Government of Andhra Pradesh Department of Horticulture...
Transcript of Government of Andhra Pradesh Department of Horticulture...
Page| 2 Signature of the bidder with seal
Government of Andhra Pradesh
Department of Horticulture
Public Gardens, Nampally, (Andhra Pradesh State), Hyderabad - 500004.
EXPRESSION OF INTEREST
Horticulture invariably improved the economic status of our farmers. The earlier
seasonal availability of fruits and vegetables has now extended to all round the year to
increase the per capita consumption of fruits and vegetables. Protected cultivation
utilizing Israel technologies has been found to be beneficial in increasing productivity
besides total production. Department of Horticulture wants to establish Centre of
Excellence at Bangarunatham Village of Kuppam constituency, Chittoor District, Andhra
Pradesh State where in cultivation of various horticultural crops will be taken up by
utilizing Indo-Israel technologies such as cultivation under Hi-Tech Green House,
Naturally Ventilated Polyhouses, Net houses, Shadenet houses, W a l k - i n
T u n n e l s , open cultivation with Mulching & new technologies.
Expression of Interest (EoI) is invited for selection of Executing Agency of National /
International repute who will be responsible for designing, establishment of structures,
technology stabilization for cultivation of crops which are mentioned and to give hand
hold support up to three years after commissioning of the project.
Tender forms Including terms & conditions, specifications and quantity can be
obtained from the State Horticulture Mission, Andhra Pradesh State on all working
days (Monday to Saturday) between 11:00 hours to 17:00 hours by payment of a demand
draft of Rs.500.00 (Rupees Five hundred only) drawn in favour of Executive Director,
MIDH, Andhra Pradesh State, Hyderabad. It may also be downloaded from the
website: http://horticulture.ap.nic.in. In case of forms downloaded from website,
DD for an amount of Rs.500.00/-(Rupees Five Hundered only) has to be attached with the
form at the time of submission.
The offer should be submitted in sealed cover containing - Technical Bid with
supported documents and Financial Bid separately along with EMD of Rs.15.00
Lakhs (Rupees Fifteen Lakhs only).
Page| 3 Signature of the bidder with seal
Cost of Tender Document
Rs.500/- in cash / DD in favour of Mission
Director, State Horticulture Mission, Andhra Pradesh State, Public Gardens, Nampally, Hyderabad.
Issue of tender schedules 23/07/2015
Last Date of Submission of tenders 31/07/2015 (3 PM)
Date of opening of tenders 01/08/2015 (3 PM)
E.M.D Rs. 15.00 Lakhs by way of DD in favour of “Mission
Director, State Horticulture Mission, Andhra Pradesh State, Public Gardens, Nampally, Hyderabad.
Place of opening O/o. Commissioner of Horticulture, MIDH, Andhra Pradesh State, Hyderabad.
Applications should be duly super-scribed "Application for selection of Executing
Agency for establishment of Centre of Excellence for Horticulture (flowers and
vegetables)" at kuppam addressed to the Mission Director & Commissioner of
Horticulture, MIDH, Public Gardens, Nampally, Hyderabad – 500004 Andhra Pradesh.
The last date for submission of EOI is on or before 15:00 hrs on 31/07/2015.
Preliminary Scrutiny shall be conducted by the tender committee on 01-08-2015.
Mission Director & Commissioner of Horticulture, MIDH, Andhra Pradesh State,
Hyderabad reserves the right to revise/change/cancel the Tender without assigning
any reasons thereof.
The date of issue of tender Schedule, last date for submission of tenders & other details are as follows:
In the event of last date of submission and opening is declared as holiday,
submission and opening will be on the next working day. No communication will be sent
separately.
Sd/- V. USHA RANI, IAS,
Mission Director & Commissioner of Horticulture
State Horticulture Mission, Andhra Pradesh, Hyderabad.
Page| 4 Signature of the bidder with seal
TENDER SCHEDULE
Department of Horticulture wants to establish a Centre of Excellence for flowers
and vegetables in an area of 6.00 Ha at Bangarunatham Village of Kuppam constituency,
Chittoor District, Andhra Pradesh State.
A.INSTRUCTIONS TO TENDERERS:
1). SCOPE OF WORK:
1.1) This project will be on turn-key basis, the entire one Centre of Excellence in
Horticulture (Vegetables & Flowers) shall be established by single bidder only.
1.2) The work of designing and establishing of all the structures includes Hi-Tech
nursery & Green house, Poly House (Naturally Ventilated), Shade Net Houses,
Walk-in Tunnels, mulching on raised beds, Drip System, Fogger System, Sprinkler
irrigation systems and its automation for vegetable and flower cultivation and
Establishment of Soil Testing Laboratory & Plant Pathology Diagnostic Laboratory .
Including designing, development & maintenance up to the period of three
years after successful completion of the structure.
1.3) Planting material of best quality for the crops and varieties identified, is to be used
with the consent of the Department.
1.4) The water storage tank/ farm ponds shall be constructed as per the irrigation
water requirement with latest design.
a. Tube-well or water source for filling up of tank and basic electrical connection
shall be provided by the Department of Horticulture, Hyderabad. Charges of
power borne by the firm.
b. Water lifting for irrigation from Source to the tank shall be in the scope of work
and is to be provided by the firm including generator set and automation.
c. The work also includes designing and installation of complete micro irrigation
system for Protected structures and open field in consultation with the
Department.
d. MI System shall be installed in such a way that irrigation to each individual
variety of crop can be controlled by valves/ automation separately.
e. The construction of control room for irrigation system will be in the scope of
f. work and should be as per the architect plan.
Page| 5 Signature of the bidder with seal
2) Eligibility Criteria / Terms & Conditions for Bidders:-
2.1) The Bidder should be a reputed organization having experience of establishing
projects related to Horticulture / Floriculture like Centre of Excellence for
vegetables / flowers on Turnkey basis and cultivation under Green houses
(protected cultivation) (at least 2 successful work orders to be attached) with in
last 3 years.
2.2) The bidder should attach copy of work order confirming execut ion of similar
nature of work not less than Rs. 3.00 Crores (Rupees Three Crores only) as a single
order.
2.3) The annual turnover of the firm should not be less than Rs.10.00 crores (Rupees
Ten Crores only) in the last two consecutive financial years. Copy of balance sheet
should be attached along with certificate from authorized Chartered Accountant.
2.4) The Bidder should be ISO certified Organization, having valid Service Tax
Registration and PAN card. (Furnish copy as documentary proof).
2.5) No firm can apply through its dealer. The firm has to apply directly and
execute the work by itself without any involvement of its dealer.
2.6) EOI submitted without relevant papers/documents shall be rejected summarily.
2.7) The Bidder should have qualified experts (minimum one person for each subject)
related to Soil Science, Agriculture Engineering, Agronomy / Horticulture,
Pathology, Entomology with experience in Protected cultivation of horticulture
crops.
2.8) The bidder shall not have abandoned any work of Government of India / any State
Government or its department during the last three years.
2.9) Under the Two Bid System, the Technical Bid shall consist of all technical
details along with commercial terms and conditions and, Financial Bid shall
indicate unit price for work to be executed.
2.10) EMD and document costs will be part of the Technical Bid only.
2.11) The Technical Bid along with cost of document (in case of downloaded
forms), EMD, documents & annexures should be place d in a cover duly
super scribed as Technical Bid. The Financial Bid should be placed in a
separate cover duly super scribed as Financial Bid. Both the covers should be
sealed and should be put in a bigger envelop super scribing "Tender for
Page| 6 Signature of the bidder with seal
selection of Executing Agency for establishing Centre of Excellence for
Horticulture (flowers and vegetables)" and addressed to Mission Director
& Commissioner of Horticulture, MIDH, Andhra Pradesh State, Hyderabad.
2.12) All the Bid documents should be signed by the authorized person, carrying the
prescribed letter of authority and his full name and status should be
indicated below his signature with the seal of organization/ agency.
