The A.P. Mineral Development Corporation Foundation · 2019-02-22 · Page 6 of 58 6. Salient...
Transcript of The A.P. Mineral Development Corporation Foundation · 2019-02-22 · Page 6 of 58 6. Salient...
Page 1 of 58
The A.P. Mineral Development Corporation Foundation
294/ 1D, Tadigadapa to Enikepadu 100 ft. Road, Kanuru Village, Penamaluru Mandal , Vijayawada - 521137, Andhra Pradesh
Tel: +91 866 2429999, Fax: +91 866 2429977
E-Mail: [email protected] Website: www.apmdcfoundation.org
E-TENDER
FOR
Supply, Installing and Commissioning of Reverse Osmosis (RO) Water
Plants with 500 LPH capacity at select villages under CSR Initiative of
APMDC Foundation
Page 2 of 58
CONTENTS
Sl.No. Description Page No.
1 NOTICE INVITING TENDER (NIT) 03
2 SECTION-A:
GENERAL TERMS AND CONDITIONS 05
3 SECTION-B:
INSTRUCTIONS TO THE BIDDERS 19
4 SECTION-C:
DETAILS OF THE PROJECT 27
5 SECTION-D:
ANNEXURES 34
Page 3 of 58
The Andhra Pradesh Mineral Development Corporation Foundation 294/ 1D, Tadigadapa to Enikepadu 100 ft. Road, Kanuru Village,
Penamaluru Mandal , Vijayawada - 521137, Andhra Pradesh. Tel: +91 866 2429999, Fax: +91 866 2429977, E-Mail: [email protected]; Website:
www.apmdcfoundation.org;www.apmdc.ap.gov.in
TENDER No: APMDC Foundation/RO Water Plant/2018-19, Dated 13-02-
2019.
The Andhra Pradesh Mineral Development Corporation Foundation
(hereafter referred as ‘APMDC Foundation’), Andhra Pradesh, invites e-tender
from RO system Manufacturers /Assemblers for Supply, Installing and
Commissioning of Reverse Osmosis (RO) Water Plants with 500 LPH capacity
at select villages under CSR Initiative of APMDC Foundation.
The e-tender shall be published in the Online E-procurement portal
www.tender.apeprocurement.gov.in.The intending bidders shall register
themselves with the AP E-procurement portal using valid Digital Signature
Certificate. The bidders need to submit a bid security of INR 5 Lakhs (Five
lakhs Rupees only) through Online Payment in the E-Procurement portal.
The tender document can be viewed on APMDC website
www.apmdc.ap.gov.in or on https://tender.apeprocurement.gov.in/ from
13-02-2019 onwards. Terms and conditions, timelines etc. for participating in
the e-tender shall be as provided in the tender document and the terms and
conditions of AP E-Procurement portal shall also apply, if any.
Interested bidders can participate in the bidding only after payment of a non-
refundable tender fee of INR 11,800 (Eleven thousand eight hundred only)
including GST by submission of physical DD drawn in favor of “APMDC
Foundation” or NEFT/RTGS transfer in addition to Bid Security payment
through online payment in E-procurement portal and upload receipt /
transaction acknowledgment along with the Prequalification documents in the
Online portal. For Online payment of Tender fee, please use the APMDC
Foundation account No. 119311100001909 and IFS code ANDB0001193 for
Page 4 of 58
your remittance. Last date for submission of Technical Bid online is 05-03-
2019 by 15:00 hrs. Any further communications, amendments etc. shall be
available on the above website of AP E-Procurement and there will be no
newspaper notification/advertisement in this regard.
APMDC Foundation reserves the right to (i) reject any or all bids
without assigning any reasons whatsoever, (ii) reschedule / postpone the bid
date (s) due to any unforeseen circumstances at any stage of the bid process,
(iii) cancel or annul the entire bid process without assigning any reasons
whatsoever. For any enquiry, bidder may contact DGM (CSR), APMDC
Foundation (Ph: 9177378753).
(Ch. Venkaiah Chowdary, IRS)
Executive Chairman APMDC Foundation
Page 5 of 58
SECTION-A
GENERAL TERMS AND CONDITIONS
1. APMDC Foundation is a trust of Andhra Pradesh Mineral Development
Corporation Limited (APMDC) for implementing and supporting CSR
activities of the Corporation through provision of funds and other
necessary support for execution.
2. APMDC Foundation, Vijayawada invites e-tender from RO system
Manufacturers /Suppliers for Supply, Installing and Commissioning of
Reverse Osmosis (RO) Water Plants with 500 LPH capacity at select
villages under CSR Initiative of APMDC Foundation.
3. Detailed technical specifications of the tender material are provided in
Section-C.
4. Interested Bidders may obtain further information from the office of
APMDC Foundation at the following address:
THE ANDHRA PRADESH MINERAL DEVELOPMENT CORPORATION FOUNDATION, 294/ 1D, Tadigadapa to Enikepadu 100 ft. Road, Kanuru Village, Penamaluru Mandal , Vijayawada - 521137, Andhra
Pradesh Tel: +91 866 2429999, Fax: +91 866 2429977,
Mail: [email protected] Website : www.apmdcfoundation.org
5. Earnest Money Deposit (EMD)
The tenderers are required to pay EMD amount INR 5,00,000/- (Rupees
Five Lakhs only) via Online payment through NEFT/RTGS on the
Online E-Procurement portal in respect of Tender No: APMDC
Foundation/RO Water Plant/2018-19 dated 13-02-2019. Physical DD
for EMD is not acceptable and would disqualify the Bidder from the
Tender.
Page 6 of 58
6. Salient features of Tender
1. Tender Document APMDC Foundation/ RO plant/2018-19
dated 13-02-2019
2. Name of the Work Supply, Installing and Commissioning of
Reverse Osmosis (RO) Water Plants at
select villages in Andhra Pradesh under
CSR Initiative of APMDC Foundation.
3. Tender Document Fee INR 11,800 (Rupees eleven thousand eight
hundred only) in the form of physical DD
drawn in favor of “APMDC Foundation” ,
Vijayawada or For Online payment of
Tender fee, please use the APMDC
Foundation account No.
119311100001909 and IFS code
ANDB0001193 Andhra bank Tadigadapa
branch at Vijayawada for your remittance.
4. Transaction fee for the
tender
All the participating bidders should pay a
Transaction fee of INR 7,500/- +
applicable tax online in the E-
Procurement portal during Bid submission
and this shall be payable to M/s. A.P.
Technology Services Limited, Vijayawada
by adopting the following channels /
modes of payment: 1. Net banking 2.
Credit cards/Debit cards (Any MASTER /
VISA Card) issued by any bank 3.
NEFT/RTGS Challan payment by utilizing
the Payment Gateways provided in the
Page 7 of 58
portal. However transaction fee and other
details may be verified with APTS.
Please note that CC/DC payment options
would incur higher charges than Net
banking / NEFT Challan payments.
5. Earnest Money Deposit INR 5,00,000/- (Rupees Five lakhs only
)through Online Payment only in the E-
Procurement portal of GoAP through
NEFT/RTGS payment. Cash and Cheques
for EMD will not be accepted.
6. Duration of Project 3 months from the date of signing the
Agreement
7. Publication of notice
inviting tender in
newspaper and on the
APMDC website
13-02-2019
8. Posting of tender
document on APMDC
website & APTS
website
13-02-2019
9. Last date for receiving
queries from bidders 05-03-2019
10. E-mail address for
submitting queries [email protected]
11. Pre-bid conference
for registered bidders
On 21-02-2019 and will be held at the Corporate Office of the APMDC at
Vijayawada at 3 PM
12. Response to queries
by APMDC Foundation 22-02-2019
13. Last date for
submission of hard
copy of technical bid
to APMDC Foundation
and uploading of
technical bid and
commercial bid in e-
portal
05-03-2019 at 15:00 Hrs
Page 8 of 58
7. Eligibility Criteria
i. The bidder should be a proprietorship or a registered partnership firm
or a Company incorporated and registered with appropriate statutory
bodies under the applicable laws. The bidder shall submit
documentary proof in this regard.
ii. The bidder shall have PAN number and shall have GST registration.
The bidder shall submit documentary proof such as copies of PAN
card, GSTIN, etc. in this regard.
iii. The bidder shall registered manufacturing and assembling unit with
testing facilities and shall be capable to assemble minimum 50 plants
in a year.
iv. The bidder shall have manufactured and commissioned at least 25
numbers (250 LPH to 500 LPH or more) of RO systems on an average
in last three years (2015-16 onwards).
v. The bidder shall have executed the construction of at least 25 PEB
(Pre-Engineered Buildings) Kiosks in the last three years.
vi. The bidder has to produce a qualification data as per attached format
(Annexure VI) duly self-authenticated along with factual supporting
documents.
vii. The average annual turnover of the bidder should be not less than
INR 2 crores for last 3 financial years ending on 31st March 2018. A
certificate from the notified auditor/CA to this effect shall be
submitted.
