market ap - the tenderer shall be a single entity …market.ap.nic.in/warehouse rfp version.docx ·...
TRANSCRIPT
AGRICULTURAL MARKETING DEPARTMENT
GOVERNMENT OF ANDHRAPRADESH
REQUEST FOR PROPOSALFOR EMPANELMENT OF WAREHOUSE MANGEMENT AGENCYFOR
THEMANAGEMENT AND OPERATIONS OF AGRICULTURAL MARKETING DEPARTMENT WAREHOUSES (PART I)
(2019-2020)
DISCLAIMER
TheinformationcontainedinthisRequestforProposaldocument(the“RFP”)orsubsequentlyprovidedtoBidder(s)(The bidder may be addressed as Agency, service provider or contractor in this document) ,whetherverballyorindocumentaryoranyotherform,byoronbehalfoftheAuthority (Here authority is “Agricultural Marketing Department,” Government of Andhra Pradesh also addressed as “department” in this document )oranyofitsemployeesoradvisors,isprovidedtoBidder(s)onthetermsandconditionssetoutinthisRFPand such other termsandconditionssubjectto whichsuch information is provided
ThisRFPisnotanagreementandisneitheranofferbytheAuthoritytotheprospectiveBiddersoranyotherperson.ThepurposeofthisRFPistoprovideinterestedpartieswithinformationthatmaybeusefultotheminpreparingandsubmittingtheirproposal(“Bids”)pursuanttothebiddingdocumentsincludingthisRFP.ThisRFPincludesstatements,whichreflectvariousassumptionsandassessmentsarrivedatbytheAuthorityinrelationtotheProject.Suchassumptions,assessmentsandstatementsdonotpurporttocontainalltheinformationthateachBiddermayrequire.ThisRFPmaynotbeappropriateforallpersons, anditisnotpossiblefortheAuthority,itsemployeesoradvisorstoconsidertheinvestmentobjectives,financialsituationandparticularneedsofeachpartywhoreadsorusesthisRFP.Theassumptions,assessments,statementsandinformationcontainedinthisRFPmaynotbecomplete.EachBiddershouldtherefore,conductits owninvestigationsandanalysisof theassumptions,assessments,statementsand information contained in this RFP and obtain independent advice from appropriate sources.
The Authority, its employees and advisors make no representation or warranty and shall have no liability to any person, including any Bidder, under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way for participation in this Bid Stage.The Authority also accepts no liability of any nature whether resulting from negligence or otherwise howsoever caused arising from reliance of any Bidder upon the statements contained in this RFP
The Authority may, in its absolute discretion but without being under any obligation to do so, update, amend or supplement the information, assessment or assumptions contained in this RFP. The issue of this RFP does not imply that the Agricultural Marketing Department is bound to select a Bidder or to appoint the Selected Bidder or Concessionaire, as the case may be, for the Project and the department reserves the right to reject all or any of the Bidders or Bids without assigning any reasons whatsoever.The Bidder shall bear all its costs associated with or relating to the preparation and submission of its Bid including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by the Authority or any other costs incurred in connection with or relating to its Bid. All such costs and expenses will remain with the Bidder and the Authority shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a Bidder in preparation or submission of the Bid, regardless of the conduct or outcome of the Bidding Process
OFFICE OF THE COMMISSIONER AND DIRECTOR OF AGRICULTURAL MARKETINGGOVERNMENT OF ANDHRA PRADESH
GUNTUR-522004
1 Preface................................................................................................................................51.1 Schedule......................................................................................................................5
2 Background of Proposal.....................................................................................................62.1 General Information....................................................................................................62.2 Objectives of the Proposal...........................................................................................6
3 Scope of Work....................................................................................................................73.1 Role of Agency:...........................................................................................................7A. Management and Operation of Warehouses...............................................................7B. INCREASING THE UTILIZATION OF WAREHOUSES.......................................93.2 Role of Agricultural Marketing Department:..............................................................93.3 Procedure for the current stock handover and existing commodity disposal:.............93.4 Reservation for Rythu Bandhu Pathakam.................................................................10
4 Qualification Criterion for Tenderers............................................................................114.1 Tenderers shall be a Single Entity..........................................................................114.2 Tenderers not to beIneligible..................................................................................114.3 Qualification CriteriaforTenderers.........................................................................11
5 Tender Documents...........................................................................................................125.1 ContentsoftheTenderDocument..............................................................................125.2 Clarification Regarding Tender Documents............................................................125.3 Amendments to Tender Documents.......................................................................12
6 Bid Documents.................................................................................................................136.1 LanguageoftheTender................................................................................................136.2 Bid Documents.........................................................................................................13Technical Bid.......................................................................................................................13Earnest Money Deposit........................................................................................................13Fee........................................................................................................................................14Financial Bid........................................................................................................................14
7 Process of Bid Submission...............................................................................................157.2 Signing of the Tender..............................................................................................157.3 Procedure for Submitting Online Bids...................................................................157.4 Deadline for Submission ofTenders.......................................................................177.5 Period of Validity ofTenders.....................................................................................177.6 Withdrawal of Tenders............................................................................................17
7.7 Right to Accept or Reject Any or All Tenders..........................................................178 Evaluation Procedure.......................................................................................................17
8.1 Opening of Tenders by theMarketing Department................................................178.2 Substantially Responsive Tenders.............................................................................188.3 Seeking Clarification on Received Bids....................................................................188.4 Evaluation of Eligibility............................................................................................18
9 Awarding of the Contract.................................................................................................199.1 Notification ofAward.................................................................................................199.2 PerformanceGuarantee..............................................................................................199.3 Signing of the Contract..............................................................................................199.4 Commencement of Services......................................................................................199.5 Billing Procedure.......................................................................................................209.6 Tenure and Termination of Contract.........................................................................20
10 Miscellaneous...................................................................................................................2110.1 Liability and Indemnity.........................................................................................2110.2 Liability of Personnel.............................................................................................2110.3 Corrupt or Fraudulent Practices.............................................................................2210.4 Conflict of Interest.................................................................................................2310.5 Dispute Resolution andLitigations.........................................................................23
Annexure - 1............................................................................................................................24Annexure - 2............................................................................................................................26Annexure - 3............................................................................................................................27Annexure - 4.............................................................................................................................28Annexure - 5............................................................................................................................30Annexure - 6...........................................................................................................................32Annexure - 7.............................................................................................................................34Annexure - 8............................................................................................................................35Annexure - 9............................................................................Error! Bookmark not defined.
1 PREFACE
1.1 SCHEDULE
Sl. No
Description Date Time
1 Commencement of issue of RFP document through Agricultural Marketing Department website (www.market.ap.nic.in)
27/01/2020 1700 hrs
4 Last date and time for uploading completed documents to e-procurement portal
11/02/2020 1700 hrs
5 Opening of Technical bid documents 12/02/2020 1100 hrs
6 Opening of Financial bid 12/02/2020 1200 hrs
7 Announcement of qualified Tenderer 12/02/2020 1700 hrs
Page 5
2 BACKGROUND OF PROPOSAL
2.1 GENERAL INFORMATION Department of Agricultural Marketing, Andhra Pradesh was established in
1962, bifurcating from the Agriculture Department to enforce the provisions of the Agricultural Produce Markets Act and other schemes of the Department. The responsibilities of the Department include market regulation, market facilitation, market promotion, and market information and farmer welfare.
