at

    Vijayawada and towards Tender Security such Demand Draft/Bank Guarantee drawn in the name of

    “APTDC Limited” payable at Vijayawada and other documents as stated under Clause 3.15 of tender

    Document. 3.1.8 Tenderer must ensure to quote rate both in words and figures in financial proposal including taxes

    (The tax component must be shown separately but must be inclusive).

    3.2 Downloaded Tender Documents: 3.2.1 The complete bid document can be downloaded from the website of www.aptdc.gov.in The Demand

    draft towards cost of bidding fees for Rs. 15,000/- and Demand draft towards Bid Security of Rs. 3,00,000/-

    must be submitted along with the technical bid for evaluation before the opening of the bids failing which

    the bid shall be rejected out rightly. However, the bidder must pay balance EMD at the time of agreement

    totaling to 2.5% of the quoted value/order value. No tampering, alteration or changing of the contents of

    the Bid documents is permissible. APTDCL shall not be responsible for any printing error while

    downloading the documents.

    3.3 Queries in Tender Documents and Amendments 3.3.1. Bidders may send their queries, if any, to SE and CE, APTDCL in writing/mail not later than the date

    specified under the bid schedule of Section-II of tender documents (Mail ids [email protected] and [email protected]

    ). APTDCL shall Endeavour to provide clarifications and such further information as it may, in its sole

    discretion, consider appropriate for facilitating a fair, transparent and competitive bidding process,

    however, no queries received after prescribed date shall be entertained by the APTDCL. 3.3.2 At any time prior to the Proposal Due Date, the APTDCL may, for any reason whatsoever, whether

    at its own initiative or in response to clarifications requested by a bidder, modify the tender document

    through the issuance of an addendum/corrigendum. This shall be uploaded on the website stated in 3.1.6

    and shall be binding upon all the bidders. 3.3.3 In order to give the Bidders reasonable time to take an addendum into account, or for any other reason, APTDCL may, at its discretion, extend the Proposal Due Date. 3.3.4 The Response to queries/ addendums (if any) will be uploaded on www.aptdc.gov.in and the Bidders are advised to keep a regular check on the website for any such updates.

    3.4 Pre-bid Meeting 3.4.1 Participating Pre-Bid meeting is optional.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 7 of 52

    3.4.2 APTDCL shall conduct a pre-bid meeting on the date and location specified under the bid schedule of Section-II of tender document for the purpose of providing clarification and answering the queries of the prospective Bidders. 3.4.3 The tenderer is requested to submit any question in writing or by facsimile, to reach APTDCL not later than the last date of seeking clarification as mentioned in key details of NIT. 3.4.4 Any modification of the Tender Documents, which may become necessary as a result of the Pre-Tender meeting, shall be made by the APTDCL exclusively through the issue of an Addendum/ corrigendum pursuant to Clause 3.3 above. 3.4.5 The intending bidders has to submit the detail drawings including profile, plan, section etc, for scrutiny by the technical team at the time of pre-bid meeting . Approved drawings will be uploaded on the website as an addendum and the bidders shall have to quote rate in his financial bid as per the approved design, diagram uploaded in the website.

    3.5 ELIGIBILITY CRITERIA

    Only reputed firms having sufficient experience in fabricating House Boats are eligible to participate in the tender

    The Bidder shall meet the following minimum Eligibility Criteria (the “Eligibility Criteria”):

    3.5.1 A Bidder must have:

    • Five years experience in House Boat fabrication

    • Executed similar nature of works to the tune of at least 300 lakhs on an continuously for the past three years

    • IT, VAT, GST registration/Clearance for the past three years • Firm registration certificate • Τurnover of Rs. 300 lakhs on an average for the last three financial years

    For the purpose of evaluation of bidder’s qualifications, documents in support of the following details must be submitted

    Statement -I

    Details of building of house boats and magnitude carried out (Purchase order copies/ Agreement to be enclosed/Completion certificates/Satisfactory certificate/Appreciation letter) along with documentary evidence of satisfactory performance. The tenderer shall have necessary infrastructure required for building house boats under stability and inclination test need to be carried out by any recognized approved agency.

    Statement-II

    Details of works tendered and work on hand with value of work.

    Statement -III

    Details of Yard, Machinery, Tools, & Moulds, Space for construction available with the tenderer for use in this work

    Statement -IV

    Details of Naval Architects and other technical personnel of the tenderer along with names, Educational qualifications and experience

    Statement-V

    General arrangement drawings must be enclosed for guidance

    Statement-VI

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 8 of 52

    Proofs of GST/VAT registration, Yard facilities, Firm registration, latest Income tax clearance certificate at least for the past three years must be enclosed

    Statement-VII

    Financial statements of the company as well as letter from the banks regarding credentials of the bidder. Bank solvency is required to produce for minimum 300 lakhs. The builder must submit the business turnover particulars of last 3 years.

    3.5.2 Consortiums are not allowed. 3.5.3 The minimum average annual turnover of a Bidder should be Rs 3,00,00,000/- (Rs. Three Crores lakhs Only) for the preceding three financial years as per the audited balance sheets of the Bidders. The financial data in the prescribed format shall be certified by Chartered Accountant with his stamp and signature in original. In case audited balance sheet of the last financial year is not made available by the bidder, he has to submit an affidavit certifying that ‘the balance sheet has actually not been audited so far’. In such a case the financial data of previous ‘2’ audited financial years will be taken into consideration for evaluation. If audited balance sheet of any year other than the last year is not submitted, the tender may be considered as nonresponsive.

    3.6. LANGUAGE AND CURRENCY

    3.6.1 The Bid and all the related correspondence and documents shall be written in English language only. 3.6.2 The currency for the purpose of the Bid shall be the Indian National Rupee (INR).

    3.7. TENDER SECURITY

    3.7.1 The successful Tenderer shall submit a Tender Security for Rs 3,00,000/- (Rupees Three lakhs only) as hard copy in shape of demand draft in the name of APTDC Limited at the time of tenders.

    3.7.2 Any Tender not having an acceptable Tender Security shall be rejected by the APTDCL considering it

    as non-responsive and their Technical package shall not be opened and if opened then it will NOT be

    evaluated. No post bid clarification shall be sought on tender security.

    3.7.3 The Tender Security of the successful Tenderer shall be returned upon the execution of the Contract and the receipt by the APTDCL of the Security Deposit in accordance with Clause below. 3.7.4 The Tender Security of tenderers who fail in technical evaluation shall be returned after opening of financial package. Tender security of the unsuccessful tenderers in financial opening shall be released after

    unconditional acceptance of the Letter of Acceptance (LOA) by the successful tenderer.

    3.7.5 The Tender Security shall be forfeited:

    • if the Bidder withdraws its Bid during the interval between the Bid Due Date and the expiration of the Bid Validity Period

    • if the Selected Bidder fails to make the payments within the time specified in this tender document, or any extension thereof granted by APTDCL

    • if the successful Tenderer refuses or neglects to execute the Contract or fails to furnish the required Security Deposit within the time specified or extended by the APTDCL

    • if the Tenderer does not accept the arithmetic corrections to his Tender price, as per the relevant clause in the Tender document.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 9 of 52

    3.8 SECURITY DEPOSIT

    3.8.1 The Security Deposit will be 10% of the total work order value and the same will be deducted from

    each bill. The tender security of the successful bidder will be adjusted towards Security Deposit.

    3.8.2 The said Security Deposit will be kept valid till the final settlement of accounts which shall be done in

    maximum of 180 days of the end of the execution period.