14. Announcement of
technically qualified
bidders
07-03-2019
15. Date of commercial
bid opening 07-03-2019
16. Announcement of
successful bidder
Will be communicated by APMDC
Foundation
Page 9 of 58
viii. The net worth of the bidder shall be not less than INR 70 lakhs for
last financial year (2017-18). A certificate from the notified
auditor/CA to this effect shall be submitted.
ix. Copies of the IT Returns for the years 2015-16, 2016-17 and 2017-18
are to be submitted.
Note: In case of submission of false certificates, APMDC Foundation reserves the right to cancel/ terminate the incumbents tender/ contract and also blacklist the party for a period as deemed fit by APMDC Foundation
8. Process of submission of bids
i) Transaction Fee for Tender: All the participating bidders should
pay a Transaction fee of INR 7500/- + applicable Tax online in
the E-Procurement portal during Bid submission and this shall be
payable to M/s. A.P. Technology Services Limited, Vijayawada by
adopting the following channels / modes of payment: 1. Net banking
2. Credit cards/Debit cards (Any MASTER / VISA Card) issued by
any bank 3. NEFT/RTGS Challan payment by utilizing the Payment
Gateways provided in the portal. Please note that CC/DC payment
options would incur higher charges than Net banking / NEFT
Challan payments.
ii) The bidder is responsible to submit the tender through Bid
submission to the tender on e-Procurement platform at
www.tender.apeprocurement.gov.in by following the procedure
given below. The bidder would be required to register on the e-
procurement market place www.tender.apeprocurement.gov.in
or https://tender.apeprocurement.gov.in and submit their bids
online. Offline bids shall not be entertained by the Tender Inviting
Authority for the tenders published in AP e-procurement platform.
Page 10 of 58
iii) The bidders shall submit their eligibility and qualification details,
Technical bid etc., in the online standard formats UNDER PQ/TQ
templates as displayed in AP e-Procurement web site. The bidders
shall also upload the scanned copies of all the relevant certificates,
documents etc., in support of their payment of tender document fee
and EMD, eligibility criteria, provenness criteria, Manufacturer
authorization, declaration stating that the bidder has not been
delisted in the past by any government/ quasi-government/PSU,
duly filled technical bid, duly filled Annexures I, VI and VII of RFP
etc. and other certificate/documents in the e-Procurement web site
before the technical bid due date. APMDC Foundation may reject
any bid that is not complete in terms of submission of the
documents mentioned above and the decision of APMDC Foundation
shall be final and binding in this regard.
iv) The bidder shall sign on the statements, documents, certificates,
uploaded by him, owning responsibility for their
correctness/authenticity. APMDC Foundation may reject, outright
any Bid unsupported by the adequate proof of the signatory's
authority. The decision of APMDC Foundation in this connection is
final and binding on the bidder.
v) Only the selected/ eligible bidders can participate in the e-tender
and they shall submit the commercial bids in the standard online
format provided. They shall also upload online scanned copies of
duly filled commercial bid as per Annexure I of RFP.
vi) Registration with e-Procurement platform: For registration and
online bid submission bidders may contact HELP DESK of
M/s. Vupadhi Techno Services Pvt Ltd on 040-
39999700/701/702/703/704,www.apeprocurement.gov.in or
https://tender.apeprocurement.gov.in.
vii) Digital Certificate authentication: The bidder shall authenticate
the bid with his Digital Certificate for submitting the bid
electronically on e-Procurement platform and the bids not
Page 11 of 58
authenticated by digital certificate of the bidder will not be accepted
on the e-Procurement platform.
For obtaining Digital Signature Certificate, you may please Contact:
Andhra Pradesh Technology Services Limited, 3rd Floor, R&B
Building, MG Road, Labbipet- Vijayawada-520010. Contact No.
0866-2479417, 2489417
(OR)
You may please Contact Registration Authorities of any Certifying
Authorities (CA) in India. The list of CAs are available by clicking the
link "https: //tender.apeprocurement.gov.in /Digital Certificate
/signature.html".
Hard copies:
All Documents that shall be uploaded on the E-Procurement portal
along with technical bid shall also be submitted in original in a sealed
envelope addressed to the Executive Chairman, APMDC Foundation at
the address on the first page of the tender document super-scribing
“submission of Technical Bid under Tender No: APMDC Foundation/
RO plant/2018-19 dated 13-02-2019 before bid submission closing due
date and time i.e. 05-03-2019.
The envelope shall consist of the following documents:
i. Scan copy of proof of purchase of Tender document /payment of
EMD.
ii. Turnover details of the last 3 years (Average Annual Turnover
shall not be less than INR 2 Crore). Original Turnover
Certificate issued by qualified Chartered Accountant (CA) should
be submitted.
Page 12 of 58
iii. All documents pertaining to the eligibility criteria.
iv. Declaration stating that the bidder has not been banned/
blacklisted by any government, quasi-government or PSU.
v. Duly filled and signed Annexures I, VI and VII.
In the case of any discrepancy between the documents uploaded on E-
Procurement portal and the hard copies submitted to APMDC
Foundation, the Foundation may reject the bid and the decision of the
APMDC Foundation shall be final and binding in this regard.
9. Opening of Bids:
Sl.No. Bid Date
1. Technical Bid 05-03-2019 at 15:00 hrs
2. Commercial Bid 07-03-2019
Note
APMDC Foundation reserves right to reject any or all of the bids
received without assigning any reason what-so-ever.
10. Banned/blacklisted Suppliers
The bidders shall submit a declaration stating that they have not been
blacklisted by any government or quasi-government institutions
/Departments or PSU’s. If a bidder has been banned by any
government or quasi-government or PSU’s., this fact must be clearly
stated. If this declaration is not given /uploaded, the bid will be
rejected as non-responsive. The decision of the Executive Chairman,
APMDC Foundation in this connection is final and binding on the
bidders.
Page 13 of 58
11. Schedule of Payment
11.1. Supply, erection and commissioning
The payment shall be made in the following manner:
For new plant installations Payment
On supply and installation 70 %
On the completion of Three months of operations 20 %
On the completion of Six months of operations 5 %
On the completion of Defect Liability Period of one year 5 %
The selected bidder can submit bills after completion and commissioning
of at least 12 plants at a time for release of payment on pro-rata basis
instead of waiting for completion & commissioning of all 37 RO plants.
11.2. Maintenance during warranty period
11.2.1. In case the plant remains inoperative due to break-down for more
than 72 hours due to the exclusive failure of the RO plant the bidder will
be penalized at the rate of Rs. 500/- for every day.
11.2.2. The supplier is supposed to provide support services during the
warranty period from the date of completion of installation of RO plants.
If the supplier fails in performance of maintenance services and service
contract he will be penalized at the rate of 5% of the total contract
amount and that will be recovered from his performance security.
11.2.3. RO plant shall be designed to work minimum of 6 hours per day
and it may need to have about 20% maximum variation on higher side.
Page 14 of 58
11.2.4. APMDC Foundation is not liable for any service charges for the
plants post successful installation and handing over of the plant to the
local body.
12. Guarantee and Warranty:
The work under this specification shall be guaranteed to meet the
performance requirement as called for in the specifications and
annexures in all respects. The supplier shall provide a guarantee that the
system / equipment are new and of high quality and free from defects in
design, material and workmanship. They shall also be complete in all
respects conforming to latest revision of relevant Indian standards.
13. INDEMNITY AGAINST ACCIDENTS:
The bidder is responsible for any type of accident whether major /
minor in nature occurring during performance of the contract / work.
He shall be responsible for payment of compensation as per Workmen’s
Compensation Act and shall keep APMDC Foundation fully indemnified
in this regard.
14. FORCE MAJEURE
In the event of either party being rendered physically unable by Force
Majeure to perform any obligation required to be performed by them
under the contract, the relative obligation of the party affected by such
Force Majeure shall be suspended for the period during which such
causes actually lasts.
The term “FORCEMAJEURE” shall mean acts of God, War, Civil riots /
movements, fire directly affecting contract, flood, earthquakes,
hurricane, etc.
Upon the occurrence of such causes and upon its termination, the
party alleging that it has been rendered unable as aforesaid there by,
shall notify the other party in writing the beginning of the causes
amounting to Force Majeure as also the ending of the said causes by
Page 15 of 58
giving notice to the other party within a week of the ending of the cause
respectively.
Time for performance of the relative obligation suspended by Force
Majeure shall then stand extended by the period for which such cause
lasts.