2.13) Rate quoted in financial bids must be inclusive of all taxes and freight for
destination etc. Financial Proposal will be quoted in figures as well as in words. In
case of any ambiguity, amount quoted in words will be considered. The quotation
of rate must be with respect to desired technical specification.
2.14) Conditional proposal will not be accepted.
2.15) No claim will be entertained afterwards for any increase in price or otherwise.
2.16) The bidders should have a valid import license. They should produce self-attested
copy of license. Persons without a valid license or persons expecting a new license or
renewal of the same need not apply.
3) Earnest Money Deposit (EMD):
3.1) E a r n e s t M o n e y D e p o s i t (E M D ) o f R s . 1 5 . 0 0 L a k h s s h o u l d b e
furnished in the form of Demand Draft / RTGS alone in favour of Mission Director,
State Horticulture Mission, Andhra Pradesh State, Hyderabad payable at any
nationalized bank situated at Hyderabad (Andhra Pradesh State) town.
3.2) The EMD of the technically unsuccessful bidder will be refunded. The EMD of
successful bidder will be retained up to the time of contract period.
4) Invitation of bids:
4.1) Tender Document can be downloaded from the department websites
http://horticulture.ap.nic.in or obtained in-person from the O/o Commissioner of
Horticulture, State Horticulture Mission, Department of Horticulture, Andhra
Pradesh State, Public Gardens, Nampally, Hyderabad on or before the date &
time mentioned in the Tender notice.
4.2) The Tender should be dropped in the box kept for this purpose at the O/o.
Commissioner of Horticulture, Andhra Pradesh State at the address mentioned
above on or before the date & Time mentioned in the Tender notice.
Page| 7 Signature of the bidder with seal
4.3) Bidder or their duly authorized representatives may be present at the time of
opening the Main envelope and the Technical Bids, the time and place for which is
indicated in the Tender document. Time and Place for opening of Financial Bids
shall be after evaluation of Technical Bid and shall be communicated to the
technically qualified firms/ bidders through mail and phone. Either one of it would
be sufficient.
4.4) Bids received late after due date and time, will not be accepted and are deemed
to have been rejected. The MIDH, Andhra Pradesh State, Hyderabad will not be
responsible for any delay.
4.5) Pre bid discussion & site inspection: It is essential for bidders to visit the site for
ascertaining the location, surroundings, field survey and finalization of design etc.
Departmental team will be available at site to facilitate the bidders. However, the
lack of understanding of site condition shall not become the basis under any
circumstance to alter the quote after the submission. If the bidder(s) further
desired to have some clarification that can be discussed in O/o Commissioner of
Horticulture on 25/07/2015 at 11 hrs. It shall be deemed that by submitting the
bid, the bidder has understood the scope, the contents of the tender document
and all other relevant information pertaining to this tender.
4.6) The bid dates are as follows:
SNo Item Date Time
1 Document available period 23 July-30July,15 During working hours
2 Pre-bid discussion 25 July,15 11:00 hrs Andhra Pradesh SHM office, Hyderabad
3 Last date for receipt of tender document
31- July,15 Up to 15:00 hrs
4 Part-I Technical bid opening date
01- Aug,15 15:00 hrs
5 Part-II Financial bid opening date
To be communicated to the technically qualified bidders
Page| 8 Signature of the bidder with seal
5) OPENING OF BIDS:
5 . 1 ) T he T e c hnica l Bids w ill be opened first a nd wi ll be e va lua te d b y th e
evaluation committee. Only such Bids will be evaluated in which required EMD
and Tender document cost are deposited along with the Technical Bids and that
meets other conditions of the Bids.
5.2) Evaluation of the Technical Bids shall be carried out by evaluation committee
which shall look into compliance of specifications and of other conditions of
Tender enquiry.
5.3) At the second stage, Financial Bids of only technically qualified firms will be
opened for further evaluation.
5.4) Mission Director & Commissioner of Horticulture, Andhra Pradesh, Hyderabad at his
sole discretion and without assigning any reasons thereof reserves the right to
accept or reject any or all the bids.
5.5) Mission Director & Commissioner of Horticulture, Andhra Pradesh, Hyderabad also Does not bind himself to accept the Lowest price bid as it is Quality & Cost Based Selection (QCBS).
5.6) In order to facilitate the evaluation of bids Mission Director & Commissioner of
Horticulture, Andhra Pradesh, Hyderabad at his own discretion may seek
clarification in writing which shall be responded by the bidder in writing within the
stipulated time set out in the clarification letter.
5.7) Any conditional bid shall be summarily rejected.
5.8) Participation in the Tender will automatically imply the acceptance on part
of the participating agency of all the terms and conditions of this Tender.
6. EVALUATION AND SELECTION OF PROPOSALS:
6.1) The selection shall be based on Quality and Cost Based Selection (QCBS).
6.2) The total value of establishing Centre of Excellence for Horticulture (flowers and
vegetables) including the taxes, duties and all other expenses quoted by the bidder
shall be considered for financial price evaluation. The firms have to mention price of
every component in the financial bid.
6.3) The bidders who have qualified in technical bid shall be called for opening of
financial bid. Based on the financial bid further negotiation will be conducted and
the successful bidder will be called for Letter of Acceptance (LOA).
Page| 9 Signature of the bidder with seal
7. Legal Disputes :
7.1) In case of any dispute or difference arising out of the agreement between the two
parties relating to any aspect of the agreement, the parties should attempt to
settle the dispute through mutual and amicable discussions.
7.2) It is further to be agreed by both the parties that all differences and disputes if not
resolved as above, shall be got remedied through the Court of Law of Hyderabad
jurisdiction only.
8) Black listing and Legal Action :
8.1) The agency shall submit a notarized affidavit from that "the agency has not been
blacklisted by any State Govt./ Union Govt. " and no legal issues regarding any
work is pending in any court .
8.2) In case of non-compliance of the guidelines, technical specifications, rectification
of defects during execution or defect liability period and order of Mission Director,
Department of Horticulture, Andhra Pradesh State, legal proceedings will be
initiated and the cost will be borne by the firm. The firm will also be blacklisted to
take any part in tenders to be called by Government of Andhra Pradesh.
8.3) The EOI Schedule can be rejected without any notice, If at any stage of the
procurement process, it comes to knowledge that any Offerer (s) is involved in any
fraudulent practice or misrepresentation of the facts or tried to influence the
selection process or indulged in any corrupt activities in competing with others
besides initiating legal action.
8.4) The Mission Director & Commissioner of Horticulture, MIDH, Andhra Pradesh State,
Hyderabad reserves the right to revise/change/cancel any or all the bids without
assigning any reasons thereof.
Page| 10 Signature of the bidder with seal
B. CONDITIONS OF CONTRACT :
1) Agreement:
1.1) The successful tenderer shall, within 10 days of signing the Letter of
acceptance (LOA), be bound to execute a formal agreement. In case of failure
of agreement the bidder will not be permitted to work and bid will stand
cancelled. Further, the work will be allotted to next eligible bidder.
1.2) The terms & conditions contained in tender document will be construed to be
part of the agreement. Any variation in the terms & conditions as may be
suggested by the tenderer and accepted by the committee will be specifically
mentioned in the agreement.
1.3) The cost of stamping for agreement should not be less than Rs.100/- which shall
be borne by the successful tenderer.
2) Security Deposit:
2.1) The successful Tenderer has to submit Security Deposit of 5% of Tender Value on
acceptance of Tender within 10 days of the work order. The tenderer can submit
the Security Deposit either in the form of Demand Draft or Bank guarantee.
2.2) The Security Deposit if paid in the form of Demand Draft should be in favour of
Mission Director, MIDH, Andhra Pradesh State, payable at Hyderabad.
2.3) The security deposit is refundable after three years on satisfactory completion
of the work and satisfactory technology stabilization for cultivation of crops in
protected cultivation structures.
2.4) Security deposit does not carry any interest.
3) Warranty:
3.1) All goods or materials shall be strictly in accordance with the
National/International standards specified for that product/ component.