The Agricultural Marketing Department provides commodity/ pledge finance to the farmers under the Scheme of RythuBanduPathakam against the value of produce stored in AMC godowns. In order to increase the coverage of the number of beneficiary farmers the Department plans to include Banking Institutions for financing the commodity and to facilitate the process, wants to appoint a Warehouse Management Agency.
Therefore, the Agricultural Marketing Department invites tenders from Warehouse Management agencies for providing warehouse management services, including collateral management and warehouse receipt issuance for warehouses owned by the department at various market yards across the state. As well as increasing the occupancy of the warehouses through renting out to 3rd party private players.
Both the parties will work together towards providing various facilities to farmers, traders and other trade participants related to agri to provide better storage facilities to farmers and traders and other trade participants and to facilitate the availability of finance and evolve functional models for the purpose of development of an efficient warehousing system.
2.2 OBJECTIVES OF THE PROPOSAL This tender is intended to seek service of ware house management
agencies for Managing and Operating warehouses under Agricultural Marketing Departmentat the proposed locations, as per Annexure - 8.
The empanelment of Agencywill be for a period of one year from the date of commencement of the Contract and extendable for a further period two more years based on mutually agreed terms and conditions.
Page 6
3 SCOPE OF WORK
3.1 ROLE OF AGENCY:
A. MANAGEMENTAND OPERATION OF WAREHOUSES The empanelled service provider is required to manage and operate the
warehouses under the department, in accordance with the orders issued by the Director under the Rules.The roles and responsibilities of empaneledAgency includes the following:
a) Quality Testing: The Agency must set up quality testing facilities for all the commodities to be stored at selected locations. The Service Provider will bear all the cost towards maintenance and advancement/ up-gradation of the laboratories/ facilities. List of the commodities to be tested will be provided by the respective AMCs once the Agency is empanelled.
b) Fumigation: The Agency will be responsible for maintaining the quality and quantity of the commodities deposited. He must provide services of pest control/ fumigation/ disinfestation and should arrange for necessary equipment at all proposed locations. The fumigation should be done at a maximum interval of 45-60 days depending on the commodity.
c) Inspection Reports: The contractor would also provide copy of inspection reports of the commodities received at the godowns at the end of the working week when the commodities are received.
d) Warehouse Receipt Issuance: The Agency should issue warehouse/storage receipt for the commodities stored at the proposed location and assist the farmers for availing Warehouse Receipt Finance. For this, the Agency must have tie up with major Banks operating in the respective district for providing the necessary financing for the commodities. However, the role of department would be that of financier to the farmers in case the farmer wishes to avail finance under the scheme of RBP.
e) Security & Fire Safety: The Agency will be responsible to maintain stock security and should also set up all fire safety equipment to ensure the safety of the stock.
f) Deployment of Manpower: The Agency should deploy minimum one warehouse in-charge, and one security guard at each location and should provide one resource at the department Head office for monitoring, data collection, reporting and other services pertaining to the management of these warehouses.
g) Shrinkage: The Agency must ensure that the moisture content is being tested during entry and exit of the commodity as per norms and must set up the necessary equipment’s for the same. The Agency must ensure that the shrinkage for the commodity stored is within the standard limits.
h) Stock Insurance: The Agency should support the farmers/traders in getting their stocks insured at standard changes of ~0.2% of the commodity value.
Page 7
i) Weighbridge: The Agency shall operate/ utilize the weighbridge provided by the department for warehouse operations.
j) Warehouse Management Software: The Agency should install Warehouse Management Software at proposed locations and deploy trained resources for data entry and bookkeeping. The Agency should maintain all records related to the stock and should made it available to the department as when requested.
k) The Contractor would also provide dashboard to the Commissioner and Director of Agricultural Marketing, which would have details of godown space/ parties, quality of stored product, space availability, aging of the commodity and condition, all other relevant parameters and parameters as specified by the Commissioner and Director of Agricultural Marketing. The dashboard should be ready within 15 days of taking over the warehouse management by the contractor.
l) Loading/ Unloading and Stacking: The contractor should also provide the services of loading/ unloading and stacking of the commodity bags in scientific manner at time of receipt of the stock. The contractor should include the cost of one time loading/ unloading and stacking in its financial bid.
m) Internal stock transfer: In case need arises to move stored stock from one godown unit to other, it is permissible. The contractor should bear the cost of such internal stock transfer between various godown units. Also, the contractor at time of delivery of the stock should provide the delivery to depositor/ farmer/ trader at the same premise where the commodity was stored initially.
B. INCREASING THE UTILIZATION OF WAREHOUSES The empanelled service provider is required to increase the capacity utilization of warehouses under its management. It would be required for the empanelled service provider to approach appropriate 3rd party client which have business relations with the empanelled agency to rent in the godowns. In such scenario, the rent agreement will be finalized by the designated official of the department with the 3rd party. The roles and responsibilities of empanelledAgency includes the following:
a) The agency would receive the goods to be stored by the farmers/ traders/ private parties and would issue warehouse receipt against the stock.
b) The agency would prepare a statement of stock and warehouse and rental charges outstanding to various farmers and parties and submit it to the Department at end of every month. Department would provide details of rental agreements to the agency for calculation of rental charges. Agency would also give along with the above statement, invoice for warehousing charges to the Department for warehousing services.
c) The agency would strive to make the occupancy of the godowns under its management in order to maximize revenue from the arrangement.
d) Irrespective of the godown being occupied or not, the warehousing agency would be responsible for upkeep of the godown under its management. This would be verified from time to time by the designated officials of the Marketing department.
Page 8
3.2 ROLE OF AGRICULTURAL MARKETING DEPARTMENT: The Agriculture Marketing Department shall facilitate infollowing activities:
a) The department would provide support to the agency for fulfilment of its role which includes data and documentary support.
b) The Department shall pay the Agency the charges as quoted in the financial bid on a monthly basis upon submission of the invoice against the stocks kept in the warehouses under management.
c) The Department shall ensure regular maintenance of the warehouse building/s as felt appropriate.
d) The Department would also designate official at each location from the staff for inspection of the godowns on a monthly basis to physically verify the stock statements issued by the Contractor.