    3.9 PROPOSAL PREPARATION COST

    The Bidder shall be solely responsible for all the costs associated with the preparation of its Bid and its

    participation in the bidding process, including all types of due diligence that may be required for the

    process. The APTDCL shall not in any way be responsible or liable for such costs, regardless of the conduct

    or outcome of bidding.

    3.10 VALIDITY OF OFFER

    3.10.1 The Proposal shall remain valid for a period not less than one hundred eighty (180) days from the

    Bid Due Date (“Proposal Validity Period” or “Bid Validity Period”). APTDCL reserves the right to reject any

    Bid that does not meet this requirement. APTDCL may however request the Bidders to extend the validity

    of their Bids for a specified additional period.

    3.10.2 A Bidder agreeing to the request will not be allowed to modify its Bid, but would be required to

    extend the validity of its tender security for the relevant period of extension.

    3.10.3 The Bid Validity Period of the Selected Bidder shall stand extended till the date of execution of the

    Work.

    3.11 PREPARATION AND SUBMISSION OF PROPOSAL

    The Bids should be submitted in the forms prescribed under this section, and the relevant Annexure in

    Section 4.

    3.11.1 The completed Bids shall be accepted only up to the date and time as specified in under the bid

    schedule of Section-II of tender document. Bids have to be submitted to APTDC in person or by post.

    APTDC will not be responsible for any delay in receipt of bid.

    3.11.2 The Bidders shall furnish the information strictly as per the formats given in Section 4 of this

    document without any ambiguity. The APTDCL shall not be held responsible if the failure of any Bidder to

    provide the information in the prescribed formats results in a lack of clarity in the interpretation and

    consequent disqualification of its Bid.

    3.11.3 Deleted

    3.11.4 Deleted

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 10 of 52

    3.11.5 All Proposals/Bids shall be submitted by the bidder duly signed. In case of a Consortium, the

    proposal shall be uploaded by the duly Authorized Signatory of the Lead Member. The Bidders shall submit

    a supporting Power of Attorney (POA) authorizing the Signatory of the Proposal, to commit the Bidder and

    agreeing to ratify all acts, deeds and things lawfully done by the said attorney and such POA shall be

    signed by all members of the Consortium and shall be legally binding on all of them.

    3.11.6 The Proposal shall be submitted duly signed by the Authorized Signatory in unequivocal acceptance

    of all the terms and conditions of this Bid Document. All the alterations, omissions, additions, or any other

    amendments made to the Proposal shall mandatorily be initialed by the Authorized Signatory.

    3.11.7 All the witnesses and sureties shall be persons of status and probity and their full names and

    addresses shall be stated below their signature. All signatures in the Bid Documents shall be dated.

    3.11.8 Bidders are required to submit the Original tender document after downloading from the website

    which must be signed on each page in acceptance of all the terms and conditions of the Bid Document.

    3.12 SUBMISSION OF BIDS

    3.12.1 ALL bidders should submit the bid Document cost and tender security (Originals) to the office of the

    Superintending Engineer, APTDCL as specified in bid document.

    3.12.2 The technical package/qualification documents shall be submitted physically in the office of the

    Superintending Engineer, APTDC, Stalin Corporate, 5th

    floor, Vijayawada, and shall contain the following:

    Letter of Application and Interest (As per Annexure 1), General Information of the Bidder (As per Annexure

    2), Summary of Financial Capability (As per Annexure 3), Power of Attorney for Signing Of the Application

    (As per Annexure 8), Affidavit (As per Annexure 5), Original RFP Document duly signed (on each page) by

    an authorized representative as a token of acceptance of all the terms and conditions. Drawing and design

    of the proposed house boat considering the location of our proposed placement of boats in Andhra

    Pradesh.

    3.12.3 The Financial Proposal (as per Annexure 4) shall be submitted in a separate sealed cover.

    3.12.4 Tenders received after due date and time of submission shall not be accepted.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 11 of 52

    3.13 BIDDER’S RESPONSIBILITY

    3.13.1 It would be deemed that prior to the submission of the Bid, the Bidder has made a complete and

    careful examination of a) The requirements and other information set forth in this tender document. b)

    The various aspects of the offer (i) Project area, existing facilities, the access to the roads and the utilities;

    (ii) All other matters that might affect the Bidder’s performance under the terms of this tender, including

    all risks, costs, liabilities and contingencies associated with the project c) All the Bids shall be signed by the

    Bidder or the duly authorized signatory of the Bidder. d) Bidder shall visit the Project Site at its own cost

    before submitting the Bid.

    3.13.2 APTDC shall not be liable for any mistake or error or neglect by the Bidder in respect of the above.

    The Bids that are not substantively responsive to the requirements of this tender document shall be

    rejected as non responsive.

    3.14 MODIFICATION AND WITHDRAWAL OF PROPOSALS

    3.14.1 No Proposal shall be modified or withdrawn by the Bidder after the Bid Due Date.

    3.14.2 Withdrawal of a Bid during the interval between Bid Due Date and the expiration of the Bid Validity

    Period would result in the automatic forfeiture of the tender security.

    3.15 OPENING OF BIDS

    3.15.1 The Technical Package of all tenderers who have submitted a valid tender security and cost of

    tender document shall be opened in the presence of representatives of tenderers who choose to attend

    on date & time as mentioned in tender document in the office of the Superintending Engineer, APTDCL, 5th

    floor, Stalin Corporate, Autonagar, Vijayawada. Tenderers may visit APTDCL website to know latest

    Technical Opening information after completion of opening process. Tenderers can also see the Technical

    Sheets (check-list) of other tenderers after completion of opening process by log-in into the web-site. If

    such nominated date for opening of Tender is subsequently declared as a Public Holiday by the

    Government of Andhra Pradesh, the next official working day shall be deemed as the date of opening of

    Technical Package. The Tender of any tenderer who has not complied with one or more of the foregoing

    instructions may not be considered.

    3.15.1 (a) If the documents do not meet the requirements of the APTDCL, a note will be recorded

    accordingly by the Tender Opening Authority.

    3.15.1 (b) The tenderers name, details of the tender security and such other details as the APTDCL or his

    authorized representative, at his discretion, may consider appropriate will be announced at the time of

    tender opening.

    3.15.1 (c) The signed financial package which tenderer have submitted in a separate cover will be opened

    on a subsequent date after evaluation of technical packages. Financial packages of only those tenderers

    whose submissions are found substantially responsive and technically compliant to the tender

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 12 of 52

    conditions will be opened. The time of opening of financial package shall be informed through website

    only. Tenderers can visit to APTDCL website www.aptdc.gov.in for further information.

    3.15.2 The APTDCL reserves the right to reject any Proposal and forfeit the tender security, if

    a) It is not signed, sealed and marked as stipulated in Clause 3.15.

    b) The information and documents have not been submitted as requested and in the formats specified in the tender document.

    c) There are inconsistencies between the Proposal and the supporting documents.

    d) It does not mention the validity period as set out in Clause 3.13.

    e) It provides the information with material deviations, which may affect the scope or performance of the Project.

    f) There are conditions proposed with the Technical and/or Financial Proposals.

    3.15.3 A material deviation or reservation is one:

    a) which affects in any substantial way, the scope, quality, or performance of the Project, or

    b) which limits in any substantial way, inconsistent with the tender document, the APTDCL’s rights or the Bidder’s obligations, or

    c) which would affect unfairly the competitive position of other Bidders presenting substantially responsive Bids.

    d) No request for modification or withdrawal shall be entertained by APTDCL in respect of such Proposals.