3.2) The firm has to provide warranty and provide free maintenance for the
period of 3 years for Poly sheet and 15 years for Poly carbonate sheet &
structure and 10 years for drip irrigations & others. The successful tenderer
Page| 11 Signature of the bidder with seal
shall, replace or repair the goods or such portion in case of defects or poor
workmanship or any malfunction of the unit or any portion thereof.
3.3) The periods of warranty shall be counted from the date of final inspection
and satisfactory completion of the terms & condition laid in the agreement.
3.4) Successful bidder/firm shall be responsible for maintenance of quality
standards. In case of any trouble or defect originating from the design,
material, Workmanship etc. during warranty period that would require the
successful bidder to replace the material free of cost including labour cost.
3.5) Mission Director & Commissioner of Horticulture, Hyderabad, Andhra Pradesh
State may ascertain the quality through testing of material in any
public/private laboratory at the cost of firm only.
4. Execution of work :
4.1) The successful bidder shall at his expense obtain all necessary permits and
licenses and permissions required for execution of work.
4.2) The successful bidder shall arrange and pay for all personnel, materials,
transportation and all other facilities required for the satisfactory execution and
completion of the work. The price quoted will be deemed to be inclusive of all
such expenses.
4.3) The successful bidder shall indemnify against all claims, proceedings, damages,
costs, charges and expenses arising in connection with damage to property of
any person or injury to person or loss of life occurring in the course of execution
of the work / including period of contract.
4.4) successful bidder shall furnish a certificate stating that they have no dues with
regard to the EPF, ESI or any other statutory payment with regards to their
employees and also should furnish the details of last remittance of EPF and ESI
of their employees.
4.5) The project should be executed within the scheduled time limit as per
agreement and completely handed over to the department.
4.6) Liquidated Damages – The successful bidders should complete the work as per
the schedule given. Any delay will attract Liquidated Damages of 1 % per month
of the contract value subject to maximum of 10% of the contract value.
Page| 12 Signature of the bidder with seal
4.7) Emergency Work : In the event of any failure adversely affecting the completion
or maintenance of the work which in the opinion of the authorized horticulture
official requires immediate attention, the Horticulture Department may with its
own workmen or other agency execute the necessary work or carry out repairs if
the authorized official considers that the bidder is not in a position to do so in
time and charge the cost thereof to the successful bidder and such cost will be
determined by, Mission Director & Commissioner of Horticulture, State
Horticulture Mission, Andhra Pradesh State, Hyderabad.
4.8) Charges on the electricity and water used and other miscellaneous expenses at the
time of execution of work should be borne by the successful bidder.
4.9) The firm shall comply with all the labour laws and other statutory requirements during
the project completion phase. Minimum wages shall be paid to the employees.
4.10) No subletting of the tender is permitted
4.11) The Department of Horticulture, Andhra Pradesh is not responsible for the loss/ theft, damages due to any calamities.
4.12) Disposal of surplus or excavated materials :
i. The bidder shall at all times keep the site free from all surplus materials, and
all rubbish which might accumulate from the works and should dispose of
the surplus materials as ordered by the authorized official failing which, it
will be done at the cost of the bidder and the cost incurred will be
deducted from his dues.
ii. The bidder shall within 15 days of completion of the entire work, remove all
un used and surplus materials, tools and plants, staging and refuge or other
debris left over by his operations and shall leave the site in a clean and tidy
conditions. Failing which, it will be done at the cost of the bidder and the
cost incurred will be deducted from his dues.
5. TERMINATION OF CONTRACT:
5.1) Mission Director & Commissioner of Horticulture, State Horticulture Mission,
Andhra Pradesh, will monitor the progress of work from time to time. It is the
obligation of the executing agency/ firm to complete the work as per the
schedule by observing the terms and conditions of the agreement.
Page| 13 Signature of the bidder with seal
5.2) If Mission Director & Commissioner of Horticulture, State Horticulture Mission,
Andhra Pradesh State notices that the work is not progressing as per the
schedule and there are violations of the terms and conditions of the agreement
he has every right to give stop memo and terminate the contract with 30 days
prior notice.
6. PAYMENTS TERMS:
6.1) All invoices shall be prepared in quadruplicate in favour of Mission Director &
Commissioner of Horticulture, State Horticulture Mission, Andhra Pradesh,
Public Gardens, Nampally, Hyderabad - 500004 and shall be signed by the
supplier or his authorized agent.
6.2) Payment against Bill/Invoice shall be released only after satisfactory
Installation. No interest will be payable on the delayed payment.
6.3) Payment will be made directly to the tenderer through Electronic Clearing
System (ECS)/ Electronic Funds Transfer (EFT) duly deducting all the applicable
taxes.
6.4) The successful tenderer on award of contract must submit ECS/EFT details.
However, if the facility of ECS/EFT is not available at a particular location the
payment shall be made by cheque. In such case the successful tenderer on
award of contract will have to furnish executing agency/ firm’s Bank Account
Number and Name of the Bank against which all payments in respect of the
contract shall be made.
6.5) If, any complaint is received from technical committee regarding quality of the
material, then 20% amount will be seized and shall result in forfeiture of EMD,
blacklisting and initiation of legal action against the firm.
6.6 Failure to install the structure as per the time limit specified in the agreement
shall result in 5% deduction in payment for the rest of quantity to be
supplied / installed for every fort night delay.
6.7 In case of faulty design and erection of poly house structure, supply of sub-
standard material, deficiency in after sale service, unfair business practices,
violation of terms and conditions, etc. penalty will be imposed as decided by the
Mission Director & Commissioner of Horticulture as the case may be.
6.8 The firm has to deposit the penalty amount within period of one month failing
which the amount shall be recovered from the payment due against work done
Page| 14 Signature of the bidder with seal
or from the bank guarantee pledged with the Department. The bank guarantee
can also be forfeited as per decision taken by Commissioner of Horticulture and
legal proceedings shall be initiated against the firm.
7. Time limit for commissioning and payment terms shall be as follows.
Stage Days from the receipt of LOA
Conditions
Payment details
One Within 15 days After signing the Agreement and submitting bank guarantee for 5% of the agreed contract value of tender to Commissioner of Horticulture.
25% of the agreed contract value subject to the value of material received at site whichever is less.
Two 15-75 days 60% completion of work and certification by technical committee constituted
25% of the agreed contract value (or) Invoice amount whichever is less.
Three 75-90 days Commissioning and certification by technical committee constituted
35% of the agreed contract value (or) Invoice amount whichever is less.
Four 3 years after commissioning
After completion of three years handholding support and maintenance / after full handing over the established CoE to the department.
15% of the agreed contract value (or) Invoice amount whichever is less.
Total 100%
The fourth stage of 15% will be released on submission of bank guarantee for an
equal amount valid for a period not less than two years.
8) Capacity building
It is the obligation of the selected firm to provide required training and capacity
building programmes to concerned staff nominated by the Commissioner of
Horticulture on the operation of the unit and the production technologies.
9) Time period for the completion of work:
The work shall be executed in 90 days from the date of receipt of the Letter of
Acceptance (LOA). No grace period will be given.
10) Income generated at COE, out of sales etc. (flowers, vegetables & nursery plants)
shall be deposited to Mission Director & Commissioner of Horticulture, MIDH, Andhra
Pradesh on daily basis.
Sd/- V. USHA RANI, IAS,
Commissioner of Horticulture
State Horticulture Mission, Andhra Pradesh, Hyderabad.
Page| 15 Signature of the bidder with seal
TECHNICAL BID
FUNCTIONAL REQUIREMENT OF SYSTEM
a. Design Flexibility
Tenderer may submit a different technical options if it is able to meet the Core
technical requirements as stated in this document. Tenderer shall have to
demonstrate proof that his proposed solution has been successfully tried on large
areas. The tenderer shall also have to satisfy the reliability requirements as stated
in this document. Right to accept / reject the proposed solution shall rest solely
with the Mission Director & Commissioner of Horticulture, Hyderabad, Andhra
Pradesh.
b. TRIAL & TESTING
1. Bidder shall demonstrate the effectiveness of the proposed design / installed
design.