3.3 PROCEDURE FOR THE CURRENT STOCK HANDOVER AND EXISTING COMMODITY DISPOSAL:
The selected warehouse management agency will have to undertake the existing stock available at different godown in respective clusters. The procedure for stock transfer is as follows:
a) Step 1: The department of Agricultural Marketing will provide the status and
information on the existing stock to the agency in a statement for all the godowns
under the market yard.
b) Step 2: A committee comprising of the representative from the department of
agriculture marketing and the selected WH Management agency will evaluate the
presence and quantity of the stock.
c) Step 3: The committee will check the stock, take photographs of existing stock and
record the data.
d) Step 4: An undertaking of the status of current stock will be given by the
department to the warehouse management agency for the ‘As-Is’ stock condition
and handover to the warehouse management agency on an ‘As-Is’ basis.Procedure for the stock disposal on request from the depositor(Current stock only):
e) Step 1: The warehouse management agency will verify the records on receiving
the request by depositor.
f) Step 2: The warehouse management agency would notify the designate person
from the market yard for release of existing stock
g) Step3: The designate person would then release the stock from the warehouse to
the farmer through regular delivery procedure. In case of dispute regarding the
quality, the market yard would release the stock, only once the designate person
Page 9
has authorized.
h) Step 4: The data will be updated in the warehouse management software. Procedure for the stock disposal of forfeited stock by the department/ Disposal of unattended stock:
i) Step 1: The intimation of the stock will be provided to the representative of Dept. of Agricultural Marketing.
j) Step 2: The department will decide on the disposal mechanism of the stockk) Step 3: Upon the approval from the designate person the stock will be disposed as
per normal protocol.
Note: Please note that the detailed procedure for the stock undertaking and disposal will be decided at the time of awarding the contract. The procedure mentioned about is indicative only.
3.4 RESERVATION FOR RYTHUBANDHUPATHAKAM The selected warehouse management agency will at any moment reserve 30% of the total capacity reserved for farmers availing RBP scheme in each of the locations. Exceptions would be allowed at discretion of Commissioner of Agricultural Marketing with written permission.
4 QUALIFICATION CRITERION FOR TENDERERS
4.1 TENDERERS SHALL BE A SINGLE ENTITY 4.1.1 The Tenderer shall be a single entity and any consortium between the
Tenderer and any other entity is not allowed to participate in this tender.
4.2 TENDERERS NOT TO BEINELIGIBLE 4.2.1 Tenderers shall not be under a declaration of ineligibility for any reason
whatsoever as issued by Government of India or any state government or any public sector undertaking of the Government of India.
4.2.2 Tenderer shall re-affirm its eligibility to participate in the tender.The affirmation shall be as per Annexure-2 and shall be duly signed by the person authorized as per Annexure-5.
4.3 QUALIFICATION CRITERIAFORTENDERERS 4.3.1 The Bidder shall have an experience not less than 5 years in the field of
providing warehousing services for agri commodities.4.3.2 The bidder can be a proprietorship/ partnership / private limited company
having a registered establishment inIndia.4.3.3 The average annual turnover of the bidder for last three financial years,
i.e., ending FY19, should be more than Rs. 30.00 Crore.4.3.4 The bidder should have managed and operated warehouses in India with a
minimum total capacity of 50,000MT.4.3.5 The bidder must have tie-up with at least 5 Banks/FIsfor offeringWHR
basedfinanceor Collateral management services.
Page 10
Page 11
5 TENDER DOCUMENTS
5.1 CONTENTSOFTHETENDERDOCUMENT 5.1.1 This tender document includes, background to the invitation, instructions
to Tenderers along with Annexures.
5.2 CLARIFICATION REGARDING TENDERDOCUMENTS 5.2.1 Tenderers requiring any clarification regarding tender document may
notify Marketing Department in writing through e-mail at the e-mail address indicated in this document within 7 days of publishing of the RFP document.
5.3 AMENDMENTS TO TENDER DOCUMENTS 5.3.1 At any time prior to the deadline for submission of tenders, the
Agricultural Marketing Department may, for any reason, whether at its own initiative or in response to a clarification requested by a Tenderer modify this tender document through anamendment/corrigendum.
5.3.2 All amendments to the tender document shall be uploaded to website and shall be binding on the Tenderers.
Page 12
6 BID DOCUMENTS
6.1 LANGUAGEOFTHETENDER 6.1.1 ThetenderpreparedandsubmittedbytheTenderershallbeinEnglish.6.1.2 AnycorrespondencerelatingtothetenderbetweentheTendererandwith
Marketing Departmentshallbe inEnglishlanguage.6.1.3 Supporting documents and printed literature furnished by the Tenderer
may be in another language provided that they are accompanied by a certified translation of the relevant passages in English language, in which case, for the purposes of interpretation of the tender, the translation shall govern. However, documents in Telugu need not betranslated.
6.2 BID DOCUMENTS The bid shall comprise of Part-A Technical Bid (including Annexure 1, 2, 3,
4, 5, 6 and with supporting document duly numbered and signedon each page) and Part-B Financial B (Annexure 7) and all its supporting documents and attachments.
TECHNICAL BID 6.2.1 Without prejudice to the generality of the above, the following shall form a
part of the Technical Bid to be submitted by the Tenderer. Check list of documents as per Annexure - 1 Letter of affirmation in a format as in Annexure -2 General information of the Tenderer in a format as in Annexure-3 Particulars about fulfilling the qualification criteria, along with necessary
enclosures, in a format as in Annexure-4 Power of Attorney as per format in Annexure - 5 and Any other supporting document that the Tenderer desires to submit. Declaration by the bidder as per format in Annexure- 6
6.2.2 Tenderers shall fill in particulars about fulfilling the qualification criteria in formats in Annexure - 4, along with supporting documents, which shall be submitted as detailed in this tender document.
6.2.3 The bid documents (Annexure 2, 3, 4, 6) must be submitted on the letter head of the Tendered whereas Annexure - 5 must be submitted on stamp paper of not less than Rs. 100.
6.2.4 All the documents are to be submitted on the e-procurement portal as soft copy documents in .pdf format and in hard copy submission to the office of the Commissioner and Director of Agricultural Marketing.
EARNEST MONEY DEPOSIT 6.2.5 The Tenderer shall furnish, as part of the RFP, a sum of Rs. 100,000
(Rupees One lakhs only) as earnest money deposit for each block to be bid by the contractor.
6.2.6 EMD should be paid in favour of Superintending Engineer (AM), Guntur in
Page 13
shape of Demand Draft with value of INR 100,000/ per each block of the financial bid format.
6.2.7 The earnest money deposit of unsuccessful Tenderers will be returned as soon as possible but not later than 30 days after the Selected Tenderer has signed the Contract.
6.2.8 The Earnest Money Deposit of the Selected Tenderer will be discharged upon the final empanelment and after the selected tenderer furnishing the performance guarantee as per this tender and signing the Contract.
6.2.9 The earnest money deposit may be forfeited, if the Tenderer Withdraws its tender before 60 days after opening the price bid; (or)Does not accept the correction of errors proposed during preliminary examination of Bids.
FEE 6.2.10In addition to the EMD, the Tenderer shallinvariably submit the following
non-refundable fee, along with the technical Bid documents.■ Transaction Fees of INR 3450/- through online transaction on e-procurement.
■ Tender processing fee of INR 5000/- is to be paid to Superintending Engineer (AM) AP in shape of Demand Draft payable at Guntur.
6.2.11In case of bidder does not submit the above fee before stipulated date and time, its tender shall summarily be rejected, for which the bidder shall be solely responsible.