15. Failure and Termination
i. APMDC Foundation reserves the right to terminate the contract at
any time forfeiting the Performance Security Deposit due to
unsatisfactory performance of the contract like failure to
complete the project in time as stipulated under clause 21 of
Section-B of this tender document and failure to comply with the
instruction of APMDC Foundation in supplying and installing RO
water plants etc.
ii. If APMDC Foundation is required to terminate the contract on
account of any violation of terms and conditions/default or breach
of contract, the Foundation shall terminate the contract by giving
one month notice and the Contractor shall be liable for all
losses/damages caused due to such termination, including
forfeiture of PSD.
iii. In the event of termination of the contract by APMDC Foundation,
the Foundation is not liable for any consequential losses/damages
caused to the Contractor.
16. Rates
The bidder shall quote the rate as per specifications mentioned.
17. Bid Evaluation
a. Only the technically qualified bidders shall be able to participate in
the commercial bid.
b. The bid evaluation criteria as adopted by APMDC Foundation
deemed fit is final and binding on the bidders.
Page 16 of 58
c. The price quoted shall be the sole criteria for bid evaluation and the
L1 bidder shall be adjudged successful bidder.
d. In case of tie, the bidder with higher average annual turnover for
last three financial years shall be adjudged the successful bidder.
18. Pre Bid Conference
a. Bidders may seek clarifications or request further information
regarding this Tender Document, only in the format provided in
Format for Queries.
b. Any queries or requests for additional information concerning this
Tender Document may be sent in excel format by e-mail to the
Corporation at [email protected].
c. The email should clearly bear the following subject line:
“Queries/Request for Additional Information under Tender no.
APMDC Foundation/RO Water plant/2018-19 for “Supply, Installing
and Commissioning of Reverse Osmosis (RO) plants with 500 LPH
capacity at select villages under CSR Initiative of APMDC
Foundation”.
d. Each query should contain complete details of facts, information
and Applicable Law relevant to the query and also the particulars of
the person or Company posing the query. The Corporation reserves
the right to not answer any query, including any query which is
incomplete or anonymous.
e. The queries should be emailed on or before the due date specified for
receiving queries.
f. Pre-Bid conferences of the Bidders shall be convened at the
designated date, time and place as indicated in the Schedule. Only
the interested bidders and have paid the tender document fee shall
be allowed to participate in the Pre-Bid Conferences. The bidders
shall carry with them a copy of the DD as proof of payment of the
tender fee.
Page 17 of 58
A maximum of three representatives of each Bidder shall be allowed
to participate on production of APMDC Foundation letter from the
Bidder.
g. During the course of Pre-Bid conferences, the Bidders will be free to
seek clarifications and make suggestions for consideration of the
APMDC Foundation. The APMDC Foundation shall endeavor to
provide clarifications and such further information as it may, at its
sole discretion, consider appropriate for facilitating a fair,
transparent and competitive Bidding Process.
h. During the course of Pre-Bid conferences, the Bidders will be free to
seek clarifications and make suggestions for consideration of the
APMDC Foundation till the “Last date for submission of queries” as
mentioned in schedule, post which no such requests shall be
entertained by APMDC Foundation and the bids submitted shall be
considered as binding on the Bidders.
i. The APMDC Foundation reserves the right to not respond to any
question or provide any clarification, in its sole discretion, and
nothing in this Tender Document shall be taken or read as
compelling or requiring APMDC Foundation to respond to any
question or to provide any clarification.
j. The APMDC Foundation shall upload the responses/ clarifications
for queries on the website of APMDC (www.apmdc.ap.gov.in). The
source of the query will not be mentioned.
k. The APMDC Foundation may also on its own, if deemed necessary,
upload on the website the interpretations and clarifications. All
clarifications and interpretations issued by APMDC Foundation shall
Page 18 of 58
be deemed to be part of the Tender Document. Provided, however,
that any non-written clarifications and information provided by the
APMDC Foundation, its employees, consultants or representatives in
any manner whatsoever shall not in any way or manner be binding
on APMDC Foundation.
l. The APMDC Foundation reserves the right to reschedule or cancel
the pre-bid conference due to unforeseen circumstances with prior
intimation to the Bidders.
Page 19 of 58
SECTION-B
INSTRUCTIONS TO THE BIDDERS
1. Preparation of Technical Bid:
a. The Technical Bid and all related correspondence and documents in
relation to the Bidding Process shall be in English language. For the
purpose of interpretation and evaluation of the Bid, the English
language translation shall prevail.
b. The Technical Bid submissions shall be typed or written in indelible
ink and signed by the authorized signatory of the Bidder who shall
also initial each page. All the alterations, omissions, additions or any
other amendments made to the Technical Bid submissions shall be
initialed by the person(s) signing the Bid submissions. The Bid
submissions shall also contain page numbers.
c. The Technical Bid submissions and accompanying information shall
be complete and strictly as per the requirements in the Tender
Document.
d. Erasing and overwriting shall be avoided in the Technical Bid
submissions. If any corrections are to be made, the part to be
corrected shall be neatly written duly attesting the correction.
e. The Technical Bid submissions shall be duly signed by an authorized
person/an Officer of the bidder's organization with the firm's seal.
Bidder shall clearly indicate their legal constitution and the person
signing the Bid submissions shall state his capacity and also the
source of his ability to bind the bidder. The power of attorney shall be
uploaded along with the accompanying documents. APMDC
Foundation may reject, outright any Bid unsupported by the adequate
proof of the signatory's authority. The decision of APMDC Foundation
in this connection is final and binding on the bidder.
Page 20 of 58
2. Price Bid a. The supplier shall quote for the RO system in the format enclosed as
Annexure I the RO plant capital cost including GST Element.
b. The rates quoted for supply of RO plants shall be inclusive of all taxes,
transit insurance, and insurance of RO plants and transportation of RO
plant from factory to the site. All the bills should have GST registration number.
c. Enclosure of RO System: i. The RO Plant shall be in kiosk format including source water
storage as detailed in the Annexure VIII ii. The Kiosk shall be covered from all sides with adequate
ventilation and locking arrangement.
iii. The sheet used for shall be of minimum 0.8 mm thickness. iv. The kiosk to have in-built product water tank of 1000 litres
storage capacity.
v. The kiosk shall have all components placed inside.
vi. The Kiosk design shall be such that it can be easily shifted from
one place to other if required.
d. The accepted rates shall be firm and fixed for one year from the date of acceptance or till the completion of the project, whichever is later.
e. The supplier shall have to supply and install the RO system within 3 months. No upward variation in rate shall be allowed during this period
of 3 months from the date of acceptance. 3. Cost of submission of bid
The Bidder shall bear all costs of preparation and submission of Bid.
APMDC Foundation in no case be responsible or liable for such costs of
the Bidder, regardless of the conduct or outcome of the process of
evaluation of Bids.
4. Submission of bids The bidder shall follow the procedure and timeline for bid submission as mentioned in Section A.
5. Late bids
a. Tenders received after due date and time of closing will be out rightly
Page 21 of 58
rejected. APMDC Foundation will not be responsible for the loss of
tender or for transit delays. Bidders are advised in their own interest to
ensure that their bids are submitted and documents are uploaded in
the APTS portal and also that the hard copies reach this Office well
before the closing date and time of the tender.
b. APMDC Foundation at its discretion may extend the deadline for
submission of bids by issuing an amendment on the website of APMDC
and APTS in which case all rights and obligations of the APMDC
Foundation and Bidders previously subject to the original dead line
shall thereafter be subject to new deadline as extended.
6. Amendment of bid documents
At any time prior to the deadline or such extended period for submission
of Bids the APMDC Foundation may, for any reason what-so-ever, modify
the Bid Documents by an amendment. The amendment shall be uploaded
on the website of APMDC and APTS. There shall be no newspaper
notification in this regard.
7. Withdrawal of bids
No Bid shall be withdrawn in the interval between submission of Bids and
expiry period of validity as per the clauses of the RFP. Withdrawal of Bid
during the interval shall result in forfeiture of EMD.
8. Vague and indefinite expression
Tenders qualified by vague and indefinite expression such as ‘Subject to
Immediate Acceptance’ etc. will not be considered.
9. Period of validity of bids
i. The tender shall be kept valid up to 90 days from the date of
Page 22 of 58
opening of the tender and shall not be withdrawn on or after
submission of the tenders till expiry of the validity period or any
extension thereof.
ii. The bidder will undertake not to vary/ modify the tender during
the validity period or any extension thereof.
iii. Any violation of 9(i) and 9(ii) may entail invoking clause 13(e)
below.
10. Opening of the tenders:
a. APMDC Foundation shall evaluate the bids on the date and time
specified in Section-A of these bid documents in presence of the
Bidder/authorized representative of the Bidder who may like to be
present. Only one bidder or authorized representative of the Bidder will
be allowed at the time of opening the bids.
b. In case of unscheduled holiday on the closing / opening day of the
tender the next working day will be treated as scheduled day of closing
/ opening of the tender, the time notified remaining the same.
c. APMDC Foundation shall initially evaluate only the technical bids as
per the timeline mentioned and only the eligible/ selected bidders shall
be invited to participate in the E-tender through APTS portal as per
timeline mentioned.