2. The bidder shall draw up the optimization programme in consultation with the
Executive Director, State Horticulture Mission, Andhra Pradesh.
c. PERFORMANCE TESTS
After providing the functional requirement, its performance regarding
maintainability and reliability under field conditions would be jointly monitored by
Commissioner of Horticulture or his representative and executing firm / their
representative. All problems noticed during this period shall be logged and shall be
rectified by the tenderer during the warranty period. Expenditure for testing quality
of product/ component should be borne by the firm.
d. CONFIDENTIALITY OF TEST RESULTS
All data that is generated as a result of Centre of Excellence for Horticulture and
the test results shall automatically become the sole property of Department of
Horticulture, Andhra Pradesh. No part of such information shall be disclosed to any
third party without prior written consent of Department of Horticulture, Andhra
Pradesh.
Page| 16 Signature of the bidder with seal
Activities that will be undertaken by the Agency/Firm at the proposed
Centre of Excellence, at Bangarunatham Village Kuppam constituency,
chittoor District, Andhra Pradesh State:
Establishment of the following structures and successful cultivation under these
structures.
Summary of component Specifications:
S.No Component Size Material proposed Requirements
1 A.Hi tech
Nursery Poly
house for
vegetables
B. young
plants nursery
C. Pot Plants
Nursery
(Orchids and
house plants)
Total:8000sqm
Flowers, tomato,
Capsicum, Cucumber
& other vegetable
which fits well in crop
rotation
Seedlings, young plants
(vegetatively propagated)
and unrooted cuttings -
vegetables, herbs, cut
flowers, bedding plants
(flowering annuals),
flowering pot plants,
strawberry plugs,
herbaceous perennials
Nursery Production
-Specifications of poly
house with climate control
Managements systems.
-Specifications of Irrigation
systems
Specifications of portrays.
-
Irrigationcontrolesystem.and
application schedule
-Fertigation chemigation
system and schedule.
-Germination platforms.
-Soilless media
composition.
-Plant protection measure.
-Any other required
component.
2. a. Hi techpoly
house
b. Naturally
ventilated poly
2000 sqm
4000 sqm
Flowers, tomato,
Capsicum, Cucumber
&other vegetable
which fits well in crop
rotation
Commercial cultivation
-Specifications of poly
house
-growing media
standardization
Page| 17 Signature of the bidder with seal
house
-specifications of Irrigation
systems
-Irrigation system and
application schedule
-Fertigation and
chemigation system and
schedule
-Plant protection measure
-Any other required
component
Shade net
house
3000 sqm
Insect proof
net house
2000 sqm 50 mesh
Walking
tunnels
4000 sqm
Low tunnels 4000 sqm
Open field
cultivation
3 hectare
Irrigation-
fertigation
control room
Based on
system head
size
3 Micro
Irrigation
system
System head with all
required components
to suit demo plots
Controller, filtration (main &
secondary), water meter,
pressure guage (DP),
valves, etc.
Laterals, drip lines to
suit demo plots
Diameter, flow rate, other
features suitable to crop,
climate and soil requirments
Fertigation unit to suit
demo plots
Tanks and injection units
and other defined
components based on
requirments of demo plot
4 Mechanization Tensiometer units-
quantity (at least 6
Digital or manual
Page| 18 Signature of the bidder with seal
stations, each station
comprised of 3 depth,
30-60-90cm)
tensiometers
meteorological
/Weather station
Pruning tools,
mulching machine,
Seeding/Transplanting
machine, Harvesting
machine, Grading &
Packing, Equipments
etc.,
5 Other
infrastructure
0.80 hac Post harvest
management unit,
Refrigeration
laboratory,
Design and specification
from the Israel Experts.
Water Tank Design and specification to
be prepared in consultation
with Israel Experts.
Guard Room, Office,
Training Hall, Guest
house & plant health
clinic, Canteen, Store
room, Staff toilet
- Do-
Soil Testing
Laboratory
Design and specification to
be prepared with
researchers and soil experts
Plant Pathology
Diagnostic
Laboratory
Design and specification to
be prepared with
researchers and soil experts
Workshop shed,
Worker’s shed,
community kitchen &
Residential quarter
- Do-
Solar system and
Electric unit
- Do-
Page| 19 Signature of the bidder with seal
Note: The agency/firm will be responsible for ensuring all the activities (crop specific)
to be adopted for smooth establishment & functioning of the Centre of Excellence.
The agency will also be responsible and made accountable for any kind of lapse in smooth
conduct of the various activities. The agency/firm will also deploy its manpower with
proper knowhow to carry out the work.
Page| 20 Signature of the bidder with seal
FORMAT OF TECHNICAL BID
APPENDIX-I
Establishment of Centre of Excellence at Bangarunatham Village, Kuppam Constituency, Chittoor District, Andhra Pradesh State.
SNo. Item Details
1 Name of the agencies with details of address,
phone & FAX Number
:
2 Past experiences for establishment of Centre of
Excellence, with documentary proof
:
3 Time period required for execution of the
project
:
SNo.
Intervention / Component Annexure with
page no.
1 Proof in support of past experience of firm
2 Proof in support of completion of same type of projects in
public sector and collaboration with Israel / Dutch
technology in the Protected Cultivation
3 List of key professionals with education & experience to
be deputed for the project
4 Detailed Design & Drawing
5 Component wise specifications and quality of material for
establishment of units at proposed Centre of Excellence.
6 Control room
Note :- Design, Drawings & Specification in detail for each component are to be given
separately by the firm.
Authorized Signatory of firm
Page| 21 Signature of the bidder with seal
EVALUATION CRITERIA
APPENDIX-II
Technical Bid for Establishment of Centre of Excellence at Bangarunatham Village, Kuppam Constituency, Chittoor District, Andhra Pradesh State.
Sl. No.
Attributes Total
Marks
Marks
obtained
1 Past experience of firm 10
2 Firm’s understanding of Terms of Reference 5
3 Completion of same type of projects in public
sector
15
4 Education & experience of key professionals to
be deputed for project
15
5 Detailed Design & Drawing 40
6 Component wise specifications 15
Total Marks 100
Page| 22 Signature of the bidder with seal
Sl. No.
Attributes Total Marks
Marks earmar
ked
Criteria & Requirements
1 Past experience of firm 10 10 above 7 years Experience
6 5 to 7 years Experience
4 3 to 5 years Experience
2 Firms understanding of TOR 5 5 Well detailed
2 Sketchy
3 Completion of same type of a. Projects in public sector
10 10 Completed five similar projects
6 Completed four similar projects
4 Completed three similar projects
b. Collaboration with Israel (or) Dutch technology
5 5 If Yes
4 Education & experience of key professionals to be deputed for project
15 15 Minimum one graduate each in Agrl. Engineering, Agronomy / Horticulture & Crops Specific Expert and MIS expert with five years experience in the same field.
10 Minimum one graduate each in Agrl. Engineering, Agronomy & Crops Specific Expert and MIS with three years experience in the same field.
5 Minimum one graduate each in Agrl. Engineering, Agronomy & Crops Specific Expert and MIS with two years experience in the same field.
5 Detailed Design & Drawing 40 40 With detailed dimensions, design and drawing charts
20 With sketchy dimensions, design and drawing charts.
0 Without dimension, design and drawings
6 Component wise specifications
15 15 With complete specifications for all items of work.
5 Specifications which do not cover all items of work
0 Without specifications.
Total Marks 100
APPENDIX-III
DETAILED MARKING SYSTEM FOR EVALUATION OF TECHNICAL BID
* Only those firms who have secured 60% or above marks in the technical evaluation will be considered for opening of the financial bid.
Page| 23 Signature of the bidder with seal
FORMAT OF FINANCIAL BID
APPENDIX-IV
Establishment of Centre of Excellence at Bangarunatham Village, Kuppam Constituency,
Chittoor District, Andhra Pradesh State
Name of the Organization:
S.
No
Component Size Material proposed Requirements Rate (in Rs.)
Amount (in Rs.)