FINANCIAL BID 6.2.12The Financial Bid to be submitted by the Tenderer should be as per the
format specified in Annexure-7.The tenderer shall quote the warehouse management charges at Per Month Per MT basis in INR, calculated based on the actual stock of commodity stored in the Warehouses.
6.2.13The price quoted by tenderer in the financial Bid (Annexure 7) and accepted by the Department, shall be all inclusive, like, staff costs, printing, communications, travel, accommodation, and all other costs & expenses incurred by the Contractor in carrying out the activities as described in bid document, including assistance for Warehouse Receipt Financing. Any increase/ change in the statutory taxes, levies, fees etc. will also be borne by the bidder and the department will not be responsible for the same.
6.2.14The tenderer may note that the allotment of Warehouses/Godowns will be based on the lowest quote (L1) for the warehousing services per MT charged to the department
6.2.15The quoted rate will befixed for the tenure of one years.
Page 14
7 PROCESS OF BID SUBMISSION 7.1.1 Qualified/ selected firms i.e. StarAgri, LTC and Avanthi Warehousing, who
participated in EOI dated 4-1-2020, only shall apply to the RFP. 7.1.2 The bids complete in all respect including all attachments, and supporting
documents as prescribed in this RFP Document shall be uploaded by the authorized signatory as stipulated in the bid.
7.1.3 The filled and signed attachments and supporting documents are to be scanned and uploaded at the space/packet provided in the bid portal. The original/attested copies of the attachments from the successful participant will be collected to enable the Department to physically verify the authenticity of the documents scanned and uploaded in the e-Procurement portal, which is pre-qualification for technical evaluation. All particulars/ documents submitted by the Tenderer shall form a part of the Bid.
7.2 SIGNING OF THE T ENDER 7.2.1 Tenders received without the signature of the person authorised to sign
the tender shallberejected.7.2.2 Allpagesofthetendershallbeinitialledbytheperson
orpersonssigningthetender andthesealoftheTendereraffixedthereonbeforesubmission.
7.2.3 Default columns of ECV (Estimated Contract Value) and Tender percentage in e-procurement platform shall not be considered, only value filled in Annexure 1 to 7 are considered for evaluation of the bid.
7.3 PROCEDURE FOR SUBMITTING BIDS IN HARD COPY 7.3.1 RFP documents along with all annexures shall be uploaded online as per
schedule and all hard copies shall be submitted in the office of the Commissioner and Director of Agricultural Marketing before 11-2-2020, 5:30 p.m.
7.3.2 Processing fee demand draft, EMD demand draft, Technical bid (Annexure 1 to 6) and Financial bid (Annexure 7) shall be sealed in separate covers while submitting hard copies.
7.4 PROCEDURE FOR SUBMITTING ONLINE BIDS 7.4.1 The bidder shall submit his response through Bid submission to the tender
on e-procurement platform at www.eprocurement.gov.in by following the procedure given below. The bidder would be required to register on the e-procurement market place www.eprocurement.gov.in or https://tender.eprocurement.gov.in and submit their bids online.
7.4.2 The bidders shall submit their eligibility and qualification details, Technical bid, Financial bid etc., in the online standard formats displayed in eProcurement web site. The bidders shall upload the scanned copies of all the relevant certificates, documents etc., in support of their eligibility
Page 15
criteria/technical bids and other certificate/documents in the eProcurement website. The bidder shall sign on the statements, documents, certificates, uploaded by him, owning responsibility for their correctness/authenticity. The bidder shall attach all the required documents for the specific tender during the bid submission as per the tender notice and bid document.
1 Registration with eProcurement platform:■ For registration and online bid submission bidders may contact Helpdesk of M/s
Vupadhi Techno Services Pvt. Ltd , www.eprocurement.gov.in (or) https://tender.eprocurement.gov.in
2 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 authenticated by digital certificate of the bidder will not be accepted on the e-procurement platform.
3 For obtaining Digital Signature Certificate, you may please Contact:■ Andhra Pradesh Technology Services Limited, BRKR Bhavan, B-Block, Tank bund
Road, Hyderabad-500022. Phone: +91-40-23220305 AND Fax: +91-40-23228057(OR)
■ You may please Contact Registration Authorities of any Certifying Authorities in India. The lists of CAs are available by clicking the link "https://tender.eprocurement.gov.in/Digital Certificate/signature.html".
Page 16
7.5 DEADLINE FOR SUBMISSION OFTENDERS 7.5.1 Tenders shall be submitted on or before the time and date specified in this
document. In the event that the specified date for the submission of tenders is declared as a public holiday, tenders will be received up to the appointed time on the next workingday.
7.5.2 The Marketing Department may, at its discretion, extend the deadline for submission of tenders by amending the tender document, in which case all rights and obligations of This Office and Tenderers before the extension of the deadline will remain the same in the extended period.
7.5.3 If any of the documents furnished by the bidder is found to be false/fabricated/bogus, the bidder is liable for forfeiture of the EMD, cancellation of work and criminal prosecution and black listing.
7.6 PERIOD OF VALIDITY OFTENDERS 7.6.1 Unless declared to the contrary, tender shall remain valid for a period of
60 days after the last date for submission of tender. Any tender valid for a shorter period shallbetreatedasnon-responsiveandrejected.
7.6.2 Under exceptional circumstances, The Agricultural Marketing Department may solicit the consent of the Tenderer for an extension of the period of validity. The request and the responses thereto shall be made inwriting.
7.6.3 Tenderer may, by a communication through writing or email accept the request for extension of period of validity. In such a case, the earnest money deposit provided shall also be suitablyextended.
7.6.4 Tenderer accepting the request for extension of period of validity would not be permitted to modify itstender.
7.6.5 Tenderer may decline to extend the validity of the tender and in such case; its tender would not be considered foracceptance.
7.6.6 The earnest money deposit furnished as by the tenderer decliningtoextendthevalidityofthetenderwouldnotbeliableforforfeiture.
7.7 WITHDRAWAL OF TENDERS 7.7.1 Notendershallbewithdrawnintheintervalbetweenth
edeadlineforsubmissionof tenders and the expiration of the period of validity of the tender specified by the Tenderer in its tender. Withdrawal of a tender during this interval shall result in the forfeitureoftheEMDoftheTenderer.
7.8 RIGHT TO ACCEPT OR REJECT ANY OR ALL TENDERS 7.8.1 The Marketing Department reserve the right to accept or reject any tender
or tenders or to annul the tendering process at any stage.
8 EVALUATION PROCEDURE
8.1 OPENING OF TENDERS BY THEMARKETING DEPARTMENT 8.1.1 In the event that the date specified for opening of tenders is declared a
Page 17
public holiday, tenders shall be opened at the appointed time and location on the next workingday.
8.1.2 Representatives of shortlisted tenderers may be present at the time of opening of tenders. They shall sign a register evidencing their attendance.
1.2.3.4.5.6.7.8.9.10.11.12.13.14.15.16.17.18.19.20.21.22.23.24.25.26.
8.2 SUBSTANTIALLY RESPONSIVE TENDERS 8.2.1 A tender shall be deemed to be substantially responsive if the Technical
and Financial Bid has been submitted as per the clauses of RFP.8.2.2 The Marketing Department shall have absolute discretion to either
consider any tender that is not substantially responsive or reject the same.