11. Right to Negotiate
APMDC Foundation reserves the right to reject any or all tenders without
assigning any reason what-so-ever and to negotiate with successful bidder
regarding price, terms and conditions and the methodology of negotiations
as decided by APMDC Foundation as appropriate will be final and binding
on such bidders. The decision of APMDC Foundation shall be final.
12. APMDC Foundation’s right to accept/reject bids:
APMDC Foundation reserves the right to accept or reject any Bid and to
Page 23 of 58
annul the entire Bid process and reject all Bids at any time prior to award
of tender without there by incurring any liability to the affected Bidders or
any obligation to inform the affected bidders of the grounds for APMDC
Foundation's action.
13. Earnest Money Deposit (EMD):
The tenderers are required to pay EMD amount of INR 5 Lakh Only
(Rupees Five lakhs only) in respect of Tender No: APMDC Foundation/ RO
Water plant/2018-19 dated 13-02-2019 through online payment in the E-
procurement portal of Government of Andhra Pradesh.
a. Cheque or Bank guarantees in lieu of online payment and also
requests for adjustment against credit balances with the APMDC
Foundation, if any, towards EMD shall not be accepted. Exemption
from payment of EMD shall not be considered under any category. The
EMD amount shall not bear any interest.
b. The offers without EMD will be rejected. Proof of payment through
NEFT/RTGS/Online payment shall be uploaded on E-Procurement
portal along with the technical bid and submitted at the office of
APMDC Foundation.
c. The EMD of the unsuccessful bidders will be returned immediate ly
upon f inal izat ion of the Tender through Online “EMD Refund
option” in the E-Procurement portal. In case of the successful
bidder(s) the same shall be converted as Performance Security Deposit
(PSD) and same shall be refunded after successful completion of work
/ receipt of the material at our site.
d. APMDC Foundation shall not be liable to pay any interest on the
Earnest money deposit.
e. The EMD shall be forfeited by APMDC Foundation in the following
events.
i. If the tender is withdrawn during the validity period of the bid and
any extension.
Page 24 of 58
ii. If the tender is varied or modified during the validity period and any
extension.
iii. If a bidder whose tender has been accepted but failing to sign the
contract and submit performance security deposit as per clause-14.
iv. If a bidder submits unsolicited revised offer after opening of the
bid(s).
14. Performance Security Deposit
a. The successful bidder (s) shall pay performance security deposit (PSD)
equal to 10% value of the contract/purchase order.
b. The EMD amount of the successful bidder will be adjusted against the
Performance Security Deposit. The balance Performance Security
Deposit amount shall be paid by the successful bidder(s) in the form
of an unconditional and irrevocable Performance Bank Guarantee
(PBG) from any reputed scheduled commercial bank to APMDC
Foundation at the time of signing the contract. The PBG to be
furnished by the successful bidder (s) to APMDC Foundation as above
should be valid for a period of 60 months from the date of the
contract with a claim period of 180 days from the date of expiry of the
contract. The performance Security Deposit including Performance
Bank guarantee shall not bear any interest. Any bank charges or
commission on account of furnishing the performance bank
guarantee shall be borne by the successful bidder only. Failure to
comply with the requirements under this clause by the successful
bidder shall lead to annulment of the contract and forfeiture of EMD
submitted by the successful bidder. The Performance Security
Deposit amount including Performance Bank Guarantee as above will
be returned to the successful bidder by APMDC Foundation within 7
months from the date of expiry of the contract, on production of “No
dues certificate” issued by the authorized representative of APMDC
Foundation and an unconditional "No claim certificate" by the
successful tenderer/contractor.
Page 25 of 58
ii. The APMDC Foundation reserves the right to forfeit PSD or adjust the
amounts recoverable as against Performance Security Deposit
(including invocation of Performance Bank Guarantee) in accordance
with Failure and Termination clause 15 of Section-A. The decision of
APMDC Foundation is final and binding on the bidder/ Contractor.
iii. The APMDC Foundation also reserves the right to adjust any sum
of money due and payable by the contractor to APMDC Foundation
against Performance Security Deposit in case APMDC Foundation is
unable to recover the due amounts from the contractor.
15. Unsolicited modification (s) to the tender
In case any clarification(s) is sought by the APMDC Foundation after
opening of the bids, the reply by the bidder should be restricted only to
such clarification and any modification including the one which has effect
on price or value of the offer without specific reference by the APMDC
Foundation shall render the bid rejected without notice and further
reference to the bidder. No bidder shall submit revised bid after bids are
opened unless otherwise the APMDC Foundation requests for such
revised bids. Submission of unsolicited revised offers shall result in
forfeiture of EMD.
16. Transfer of tender document
The tender documents are non-transferable. Bids without payment of
tender fee will not be considered
17. Income Tax liability
The Bidder shall have to bear all Income Tax liability both for Corporate
and Personal Tax.
Page 26 of 58
18. Insurance
Insurance cover for the men and machinery employed by the bidder and
for material losses, damages and shortages should be borne by the bidder
only.
19. Refund of EMD
In the event tender is cancelled, the EMD will be refunded to the
concerned bidder.
20. Rates The rates quoted by the tenderer, shall be firm and inclusive of all taxes
(including works contract tax, GST, labour cess), duties levies, octroi etc.
and all charges for packing forwarding, insurance, freight and delivery,
supply, commissioning, etc. at site. The Foundation will not issue Octroi
exemption certificate.
21. Completion period
The bidder shall supply and install the RO system within 3 months of time
from date of the issue of the award of contract.
22. Undertaking Letter The bidder has to furnish a letter of undertaking in the format as per
Annexure VII. Without this undertaking the commercial and/or technical bid
will not qualify for participation.
Page 27 of 58
SECTION-C
Details of the Project
1. General Information
1.1. Background
Andhra Pradesh Mineral Development Corporation Ltd. (APMDC) has formed a
trust “APMDC Foundation” for implementing and supporting the CSR activities
of the APMDC through provision of funds and other necessary support for
execution. The trust is driven by a dedicated Trust Managing Officer who is
responsible for the day to day operations to ensure its functioning in line with
its vision of holistic community development. The APMDC coordinates closely
with the APMDC Foundation for the implementation and execution of CSR
projects.
1.2. APMDC Foundation and Safe Drinking Water Initiative
At APMDC Foundation Safe drinking water initiative is the major focus area
under CSR. APMDC Foundation strived hard to provide safe and pure drinking
water to the local communities in and around project areas of Mangampet and
Cheemakurthy. As of now around 55 RO Water Plants have been established
providing ~0.8 Million Liters of safe water every day. The water purification
plants are provided to people in villages those are prone to chronic kidney
diseases due to water shortage and contamination.
1.3. Drinking water sources
In most of the select villages proposed for RO Plant installation, the source
water is only ground water. Annexure III can be referred for indicative data on
the source water quality.
1.4. Installation of Reverse Osmosis (RO) plants
APMDC foundation, have received requests from various community
representatives seeking the CSR support to provide access to safe drinking
water in their respective villages. The governing team at APMDC foundation
have run detailed scrutiny of such proposals and concluded that proposals at
37 locations can be considered on priority. In view of above, the Project Officer
is directed to create necessary infrastructure. It is decided that the capacity of
Page 28 of 58
the plants in terms of liters per hour shall be 500 LPH. The ground water data
available with NRDWP (National Rural Drinking Water Program) are provided in
annexure-III, however it is advised to carry out source water testing before the
commissioning of the Plant. Post commissioning the product water testing shall
be carried out and the product water shall adhere to the Bureau of Indian
standards for drinking water IS 10500: 2012 as mentioned in annexure IV of
this document.
About 37 RO Plants are proposed for installation, these plants are expected to
be installed within span of 3 (three) months. The capacity of plants for which
rates are being called is 500 LPH.
NOTE: APMDC may at its discretion, change the total number of RO Plants to
be installed by +10% within the duration of execution of this project and the
bidder will have to abide by the change and execute the project at the same per
unit cost of the RO plants as quoted in Annexure I.
The locations of the RO plants are listed in the annexure IX.
1.5. Scope of Project Office at the district level:
i. Arrangement of Power supply at one point near RO plant site.
ii. The Project Office will coordinate with the local bodies to identify the
space/location for the plant
iii. The Project office will coordinate with the local bodies to identify a
suitable water source for the plant and make necessary arrangements to
deliver the source water till the plant location
iv. Project office would be the nodal agency for overseeing functioning of
each plant.
v. Project office would oversee the quality inspection of the plants
installation and the central office will make payments as per payment
schedule prescribed in this bid document based on such inspection
reports.
Page 29 of 58
1.6. Financing of RO system
a. This is a 100 % supported program.
b. The payment shall be made by the APMDC Foundation.