1 A.Hi tech
Nursery Poly
house for
vegetables
B. young
plants
nursery
C. Pot Plants
Nursery
(Orchids and
house plants)
Total:8000
sqm
Flowers, tomato,
Capsicum,
Cucumber & other
vegetable which fits
well in crop rotation
Seedlings, young plants
(vegetatively
propagated) and
unrooted cuttings -
vegetables, herbs, cut
flowers, bedding plants
(flowering annuals),
flowering pot plants,
strawberry plugs,
herbaceous perennials
Nursery
Production
-Specifications of
poly house with
climate control
Managements
systems.
-Specifications of
Irrigation systems
Specifications of
portrays.
-
Irrigationcontroles
ystem.and
application
schedule
-Fertigation
chemigation
system and
schedule.
-Germination
platforms.
-Soilless media
composition.
-Plant protection
measure.
Page| 24 Signature of the bidder with seal
-Any other
required
component.
2. a. Hi techpoly
house
b. Naturally
ventilated
poly house
2000 sqm
4000 sqm
Flowers, tomato,
Capsicum,
Cucumber &other
vegetable which fits
well in crop rotation
Commercial
cultivation
-Specifications of
poly house
-growing media
standardization
-specifications of
Irrigation systems
-Irrigation system
and application
schedule
-Fertigation and
chemigation
system and
schedule
-Plant protection
measure
-Any other
required
component
Shade net
house
3000 sqm
Insect proof
net house
2000 sqm 50 mesh
Walking
tunnels
4000 sqm
Low tunnels 4000 sqm
Open field
cultivation
3 hectare
Irrigation- Based on
Page| 25 Signature of the bidder with seal
fertigation
control room
system
head size
3 Micro
Irrigation
system
System head with
all required
components to suit
demo plots
Controller,
filtration (main &
secondary), water
meter, pressure
guage (DP),
valves, etc.
Laterals, drip lines
to suit demo plots
Diameter, flow
rate, other
features suitable
to crop, climate
and soil
requirments
Fertigation unit to
suit demo plots
Tanks and
injection units
and other defined
components
based on
requirments of
demo plot
4 Mechanizatio
n
Tensiometer units-
quantity (at least 6
stations, each
station comprised of
3 depth, 30-60-
90cm)
Digital or manual
tensiometers
meteorological
/Weather station
Pruning tools,
mulching machine,
Seeding/Transplanti
ng machine,
Harvesting machine,
Grading & Packing,
Equipments etc.,
5 Other
infrastructure
0.80 hac Post harvest
management unit,
Refrigeration
Design and
specification from
the Israel
Page| 26 Signature of the bidder with seal
laboratory,
Experts.
Water Tank Design and
specification to
be prepared in
consultation with
Israel Experts.
Guard Room,
Office, Training Hall,
Guest house & plant
health clinic,
Canteen, Store
room, Staff toilet
- Do-
Soil Testing
Laboratory
Design and
specification to
be prepared with
researchers and
soil experts
Plant Pathology
Diagnostic
Laboratory
Design and
specification to
be prepared with
researchers and
soil experts
Workshop shed,
Worker’s shed,
community kitchen
& Residential
quarter
- Do-
Solar system and
Electric unit
- Do-
Page| 27 Signature of the bidder with seal
The bidder has to attach separate sheet as cost summary of project in the following
format:
Sl.No. Description of individual
component
Amount
(in Rs.)
Total
Amount in words: Rs. -----------------------------------------------------------------------------
----------------------------------------------------------------------------------------------------------------
Authorized signatory of firm
Note : 1. The total value to be quoted shall include design, engineering, supply,
transportation, loading, unloading, erection, testing, commissioning at site of
work and all tax & duties including all incidental expenses.
2. The bidder has to quote rate of individual component as unit rate and as total
amount as per table above.
3. All Cuttings and over writings shall be avoided.
Page| 28 Signature of the bidder with seal
Name of Firm: Address: Phone No. /Mobile No.:
(Letter head of the bidder)
To,
Commissioner of Horticulture,
State Horticulture Mission, Andhra Pradesh, Public Gardens, Nampally, Hyderabad – 500004.
Sir,
Subject: TECHNICAL PROPOSAL - In accordance with the terms & conditions of the
bid for establishment of Centre of Excellence on Horticulture in Andhra
Pradesh State.
I /We submit the technical proposal containing the following documents;
1. Authority Letter (Annexure I)
2. Information Sheet (Details of firm) (Annexure II)
3. Details of Earnest Money along with Bank Draft (Annexure IIIA)
4. Details of tender document cost and draft (Not applicable for Bid
document purchased in person) (Annexure IIIB)
5. Submission of Affidavit (Annexure IV)
6. Technical Specification
7. Original copy of money receipt. (In case of purchase in person)
8. Photocopy of Sales Tax Registration
9. Photocopy of Income tax PAN Card
10. Photocopy of ISO Certificate.
11. Photocopy of work order confirming execution of similar mater work not
less that Rs. 300 Lakh as a single order.
12. Balance sheet of last three years
1 3 . E S I / E P F L e t t e r s
Page| 29 Signature of the bidder with seal
Further, it is certified that the information furnished in this Bid documents is true
and correct to the best of my/our knowledge & belief. I/we fully understand terms and
conditions mentioned above and undertake to abide by the terms & conditions and rules
& regulations mentioned in the Bid document.
It is also certified that our firm has not been blacklisted by any Union or State
Government department or institute in any matter and the owners or partners/ directors
has never been legally prosecuted & in any legal dispute with any Union or State
Government department.
Signature of Authorized Signatory
Name
Designation
Seal of the firm Date : ………………………….
Page| 30 Signature of the bidder with seal
Annexure –I
(Letter head of the bidder)
AUTHORITY LETTER
M / s . … … … … … … … … … … … … … … … … … … … … … … … … … … … … … . . . … … … … …
……………………………………….………………………… (Name & address with telephone no. of
representative) is working with/on behalf of our firm as our authorized
representative for the State of Andhra Pradesh.
He is authorized to submit, collect & correct a l l Bid/quotation/project
documents on behalf of firm.
Signature of Authorized signatory
Name
Designation
Seal of the firm
Date…………………
Page| 31 Signature of the bidder with seal
BIDDER INFORMATION SHEET
Annexure –II
(General Information to be supplied along with the Bid)
1. Name of the Item:
2. Name & Address of the firm/ authorized dealer,
Telephone No. :
3. (a) Sales Tax /C.S.T. Registration No.
: (b) Income Tax PAN No. :
4. Address with telephone no./e-mail/web
address where production centre(s) is situated
Certified that above information is correct.
Signature of Authorized Signatory
Name
Designation
Seal of the firm
Date…………………
Page| 32 Signature of the bidder with seal
Annexure –III(A)
DETAILS OF EARNEST MONEY DEPOSIT (EMD)
Earnest money as per details below is enclosed for the purpose of bid for …………………
Bank Draft No…………………………
Name of the bank………………………………………………………………
Branch……………………………………………... Date……………………
Amount (In figures & words)………………………………………………
…………………………………………………................................
Signature of Authorized Signatory
Name
Designation
Seal of the firm
Date…………………
Page| 27 Signature of the bidder with seal
Annexure –III(B)
DETAILS OF BID DOCUMENT COST
(Not applicable for Bid Documents purchased in person)
Bid document cost as per details below is enclosed for the purpose
………………………… ………………………….Bank Draft No…………………………
Name of the bank………………………………………………………………………….
Branch……………………. Dated………………………………………………………….
Amount (In figures & words)…………………………………………………………
…………………………………………………..........................................
Signature of Authorized Signatory
Name
Designation
Seal of the firm
Date…………………
Page| 28 Signature of the bidder with seal
Affidavit
Annexure –IV
(Through Notary Public on Non-Judicial stamp paper of Rs. 100.00)
o Our firm shall establish Centre of Excellence in specified time decided by
SHM, Andhra Pradesh and as per technical specifications finalized.
o Our firm shall use all the materials of good quality standard for installation of
poly house, shadenet house, drip irrigation etc.
o Our firm s h a l l use pest and disease free quality planting material of
fruits, vegetables & flowers.
o Our firm has never been blacklisted/debarred by Govt. of India or any
state govt.