8.3 SEEKING CLARIFICATION ON RECEIVED BIDS 8.3.1 The Agricultural Marketing Department may, at its discretion, seek any
clarification from the tenderers with regard to their bids submitted. The request for clarification and the response shall be in writing.
8.4 EVALUATION OF ELIGIBILITY 8.4.1 The technical bid is liable for rejection, at the discretion of the Marketing
Department, if-(a) The earnest money deposit has not been submitted or if submitted is inadequate
Page 18
or if the demand draft is prima facie defective; or(b) Any of the documents as required in RFP have not been submitted or if submitted
is defective for any reason whatsoever; or(c) The period of validity of the proposal is not as specified in this document; or(d) The Tenderer does not satisfy any of the qualification conditions prescribed in this
tender; or(e) The Marketing Department is of opinion that the Technical Bid is not capable of
consideration for any other reason whatsoever.8.4.2 The tender will be evaluated on the basis of technical and financial
parameters. All bids satisfying the technical criteria will be selected for financial evaluation.
8.4.3 Tender will be finalized on the basis of satisfying required qualification in the technical bid and lowest amount charged to the department for warehouse management services
8.4.4 Thedepartment might choose, notto empanel any Tenderer in case a competitive bid is not received.
Page 19
9 AWARDING OF THE CONTRACT
9.1 NOTIFICATION OFAWARD 9.1.1 Prior to the expiration of the period of validity of tenders, The Agricultural
Marketing Department will notify the lowest Tenderer in writing by letter or by e- mail to be confirmed in writing, that it’s tender has been accepted.
9.2 PERFORMANCEGUARANTEE 9.2.1 The Selected Tenderer shall furnish performance guarantee for a sum of
INR 100,000/ per block (Rupees One Lakhs per block) in the form of a bank guarantee from any scheduled commercial bank, valid up to three months beyond the period of contract.
9.2.2 The format of the bank guarantee shall be as approved by theMarketing Department.
9.2.3 Any request for extension of time for providing the performance guarantee would not beentertained.
9.2.4 Failure of the Selected Tenderer to furnish performance guarantee to the satisfaction of the Marketing Department shall constitute sufficient grounds for the annulment of the award and forfeiture of the earnest moneydeposit.
9.2.5 The entire recoverable amount accrued as per terms of the contract or any other liability arising and unpaid will be charged from the above security deposit/ performance guarantee amount for which The Agencyshall have no objection.
9.3 SIGNING OF THE CONTRACT 9.3.1 The Selected Tenderer shall sign the Contract with the Marketing
Department, within 7 days of award of tender as per the time stipulated in the Letter of award/intent.
9.3.2 Failure of the Selected Tenderer to sign the Contract with in the stipulated time shall constitute sufficient grounds for the annulment of the award and forfeiture of the earnest moneydeposit.
9.3.3 In the event of annulment of the award, the Marketing Departmentmay- Notify the next lowest Tenderer that it has been allotted these clusters;
(or)Invite new tenders.
9.4 COMMENCEMENT OF SERVICES 9.4.1 The service provider must set up all the requirements as mentioned in the
scope of work in all the allocated warehouses/Godowns within 30 days after signing of contract.
9.4.2 The work must commence within 45 days from signing of contract.
9.5 BILLING P ROCEDURE 9.5.1 The payment shall be made by the department on a monthly basis and the
Page 20
Agencyshall raise the invoice to the department at the endof every month and should submit all the documents as requested by the department.
9.6 TENURE AND TERMINATION OF CONTRACT 9.6.1 The empanelment of Agency will be for a period of one from the date of
commencement of the Contract and extendable for a further period two more years based on mutually agreed terms and conditions.
9.6.2 The department will have right to terminate this arrangement on the condition that in the event of the successful bidder making a major breach here under. The department shall be entitled to call upon the Agencyto rectify such breach, in case of Agencyfailed to rectify such breach within the said periodthen the departmentwill be entitled to terminate the arrangementby addressing a 3 months advancenotice in writing to the successful bidder.
9.6.3 The successful bidder shall have right to terminate the arrangement by giving 6months earlier notice in writing tothe department.
9.6.4 Notwithstanding termination of the contract as aforesaid, all rights and obligations accrued during the period of this contractshall continue to bind the Parties till such rights and obligations are completelydischarged.
Page 21
10MISCELLANEOUS
10.1LIABILITY AND INDEMNITY 10.1.1 The successful bidder shall indemnify the Department for any loss, costs,
expensesor damages that may be incurred or caused or suffered due to or as a result of lapse, error, commission, omission, negligence etc. on the part of bidder or any of their staff, agents, representatives,employees
10.1.2In the event of the bidder having been adjudged as insolvent or going into liquidation or winding up their business or making arrangement with their creditors, the department shall be at liberty to terminate the contract forth with and to realize from the bidder all resultant losses, damages, costs incurred without prejudice to any other rights or remedies under the contract andlaw.
10.1.3The department shall also have, without prejudice to other rights and remedies, the right in the event of breach by the bidder of any of the terms and conditions of the contract, or failing to observe any of the provisions, obligations governing the contract, to terminate the contract forth with and to forfeit the Security Deposit/ Performance guarantee or any part thereof for recovery of all losses, damages, costs and expenses which may be incurred by department consequent to such termination and/or in completing the assignment. The department may also effect recovery from any others sums then due to the bidder or which at any time thereafter may be come due under this or any other contract with the department. In case the sum is not sufficient to cover the full amounts recoverable, the bidder shall pay the department on demand the entire remaining balancedue.
10.2LIABILITY OF PERSONNEL 10.2.1The Agency shall be solely responsible for complying with all statutory
responsibilities and liabilities in respect of the personnel engaged by him and liable for obtaining all mandatory registrations and deposit of contribution under various enactments. There shall not be any Master servant relationship between the Agency’s personnel and Department of Agricultural Marketing.
10.2.2If, on account of default of the Agency, the department is compelled to make any payments/ contributions or discharge any responsibility/ liability of the Agency, the department shall been titled to recover and/ or set off such amounts/ expenses incurred from the amounts due to the Agency under this or any other contract with the department without prejudice to the right of department to initiate appropriate legal proceedings for recovery of such amounts.
10.2.3The Agency shall indemnify the department against all claims what so ever arising out of his default in respect of the personnel engaged by him under any Statute/ Law in force. The department shall in no way be responsible for any liabilities arising out of the Agency’s contractual
Page 22
obligation with its personnel, experts, engineers, sub- contractors, licensors, collaborators, vendors, or subsidiaries, including but not restricted to statutory obligations towards EPFO, Income Tax department etc.
10.2.4The Agency shall maintain and submit all Records & Returns prescribed under all the applicable enactments to the designated Authorities within the prescribed time limit and also inform to the Special commissioner and Director of Agricultural Marketing oranyOfficeractingonthe contract as entered into between Department of Agricultural Marketing, Andhra Pradesh and the Contractor shall in no way nullify, reduce, mitigate or absolve the parties of any responsibility, obligation or liability that may devolve up on them under any statutory/mandatory provisions prevailing in India. Liabilities of the Bidder in respect of obligatory laws remain unaffected and Bidder shall remain responsible for settlement of claims, if any, of third parties who may suffer damages either due to the fault of the Bidder or its employees andAssociates.