    3.16 RESPONSIVENESS OF BIDS

    3.16.1 Before evaluation of Bids, APTDCL will determine whether the Bid is responsiveness to the

    requirements of Bid Documents. A Bid/Proposal shall be considered ‘responsive’ only if:-

    i) it is received by the deadline for submission of Bid/Proposal;

    ii) It contains information complete in all respect as required in the Bid Documents(in the formats specified);

    iii) it is signed, sealed and marked as stipulated;

    iv) it is accompanied by receipt of Bid Document Fee;

    v) it is accompanied by the acceptable tender security/ Bid Security;

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 13 of 52

    vi) it is accompanied by the relevant Power(s) of Attorney(ies) and Undertakings as specified in Bid Forms; vii) The document is accompanied by the Checklist as prescribed.

    3.16.2 If any of the above criteria is not fulfilled, in any manner whatsoever, the proposal shall be treated

    as non-responsive. The decision of APTDCL on the responsiveness of the Bid shall be final and conclusive

    and binding on the Bidder and shall not be called into question by any Bidder on any ground whatsoever.

    Any Bid/Proposal which is non responsive shall be rejected.

    3.16.3 To facilitate checking the responsiveness and evaluation of Bids, APTDCL may at its sole discretion,

    without being under any obligation to do so, reserves the right to call for any clarification from any Bidder

    regarding its Bid. Such clarification(s) shall be provided within the time specified by APTDCL for this

    purpose. If the Bidder does not provide the clarification sought within the prescribed time, its Bid shall be

    liable to be rejected. In case it is not rejected, APTDCL may proceed to evaluate the Bid by construing the

    particulars requiring clarification to the best of its understanding.

    3.16.4 No Bidder shall however have the right to give any clarification unless asked for by APTDCL, in any

    manner whatsoever, with the bidding process, to intervene in, any manner whatsoever, in the bidding

    process.

    3.17 EVALUATION OF BIDS

    Evaluation of Technical Proposals

    The Bids of the Bidders shall be evaluated in two stages. “Tender Security” and “Technical Qualification”

    will first be evaluated which will cover following items:

    3.17.1 First of all it will be determined whether each tender is accompanied with the valid tender security

    i.e. the required amount and in an acceptable form as stated in above Clause. Tenders not accompanied

    with the valid tender security shall be rejected and may not be evaluated further. Other aspects of

    technical evaluation will be done as per above clauses mentioned in the document.

    3.17.2 Tenders not considered substantially responsive and not full-filling the requirements of the tender

    document as evaluated above shall be rejected by APTDCL and shall not be allowed subsequently to be

    made responsive by correction or withdrawal of the nonconforming deviation or reservation.

    3.17.3 If any tender is rejected, pursuant to above paragraph, the Financial Package of such tenderer shall

    not be opened.

    3.17.4 The decision of the APTDCL as to which of the tenders are not substantially responsive shall be final.

    3.17.5 In case of those Bidders who have not met the eligibility criteria then the Financial Bids of such

    tenderer shall not be opened.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 14 of 52

    Evaluation of Financial Proposals

    3.17.6 All technically acceptable tenders will be eligible for opening of their financial proposals. APTDCL

    shall notify all technically qualified Tenderers to attend the opening of the financial proposal. The financial

    proposal will then be opened in front of attending Tenderers.

    3.17.7 The Bidders with the lowest Bid may also be requested to make a presentation at their own cost,

    for clarifications, additional information on Bidder’s capability, concept plan and the business proposal in

    this regard to APTDCL. APTDCL may seek further clarifications and make suggestions in respect of the

    proposal which should not in any manner effect a change in the rate quoted by such Bidder and also

    should not constitute any material deviation affecting the relative position of any Bidder and also should

    not be inconsistent in any substantial way with the Bid Documents. The Bidder shall be obliged to

    incorporate these suggestions in his planning/proposals.

    3.17.8 The arithmetical errors will be rectified on the following basis. If there is a discrepancy between

    words and figures, the amount in words will prevail. If the Bidder does not accept the correction of errors,

    its Bid shall be rejected & the EMD shall be forfeited.

    3.17.9 The Bidder found eligible and quoting the lowest rate in its Proposal shall normally be declared as

    the Selected Bidder for the Project.

    3.17.10 In the event of two or more Bidders quoting same amount in financial proposal for the Project,

    APTDCL may ask the tie Bidders to submit their revised Financial Proposals with the amounts quoted by

    them earlier as reserve price for such Financial Bid. In such case, the Bidder who amongst the tie Bidders,

    quotes the lower amount in the revised Financial Bid will normally be declared as the Selected Bidder for

    the Project.

    3.17.11 However, the confirmation of the lowest Bid shall be at the sole discretion of the APTDCL who

    does not bind itself to confirm to the lowest Bid and reserves the right to reject the Bid without assigning

    any reasons whatsoever.

    3.17.12 Further, in the event of the lowest Bidder withdrawing its offer or not being selected for any

    reason in the first instance for the Project, (the "First Round of Bidding"), APTDCL without being under any

    obligations to do so, may, at its sole discretion, either invite the next lowest Bidder to revalidate and/ or

    extend its EMD, as necessary and also match the Bid of the aforesaid lowest Bidder for the Project or

    annul the bidding process as deemed appropriate by APTDCL in its sole discretion,.

    3.17 RIGHT TO REJECT BIDS

    3.17.1 APTDCL reserves the right to reject any Bid if it is of the opinion that the Bidder lacks the expertise,

    experience and is not in possession of requisite infrastructure required for the purpose of the Project. The

    discretion of the competent authority of APTDCL in this respect shall be final and binding on all the

    Bidders.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 15 of 52

    3.17.2 APTDCL reserves the right to reject any/all Bids including the lowest Bid or withdraw the Bid at any

    stage without assigning any reasons whatsoever. Nothing contained herein shall confer a right upon a

    Bidder or any obligation upon APTDCL.

    3.17.3 The Bidder hereby voluntarily and unequivocally agrees that APTDCL shall not be under any

    obligation or be liable for any acceptance, rejection or annulment of any/all Bids and the Bidder shall not

    to seek any claims, damages, compensation or any other consideration whatsoever on this account, from

    APTDCL.

    3.18 MISREPRESENTATION/FRAUD/BREACH OF TERMS AND CONDITIONS

    If it is discovered at any point of time that any Bidder has suppressed any facts or has given a false

    statement or has made any misrepresentation or has committed a fraud or has violated any of the terms

    of this Bid, the Bid shall be disqualified by APTDCL.

    3.19 DISPUTES

    3.20.1 All disputes between the successful Bidder and APTDCL shall be settled as per the Dispute

    Resolution procedure. During the bidding process, no dispute of any type would be entertained. Even in

    such cases where APTDC asks for additional information from any Bidder, the same cannot be adduced as

    a reason for citing any dispute.

    3.20.2 The Courts at Vijayawada/High court of AP shall have the sole & exclusive jurisdiction to try all the

    cases arising out of this tender document.

    3.21 CONFIDENTIALITY

    3.21.1 The information relating to the examination, clarification, evaluation and recommendation for the

    short-listed Bidders shall not be disclosed to any person not officially concerned with the process. APTDCL

    will treat all the information submitted as part of all the proposals in confidence and will insist that all that

    have access to such material treat it in confidence. APTDCL will not divulge any such information unless it

    is ordered to do so by any Government Authority that has the power under law to require its disclosure or

    due to statutory compliances.

    3.22 ACCEPTANCE OF THE OFFER

    3.22.1 After the Bids are accepted by the Competent Authority of APTDCL, the LOA shall be issued to the

    Selected Bidder.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 16 of 52

    3.23 EXECUTION AGREEMENT

    3.23.1 The Selected Bidder shall be required to deposit the requisite Security Deposit to the APTDCL within

    7 days of issue of the LOA.