Page| 29 Signature of the bidder with seal
FINANCIAL PROPOSAL
Name of Firm:
Address:
Phone No. /Mobile No.:
To,
(On Letter head of the firm)
The Mission Director & Commissioner of Horticulture,
State Horticulture Mission, Andhra Pradesh State,
Public Gardens, Nampally,
Hyderabad – 500 004.
Sir,
I / we do hereby quote the rates for establishment of Centre of
Excellence for Horticulture (vegetables & flowers) at Bangarunatham Village,
Kuppam Constituency, Chittoor District, Andhra Pradesh State in accordance with
the specifications in all respects and instructions in the Annexures.
Rates quoted are inclusive of Taxes/Duties like Sales Tax/
VAT, excise duty, Transportation Charge, Inspection charges etc., if any.
Signature of Authorized Signatory
Name
Designation
Seal of the firm
Date…………………
Note: The rates should be quoted in Indian Rupees only, both in figures and words in
such a way that interpolation is not possible and all over-writings should be strictly
avoided or rewritten and correction should be duly attested prior to the submission
of Bid. The rates should include all taxes packing costs, transportation, unloading
costs at destination, in respect of Bangarunatham Village, Kuppam Constituency,
Chittoor District, Andhra Pradesh State. Only one rate should be quoted for one
item. Multiple rates for one item will not be entertained. The final criteria for
evaluation will be the Grand Total as submitted in the format.
Page 1 COE – Core Technical Specifications Signature of the bidder
CORE TECHNICAL SPECIFICATIONS
Page 2 COE – Core Technical Specifications Signature of the bidder
A. Technical specifications for NATURALLY VENTILATED POLYHOUSE. ** Products with BIS standards only are accepted.
Items Description / specifications
Product Naturally ventilated greenhouse/ Polyhouse
Size The following 4 slabs are proposed in the
programme
a. 200-560 sq.mts
b. 560-1008 sq.mts
c. 1008-2080 sq.mts
d. 2080-4000 sq.mts and above.
Orientation Preferably North South direction
Width of each bay 8 meters
Distance between consecutive 4.0 m column pipes
Area (m2) Plane land Hilly area (m)
(m)
Ridge (Central ) height
560 6.5 6.25
1008 7.5 7
1008 to 4000 7.5 7 to 7.5
Hieght can be fixed as 6.5 mts for Costal region and 7.5 mts for Rayalaseema region
1.3 m vertical height and 1.3 to 1.5 slanting Ridge vent height; roof ventilator should be provided in
slanting position.
4 mt- upto 560sq.mts Polyhouse and 4.5mt
Gutter height from 1000sq.mt onwards from the ground level (based on area of greenhouse and climatic
conditions)
Gutter slope 2%
Longitudinal slope 2%
2 mm thick and 450 mm width GI Sheet with
Gutter material perimeter of 450 mm and with industrial press,
100% leakage proof of galvanized sheet
minimum of 275 GSM ( grams per sq.mt.) Zinc
coating.
Gothic shape with roof and side ventilation. The structure is designed to be enough to with
Structural design stand wind speed minimum 120 km / hour. It is
to provide provision for opening one port at
either side for entry of small tractor / power
tiller for inter cultural practices.
Page 3 COE – Core Technical Specifications Signature of the bidder
Items Description / specifications
Complete structure made of hot dip galvanized
steel tubular pipes with a minimum of 360 GSM
(with Zinc coated on continuous procedure to
Structure meet the quality requirements or equivalent
section confirming). BIS standards having wall
thickness 2mm; structural member should be
joined with fasteners (HOT Dip Galvanized nuts
and bolts) Properly.
Columns 76mm OD,2mm thick. Hot Dip 360GSM GI.
Trusses without joints 8 mts long Bottom cord 60mm OD, 2mm thick, 8 mt. long,
for better load bearing. Hot Dip 275 GSM GI.
50mm OD with 2mm thickness. Bracing 33mm
Trusses member/ Arch’s OD with 2.0mm thickness G.I. Pipe Structural
members to be fitted in plated nuts, bolts and
washers without welding. (33 mm bracing to
increase the strength and to with stand vertical
and horizontal pressures.)
Stay/ Hockey pipes 60mm OD with 2mm thickness, fixed in the
ground without any joints and welding.
Purline 48 mm OD with 2.0mm thickness at ridge gutter
arch and 42/43 OD with 2.0 mm thickness for
2nd purline.
Purline member and other 43 mm,2mm thickness
Horizontal bracings 42mm OD with 2mm thickness horizontal
bracing 2 No’s must provide each bay in both
sides.
Every 2 column to 3 column of both sides must
Cross Bracing be connected 42mm OD with 2mm thickness GI
pipe to ground the wind load. (In vegetable
Polyhouses to take the weight of the crop and
transfer the wind pressure cross bracings are
essential).
Bottom to pillar Bracing 33mm OD with 2mm thickness 1.2m long
bracing to be fixed from pillar to bottom.
Insert GI Pipes of minimum 76mm OD 3mm
thickness with 1mm tapered top 1ft. or more to
Foundations have foundation depth of not less than100cm or
more depth depending upon soil type and
prevailing wind condition, grouted with
cement concrete mixture of 1:2:3 using
telescopic insertion of column.
Fasteners All nuts and bolts must be of high tensile
strength and electro galvanized.
Page 4 COE – Core Technical Specifications Signature of the bidder
Items Description / specifications
Entrance room Indoor (not
required upto 560 sq.mt. from
1000sq. mts it is required.)
One entrance room of size 3x3x2.5 mts.
(LxWxH) need to be provided and covered with
Poly carbonate UV stabilized transparent with
sliding arrangement. Outer hinge door of size
1.5m width and 2.5m height and sliding type.
UV stabilized 200 micron 5 layers co-extruded
anti drip/mist, anti dust, diffused, IR cooling
having minimum 85% level of light
Cladding material (Poly film)
transmittance.
All ends/ joints of plastic film need to be fixed
Fixing of cladding materials with two way aluminium profiles
(220grams/RM) with suitable locking
arrangements along with curtain top.
Zig zag spring high carbon steel with spring
Spring insert action wire, galvanized of 2-3 mm diameter
must be inserted to fix shade net into
aluminium profile.
i)UV stabilized 200 micron 5 layers co-extruded
transparent plastic film should be provided as
curtains on all sides having manual operated
Curtains and insect screens crank mechanism.
(monox mono is nylon fibre, ii) 40 mesh ( 115 to 120gsm) nylon insect proof
inter locked, woven mesh, more nets (UV stabilized), of 4.5 mts height above all life) four sides.
iii)35% Mono x Mono white Shadenet, should be
fixed at side ventilators below the curtains. GI
pipes are suggested to ensure smooth
functioning of the curtain.
UV stabilized mono x mono 35 % ( 115 to
120gsm) shading net has to be provided
Shadenet horizontally at gutter height, below the UV
sheet – inside the greenhouse with manually
operated mechanism for expanding and
retracting. The area covered by shade net
should be equal to the floor area of green
house.
UV stabilized HDPE woven fabric, 150 GSM thick
for a height of 60cm and 40 cm buried below
Side apron ground vertically and 20cm horizontally. (HDPE
woven fabric of 150 GSM will have more
stability and with stand the pressure of upward
as well as horizontal wind better than the
polythene film)
Page 5 COE – Core Technical Specifications Signature of the bidder
Items Description / specifications
Erection of Trellies For cultivation of Capsicum, Tomato and
Cucumber, GI wire of 3 mm thickness to be
fixed over the beds in horizontal/ vertical
direction. Two wires over the bed.
Provision of PVC pipe of 4” diameter should be
Rain water harvesting made, from gutter to ground for collecting rain
water from the roof top. Drainage gutter and
end caps to be provided. * Hard surface path of 1 mt. wide is to be provided to facilitate the movement in the Polyhouse
After sales services (the firm have to provide)
10 years warranty from the date of
Warranty installation for structure excluding poly film
and net. For poly film 3 years warranty for
all material and installation defects.