10.2.5Contractor shall be solely responsible for all claims arising out of any damage, accident, death etc. of the personnel of thecontractor
10.3CORRUPT OR FRAUDULENT PRACTICES 10.3.1The Marketing Department requires that Tenderers observe the highest
standard of ethics at the time of bidding and while providing services to the Marketing Department. In pursuance of this policy, for the purposes of this clause,
i. "Corrupt practice" means the offering, giving, receiving or soliciting of anything of value to influence the action of an official in the procurement process or in contract execution; and
ii. "Fraudulent practice" means a misrepresentation of facts in order to influence the procurement process or the execution of a contract to the detriment of Marketing Department, and includes collusive practice among Tenderers (prior to or after tender submission) designed to establish tender prices at artificial non-competitive levels and to deprive the Marketing Department of the benefits of free and open competition.
10.3.2The Marketing Department may reject the tender of the Lowest Tenderer/any other Tender, if it determines that the Tenderer has engaged in corrupt or fraudulent practices in competing for the contract in question.
10.3.3The Marketing Department may withdraw the notification of award if itdeterminesthatthe Selected Tenderer has engaged incorruptorfraudulentpracticesincompeting for the contractin question.
10.3.4The Marketing Department may declare a Tenderer ineligible, either indefinitely or for a stated period of time, to be awarded a contract, if it at any timeitdeterminesthatthe Tenderer has engaged in corrupt orfraudulentpracticesincompetingforthe contract in question.
Page 23
10.4CONFLICT OF INTEREST 10.4.1The Bidder participating in bidding process must not have a Conflict of
Interest. A Conflict of Interest is considered to be a situation in which a party has interests that could improperly influence that party's performance of official duties or responsibilities, contractual obligations, or compliance with applicable laws and regulations.
10.4.2A Bidder may be considered to be in conflict of interest with one or more parties in a bidding process of, including but not limited to:—
i. Have controlling partners/shareholders in common,or
ii. Receive or have received any direct or indirect subsidy from any of them,or
iii. Have the same legal representative for purposes of the Bid,or
iv. Have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the bid of another Bidder, or influence the decisions of the tendering entity regarding the bidding process,or
v. The Bidder participates in more than one Bid in a bidding process. Participation by a Bidder in more than one bid will result in the disqualification of all bids in which the bidder is involved, However, this does not limit the inclusion of the same subcontractor, not otherwise participating as a Bidder, in more than one bid,or
vi. The entity or any of its executive that participated as a consultant in the preparation ofDPR.
10.5DISPUTE RESOLUTION ANDLITIGATIONS 10.5.1Any dispute regarding operation and maintenanceunder the contract shall
be resolved in accordance with the guidelines for dispute resolution by the Disputes Committee for Online Markets issued by the Director, Agricultural Marketing Department,Government of Andhra Pradesh vide Order No. Proce..No. MR/47/2016, dated10-2017 (see website: www.tender.apeprocurement.gov.in).
10.5.2Subject to the aforesaid, the Courts in Vijayawada or adjured city alone shall have jurisdiction in respect of any matter arising from or related to this tender or the Contract.
Page 24
ANNEXURE - 1 List of Documents
S.No. Particulars Eligibility Page No.
Remarks(If something is not
applicable)
1. Details of DD towards EMD: Yes/No
2
Details of NEFT/RTGS payment towards Processing Fees:
Yes/No
3. Details of DD towards Tender Fees:
Yes/No
4. Annexure 2 Letter of Affirmation: on company Letterhead
Yes/No
5. Annexure 3Format for furnishing of general information on company Letterhead
Yes/No
6. Annexure 4Format for furnishing information on satisfying qualification criteria along with supporting documents, on company Letterhead
Yes/No
7. Annexure 5 Power of Attorney: on Stamp paper of appropriate denomination
Yes/No
8. Annexure 6 Declaration by the Bidder regarding Qualifications; on company Letterhead
9. Company Registration Certificate Yes/No
10. PAN Copy/TIN No. of company Yes/No
11. GST Certificate Yes/No
12. Certificate from a Chartered Accountant certifying the turnover with itsICAI Registration Number & Seal.
Yes/No
13. Audited Balance Sheet:
2016-17 Turnover Value (Rs. Cr.)_______________2017-18 Turnover Value (Rs. Cr.)_______________2018-19, Turnover Value (Rs. Cr.)_______________
Yes/No
Page 25
14.Documents supporting ownership of the warehousing capacity of 50000 MT or contracts showing that the company has managed and operated warehouses with overall capacity of 50000 MT in India (SupportDocuments like contracts, agreement etc)
Yes/No
15. Details of empanelment with Banks/FI for Warehouse Receipt Financing
Yes/No
.
Page 26
ANNEXURE- 2 Letter of Affirmation
(To be given in the letterhead of the Tenderer)
To
O/o. Commissioner and Director of Agrl. Marketing,Old Mirchi Market Yard,Chuttugunta,Guntur-522004.
Sir,
It is hereby affirmed that we, M/s. _______________________________ (Name of the Tenderer to be filled in) have not been declared ineligible by Government of India or any state government or any public sector undertaking of the Government of India or any state government and are not ineligible to participate in the tender for operations and maintenance of the invited by you vide Tender No._______ dated ________.
Yours sincerely,
Authorised signatory
Page 27
ANNEXURE- 3
Format for furnishing general information about the Tenderer(To be given in the letterhead of the Tenderer)
ToThe Commissioner and Director of Agrl. Marketing,Old Mirchi Market Yard,Chuttugunta,Guntur-522004.Sir,We are herewith furnishing the following general information.
1 Name of the Tenderer
2 Address forcorrespondence
3 Name, address, telephone number and email of the contact person to whom all correspondenceinrespectofthistender should besent
4 The brief description should include constitution of the firm, its objectives, some of the main clients of the firm etc.
5* (i) PANNumbers(ii)GSTNumber
6* Date &Year of Establishment/ incorporation of firm
7* Number of years of experience in similar Business
**Self attested copies of supporting document has to be submitted by Bidder
Certified that, the above information furnished is true and correct to the best of our knowledge andbelief.
Place:Date:Authorisedsignatory
Page 28
ANNEXURE- 4
Format for furnishing information on satisfying qualification criteria along with supporting documents
ToThe Commissioner and Director of Agrl. Marketing,Old Mirchi Market Yard,Chuttugunta,Guntur-522004.Sir,
We are herewith furnishing details on satisfying eligibility criteria along with supporting documents.1 Name, address, telephone number
and email of the contact person to whom all correspondenceinrespectofthistender should besent
The Commissioner and Director of Agrl. Marketing, Old Mirchi Market Yard, Chuttugunta, Guntur-522004.Email: [email protected]
S.No.