    3.23.2 The formal Agreement shall be executed within a period of 7 days from the payment of security

    Deposit by the Selected Bidder to the APTDCL. Prior to signing of the formal Agreement, the Selected

    Bidder shall submit the certified true copies of all resolutions adopted by its/their Board of Directors

    authorizing it/them for the execution, delivery and performance of this Agreement to the APTDCL.

    3.23.3 In case of failure to sign the formal Agreement within the stipulated time, APTDCL shall retain the

    right to cancel the LOA and forfeit the Bidder’s tender security and any other amount deposited till that

    time without being liable in any manner whatsoever to the Selected Bidder.

    3.23.4 Failure to meet the above mentioned conditions, shall be construed as a breach of the Selected

    Bidder and APTDCL shall be entitled to cancel the LOA without being liable in any manner whatsoever to

    the Selected Bidder and appropriate the tender security and any other amount deposited till that time as

    ‘Damages’.

    3.24 UNSUCCESSFUL BIDDERS

    The tender security received from the Bidders who are not selected shall be returned by APTDCL within 30

    (Thirty) days of the declaration of the Selected Bidder. The tender security/ bid security shall be returned

    without payment of any interest.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 17 of 52

    SECTION 4

    GENERAL CONDITIONS

    4.1 Tender validity period:

    4.1.1 The tenders submitted shall remain valid for clear six months from the date of opening of technical

    bid without any variation in price structure whatsoever. Withdrawal of tenders once submitted within this

    period of six months will entail for forfeit of EMD automatically.

    4.1.2 Guarantee:

    Bidders will have to guarantee the house boats for a period of 12 months (One year) from the date of

    delivery against any manufacturing defects subject to normal conditions of use. For this 10% of the value

    of the order must be deposited in the form of Bank Guarantee. If not submitted equal amount will be

    retained for 12 months from the last stage payment.

    4.1.3 Personnel:

    The tenderer should furnish, the full details of Naval Architects and other technical supervisory personnel,

    failing which, the tender will be disqualified the bidder to whom the work is awarded shall ensure that the

    Naval architect is always present at the site of work during working hours, personally checking all items of

    work, and paying extra attention to the works as may demand special attention e.g. preparation of

    drawings, fabrications, structural connections etc.

    4.1.4 Equipment:

    The bidder shall clearly indicate the list of equipment including the type, make, model which he will assign

    to the work if his bid is accepted, stating what equipment belongs to him and what equipment he is going

    to purchase/ to hire for the work. The tender committee will decide whether the list of equipment

    proposed by each bidder are adequate or not?

    4.1.5 Financial Capacity:

    The financial capacity of the bidder will be judged from the financial statement that the bidder shall

    submit with his tender as well as from the letters issued by his bankers regarding his credit worthiness.

    4.1.6 Commencement Date:

    The written agreement to be entered in to between the successful bidder and APTDC Ltd. shall be the

    foundation of the rights and obligation of both the parties and the successful bidder shall not deemed to

    be commenced until the agreement is first signed by him and APTDC Ltd. The date of signing of agreement

    is the commencement date for all practical purposes. The bidder shall start the construction within 15

    days on the receipt of approved drawing.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 18 of 52

    4.1.7 Rates:

    a. The rates quoted should be firm & fixed without any variation valid till completion of order

    including all Taxes, Duties, Transportation, approvals from the government agencies and

    Launching charges etc.

    b. APTDCL will not provide any form for statutory rebate and the bidder should fully satisfy himself

    regarding the various taxes & duties applicable before submission of bid.

    c. The rate should be written both in words and figures and the unit in words. The tenderer should

    also show the grand total of the whole contract and quote in the tender a lump sum for which he

    will undertake to do the whole work subject to the conditions of the order.

    d. Rates or lump sum amounts for items not called for shall not be included in the tender. No

    alterations which are made by the tenderer in the tender documents will be recognized and if any

    such alterations are made, the tender will be void.

    e. In order to facilitate uniform comparison, the tenderer shall not add any conditions of his own in

    the tender which may affect the rates called for. However, if the tenderer wishes to introduce any

    conditions not specified in the tender documents, the same must be brought into the knowledge

    of APTDCL authorities before or at the time of pre bid meeting. If the modification suggestion is

    acceptable and required in the interest of APTDCL, the tender committee will make necessary

    corrections in the tender document by bringing an addendum to this tender document and the

    same will become the part of this tender document. No suggestion/request for modification will

    be entertained post pre-bid meeting but APTDCL can modify the tender document clause post

    prebid meeting with the intimation to the bidders.

    4.1.8 Delivery:

    Time is the essence of the contract. The delivery schedule shall be 6 months from the date of entering of

    agreement for the 2 House boats.

    4.1.9 Variation in quantities of item of work:

    The technical member as authorized by APTDC Ltd., shall have the privilege of ordering modifications,

    omissions or additions at any time before the completion of the work. The builder is bound to execute all

    the supplemental items that are found essential, incidental and inevitable during the execution of the

    work, at the rates to be worked out mutually as per existing market rates if they are not covered in the

    agreement items.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 19 of 52

    4.1.10 Income Tax:

    GST/Income Tax will be deducted at source from each bill as per prevailing rates in Income Tax

    Department applicable to works contracts. 4.1.11 Penalty Clause:

    In the event of placement of order if the builder fails to deliver the House boats in complete shape afloat,

    as per the delivery schedule mentioned, penalty shall be levied on the builder at the rate of Rs.10,000/-

    per day for first 15 days of delay and thereafter Rs.15,000/- per day up to next 15 days. The maximum

    penalty limited to 10% of the tender value.

    4.1.12 Insurance:

    The builder shall secure and maintain throughout the duration of this contract, insurance of all risks

    coverage in such amounts as may be necessary to protect himself and interest of APTDC Ltd., against all

    hazards or risks of loss. It shall be the responsibility of the builder to maintain adequate insurance

    coverage including Terrorist Act at all times. Failure of the builder to maintain adequate coverage shall not

    relieve him of any contractual responsibility or obligation.

    4.1.13 Claims and Disputes:

    Any claims or disputes arising out of the contract should be promptly submitted in writing to APTDCL Ltd.,

    within 15 days from the Date of cause of action, so that the point of issue could be immediately verified at

    site by the field officers, facts ascertained and a prompt decision given. Claims raised well beyond this time

    as to make it difficult to verify the facts are liable to be rejected. The tenderers shall carefully note this

    stipulation. 4.1.14 Legal:

    Any legal dispute shall be subject to the Jurisdiction of Vijayawada/High court of Andhra Pradesh only.

    4.1.15 Arbitration Clause:

    In the event of any dispute or differences arising between the parties as to the interpretation, operation or

    effect of any clause of the agreement to be executed with the Corporation or any of the terms and

    conditions contained herein which shall be made integral part of the agreement such dispute or difference

    shall be referred to the sole arbitration of a person appointed by Govt. of Andhra Pradesh., and there shall

    be no objection if Govt. appoints any officer who has in the discharge of his duties as such

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 20 of 52

    officer, has either expressed any opinion or issued any direction in the matter and the provisions of the

    Arbitration Act 1996 shall apply to such arbitration. 4.1.16 Force Majeure Clause:

    If, at any time during the continuance of this order the performance in whole or in partly by either party or

    any obligation under this order is prevented or delayed by reasons of any war, hostility, acts of public

    enmity, civil commotion, sabotage, fires, floods, explosions, epidemics, Quarantine restrictions or other

    acts of god, provided notice of the occurrence in any such event is given by either party to the other within

    TWENTY ONE DAYS from the date of occurrence thereof, neither party shall have claim for damage against

    the performance and deliveries in such cases shall be resumed as soon as practicable after such an event

    has come to an end or has ceased to exist.