Training Free training for operation and maintenance
for one year.
All plastic materials used in the Greenhouse
Testing
should be tested by the CIPET for quality
assurance (not older than 6 months report)
B. MI Component
Indicative Quantity of Material of Drip/Fogging System in Polyhouse/ Shadenet House
** Products with BIS standards only are accepted.
Sl.No Description of Items Unit
A Drip System
1 Main and Sub-main Line PVC 63 mm x 4 Meter
kg/cm2
2 Main Line PVC 75 mm x 4 kg/cm2 Meter
3 16mm LLDPE Lateral line CL-2 Meter
4 Inline 16mm, 1.3 to 2.4LPH @ 20-40 cm CL2 Meter
Page 6 COE – Core Technical Specifications Signature of the bidder
5 Ball Valve 63 mm (Moulded Seal, Plain) Nos.
6 Ball Valve 75 mm (Moulded Seal, Plain) Nos.
7 Sub-main Flush Valve 40mm Nos.
8 Sub-main Line for Flushing 40 mm X 6 kg Meter
B Fogging Machine
1 Main and Sub-main Line PVC 50 mm x 6 Meter
kg/cm2
2 Main and Sub-main Line PVC 63 mm x 6 Meter
kg/cm2
3 16mm LLDPE Lateral line Meter
4 4 way Fogger Assembly with HP LPD Nos.
5 Ball Valve 50mm (Teflon Seal, Plain) Nos.
6 Ball Valve 63mm (Teflon Seal, Plain) Nos.
7 Sub-main Flush Valve 40mm Nos.
8 GI Wire 2mm thick Meter
9 Sub-main Line for Flushing 40 mm X 6 kg Meter
C Filtration Unit Nos.
1 Disc filter 25 m3/hr Nos.
2 Disc filter 40 m3/hr Nos.
3 Sand filter 10 m3/hr Nos.
4 Sand filter 25m3/hr Nos.
5 Sand filter 40 m3/hr Nos.
6 Manifold GI + GMV Nos.
7 Ventury Assembly Complete Nos.
8 Air Release Valve Assembly 1" Nos. Note:
1. For any additional/optional item that is fitted/provided in structure by firm with the
consent of farmer that shall not be part of cost norms*. 2. The list above under MI component is tentative. However, the actual material to be used at
site may vary as per structural design requirement and this will be binding to the firm.
Page 6 COE – Core Technical Specifications Signature of the bidder
Annexure - VIII
SPECIFICATIONS FOR SHADENET HOUSE
Sl.
No
ITEM SPECIFICATIONS
01 STRUCTURE
SIZE According to requirement
Shape As per design
Withstand to
wind velocity
-Structure may be design to withstand wind velocity upto 104 Km/hr
-120Km/Hour per hrs in high wind velocity zone
Foundation 2 mm thickness GI Pipes compatible with columns, length 1.2m
Main Column Size 60.OD, Thickness 2 mm, Wt per length 2.85 kg, length -4m
Purlins
Purlin GI pipes-size 42/43 OD/thickness 2mm, Wt per length
2.00/2.10kg length -4m purlin members-33/32 mm OD/2 mm
thickness, Wt. per length 1.60 kg
Comer Size 60 OD, Thickness 2 mm, Wt. per length 2.30 kg, length 0.15m
Four Way Pipe
Couplers
Size 48 OD, Thickness 2 mm, Wt. per length 2.30kg, length-0.15m
Five Way Pipe
Couplers
Size 48 OD, Wt. per length 2.30 kg Thickness 2 mm, length-0.15m
Nut Bolts Size 3/8”
Grid Size 4x4, 8x4,4x6 (m)
Gable length 4.0m,
Centre Height * Flat Structure -4m
*Hut /dome type structure – Centre height -4m, side height -2.5 m
2. Aluminum
Profile
C type Aluminum profile to fix Shadenet to the structure by means of
self tapping screws. Weight of aluminum profile is 200-220 gm/
meter. Self Drilling Screw should be fixed on profile every 40 cm
along the full length of the profile.
3. Spring Insert
A coated spring I preferable compared to cold galvanized spring as a
coated spring transfer less heat to the plastic and thus enhances the
life of the plastic.
If we are using GI spring it is better to use a two inch strip of new poly
film to be placed over the main plastic in the profile and then lock it
with GI profile. This will help in longer life of the plastic as the rusted
spring will not directly come in contact with the main plastic. Wire
material should be high carbon spring steel with spring action.
4. Shadenet
UV stabilized, ranging from 30% to maximum 75% GSM shade
depending upon the crop, made up of ISI/applicable national
standard, white/green/ black/suitable colour.
Page 7 COE – Core Technical Specifications Signature of the bidder
Sl.
No
ITEM SPECIFICATIONS
5. Door
Polycarbonate/polythene sheet door with 1m widths and 2m height
and another door of 1m X2 m Box section frame is embedded inside
for the strength.
6. Anti-Room Anti-room of size 4m X 3 m attached to net house.
7. Civil
work/foundation
Cement concrete 1:2:4 block of size 40cm X 40 cm X 90 cm for
embedding vertical poll/pipe of Shadenet, subject to revision as per
requirement of site.
8. Overall slop 1 to 1.5%
APRON Use of APRON in Shadenet
B. Shadenet House/Insect House (Dome shaped)
S.no. Particulars Description
1 Area in sqm 1000 to 4000 sqm
2 Length of structure As per design
3 Width of the structure As per design
4 Grid 4 m x 6 m
5 Straight Corridors Maximum 2 m all sides for area calculation
Structural parts (GI Pipes)-
Sl. No.
Name of the part Length in m Dia in mm Thickness in mm
1 Foundation pipe 1m to 1.2 m 48 mm OD 3 mm
2 Net house column- centre 4 m 60 mm OD 2 mm
3 Top purlins 4 m and 6 m 43 mm OD 2 mm
4 Clamps and nut bolts As per requirement
5 Corridors 2.0 m 60 mm OD 2 mm
6 Horizontal members 1 to 1.5 m 42 or 33
mm OD 2 mm
7 Cross Bracings at top corners
As per requirement 42 mm OD 2 mm
8 Knee bracing to connect horizontal and vertical member at the corner
0.5 m 33/42mm OD
2 mm
9 Arches As per requirement 42 mm OD 2 mm
10 Column- side 3m 60 mm OD 2 mm
Page 8 COE – Core Technical Specifications Signature of the bidder
Other parts of the structure:-
Sl. No.
Particulars Description
1 Shadenet OR Insect Net
50% at the top of the structure fitted in Aluminum profile and springs. (Red, Green or white) UV stabilized, UV stabilized 40/50 mesh white colored insect net. 1m high woven fabric should be allover periphery (150GSM/200GSM)
2 Shadenet (On top underneath top net)
Non- motorized for all sizes. Gear wire manual operation system with rotary handle having ball bearings. Shadenets 40/50/75 % based on crop requirement of any color.
3 Aluminum Profiles Al profiles of 200 to 220 gr per running m
4 Spring Insert
Zigzag spring (UV stabilized plastic coating) insert to fix Shadenet/insect net to Profile. 2.3 mm diameter of spring wire and cold galvanization is applied on the wire. Wire material is high carbon steel with spring action.
5 Foundation work
Telescopic type. The column size to be 45 cm x 45 cm x 90 cm depth of CC 1:2:4 ratio properly compacted over 10 cm layer of 1:8:16. Two hold fast to be used in perpendicular direction at 20 cm apart in concrete starting from 20 cm from base.
6 Top purlins To be fixed on each column on top (4 m x 6 m)
Entry Room (2 door of 2m x 2m Aluminium and poly carbonate mix)
Sl.
No.