2. Scope of work, technical specifications and general conditions:
2.1. Scope of work:
The supplier has to supply a suitable RO system (Reverse Osmosis) for specified
capacity. The main components in the scope of supplier shall be as under:
RO System Components, Instrumentation & controls
Raw Water Storage Tank, Raw Water Pump, Multimedia Filter, Micron cartridge
Filter, Antiscalant Dosing System, Micron Cartridge Filter, High Pressure Pump,
R.O. System, UV sterilizer and RO Treated Water Storage tank
Remote Monitoring and Control System:
To Monitor Flow Rate, Instrument to read conductivity and pH, Status of Raw
and Permeate Water level, Low Pressure Switch and high Pressure switch, Auto
Multiport Valve. An indicative schematic diagram for the Remote Monitoring
and Control System can be found as Annexure X of the RFP
2.2. RO System Requirements
2.2.1. Scope of the Supplier
a. The supplier shall supply and erect required capacity raw and treated
storage tank as specified.
b. The capacity of the plant shall be the capacity of product water in liters
per hour (LPH) as in Annexure – I.
c. The technical specifications of each component of RO system for 500
LPH are enclosed as Annexure II.
d. The raw water quality characteristics and product water quality are
indicated in Annexure-III and Annexure-IV. The supplier has to see that
the product water quality is invariably within the limits prescribed in
Annexure IV for treated water.
e. Typical treatment process to achieve desired water quality is indicated in
Annexure V.
Page 30 of 58
f. The reject water and product water ratio is indicated in Annexure – I,
which is 40:60.
g. The supplier has to supply, install, commission and provide one year
warranty for the RO system and support the supply of spares and
consumables for five years as per the quote mentioned in the format
enclosed as in Annexure I.
h. The supplier has to provide one year Warranty for the RO system, after
successful completion of installation.
2.2.2. Product Water Quality Parameter Test
Once the system is installed and tested, the product water quality shall be
tested in any BIS (Bureau of Indian Standards) approved Laboratories as per
IS 10500: 2012.
2.3. Scope of the institution
The following items shall be facilitated by the Project office
o Raw water supply till the plant location.
o Required land/space for setting up of RO plant
o Power connectivity to the RO Plant
2.4. Other requirements
2.4.1. The supplier shall have to indicate the power load requirement in its
offer so that after acceptance of the offer, these arrangements can be taken
up by the Project office through of respective local body.
2.4.2. The record of water produced shall be maintained online. The record
should always be updated, legible and be produced for inspection as and
when asked for.
2.4.3. One person identified by the respective community at the village
shall be made responsible for operation of RO plant, the supplier shall be
provide the person adequate training to develop their skill and capacity for
handling of the RO system along with Operations & Maintenance (O & M)
manual in Telugu language. In case concurrent training is needed on an
event of change of person, the training shall be provided by the bidder
without extra cost during the warranty period.
Page 31 of 58
2.4.4. All the successful bidders will have to ensure testing of source water
and product water and submit the reports along with the plant
commissioning report.
2.4.5. The minimum guaranteed period of membrane shall not be less than 2
years.
2.4.6. In case the source water TDS is beyond 1500 ppm, the necessary
changes in the design and membrane type shall be made with approval from
the Central office.
2.4.7. Any change in design or wrong estimation shall lead to disqualification.
2.5. Maintenance Support during the warranty period
2.5.1. The supplier shall provide maintenance support to the RO plant
during the warranty period.
2.5.2. Suitable experienced technician shall be employed by supplier to
provide support services.
2.5.3. In case any repair or replacement of parts is necessary during
warranty period those not covered under warranty obligations the supplier
need to coordinate with local body representative to do the needful for the
successful working of the plant. APMDC foundation will not bear any costs
other than the establishment costs for the RO Plants.
2.5.4. The chemicals and other required materials shall be supplied by the
supplier for the smooth operation of RO system and they shall claim the
payment from the local body for the same, APMDC foundation is not liable
for any operating costs.
Page 32 of 58
3. Testing and Inspection
3.1. Inspection
All equipment covered under R. O. Plant shall be subjected to inspection for
the following. The inspection will be carried out by the project office /their
authorized representatives/ agencies.
3.1.1. During inspection, the bidder should produce all the documentary
evidences having procured and used new and quality components which go
into the total RO system. These documents including guarantee / warranty /
test certificate of the component manufacturer will be verified and
authenticated by the inspection team. Such authenticated document should
form a part of the total document required for clearing the bill for payment as
per the schedule of payment.
3.1.2. The supplier should offer post installation inspection. The system
should run at least for 7(seven) days and produce acceptable product water
quality from raw water.
3.1.3. Visual inspection shall be carried out.
3.1.4. Hydro test shall be done.
3.1.5. Electrical wiring inspection shall also be done.
3.2. Tests for R.O. plant system
All equipment covered under R. O. Plant shall be subjected to inspection &
test by Project Office on completion of commissioning.
3.3. Site tests
After erection at site, all components, equipment as described shall be tested
to prove satisfactory performance and/or fulfillment of functional
requirements without showing any sign of defect as individual equipment and
as well as a system.
Page 33 of 58
All rotating components of the system as applicable shall run at the rated
speed for a period of 7 (Seven) days. During this period, all the components
shall function smoothly without any undue deflection; unbalance vibration,
flutter, slipping or sticky motion, excessive play & overheating at bearing
parts, sparking etc.
4. Packing, forwarding and transportation
All accessories which are likely to get damaged during transit if transported
mounted on the equipment shall be removed adequately packed and shipped
separately. All inlet and outlet flanges shall be blanked with thick bolted
wooden planks.
Packing shall be sturdy and adequate to protect all assemblies’ components
and accessories from injury by corrosion, dampness, heavy rains breakage
and vibration encountered during transportation, handling and storage at the
plant site.
5. Erection and Commissioning (E&C)
The supplier shall be responsible for satisfying himself and project Office as
to the correctness of the electrical and mechanical connections between all
equipment in his supply. For all above work, the supplier shall furnish the
required services of erection superintendent and other skilled and unskilled
labour, erection tools, tackles and other required equipment. These materials
shall be taken back by the supplier after the erection is complete.
6. Supply / Commissioning
The Supply and commissioning of all the equipment covered in this
specification is 3 (three) months from the date of the confirmed order of
supply. Earlier completion periods are preferred.
Page 34 of 58
SECTION-D
List of Annexures
Annexure-I Price bid with details of the RO Plants
Annexure – II Technical specification
Annexure – III Raw Water Analysis
Annexure – IV Product water analysis
Annexure – V Block Diagram
Annexure – VI Bidder Qualification Data
Annexure – VII Letter of Undertaking
Annexure – VIII Specification for the RO system housing
Annexure - IX List of Villages
Annexure - X Indicative Schematic Diagram for the Remote
Monitoring and Control System
Page 35 of 58
ANNEXURE - I
PROFORMA FOR PRICE BID
Sl
No
Capaci
ty of
RO
plant
in LPH
Quantity
of treated
water
Recovery
%
Quantity
of
Rejected
water %
Total Cost per RO Plant (Capital cost of the RO Plant
with GST at site including E&C + Cost of RO Kiosk
[foundation & structure] + Cost of Branding )
1 500 60% 40%
* Existing plant capacity shall be considered at 500 lph
** The per plant cost quoted above shall be considered to be same for all
locations and will be used to calculate the total cost of the project.
Note (a):
The Remote Monitoring and Control system should have 2 modes of interface
i.e. a Computer based interface and a Mobile Application based interface.
Following is a list of plant parameters and features that needs to be
supported by the 2 interfaces:-
Computer Based Interface:– Display the following parameters
Flow Rate, Total Volume of Permeate water, Hours of Plant operation
Instrument reading Conductivity and pH
Electrical data such as RW Pump and HP Pump current
Status of Raw and Permeate Water level, LPS and HPS
Status of Auto MPV connected in plant.
Display a pop up alarm in case of any fault condition such as low flow,
high or low pressure, high conductivity and send SMS Alerts to 3
mobile nos.
To allow changing of settings up to 5 auto MPV's such as Backwash/
Regeneration Time in, Rinse Time in, Motor on delay
To allow User to Start Backwash/Regeneration of RO at the click of a
mouse
Facilitates Periodic emails and SMS's of Plant data
Page 36 of 58
Mobile Application Based Interface
Should display all Instrument reading Conductivity and pH
Should display the Flow Rate, Total Volume of Permeate water, Hours
of Plant operation
Should be able to send command from tablets
Should have alerts notification and separate lists for alerts
Note (b): Kiosk
1. The Kiosk shall be built on a foundation laid to raise the kiosk platform
to a clear 2 ft from the ground/ road level. And the structure shall be
built with vertical pre-fabricated and powder coated MS structure. The
size of the structure - 2.7 m x 2.7 m x 3 m (LBH) with roof pyramid of
ridge height 1.2 m and cowl of 0.3 m x 0.3 m x 0.45 m. The typical
illustrative model of the kiosk can be referred in annexure IX. The kiosk
shall be painted and branded as per the approved designs of the
APMDC Foundation, the branding shall be carried out to a measure of
90 sft printed on self-adhesive vinyl sticker with 300 dpi depth.