    4.1.17 Materials:

    All materials required for the construction of House boats, out-fit equipment etc., shall be procured by

    builders at his own cost. The Contract’s lump sum rate for the item in the price schedule shall be for

    finished work as per specifications in Annexure - I and supply of the House boats in good working

    condition afloat at specified destinations in Andhra Pradesh and shall include the cost of all materials,

    outfit equipment, all taxes, royalties, public body taxes, transportation, handling and all incidental and

    labour charges and launching etc.

    No claim towards the taxes paid by the Builder for the procurement of the above materials or increase in

    the wages of labour and in the taxes leviable on APTDC Ltd.

    The rate quoted for the item should be lump sum and should hold good till the completion of the work

    even if extension of contract period is granted by the Corporation. Claims towards price variation on any

    account will not be entertained. 4.1.18 Design Approval:

    After the award of contract order, the Builder has to obtain design drawings prepared are approved by

    suitable competent agency at his own cost. 4.1.19 A specimen profile & plan of house boat which is purely indicative as shown in Annexure is attached

    for guidance. 4.1.20 Inspection of Work:

    During the execution of the contract, the Builder should get the work inspected by the authorized officer

    of the corporation or any other government agency suggested by APTDC at every stage and a certificate

    from the above inspecting officer to the effect that the work done is satisfactory and as per the approved

    drawing should invariably be submitted to the corporation along with claim for “Stage Payment”.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 21 of 52

    4.1.21 PAYMENT & CERTIFICATES:

    Payment:- Payments to the builder will be made under stages out lined below

    S.No Stage Percentage of

    payments

    1 Fabrication of Hull And 25%

    Completion of Hull

    With minimum 6 mm thick

    MS sheet

    2 Completion Of Hull With 35%

    engine room machinery And

    stern gear

    3 Establishment interiors as Per 25%

    the each Room Inventory

    placement and completing the

    House boat in all aspects

    4 Trials and stability testing and 15%

    Handing Over to The

    Corporation along with concern

    test certificates and stability

    Booklet

    If 10% Material Guarantee in the shape of Bank Guarantee is not produced and the same amount will be

    retained for 12 Months from the last stage payment and will be released after guarantee period is over.

    The percentages noted against each stage is on the lump sum rate quoted by the contractor. Bills should

    be prepared in triplicate by the contractor and marked distinctly as original, duplicate and triplicate and

    dispatched to APTDC Limited, Vijayawada quoting reference to the agreement along with an advance

    stamped receipt. Payment to the contractor will be paid as per the stages mentioned.

    4.1.22 Service during guarantee period:

    Any repairs / damages during guarantee period must be made good within one week after receipt of

    intimation. Failure on the part of the party to comply with the above will be liable for penalty.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 22 of 52

    APTDCL reserves the right to consider the House boats quality in full or part as per the requirement and the priority.

    4.1.23 Inspection:

    Andhra Pradesh Tourism Development Corporation Ltd., reserved the right to inspect the House boats

    during the process of manufacture or after completion and bidder will have to rectify any defects,

    deviations as may be noticed by the technical officer appointed by APTDCL for the purpose. 4.2 Approvals from APTDCL:

    4.2.1 All communication in all matters regarding this tender related to the Procurement of House Boats for

    APTDC Ltd. shall be forwarded to the nodal officer as appointed by the APTDCL. The nodal officer shall act

    as a single window for the Lessee and shall be responsible for all the matters related to this tender

    4.2.2 The bidder shall forward all requests related to this tender to the nodal officer. Such requests, if

    completed in all manners, may be approved / rejected by the APTDCL within 15 days of the receipt of the

    request.

    4.2.3 The nodal officer for this Bid will be the Superintending Engineer and or General Manager (Water

    fleet), APTDCL/or any other officer appointed by APTDC.

    4.3 STATUTORY CLEARANCES

    4.3.1 The successful bidder shall be required to get the House Boat Drawing & design approved by the

    competent authorities of the State and central Govt. if any at his own cost.

    4.3.2 Not withstanding anything mentioned above, the successful bidder is required to adhere to the

    statutory provisions of the prevailing Act/ Rules and bye-laws of the Govt. of Andhra Pradesh and GoI over

    the works to be undertaken.

    4.3.3 The lowest tenderer shall obtain all clearances and approvals as required from the competent

    authorities for building the House Boats. It is to be clearly understood that all such clearances are to be

    obtained by the successful bidder and the APTDCL may only provide assistance wherever possible without

    any obligation.

    4.3.4 Procuring all the permissions required from the statutory/ regulatory/ civic authorities concerned

    during construction period and also on completion to run the House boat at the designated location will

    be sole responsibility of the successful tenderer. APTDCL shall not be responsible for any such

    procurement and shall not entertain any claims in this regard. APTDCL may only provide assistance

    wherever possible without any obligation.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 23 of 52

    TECHNICAL SPECIFICATIONS

    5.1.1 GENERAL SERVICE CONDITION: The House boats with MS superstructure with Bedrooms, Kitchen, lobby and other facilities intended for

    using it for tourists purpose. The G.A sketch is enclosed to this tender for guidance only.

    5.1.2 DELIVERY OF HOUSE BOATS The delivery of the House boat Hulls shall be afloat at the respective location. The House boats shall be

    anchored at locations through wire rope / chain of the winch.

    5.1.3 ANCHORING OF THE HOUSE BOATS: The House boats shall be supplied with suitable Anchors. The number & design of the Anchors shall be

    as per the standard norms. The intending bidders shall clearly indicate the detailed Anchoring system in

    their technical bids. This should ensure problem free operation.

    5.1.4 PLACE OF CONSTRUCTION: The construction of the House boats are to be carried out on the banks of specified water bodies at

    a suitable land convenient for launching and construction. The intending bidder may satisfy himself of

    the suitability of the land for manufacturing / Fabricating/ assembling Hulls and transferring it to the

    delivery site before bidding.

    (OR)

    Alternatively fabricated sections can be assembled at the site and launch the same in specified water

    bodies.

    5.1.5 APPROVING AUTHORITY

    a) The successful bidder shall submit the detailed drawing along with detailed specifications

    General arrangement, Engine room machinery, transmission system (Both inboard and

    out board arrangement) and obtain approval from competent authority.

    b) The successful bidder should submit the certificate from competent authority for

    specifications and drawings. The construction drawings need to be approved by concern

    competent Agency.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 24 of 52

    5.1.6 SPECIFICATIONS AND DIMENSIONS FOR GUIDANCE ONLY: - HOUSE BOATS SPECIFICATION (Only for guidance) One Double Bedded room House Boat

    Two Double Bedded room House Boat

    Four Double Bedded room House Boat

    a) Length : 19.00 Mts. b) Breadth : 4.80 Mts. c) Deapth : 1.40 Mts. d) Draft : 0.50 Mts.

    a) Length : 27.50 Mts. b) Breadth : 4.90 Mts. c) Deapth : 1.40 Mts. d) Draft : 0.5 Mts.

    a) Length : 33.00 Mts. b) Breadth : 4.87 Mts. c) Deapth : 1.40 Mts. d) Draft : 0.5 Mts.

    All the other details are common for all the vessels

    The above dimensions are given to indicate the general idea of the size of the House boat with Engine

    Room. The G.A given by APTDCL is only for guidance. However, the actual size and design may be varied

    slightly to suit the requirements of design and approval of the design by a recognized Approval agency.