Qualification Criteria Supporting document required
S.No.
Eligibility Criteria Documents required
1. The Bidder shall have an experience not less than 5 years ending 31stMarch 2019, in the field of providing warehousing services preferably for agri commodities. Registration certification of the firm
issued by competent authority/ Partnership deed/ Certificate of incorporation, etc., as applicable.
2. The bidder shall be a proprietorship/ partnership firm OR Limited Co. OR Private Limited Co., having a registered establishment inIndia.
Enclosed / Not Enclosed
3. The minimum average annual turnover of the bidder from Postharvest Management services for last three financial years, ending FY19 must be not less than Rs. 30.00 Crore.
Certificate from a Chartered Accountant certifying the turnover with itsICAI Registration Number & Seal.
Audited balance sheet for previous 3 financial years ending FY19
Enclosed / Not Enclosed
4. The bidder should have managed and operated warehouses in India with a minimum total capacity of 50,000MT
Documents supporting ownership of the warehousing capacity or Support Documents like contracts, agreement etc for past engagementsEnclosed / Not Enclosed
Page 29
5. The bidder must have tie-up with at least 5 banks/Financial Institutions for offeringWHR based finance
Supporting departments to show that the bidder is satisfying the criteria mentionedEnclosed / Not Enclosed
6. The bidder should have registered number ofI. GSTRegistrationII. PAN
GSTRegistration numberPANnumber
Enclosed / Not Enclosed
Certified that, the above information furnished is true and correct to the best of our knowledge and belief. I/We am/are well aware of the fact that furnishing of any false information/fabricated document would lead to rejection of my Bid at any stage without prejudice to any other rights that the Department may have under the Contract andLaw.
Place:Date:Authorisedsignatory
Page 30
ANNEXURE- 5 Power of Attorney for signing of Tender
(Tobeexecutedona100 Rs stamppaper)
Know all men by these presents, We, _____________________ (name of the company and address of the registered office) do hereby irrevocably constitute, nominate, appoint and authorise Mr./ Ms (Name), son/daughter/wife of ___________ and presently residing at ______________________ who is presently employed with us and holding the position of____________________ as our true and lawful attorney (hereinafter referred to as the "Attorney") to do in our name and on our behalf, all such acts, deeds and thing s as are necessary or required in connection with or incidental to submission of our tender for providing e-transport permit Services for the Regulated Markets in Andhra Pradesh, including but not limited to signing and submission of all applications, tenders and other documents and writings, participate in Tenderers' and other conferences and providing information / responses to the Company, representing us in all matters before the Company, signing and execution of all contracts including the agreement and undertakings consequent to acceptance of our tender, and generally dealing with the Company in all matters in connection with or relating to or arising out of our tender for providing the said services and/or upon award thereof to us and/or till the entering into of the agreement with the Company.AND we hereby agree to ratify and confirm and do hereby ratify and confirm all
acts, deeds and things lawfully done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us.
IN WITNESS WHEREOF WE ______________________ THE ABOVE NAMED P R I N C I P A L HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS _____DAY OF 2020.
For ___________________
(Signature)(Name, Title and Address)
Witnesses:
(Signature)(Name, Title and Address)
Page 31
Accepted by [Authorised]
(Signature) (Name, Title and Address of the
Attorney)
Notes: The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required, the same should be under common seal affixed in accordance with the required procedure.
Also, wherever required, the Tenderer should submit for verification the extract of the charter documents and documents such as a resolution/power of attorney in favour of the person executing this Power of Attorney for the delegation of power hereunder on behalf of the Tenderer.
Page 32
ANNEXURE- 6 D eclaration by the Bidder regarding Qualifications
In relation to my/our Bid submitted to Agricultural Marketing department for Managing and operating its Warehouses under Public Private Partnership (PPP) Model in response to their Notice Inviting Bid No. ___________________. I/we hereby declare under that:
1. I/we possess the necessary professional, technical, financial and managerial resources and competence required by the Bidding Document issued by the ProcuringEntity.
2. I/we have fulfilled my/our obligation to pay such of the taxes payable to the Union and the State Government or any local authority as specified in the Bidding Document;
3. I/we are not insolvent, in receivership, bankrupt or being wound up, not have my/our affairs administered by a court or a judicial officer, not have my/our business activities suspended and not the subject of legal proceedings for any of the foregoing reasons.
4. I/we do not have, and our directors and officers not have, been convicted of any criminal offence related to my/our processional conduct or the making of false statements or misrepresentations as to my/our qualifications to enter into a procurement contract within a period of three years preceding the commencement of this procurement process, or not have been otherwise disqualified pursuant to debarmentproceedings;
5. I/we do not have a conflict of interest as specified in the Act, Rules and the Bidding Document, which materially affects faircompetition.
6. I/we have not been black listed or debarred by any state departments/Corporations or central/ state Govt. as on the last date of bid submission.
7. My/our contract has not been terminated before the expiry of thecontract with any state department/ corporation or central/ state Govt.
8. I/ we acknowledge that our Earnest Money Deposit and/or Security Deposit/ Performance Guarantee has not been forfeited by the any state departments/ corporations or central/ state Govt Department, during the last five years from the last date of bid submission, for breach of any terms and conditions.
9. I /we acknowledge that proprietor/any of the partners of the Bidder firm/any of the Directors of the Biddercompany have been at any time, convicted by a Court for an offence involvingmoral turpitude.
Date: Signature ofbidderPlace: Name: Designation: (Company seal required)
Page 33
Page 34
ANNEXURE- 7 Format for Financial Bid
To
The Commissioner and Director of Agrl. Marketing,Old MirchiMarket Yard,Chuttugunta,Guntur-522004.
Sir,We are herewith furnishing our financial offer for Warehouse Management
Services in Rupees per MT:
Item No
Warehouse Management Service chares per MT of commodity stored for the district
Current Godown capacity of the block
Rate Quoted in Rs/MT per Month
1 Block 1:Srikakulam, Vizianagaram, Visakhapatnam, East Godavari
124,027 MTLocations: 43No of Godowns: 156
2 Block 2: West Godavari, Krishna, Guntur, Prakasam, Nellore
476,695 MTLocations: 97No of Godowns: 480
3 Block 3:Chittoor, Anantpur, Kadapa, Kurnool
149,580 MTLocations:48No of Godowns: 194
■ We understand, that the charges quoted above is the warehouse management charges at Per Month Per MT basis in INR, calculated based on the actual stock of commodity stored in the Warehouses.
■ We understand that the price quoted above is all inclusive, like, staff costs, printing, communications, travel, accommodation, all payable taxes, fees, levies, octroi, cess, etc. under various State/ Central enactments, and all other costs & expenses incurred by the Contractor in carrying out the activities as described in bid document, including assistance for Warehouse Receipt Financing.
■ We understand that any increase/ change in the statutory taxes, levies, fees etc. will also be borne by the bidder and the department will not be responsible for the same.
■ We understand that the quoted rate will be fixed for the entire tenure of one year.