Note (c): Financial evaluation of bids
1. The financial evaluation shall be normally carried out considering the final price quoted in price bid.
Prices for components:
Price contract during the warranty Period
RO consumables and Spares parts
Sl.
No Description
Qt
y UOM
Price
(Rs/UOM)
1 Filter Feed pumps for 250 LPH RO Plant 1 No.
2 Filter Feed pumps for 500 LPH RO Plant 1 No.
Page 37 of 58
3 Filter Feed pumps for 1000 LPH RO Plant 1 No.
4 Filter vessel 1035- FRP 1 No.
5 Activated carbon- 25Kg pack 25 Kg
6 Graded sand and pebbles- 40 kg pack 80 No.
7 Low pressure switch 1 No.
8 High Pressure switch 1 No.
9 Micron Cartridge Filter housing 1 No.
10 High pressure pump for 250 LPH Plant 1 No.
11 High pressure pump for 500 LPH Plant 1 No.
12 High pressure pump for 1000 LPH Plant 1 No.
13 RO membrane 4040- GE 1 No.
14 Pressure Gauges 1 No.
15 Flow Meters for RO 1 No.
16 Control panel for RO - 1 phase auto 1 No.
17 UV lamp one element .5 mts 1 No.
18 UV lamp one element 1.0 mts 1 No.
19 UV choke 1 No.
20 UV complete set Flow rate-250 and 500 LPH 1 No.
21 UV complete set Flow rate-1000 LPH 1 No.
Page 38 of 58
22 Antiscalant Dosing pump- metering 1 No.
23 Auto multiport valves 20 NB 1 No.
24 Auto multiport valves 25 NB 1 No.
REGULAR CONSUMABLES
1 High PH membrane cleaning chemical 5 Kg pack 5 kg
2 Low PH membrane cleaning chemical 5 Kg pack 5 kg
3 Antiscalant Dosing polymer- 5 kg pack 5 kg
4 Micro wound filter cartridge 1 No.
Signature of authorized signatory with seal of the firm
Page 39 of 58
ANNEXURE - II
Technical Specifications
Technical Specification for Reverse Osmosis (RO) system
S.NO ITEM NAME MAKE UOM QTY for
500 lph
1 Raw Water Tank HDPE No. 1
2 Filter feed Pump- .5HP CRI/leo/ Equivalent No. 1
3 Vessels 1034 starlite/aventura No. 1
4 Multiport Valve –
Automatic Initiative/ aventura 20 NB 1
5 Sand and pebbles kgs 120
6 Activated Carbon kgs 25
7 Dosing Pump EDOSE/Equivalent No. 1
8 Dosing Tank HDPE
10 Antiscalant Dosing
polymer GE/ Equivalent kgs 1
11 20''Micron Filter Housing Pentair/ Gopani/
equivalent No. 2
12 20''Micron FILTER{Slim &
Jumbo} SLIM/ equivalent No. 2
13 High Pressure Pump CRI/ Leo/ equivalent No. 1
14 Membrane 4040 GE/Hitech/
equivalent No. 2
15 Membrane Housing 4040 chemris/ALFA No. 2
16 U.V With Chowk- 500 LPH Sukrut/ Equivalent No. 1
17 Flow Meter Initiative/Equivalent No. 2
20 Pressure Gauge 0-21 Baummer/
Equivalent No. 2
21 Control Panel Board Initiative/Aster/accor
d / equivalent No. 1
Page 40 of 58
22 LPS No. 1
23 HPS No. 1
24 Float No. 2
25 Fasteners & hinges , locks SS lot 1
26 power cable and trays Fine cab/ equivalent lot 1
27 Kiosk including storage
tank MS powder coated, SS No. 1
29 Pipes & Fittings Sudhakar/equivalent lot 1
31 Flow and Ph, TDS Sensors 4
Dispensing: Through 2 faucets at the unit.
Automation and Monitoring system:
Data capture and monitoring of Flow Rate, Total Volume of Permeate Water,
Hours of Plants operation, Instruments reading conductivity and pH,
Electrical data such as Raw Water pump and HP Pump current, Status of
Raw Water and product water level with LPS and HPS, status of the Auto
MPV;
Alert mechanism on fault condition such as low flow, high or low pressure,
high conductivity through SMS to designated mobile numbers (3 Nos).
Calibration changes in MPV with regard to Backwash/ Regeneration time,
Rinse Time, Motor on delay
Remote access to initiate Backwash/regeneration of RO Module
Page 41 of 58
ANNEXURE - III
Raw Water Analysis
Raw water Characteristics range
There will be various ground water sources of raw water having different
characteristics. The data compiled from the NRDWP (National Rural Drinking Water Program) public portal is provided below as reference for design of R.O. systems, however it is necessary to carry out testing for the selected water
source for processing for achieving the desired performance and quality.
SI
No
Name of the
village
Panchaya
t Name Mandal District Project Office
Ground Water
Quality (NRDWP DATA)
1 Government Hospital, Kodur
Kodur Kodur Kadapa Mangampet
Iron: 0.28 mg/l; Nitrate:
20 mg/l; Fluoride: 1.04
mg/l; Chloride: 206 mg/l; pH: 7.96 ph; TDS:
1320 mg/l; Alkalinity:
580 mg/l;
2 Pedduru ST
Colony Nagiripadu
GP Chitvel Kadapa
Mangampet
Iron: 0.06 mg/l; Nitrate:
3 mg/l; Fluoride: 0.95
mg/l; Chloride: 153
mg/l; pH: 7.49 ph; TDS:
861 mg/l; Alkalinity: 560 mg/l;
3 Ranganayaka Swamy Temple
Nagiripadu GP
Chitvel Kadapa Mangampet Iron: 0.06 mg/l; Nitrate:
3 mg/l; Fluoride: 0.95 mg/l; Chloride: 153
mg/l; pH: 7.49 ph; TDS:
861 mg/l; Alkalinity:
560 mg/l; Iron: 0.06 mg/l; Nitrate: 3 mg/l; Fluoride: 0.95
mg/l; Chloride: 153
mg/l; pH: 7.49 ph; TDS:
861 mg/l; Alkalinity:
560 mg/l;
4 Yaguvapalli
Village, Nagiripadu
GP Chitvel Kadapa Mangampet
5 Nagiripadu
Village, Nr
Masjid
Nagiripadu
GM Chitvel Kadapa Mangampet
Iron: 0.06 mg/l; Nitrate:
3 mg/l; Fluoride: 0.95
mg/l; Chloride: 153
mg/l; pH: 7.49 ph; TDS: 861 mg/l; Alkalinity:
560 mg/l;
Page 42 of 58
SI No
Name of the village
Panchayat Name Mandal District
Project Office
Ground Water Quality (NRDWP
DATA)
6 Mallempalli Nagiripadu Chitvel Kadapa Mangampet
Iron: 0.06 mg/l; Nitrate:
3 mg/l; Fluoride: 0.95
mg/l; Chloride: 153
mg/l; pH: 7.49 ph; TDS:
861 mg/l; Alkalinity:
560 mg/l;
7 Mallempalli (Harijanawada)
Nagiripadu Chitvel Kadapa Mangampet
Iron: 0.06 mg/l; Nitrate:
3 mg/l; Fluoride: 0.95
mg/l; Chloride: 153 mg/l; pH: 7.49 ph; TDS:
861 mg/l; Alkalinity:
560 mg/l;
8 Mangalampalli Mangalamp
alli Obulava
ripalli Kadapa Mangampet
Alkalinity: 594 mg/l;
Chloride: 351 mg/l;
Iron: 0.3 mg/l; TDS:
1284 mg/l; pH: 7.92 ph;
Nitrate: 28 mg/l; Fluoride: 1.48 mg/l;
9 Mukkavaripalli Mukkavari
palli Obuvari
palli Kadapa Mangampet
Iron: 0.22 mg/l;
Fluoride: 1.41 mg/l; Nitrate: 18 mg/l; pH:
7.86 pH; Chloride: 120
mg/l; TDS: 988 mg/l;
Alkalinity: 480 mg/l;
10 Kampasamudra
m Kampasam
udram GP Chitvel Kadapa Mangampet
Chloride: 194 mg/l;
Fluoride: 1.47 mg/l;
Iron: 0.71 mg/l; Nitrate:
6 mg/l; pH: 7.34 ph; Alkalinity: 588 mg/l;
TDS: 1210 mg/l;
11 HMM High
School Rly Kodur Kodur Kadapa Mangampet
Iron: 0.28 mg/l; Nitrate: 20 mg/l; Fluoride: 1.04
mg/l; Chloride: 206
mg/l; pH: 7.96 ph; TDS:
1320 mg/l; Alkalinity:
580 mg/l;
12 VV Kandriga VV
Kandriga Kodur Kadapa Mangampet
Iron: 0.25 mg/l;
Fluoride: 1.03 mg/l;
Chloride: 170 mg/l; pH: 7.38 pH; TDS: 766
mg/l;
Page 43 of 58
SI No
Name of the village
Panchayat Name Mandal District
Project Office
Ground Water Quality (NRDWP
DATA)
13 Shanti Nagar Mysoorvari
palli Kodur Kadapa Mangampet
Iron: 0.13 mg/l; Nitrate:
4.00 mg/l; Fluoride:
0.22 mg/l; Chloride:
44.00 mg/l; pH: 7.62
pH; TDS: 588.00 mg/l;
Alkalinity: 336.00 mg/l;
14 Koduru Town,Near
MPDO Office Koduru GP Kodur Kadapa Mangampet
Iron: 0.28 mg/l; Nitrate:
20 mg/l; Fluoride: 1.04
mg/l; Chloride: 206 mg/l; pH: 7.96 ph; TDS:
1320 mg/l; Alkalinity:
580 mg/l;
15 ketharachapalli Dalavayapa
lli GP Pullamp
et Kadapa Mangampet
Iron: 0.23 mg/l; Nitrate:
11 mg/l; Fluoride: 1.18
mg/l; Chloride: 78 mg/l;
pH: 8.14 ph; TDS: 1210
mg/l; Alkalinity: 444 mg/l;
16 Gundalapalli Reddivarip
alli Kodur Kadapa Mangampet
Iron: 0.23 mg/l; Nitrate:
7 mg/l; Fluoride: 1.1 mg/l; Chloride: 92 mg/l;
pH: 7.93 ph; TDS: 884
mg/l; Alkalinity: 364
mg/l;
17 Nadimpalli Chiyyavara
m Chitvel Kadapa Mangampet
Iron: 0.14 mg/l; Nitrate:
8 mg/l; Fluoride: 0.26
mg/l; Chloride: 90 mg/l;
pH: 7.06 ph; TDS: 648 mg/l; Alkalinity: 484
mg/l;
18 GV Puram GV Puram Kodur Kadapa Mangampet
Iron: 0.14 mg/l; Nitrate: 9 mg/l; Fluoride: 1.12
mg/l; Chloride: 164
mg/l; pH: 7.5 ph; TDS:
926 mg/l; Alkalinity:
480 mg/l;
19 Kotha Koduru Koduru GP Kodur Kadapa Mangampet
Iron: 0.28 mg/l; Nitrate:
20 mg/l; Fluoride: 1.04
mg/l; Chloride: 206 mg/l; pH: 7.96 ph; TDS:
1320 mg/l; Alkalinity:
580 mg/l;
Page 44 of 58
SI No
Name of the village
Panchayat Name Mandal District
Project Office
Ground Water Quality (NRDWP
DATA)
20 Thurpupalle Anantharaj
upeta Kodur Kadapa Mangampet
Iron: 0.32 mg/l; Nitrate:
15 mg/l; Fluoride: 1.08
mg/l; Chloride: 184
mg/l; pH: 7.66 ph; TDS:
1210 mg/l; Alkalinity:
540 mg/l;
21 Chennarajupodu Chennaraj
upodu Obulava
ripalli Kadapa Mangampet
Iron: 0.6 mg/l;
Alkalinity: 610 mg/l;
Nitrate: 12 mg/l; Fluoride: 1.18 mg/l;
Chloride: 220 mg/l; pH:
7.87 pH; TDS: 1320
mg/l;
22 APSWRS/JC, Balayogi
Gurukulam
Sanjeevapuram
Obulavaripalli
Kadapa Mangampet Nitrate: 13.00 mg/l; Chloride: 147.00 mg/l;
TDS: 590.00 mg/l;
23 Peddapalli Polimerapal
li Sundup
alli Kadapa Mangampet
Iron: 0.14 mg/l; Nitrate:
7.70 mg/l; Fluoride: 1.50
mg/l; Chloride: 400.00
mg/l; pH: 7.75 pH; TDS: 1134.00 mg/l; Alkalinity:
600.00 mg/l;
24 Budidhagunta
Rachapalli Polimerapal
li (G.P) Sundup
alli Kadapa Mangampet
Iron: 0.11 mg/l; Nitrate:
5.80 mg/l; Fluoride: 1.02
mg/l; Chloride: 200.00
mg/l; pH: 7.25 pH; TDS:
601.00 mg/l; Alkalinity:
360.00 mg/l;
25 Chowdary Palem Chowdary
Palem GP Kavali,
Nellore Nellore
Chimakurth
y
Fluoride: 1.92 mg/l; Iron: 0.52 mg/l; TDS:
3586.00 mg/l; Alkalinity:
1488.00 mg/l;
26 Kothapalli
Village Obanapalli Kodur Kadapa Mangampet
Iron: 0.26 mg/l; Nitrate:
8.00 mg/l; Fluoride: 0.86
mg/l; Chloride: 112.00 mg/l; pH: 7.68 pH; TDS:
684.00 mg/l; Alkalinity:
446.00 mg/l;
Page 45 of 58
SI No
Name of the village
Panchayat Name Mandal District
Project Office
Ground Water Quality (NRDWP
DATA)
27 Chinthala
Thanda Chinthala
Thanda Macherl
a Guntur
Chimakurth
y
Nitrate: 0.66 mg/l; TDS:
1522.00 mg/l; Fluoride:
1.22 mg/l; Chloride:
341.00 mg/l; pH: 8.02
pH; Iron: 0.18 mg/l;
Alkalinity: 310.00 mg/l;
28 Chennupativari
Palli Kavetigarip
alli
Pulicherla,
Chittoor(
D)
Chittoor Mangampet
Iron: 0.04 mg/l; Nitrate:
13.20 mg/l; Fluoride:
1.02 mg/l; Chloride: 164.00 mg/l; TDS:
782.00 mg/l; Alkalinity:
392.00 mg/l; pH: 7.35
pH;
29 Bakarapuram(V) Thimmayap
alem (GP) Chitvel Kadapa Mangampet
Iron: 0.03 mg/l; Nitrate:
0.00 mg/l; Fluoride: 0.28
mg/l; Chloride: 94.00
mg/l; pH: 7.70 pH; TDS: 924.00 mg/l; Alkalinity:
480.00 mg/l;
30 Ragava Raja
Puram Kapupalli Kodur Kadapa Mangampet
Iron: 0.11 mg/l; Nitrate: 2.00 mg/l; Fluoride: 0.88
mg/l; Chloride: 124.00
mg/l; pH: 7.14 pH; TDS:
684.00 mg/l; Alkalinity:
515.00 mg/l;
31 Settigunta Settigunta (GP)
Kodur Kadapa Mangampet
Iron: 0.44 mg/l; Nitrate:
3.00 mg/l; Fluoride: 0.48
mg/l; Chloride: 106.00 mg/l; pH: 7.37 pH; TDS:
1016.00 mg/l; Alkalinity:
468.00 mg/l;
32 Pullampeta Pullampeta Pullampe
ta Kadapa Mangampet
Iron: 0.26 mg/l; Nitrate:
3.00 mg/l; Fluoride: 0.14
mg/l; Chloride: 129.00
mg/l; pH: 7.37 pH; TDS:
726.00 mg/l; Alkalinity: 414.00 mg/l;
33 Kammapalli Chinnaoram
padu Obulavari
palli Kadapa Mangampet
Iron: 0.64 mg/l; Nitrate:
8.00 mg/l; Fluoride: 1.48 mg/l; Chloride: 289.00
mg/l; pH: 7.63 pH; TDS:
1420.00 mg/l; Alkalinity:
526.00 mg/l;
34 Kammapalli H.W Chinnaoram
padu Obulavari
palli Kadapa Mangampet
Iron: 0.67 mg/l; Nitrate:
4.00 mg/l; Fluoride: 1.22
mg/l; Chloride: 316.00
mg/l; pH: 7.86 pH; TDS: 1452.00 mg/l; Alkalinity:
508.00 mg/l;
Page 46 of 58
SI No
Name of the village
Panchayat Name Mandal District
Project Office
Ground Water Quality (NRDWP
DATA)
35 Sunnapurallapal
li Y Kota
Obulava
ripalli Kadapa Mangampet
Iron: 0.21 mg/l; Nitrate:
5.00 mg/l; Fluoride: 0.62
mg/l; Chloride: 176.00
mg/l; pH: 7.81 pH; TDS:
1204.00 mg/l; Alkalinity:
548.00 mg/l;
36 Balireddipalli Balireddipally
Obulavaripalli
Kadapa Mangampet
Iron: 0.16 mg/l; Nitrate:
3.00 mg/l; Fluoride: 0.94
mg/l; Chloride: 78.00 mg/l; pH: 7.68 pH; TDS:
984.00 mg/l; Alkalinity:
386.00 mg/l;
37 Addapalli Y Kota Obulava
ripalli Kadapa Mangampet
Iron: 0.22 mg/l; Nitrate:
2.00 mg/l; Fluoride: 0.00
mg/l; Chloride: 74.00
mg/l; pH: 7.41 pH; TDS:
588.00 mg/l; Alkalinity: 512.00 mg/l;
Page 47 of 58
Annexure - IV
DRINKING WATER QUALITY REQUIRED IN THE PERMEATE OF RO
SYSTEMS
AS PER IS: 10500 2012
Sl
No Contamination
Raw Water
contamination
Requirement (Acceptable limit)
as per IS:10500-2012
1 Total Dissolved
Solids
Above 500 & Upto
5000 ppm
Max 500 ppm
2 Fluoride Above 1ppm & Upto
8 ppm
1ppm
3
Salinity
(Chlorides)
Above 200 250 ppm
4 Nitrates Above 45 and up to
300 ppm
45 ppm
5 Microbiological Above zero Absent
6 Arsenic Above 0.05 ppm 0.01 ppm
7 PH Above 8.50 6.5 to 8.5
8 Turbidity Above 2 NTU 1 NTU
9 Alkalinity as
CaCO3
Above 200 ppm 200 ppm
Page 48 of 58
Annexure - V
Process Diagram
Page 49 of 58
Annexure – VI
BIDDER QUALIFICATION DATA
For Supply, Installing and Commissioning of Reverse Osmosis (RO) Water Plants including
1 year of warranty at the select villages of Andhra Pradesh
(To Be Submitted Along With Undertaking letter)
1. Name of the Firm –
2. Address Head Office –
3. Address of Manufacturing/Assembly Premises -
4. Telephone Nos. –
5. Fax No. –
6. E-mail –
7. Status (Attach documentation / tick mark and initial)
(a) Individual (b) Partnership firm
(c) Private Limited Company (d) Limited Company
8. Date of Company’s Incorporation -
9. Company’s PAN No. –
10. GST Registration No. -
Page 50 of 58
11. P. F. Registration No.-
12. Date of starting business -
13. Fields of professional expertise
14. Total Nos. of RO system completed in last five years
Capacity Nos
Up to 250 LPH
250 – 500 LPH
More than 500 LPH
15. Total Nos. of water purification systems on hand for installing and
commissioning ________ nos.