    Suitable shafting system with a suitable propeller and rudder arrangement is to be carried out.

    5.1.7 MATERIAL & WORKMANSHIP:

    The House boat should be built to the highest class of floating crafts building. All material used for

    construction of hull, fittings are to be the best of their respective and in accordance to the standard

    practice of House boats.

    5.1.8 DESIGN:

    The contractor shall be entirely responsible for the structural strength, stability, draft and performance of

    the House boat. He should satisfy himself that the design is well suited for services intended. The design of

    House boat and anchoring mechanism and other requirements shall be as per the directions and approval

    of the recognized agency.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 25 of 52

    5.1.9 TESTING: All necessary testing during the time of construction and other test after construction like inclination

    tests, stability tests, loaded condition, and any other trials as prescribed by the officer authorized by

    APTDC Ltd shall be carried by the successful bidder.

    5.1.10 DEPARTURE FROM SPECIFICATIONS:

    Firms tendering are at liberty to propose modifications where, their standard practice, departs from these

    specifications before or at the time of prebid meeting. If the modification suggestion is acceptable and

    required in the interest of APTDC, the tender committee will make necessary corrections in the technical

    specifications by bringing an addendum to this tender document and the same will become the part of this

    tender document. No suggestion/request for modification will be entertained post prebid meeting but

    APTDC can modify the tender document clause post prebid meeting with the intimation to the bidders.

    5.1.11 GURANTEED TECHNICAL PARTICULARS: The Guaranteed Technical Particulars must be uploaded along with the Technical bid.

    5.1.12 GENERAL DESCRIPTION:

    The House boat is to be constructed for the services intended. The proposed hull design, scantlings, shall

    all confirm to the approved drawing and standards.

    BULK HEADS:

    The House boat is to be fitted with watertight bulkheads. Necessary fittings for draining water from each

    compartment must be fitted together with an bilge pump. The construction and design of bulkhead

    section shall be as per regulations and standard practice.

    5.1.13 DECK FLOOR:

    The deck shall be with Marine Ply with cover of not less than 6.0 mm thick or as per the directions of the

    departmental engineer/officer

    5.1.14 FENDERS: Two numbers suitable fenders to the House boats shall be provided.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 26 of 52

    5.1.15 LIFE SAVING & FIRE FIGHTING: Life jackets and all other safety equipments specification for such type of House boat must be supplied as

    per standard practice depending upon the number of persons (Passengers and staff).

    5.1.16 STABILITY CALCULATIONAS: Must be submitted along with the delivery of the House boats.

    5.1.17 PAINTING:

    The entire House Boat shall be thoroughly cleaned and coated with suitable Marine paints as per the

    standard practice. APTDCL logo shall be painted on both sides of the House Boats.

    5.1.18 INSPECTION:

    APTDCL reserves the right to inspect the House Boats during the process of manufacture or after

    completion and bidder will have to rectify the defects, deviations as may be noticed by our officers

    appointed for this purpose. APTDC Ltd. reserves the right to accept any offer irrespective of price whose

    design of the House boat is found to be more suitable for the concern location. APTDC Ltd. reserves the

    right to accept or reject any tender or all the tenders, accepted any tender in full or part without assigning

    any reasons thereof.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 27 of 52

    ONE DOUBLE-BEDDED ROOM HOUSE BOAT – PRINCIPLE PARTICULARS

    Fore peak

    Bed room with attached bath and toilet

    Crew toilet

    Kitchen

    Aft deck

    6.1.1 General Description:-

    • The Hull is to be designed to ply in backwaters of Andhra Pradesh area during fair weather conditions.

    • Standard safety features including watertight bulkheads and buoyancy chambers to be provided.

    • The Hull to be divided in to 6WT compartments using 5 nos bulkheads. The boat Hull to be

    fabricated with min 6 mm thick MS sheet of best quality material recommended for standard

    marine construction.

    • The super structure to be with MS the design to create local area ambience or as per the directions of the departmental engineer/officer.

    6.1.2 Watertight compartments of Hull:-

    The Hull to be of 6 compartments – Forepeak, Ford storage space, fresh water and fuel storage, waste

    collection tank area, Engine room and rudder compartment area.

    6.1.3 Main Engine:- ALM 4 CTI with 2:1 Gearbox.

    6.1.4 Fuel tank:- 1 No 300L fuel tank to be provided.

    6.1.5 Bilge system:- A semi rotary pump to be provided at the Deck, ford and aft to bilge out the water from compartments.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 28 of 52

    6.1.6 Stern gear system:-

    A stern gear assembly comprising of brass stern tube, inner and outer stuffing gland cutlass rubber bushes,

    3 bladed Bronze propeller, nut and key to be provided, care to be taken for proper alignment of shafting

    system.

    6.1.7 Electrical fittings:-

    Sl.No Item Installation Quantity

    1 Navigation lights P&S lights 1 each

    2 Navigation lights Search light 1 No

    3 Bed room light ceiling 10/15 w LED Warm

    white 2 Nos- LED Warm white

    4 Bed room Reading lamp 2 Nos 10 w On either side of the bed LED 10/15W white colour 2 Nos in each bed

    LED room

    5 Toilet Lights Ceiling 1 No in each toilet

    6 Havells/Panasonic Exhaust fan 40 w Ceiling / Side 1 No each in toilets +

    one in kitchen

    7 Modular Power plug 5 A Bed Room 3 x 2 room

    8 Modular Power plug 15 A Kitchen 2

    9 Modular Power plug 5 A Engine room 1

    10 Emergency light Galley Bed room, Galley 10 w LED 1

    Forward & ER Ceiling 10 w LED 1

    11 Havells/Crompton/Bajaj Fan 60 w Bed room 1 no

    12 Mini Freezer Kitchen 1 No.

    13 A/C 1.5 Ton split with remote Bed room 1 no in each Bed room

    14

    Generator Kirloskar Green Engine room 1 No. to cater the full load or as directed by

    Engineer-in-charge

    The above material/quantity are tentative and has to be provided as per the actual requirement or as

    per the directions of the departmental engineer/officer

    6.1.8 Fresh water tanks:-

    2 Nos fresh water tanks having a capacity of 500 L (Total 1000 Ltrs) to be provided.

    6.1.9 Firefighting Appliances:-

    1 No 9L dry powder fire extinguisher

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 29 of 52

    1 No 2L Foam fire extinguisher

    2 Nos Fire Buckets

    2 Nos sand scoop to be provided

    6.1.10 Life saving equipment:-

    Sl. No Items Quantity

    1 Life jackets Adult 5 Nos

    2 Life buoys 5 Nos

    The above material/quantity are tentative and has to be provided as per the actual requirement or as

    per the directions of the departmental engineer/officer

    6.1.11 Air conditioning unit:- One split A/c (1.5 Tone) Daikin/Mitsubishi/Ogeneral with copper fins suitable to operate in sea weather

    conditions driven by 220 Volts power supply from the Generator while cruising with provision for shore

    supply to be provided to Bed room. Each bed room – 01 (1.5 Ton capacity) or as directed by departmental

    officer

    6.1.12 Generator:-

    Kirloskar Green Generator to be provided to cater the full load as per the capacity of the house boat or as

    per the directions of the departmental officer

    6.1.13 Inverter:-

    One number, 1 KVA inverter to be provided for lighting .

    6.1.14 Floor:- The flooring to be a combination of GRP sandwich with transverse and longitudinal grid / suitable

    frames. The forepeak, kitchen & Aft peak to be Vinyl sheeted and the other areas to be of good quality

    water resistant parquets or as per the directions of the departmental engineer. Toilets to be tiled.