Place:Date: Authorisedsignatory
Page 35
ANNEXURE- 8 List of Locations & Warehouse capacity
Block No District Location/ Market YardNo of
Godown units
Total Capacity of Godowns (MT)
1 East Godavari Ambajipeta 1 400 Kothapeta 1 600 Mandapeta 3 2300 Mummidivaram 3 3300 Nagaram 2 2000 Pithapuram 1 1500 Prathiapdu 2 1125 R.C.Puram 6 4000 Rajamahendravaram 5 5000 Razole 2 900 Sampara 2 2000 Tuni 1 3000 East Godavari Total 29 26125 Srikakulam Amadalavalsa 8 6600 Etcherla 2 2400 Hiramandalam 2 4000 Ichapuram 2 1600 Kanchili 4 2400 Kotabommali 5 5100 Narasannapeta 6 3600 Palakonda 6 5000 Palasa 3 3000 Pathapatnam 3 1800 Ponduru 7 4000 Rajam 9 7600 Srikakulam 1 3000 Srikakulam Total 58 50100 Visakhapatanam Anandapuram 1 250 Araku 1 600 Bheemunipatnam 2 2600 Chodavaram 4 4750 Chowdupalli 2 1200 Dr. NTR Market Yard, Anakapalli 1 1000 Paderu 2 1000
PedaboddepalliMarket Yard 5 2472
Pendurthi 2 1000 PL Puram 1 450
Page 36
Visakhapatanam Total 21 15322 Vizianagaram Bobbili 10 5610 Cheepurupalli 5 2800 Gajapathinagaram 4 3800 Kurupam 1 360 Parvathipuram 11 6000 Pusapatirega 2 2740 Saluru 8 6600 Vizianagaram 7 4570 Vizianagaram Total 48 324801 Total 156 124027
Page 37
Block No District Location/ Market Yard
No of Godown units
Total Capacity of Godowns
(MT)2 Guntur Bapatla 7 10400
Bhattiprolu 2 1500 Chilakaluripet 3 8000 Dachepalli 3 2200 Duggirala 3 7000 Tenali GBY 2 2000 Gudavalli 1 1000 Guntur 1 2400 Gurazala 1 1000 Ipur 1 850 KB Palem 2 1600 Krosur 4 3600 Macherla 4 2640 Mangalagiri 7 2950 Narasaraopet 3 2200 Pedanandipadu 3 2200 Phirangipuram 3 2600 Piduguralla 4 6000 Ponnapalli 6 3950 Ponnur 12 9950 Rentachintala 1 1000 Repalle 5 3400 Rompicherla 2 2000 Tenali Rural Godown 3 1800 Sattenapalli 2 2700 Tadikonda 1 1000 Tenali 3 4100 Vemuru 2 2500 Vinukonda 8 9400 Guntur Total 99 101940 Krishna Agiripalli Sub Yard 4 2600 Bapulapadu Sub Yard 3 2200 Divi 1 600 Etimoga 2 900 Gannavaram 8 8200 Gudivada 11 9900 Gudlavalleru 11 10500 Jaggaiahpet 6 3000 Kaikaluru 8 5840 Kalidindi 4 4950 Kanchikacherla 6 3800
Page 38
Machilipatnam 12 11800 Malleswaram 8 6500 Mandavalli 4 4350 Movva 5 5345 Mylavaram 6 5100 Nagayalanka 10 11600 Nandigama 5 5100 Nuzvid 5 3200 Pamarru 12 11725 Pedana 6 6600 Penamaluru (HQ) Kankipadu 5 4200 Tiruvuru 13 16500 Vijayawada 10 19100 Vuyyuru 9 9200 Krishna Total 174 172810 Nellore Kaligiri Sub Market Yard 1 600 Kavali 1 2000 Kovur 4 5500 Naidupet 3 1000 Nawabpet 5 3000 North Rajupalem 2 8000 Sullurpet 5 2000 Vakadu 1 600 Venkatachalam 1 1000 Nellore Total 23 23700 Prakasam Addanki 12 9900 Chirala 4 5600 Cumbum 3 2600 DARSI 10 10160 Giddalur 3 2200 Kandukur 6 8200 Kanigiri 1 1000 Kondapi 5 3800 Maddipadu 4 3700 Markapur 3 4050 Martur 6 7800 Ongole 10 11525 Parchur 10 12000 Y.Palem 2 1400 Prakasam Total 79 83935 West Godavari Achanta 4 3700 Akividu 8 6450 Attili 5 4680 Bhimavaram 12 8000 Chlntalapudi Main Yard 4 3600
Page 39
Dharmajigudem Sub Yard 3 4300 DwarakaTiruinala 2 1600 Eluru 14 7120 Ganapavaram 3 3600 Gopalapuram 5 4600 Kamavarapukota Sub Yard 2 2000 Koyyalagudem Sub yard 2 1600 Narasapuram 3 6900 Palakole 7 7400 Penugonda 6 4280 Penumantra 3 3600 Polavaram 6 5700 Srungavruksham 3 1800 Tadepalligudem 9 10980 Undi 4 2400
West Godavari Total 105 94310
2 Total 480 476695
Page 40
Block No District Location/ Market Yard
No of Godown
units
Total Capacity of Godowns
(MT)3 Anantpur Chilamattur 3 2700
D.Hirehal (Subyard) 1 1500 Dharmavaram 8 4800 Gooty 4 1500 Guntakal 6 4000
Hindupur(Gorantla) 2 1200
Kadiri 8 4450 Kalyandurg 3 2500
Kothacheruvu(Sub yard) 3 1600
Pamidi (Subyard) 1 1000 Penukonda 3 1800 Rayadurg 1 1500 Tadiaptri 5 3160 Tanakallu 2 1600 Uravakonda 4 2160 Yadiki (Sub yard) 1 600 Anantpur Total 55 36070 Chittoor Srikalahasti 4 2980 Thottambedu 1 600 Chittoor Total 5 3580 Kadapa BADVEL 4 3500 Jammalamadugu 3 1950 Kadapa 8 6900 Kamalapuram 3 2600 Kodur 1 1200 Mydukur 3 1800 Proddatur 13 7640 Pulivendula 4 3600 Rajampet 1 360 Rayachoty 3 3000 Simhdaripuram Sub Yard 1 400 Yeraguntla New Market Yard 1 1000 Yerraguntla 1 600 Kadapa Total 46 34550 Kurnool Adoni 8 9200 Aligadda New Yard 5 7000 Aligadda Old Yard 4 1740 Alur 5 4800 Atmakur 7 5800 Banaganapalli 1 360
Page 41
BandiAtmakur 5 4400 Dhone 4 1740 Gudur Sub Yard (Mandal Head Quarters) 2 1200 Koilkuntla 5 5100 Kosigi 2 1200 Kurnool 7 7940 Nandikotkur 9 6400 Nandyal 16 11400 Panyam Sub Market Yard 1 600 Pattikonda 2 3600 Yemmiganur 5 2900 Kurnool Total 88 753803 Total 194 149580
Indicative capacities. The exact capacities of the godowns at each AMC would be verified at the stage of contract signing.
The bidders have permission to visit and verify the capacities and condition at various AMCs.
Page 42