16. Total Nos. of key personnel –
a) Executives – senior level (more than 15
years’ experience) : _________ nos.
b) Executives – middle level (more than 10
years’ experience) : _________ nos.
c) Executives – Junior level (less than 10 years’
experience) : _________ nos.
17. Annual Financial Turnover (Rs. In lacs)
2017 – 18: Rs. ______________ Lacs
2016 – 17: Rs. ______________ Lacs
2015 – 16: Rs. ______________ Lacs
18. Net worth :
2017 – 18: Rs. ______________ Lacs
Page 51 of 58
19. Total No. of RO Plant manufactured and commissioned -
100 LPH to 500 LPH or more ________nos.
20. Detail of highest single order in last three years.
(a) Name of Organization ______________________
(b) Year of Execution _________
(c) Value of Order (Copy to be attach) Rs. _________ Lacs
(d) Performance Certificate - Copy attach Yes / No
21. Annual Capacity to manufacture and assemble plants:_
(a) R.O. Plant (Kiosk Model) _________ nos
22. No of Service centers in Andhra Pradesh (List with complete address,
Contact person, contact nos is to be attached) _________ nos
23. Whether the company is currently processing :
ISO-9001:2000 and if so certification no. Y/N
Certificate No
24. Whether the company is Andhra Pradesh based MSME unit :
MSME Registration No Valid Till Date Y/N
Certificate No
25. Whether company is Registered with NSIC :
NSIC Registration No. and Valid till date Y/N
Certificate No
Company Rubber Seal and Sign Date:
Page 52 of 58
Annexure - VII
(On Bidders Letter Head)
To,
The Executive Chairman,
APMDC Foundation,
Vijayawada
Sub: Undertaking for Supply, Installing and Commissioning of Reverse Osmosis (RO)
Water Plants including 1 year warranty at the select villages of Andhra Pradesh
Dear Sir,
We hereby undertake and confirm that –
We have submitted our Commercial / Technical Bids for the above Tender and it is in full
compliance with the specification / Terms and conditions contained in the Bid Documents.
We have fully understood its contents and affirm that we have not made any deviations.
We also understand that any deviation will disqualify us from the Tendering process.
Thanking you,
Yours sincerely,
(Signature)
For & on behalf of
(Company Rubber Stamp)
53 of 58
Annexure - VIII
Specification for the RO Plant Shelter
Layout & Foundation Details:
54 of 58
RO Plant Shed (Typical Layout):
The model is only for indicative purpose, the selected bidder can propose to the
department for a better model.
55 of 58
Annexure IX
List of Villages
SI. No. Name of the village Panchayat Name Mandal District Project Office
1 Government
Hospital, Kodur Kodur Kodur Kadapa Mangampet
2 Pedduru ST Colony Nagiripadu GP Chitvel Kadapa Mangampet
3 Ranganayaka
Swamy Temple Nagiripadu GP Chitvel Kadapa Mangampet
4 Yaguvapalli Village, Nagiripadu GP Chitvel Kadapa Mangampet
5 Nagiripadu Village,
Nr Masjid Nagiripadu GM Chitvel Kadapa Mangampet
6 Mallempalli Nagiripadu Chitvel Kadapa Mangampet
7 Mallempalli
(Harijanawada) Nagiripadu Chitvel Kadapa Mangampet
8 Mangalampalli Mangalampalli Obulavaripalli Kadapa Mangampet
9 Mukkavaripalli Mukkavaripalli Obuvaripalli Kadapa Mangampet
10 Kampasamudram Kampasamudram GP Chitvel Kadapa Mangampet
11 HMM High School Rly Kodur Kodur Kadapa Mangampet
12 VV Kandriga VV Kandriga Kodur Kadapa Mangampet
13 Shanti Nagar Mysoorvaripalli Kodur Kadapa Mangampet
14 Koduru Town,Near
MPDO Office Koduru GP Kodur Kadapa Mangampet
15 ketharachapalli Dalavayapalli GP Pullampet Kadapa Mangampet
16 Gundalapalli Reddivaripalli Kodur Kadapa Mangampet
17 Nadimpalli Chiyyavaram Chitvel Kadapa Mangampet
18 GV Puram GV Puram Kodur Kadapa Mangampet
56 of 58
SI. No. Name of the village Panchayat Name Mandal District Project Office
19 Kotha Koduru Koduru GP Kodur Kadapa Mangampet
20 Thurpupalle Anantharajupeta Kodur Kadapa Mangampet
21 Chennarajupodu Chennarajupodu Obulavaripalli Kadapa Mangampet
22
APSWRS/JC,
Balayogi
Gurukulam
Sanjeevapuram Obulavaripalli Kadapa Mangampet
23 Peddapalli Polimerapalli Sundupalli Kadapa Mangampet
24 Budidhagunta
Rachapalli Polimerapalli (G.P) Sundupalli Kadapa Mangampet
25 Chowdary Palem Chowdary Palem GP Kavali, Nellore Nellore Chimakurthy
26 Kothapalli Village Obanapalli Kodur Kadapa Mangampet
27 Chinthala Thanda Chinthala Thanda Macherla Guntur Chimakurthy
28 Chennupativari Palli Kavetigaripalli Pulicherla,
Chittoor(D) Chittoor Mangampet
29 Bakarapuram(V) Thimmayapalem (GP) Chitvel Kadapa Mangampet
30 Ragava Raja Puram Kapupalli Kodur Kadapa Mangampet
31 Settigunta Settigunta (GP) Kodur Kadapa Mangampet
32 Pullampeta Pullampeta Pullampeta Kadapa Mangampet
33 Kammapalli Chinnaorampadu Obulavaripalli Kadapa Mangampet
34 Kammapalli H.W Chinnaorampadu Obulavaripalli Kadapa Mangampet
35 Sunnapurallapalli Y Kota Obulavaripalli Kadapa Mangampet
36 Balireddipalli Balireddipally Obulavaripalli Kadapa Mangampet
37 Addapalli Y Kota Obulavaripalli Kadapa Mangampet
57 of 58
Annexure - X
Indicative Schematic Diagram for the Remote Monitoring and Control
System
58 of 58
FORMAT FOR QUERIES
Sl No. Clause ref no.
and Page no.
Existing
Provision
Clarification
Required
Suggested Text
for Amendment,
if any
Rationale for
Clarification or
Amendment
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.