    6.1.15 Canopy / super structure:- The MS super structure to be design/as desired by APTDC (The successful bidder must submit the designs

    along with material so that APTDC will select the design to suit the ambience of the environment/As directed

    by Engineer-in-charge

    6.1.16 Dining area / Lobby:-

    2 Tables with 4 chairs (set) to be provided. The floor of Dining / Lobby to be of hard wood panels. Table

    and chairs to be of very high quality with state of art design as per the choice of the APTDCL.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 30 of 52

    6.1.17 Bed room:-

    The frame structure will be decided by the officer/engineer and has to be taken up as per the directions

    of the departmental engineer.

    6.1.18 Kitchen equipment:-

    Sl. No Items Quantity

    1 Stainless steel swing 1 no

    2 Modular cabinet 1 set

    3 Water connection 1 point

    4 Ice box 1 No 100L

    5

    Electricals As per the drawing and requirement/ As per the

    directions of Enginner-in-charge (Makes:

    Anchor/Legrand/Havells/Panasonic)

    • Kitchen / pantry slab to be paved with Granite.

    • Inside of kitchen roof to be aluminum sheathed for fire protection.

    • Cutlery / crockery storage racks and cooking provision to be established.

    6.1.19 Toilet:-

    Sl. No Items Quantity

    1 European closet, Hindware make Cascade model 3 No (1 each)

    2 Shower, Jaquar make 1 no each in attached bath room

    of bed room

    3 Shower, Jaquar make 1 No each in attached bath room

    of bed room

    4 Mirror 3 nos (1 each)

    5 Towel Holder, Jaquar make 3 nos (1 each)

    6 Soap tray, Jaquar make 3 nos

    7 Health faucet, Jaquar make 3 nos

    8 Napkin Holder, Jaquar make 2 sets in 2 attached bath rooms

    All the above quantity/quality are tentative/Indicative. The quantity must be as per actuals or as per the directions of the departmental engineer.

    6.1.20 Fender:-

    Suitable fender to be provided on both sides of the House boat Hull.

    6.1.21 Room partition:-

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 31 of 52

    The room partition to be out of 6 mm thick marine plywood pigmented to APTDCL choice.

    6.1.21 Painting / pigment:-

    Sl. No Items Quantity

    1 Steel structure 1 Coat epoxy primer surface and

    2 coats of epoxy finish

    2 Hull Gel coat/As desired by Engineer in

    Charge

    3 Room partition mat finish

    4 Fender Enamel two coats WWD primer

    plus two coats of finishing

    Enamel

    6.1.22 Bed room:-

    Sl. No Items Quantity

    1 Cot with 6” PU foam mattress 1 Nos

    2 Pillows with cover 4 Nos

    3 Wardrobe 1 No in each bed room

    4 Chair 2 Nos in each bed room

    5 Table with chairs 1 table with 4 chairs

    The above quantity/quality are tentative/Indicative. The quantity must be as per actuals or as per the directions of the departmental engineer.

    6.1.23 Lobby:-

    Sl. No Items Quantity

    1 Setty 1 set double and two single

    2 Tea pot 1 No

    • All the door fittings including the main lock to be Mortise make and brass/SS as suggested by APTDC

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 32 of 52

    Formats for Submission

    Annexure 1

    Letter of Application

    (To be submitted and signed by the Bidder’s authorized signatory)

    The Superintending Engineer,

    Andhra Pradesh Tourism Development Corporation Limited,

    5th

    Floor Stalin Corporate,

    Autonagar

    Vijayawada - 520007

    Sub: - Purchase of 2 (Two) Nos, House Boats to APTDC

    Sir,

    1. Being duly authorized to represent and act for and on behalf of...……………. (hereinafter referred to as

    the “Bidder”), and having studied and fully understood all the information provided in the Bid Document,

    the undersigned hereby applies as a Bidder for Purchase of 2 (Two) Nos, House Boats to APTDC

    ,according to the terms & conditions provided by APTDC

    2. Our Technical & Financial Bid as per the requisite formats along with the supporting documents, duly filled and signed on each page are enclosed in separate sealed envelopes as specified.

    3. APTDCL and its authorized representatives are hereby authorized to conduct any

    inquiries/investigation to verify the statements, documents and information submitted in connection with

    the application and to seek clarification regarding any financial and technical aspects. This letter of

    application will also serve as authorization to any individual or authorized representative of any institution

    referred to the supporting information, to provide such information deemed necessary and requested by

    your selves to verify statements and information provided in the application or with regard to the

    resources, experience and competence of the Bidder.

    4. APTDCL and its authorized representatives may contact the following persons for any further information:

    Name of the person (s): …………

    Address: ……………………………………..

    Phone: ……………………..…... Fax: ………………….

    5. This application is made with full understanding that:

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 33 of 52

    (a) Bids will be subject to verification of all information submitted at the time of bidding.

    (b) APTDCL reserves the right to reject or accept any bid, cancel the bidding process, and / or reject all bids.

    (c) APTDCL shall not be liable for any of the above actions and shall be under no obligation to inform the Bidder of the same.

    6. We, the undersigned declare the statements made, and the information provided in the duly completed application forms enclosed, are complete, true and correct in every detail.

    7. We hereby confirm that we have read, understood and accepted all the detailed terms and conditions

    of this RFP and Project related Information as required for the Bid. We have also visited the Project Site for

    the assessment and have made our own due diligence and assessment regarding the Project.

    8. We agree to keep our offer valid for one hundred twenty (90) days from the date of submission of

    Proposal thereof and shall not make any modifications in its terms and conditions, which are not

    acceptable to the APTDC and are in violation of the terms of the Bid Documents. We hereby agree to abide

    by and fulfill all the terms, conditions and provisions of the aforesaid documents.

    9. This application is made with the full understanding that the validity of bids submitted by us will be

    subject to verification of all information, terms and conditions submitted at the time of bidding and its

    final acceptance by APTDCL. We agree that, without prejudice to any other right or remedy, APTDC shall

    be at liberty to forfeit the entire Tender Security.

    Authorized signatory

    Date:

    Name and seal of Bidder

    Place:

    Encl:

    1) The EMD/s of Rs. ________ lakh (Rupees ___________ only) and/or _____________/- (Rupees _____________ only) in the form of Demand Draft/Pay Order/ _____drawn upon __________ (bank)

    dated ________.

    2) Power Of Attorney for signing of Application Board resolution authorizing the signatory (Suggested Format at Annexure 8)

    3) Relevant Submissions as per the given Formats

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 34 of 52

    Annexure 2

    General Information of the Bidder

    1. (a) Name:

    (b) Country of incorporation:

    (c) Address of the corporate headquarters and its branch office(s), if any, in India:

    2. Details of individual(s) who will serve as the point of contact / communication for DMRC within the Company:

    (a) Name :

    (b) Designation :

    (c) Company :

    (d) Address :

    (e) Telephone Number :

    (f) Fax Number :

    (g) E-Mail Address :

    For and on behalf of (Name of the Bidder)

    Designation

    Place:

    Date:

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 35 of 52

    Annexure 3

    Summary of Financial Details

    S.N. Description Financial Data for Latest Last 3 Years (Indian Rupees)

    2015-16 2016-17 2017-18

    1 Total Assets

    2 Total External Liabilities

    3 Net Worth [= 1 - 2]

    4 Annual turnover

    Note:

    1) Attach certified copies of Annual Audited Balance Sheets and IT Returns Certificate for the preceding 3 (Three) years.