Description Specification
1 Entry room size 4 m x 4 m, 4 m x 3 m, 3 m x 3 m
2 No of doors 02 (inner door may be of frame stitched with 40 mesh insect net of minimum 50 cm overlapping)
3 Door size 1.2 m x 2 m; Door of GI square pipe
4 Frame of door (ISA four sides to cover the gap below the door)
Galvanized
5 Half part of door (Downside) Aluminium sheet
6 Upper half part of door Poly carbonate sheet 5 mm thick
7 Flooring Bricks flooring with plaster 15 mm thick
Page 9 COE – Core Technical Specifications Signature of the bidder
MI Component
Indicative Quantity of Material of Drip/Fogging System in Polyhouses/Net House
Sl.No Description of Items Unit
Size of Polyhouse(sqm)
500 1008 2080 4000
A Drip System
1 Main and Submain Line PVC 63 mm
x 4 kg/cm2
Meter 36 48 70 110
2 Main Line PVC 75 mm x 4 kg/cm2 Meter 0 0 0 60
3 16mm LLDPE Lateral line CL-2 Meter 60 70 130 200
4 Inline 16mm, 1.3 to 2.4LPH @ 20-
40 cm CL2
Meter 260 500 2000 4000
5 Ball Valve 63 mm (Moulded Seal,
Plain)
Nos. 2 2 2 2
6 Ball Valve 75 mm (Moulded Seal,
Plain)
Nos. 0 0 0 1
7 Submain Flush Valve 40mm Nos. 2 2 2 2
8 Submain Line for Flusing 40 mm X 6
kg
Meter 30 40 60 110
B Fogging Machine
1 Main and Sub-main Line PVC 50
mm x 6 kg/cm2
Meter
36 42 70 110
2 Main and Sub-main Line PVC 63
mm x 6 kg/cm2
Meter 0 0 210 60
3 16mm LLDPE Lateral line Meter 250 450 900 1900
4 4 way Fogger Assembly with HP
LPD
Nos. 82 125 280 585
5 Ball Valve 50mm (Teflon Seal,
Plain)
Nos. 2 1 1 0
6 Ball Valve 63mm (Teflon Seal, Nos. 0 0 0 1
Page 10
COE – Core Technical Specifications Signature of the bidder
Sl.No Description of Items Unit
Size of Polyhouse(sqm)
500 1008 2080 4000
Plain)
7 Submain Flush Valve 40mm Nos. 2 2 2 2
8 GI Wire 2mm thick Meter 200 350 800 1400
9 Submain Line for Flusing 40 mm X 6
kg
Meter 36 42 60 110
C Filteration Unit Nos. 1 1 1 0
1 Disc filter 25 m3/hr Nos. 0 0 0 1
2 Disc filter 40 m3/hr Nos. 1 1 0 0
3 Sand filter 10 m3/hr Nos. 1 1 0 0
4 Sand filter 25m3/hr Nos. 0 0 1 0
5 Sand filter 40 m3/hr Nos. 0 0 0 1
6 Manifold GI + GMV Nos. 1 1 1 1
7 Ventury Assembly Complete Nos. 1 1 1 1
8 Air Release Valve Assembly 1" Nos. 1 1 1 1
Note:
1. For any additional/optional item that is fitted/provided in structure by firm with the
consent of farmer that shall not be part of cost norms*.
2. The list above under MI component is tentative. However, the actual material to be
used at site may vary as per structural design requirement and this will be binding to the firm.
General conditions of Erection
1. No pipes should be welded as all length GI pipes are available in the market.
2. The net must be buried in the ground at least 50 cm from ground level.
Page 11
COE – Core Technical Specifications Signature of the bidder
3. The main column and small column must touch the concrete of the foundation and the
foundation pipe should not be visible. In other words, the foundations should be leveled.
4. Supplier should ensure checking of net-house construction materials for specifications by
department representatives after supply of materials at site.
5. Trellising system – Trellising wires of 2 mm gear wire or 3 mm dia high carbon steel to be used
at 3 m height from ground level parallel to beds and No of wires will be 6 for 6 m span. The trellis
support wires for support to trellising wires should be of 4 mm or 3 mm gear wire rope and to be
fitted at 4 m distance. The trellising wires should be connected to a Base wire connected to both
ends to the periphery columns. The dia of such wires should be 8/10 mm. These wires should be
fitted to anchor buried in ground at each end. The dia of such anchor should be minimum 12 mm
and it should be buried in ground at least 90 cm in ground with 1:2:4 concrete. A pit of 45 cm x
45 cm x 90 cm to be used for foundation and the anchor should be buried with hold fast.
6. If fixtures found rusted the structure will be considered incomplete.
7. Regarding material used under MI component the firm will use BIS mark material. The system
should run smoothly and there shall be no leakage.
8. The overall structure should perform satisfactorily in all respects.
B. Shadenet House/Insect Net House (Top Flat)
** The above specifications are indicative only and Commissioner of Horticulture,
Government of Andhra Pradesh may add or delete or modify any term & condition as per requirement and in public interest and as recommended by the committees constituted by Govt. of Andhra Pradesh.
Sl.
No Particulars Description
1 Area in sqm 1000 to 4000 sqm
2 Length of structure As per design
3 Width of the structure As per design
4 Grid 6 m x 6 m
5 Straight Corridors Maximum 2 m all sides
for area calculation
Page 12
COE – Core Technical Specifications Signature of the bidder
Vegetable and flower cultivation in naturally ventilated walk-in
tunnels with roof ventilation:
Considering at the land holding of small and marginal farmers and
limited irrigation water vegetable cultivation of tomatoes, brinjal,
chillies, cucumbers, Capsicum, Cherry Tomatos, Gerbera & Carnation will
be demonstrated in a smaller unit of naturally ventilated tunnel with roof
vent opening with modern technologies so that the farmers can adopt it.
TOMATOES IN TUNNEL
Page 13
COE – Core Technical Specifications Signature of the bidder
The specification of the vegetable walk-in tunnel structures with roof ventilation is
as follows:
Tunnel with top Ventilation and Trellising. The structure is prefabricated and assembled on site by means of bolts, nuts and washers only, without welding. The structure is made of galvanized steel pipes and profiles for long life. This enables easy implementation and full adaptation to all related subsystems used in modern greenhouse production. The structure is designed for wind speed of 100 km/h & 25kg/m2 vertical load & crop specific.
Dimension:
Front gable: 10.0m
Side wall: 100m (25x4m)
Height: 4.7m (at vent top bar)
Side vent height: 2.2 meter
Covered area of one structure: 500 sq m
Total Number of tunnels:8
Column + foundation: made from 90mm pipe
Arch: Made off 60mm pipe
Along the structure at 2.2m level & on ridge vent, 60x40 C- profile with Omega lockers (with coated springs)
Front gables 40x80 profile to support the gable while giving free entrance for cultivation
4mm & 4.5mm 1/7 twisted transverse cable & 3mm lengthwise (10) wires for crop trellising
2x1.9 pre-galvanized sliding doors covered with 6mm double wall polycarbonate
Manual roll-up curtain on both sides, made of 3/4" pipe and same polyethylene as the roof cover,
The curtain is secure to the tunnel by 8mm rope.
One meter width overlap to ensure rain resistance at the beginning & end of each curtain.
Covering and vent open vents
5 layered 200 Microns IR 504
25 meshes (Top vent) to block penetration of birds and fly's and insect 27% wind,
8-10% shade.
Page 14
COE – Core Technical Specifications Signature of the bidder
A high-density polyethylene net, super-stabilized against UV ray
50 meshes (sides vent), anti-insect net
The net should be made of monofilaments 120 gsm that are manufactured with special UV-resistant materials, giving the net durability and longevity. It has strong tucked selvedges, and is flexible, light, and easy to spread.25-27% shade.The net will be sewed to a skirt, to block penetrations of animals and heavy weather.
General information:
The structural designs are in accordance with the Israeli standards: Steel standards 1225, load standards 414/1982, 412/1992.
Load calculation: 120 km/h & 25kg/m2 vertical load (including self-weight)
All metal pipe are made of hot dip pre-galvanized at 275 grams/m2
Drip and Foggers
Red/ Green Chroma Net as per crop and area specific with 5 years guarantee