    2) The above data must be submitted for all Relevant Consortium members, duly certified by CA/Statutory Auditor.

    3) Historic financial statements shall be audited by Statutory Auditor of the Company under their seal &

    stamp and shall be strictly based on Audited Annual Financial results of the relevant period(s). No

    statements for partial periods will be accepted.

    Signed

    (Name of the Authorized Signatory)

    For and on behalf of

    Signature of CA/ Statutory Auditors

    (with seal & registration no.)

    (Name of the Bidder)

    Designation

    Place: Date:

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 36 of 52

    Annexure 4

    Format for Financial Proposal for Purchase of 2 (Two) Nos, House Boats to APTDC

    (To be submitted and signed by the Bidder’s authorized signatory with the quoted recurring payment.)

    The Superintending Engineer,

    Andhra Pradesh Tourism Development Corporation Limited,

    5th

    Floor Atalin Corporate,

    Auto Nagar,

    Vijayawada - 520007

    Sub: - “Purchase of 2(Two) Nos, House Boats to APTDC

    Sir,

    We hereby submit our Financial Offer for the Project. If the Project is awarded to us, we agree to make the

    following payments to APTDCL as per the terms given in the Request for Proposal (RFP) Document.

    1. In an event, we are the selected bidder; any failure to deposit the original copy of tender Security within stipulated time from the issue of LOA would entitle the APTDCL to forfeit the Tender Security.

    2. The arithmetical errors will be rectified on the following basis. If there is a discrepancy between words

    and figures, the amount in words will prevail. If I/we do not accept the correction of errors, this Bid will be

    rejected & Tender Security will be forfeited.

    3. Service tax as applicable and other applicable taxes including way bill from time to time will also be paid by us/me in addition to the aforesaid charges.

    This offer is being made by us/me after taking into consideration all the terms and conditions stated in the

    RFP document, and after careful assessment of the spaces, all risks and contingencies and all other

    conditions that may affect the financial proposal. We agree to keep our offer valid for 90 days from the

    due date of submission of this Proposal.

    Authorized signatory

    Date:

    Name and seal of Bidder

    Place:

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 37 of 52

    Annexure 5

    Affidavit

    (Notarized on Stamp Paper of Requisite Value as per Applicable Law)

    I,, ………………. S/o …………..,resident of ………………., the ……………...(insert designation) of the ………………..(insert name of the single bidder/consortium member if a consortium), do solemnly affirm and state as follows :

    1. I say that I am the authorized signatory of …………..(insert name of company /consortium member)

    (hereinafter referred to as “Bidder/Consortium Member”) and I am duly authorized by the Board of

    Directors of the Bidder/Consortium Member to swear and depose this Affidavit on behalf of the

    Bidder/Consortium Member.

    2. I say that I have submitted information with respect to our eligibility for Andhra Pradesh Tourism

    Development Corporation's (hereinafter referred to as “APTDCL”) Purchase of 2 (Two) Nos, House

    boats to APTDC (hereinafter referred to as “Project”) Request For Proposal (‘RFP’) Document and I further

    state that all the said information submitted by us is accurate, true and correct and is based on our records

    available with us.

    3. I say that, we hereby also authorize and request any bank, authority, person or firm to furnish any

    information, which may be requested by APTDCL to verify our credentials/information provided by us

    under this Bid and as may be deemed necessary by APTDCL.

    4. I say that, we fully acknowledge and understand that furnishing of any false or misleading information

    by us in our RFP shall entitle us to be disqualified from the bidding process for the Project. The costs and

    risks for such disqualification shall be entirely borne by us.

    5. I state that all the terms and conditions of the Request for Proposal (RFP) Document have been duly complied with.

    VERIFICATION :- DEPONENT

    I, the above named deponent, do verify that the contents of paragraphs 1 to 6 of this affidavit are true and

    correct to my knowledge. No part of it is false and nothing material has been concealed. Verified at ………………………, on this …………………. .day of………….……..,2015.

    DEPONENT

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 38 of 52

    ANNEXURE 7

    FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF APPLICATION

    Know all men by these presents, we ……………………………………. (name and address of the registered office) do hereby constitute, appoint and authorize Mr./Ms…………………..(name and residential address) who is presently employed with us and holding the position of ………………………….as our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to our

    bid for the Project, including signing and submission of all documents and providing

    information/responses to APTDCL, representing us in all matters before APTDCL, and generally dealing

    with APTDCL in all matters in connection with our Bid for the Project. We hereby agree to ratify all acts,

    deeds and things lawfully done by our said attorney pursuant to this Power of Attorney and that all acts,

    deeds and things done by our aforesaid attorney shall always be deemed to have been done by us.

    For………………………………………….

    Accepted

    …………………………………. (Signature)

    (Name, Title and address) of the Attorney

    Note:

    * The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid

    down by the applicable law and the charter documents of the executants and when it is so required the

    same should be under common seal affixed in accordance with the required procedure.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 39 of 52

    ANNEXURE 8

    LIST OF USAGES BANNED

    1. Any product / Service the sale of which is unlawful /illegal or deemed unlawful under any Indian act or legislation.

    2. Any product the storage and sale of which may lead to or be considered as a fire hazard; such as fire crackers, industrial explosives, chemicals etc.

    3. Storage of sale of tobacco and tobacco products.

    4. Coal based cooking is strictly prohibited. Gas Based Cooking shall also be permitted as per APTDCL’s extant Policy / guidelines.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 40 of 52

    ANNEXURE- 9(As per Clause 3.5.5 of Section-III)

    UNDERTAKING FOR CORRUPT & FRAUDULENT PRACTICE

    We declare that in the submission of this Tender no agent, middleman or any intermediary has been, or

    will be engaged to provide any services, or any other item of work related to the award and performance

    of this Contract. We further confirm and declare that no agency commission or any payment which may be

    construed as an agency commission has been, or will be, paid and that the tender price does not include

    any such amount. We acknowledge the right of the Employer, if he finds to the contrary, to declare our

    Tender to be non-compliant and if the Contract has been awarded to declare the Contract null and void

    STAMP & SIGNATURE OF AUTHORIZED SIGNATORY

    Two DOUBLE-BEDDED ROOM HOUSE BOAT – PRINCIPLE PARTICULARS The below quantity/quality are tentative/Indicative. The quantity must be as per actuals or as per the directions of the departmental engineer.

    Fore peak

    Bed room with attached bath and toilet

    Crew toilet

    Kitchen

    Aft deck

    Dining

    6.1.1 General Description:-

    • The Hull is to be designed to ply in backwaters of Andhra Pradesh area during fair weather conditions.

    • Standard safety features including watertight bulkheads and buoyancy chambers to be provided.

    • The Hull to be divided in to 6WT compartments using 5 nos bulkheads. The boat Hull to be

    fabricated out of best quality 6mm MS sheer recommended for standard marine construction.

  • APTDC – RFP FOR PROCUREMENT OF HOUSE BOATS

    Page 41 of 52

    • The MS super structure to be design to create local area ambience or as desired by departmental engineer.

    6.1.2 Watertight compartments of Hull:- The Hull to be of 6 compartments – Forepeak, Ford storage space, fresh water and fuel storage, waste

    collection tank area, Engine room and rudder compartment area.

    6.1.3 Main Engine:- ALM 4 CTI with 2:1 Gearbox.

    6.1.4 Fuel tank:-

    1 No 300L fuel tank to be provided.

    6.1.5 Bilge system:-

    A semi rotary pump to be provided at the Deck, ford and aft to bilge out the water from compartments.

  • APTDC – RFP FOR P