read notification - Sports Authority of Andhra Pradesh

Government of Andhra Pradesh
Sports Authority of Andhra Pradesh (SAAP)
Vice Chairman and Managing Director,
Sports Authority of Andhra Pradesh (SAAP)
Tender Notification Number:
e- Procurement Tender Notice No. PE/04/NIT/2017
, Dated: 08.03.2017.
Nature of Tender:
Procurement of Sports materials for Sports Authority of Andhra
Pradesh (SAAP)
1.Athletics
6.Basketball
11.Gymnastics
16.Kabaddi
21.Sepaktakraw
26.Weightlifting
31.Carroms
2.Archery
7.Cricket
12.Golf
17.Kho-Kho
22.Tennis
27.Wushu
32.Chess
3.Boxing
8.Cycling
13.Hockey
18.Netball
23.Table Tennis
28.Volleyball
33.Tennikoit
4.Badminton
9.Fencing
14.Handball
19.Swimming
24.Taekwondo
29.Yoga
34.Common
items
5.Billiards
10.Footnall
15.Judo
20.Softball
25.Wrestling
30.Squash
Vice Chairman and Managing Director
Sports Authority of Andhra Pradesh (SAAP)
1
NOTICE INVITING TENDER DETAILS
S.
No
Description
Details
Sports Authority of Andhra Pradesh
Labbipet, Bundar Road
Vijayawada, Krishna Dist, Andhra Pradesh- 520010
1
Procuring Department Name
2
Tender Number
Tender No: PE/04/NIT/2017, Dated:08.03.2017
3
Tender Subject
Procurement of Sports material for Sports Authority of Andhra
Pradesh
4
Period of Contract
90Days
5
Form of Contract
Schedule
6
Tender type
Open (E Tender)
7
Tender Category
Products
8
EMD (INR)
9
EMD Payable To
Rs.6,00,000/- (Six Lakhs only)
The payment shall be made through Demand Draft drawn in
favour of Vice Chairman and Managing Director, Sports Authority
of Andhra Pradesh, payable at Vijayawada.
10
Schedule Sale opening date
13/03/2017 at 10:00 Hrs
11
Schedule Sale Closing Date
29/03/2017 at 13:00 Hrs
12
Hard Copies Submission date
Before Bid Submission Closing Date
13
Bid submission Closing Date
30/03/2017 at 10:00 Hrs
14
Bid Submission
On Line
15
16
Pre-Qualification
/Documentation Committee bid/
Technical Bid opening Date
(Qualification and Eligibility
Stage)
Price Bid Opening Date (Financial
Bid Stage)
31/03/2017 at 11.00 Hrs
31/03/2017 at 15.00 Hrs
Place of Tender Opening
O/o Vice Chairman and Managing Director, Sports Authority of
Andhra Pradesh, I.G.M.C Stadium,
Labbipet, Bundar Road, Vijayawada, Krishna Dist, Andhra
Pradesh -520008
20
Officer Inviting Bids/ Contact
Person
Vice Chairman and Managing Director
21
Address/ E-Mail id
I.G.M.C Stadium, Vijayawada
Mail: [email protected]
22
Contact Details/ Telephone, Fax
Ph:08662499699
17
23
24
Eligibility Criterion
Procedure for Bid Submission
As per the tender document Annexure -02
Tender shall be submitted exclusively online. The tenderers
should register themselves on e-procurement platform in the
website. apeprocurement.gov.in for main application and sub
domain i.e tender.apeprocurement.gov.in for tenders.
The tenderers who are desirous of participating in e-procurement
shall submit their technical bids, price bids as per the standard
formats available at the e- market place.
The tenders should scan and upload the below mentioned
documents and submit all the hard copies to the O/o Vice
Chairman and Managing Director, Sports Authority of Andhra
Pradesh, I.G.M.C Stadium, Labbipet, Bundar Road, Vijayawada,
Krishna Dist, Andhra Pradesh – 520010
Before last date and time:
1.
A scanned copy Proof of payment details submitted
to the Vice Chairman and Managing Director,
Sports Authority Of Andhra Pradesh, I.G.M.C
2
Stadium, Labbipet, Bundar road, Vijayawada,
Krishna Dist, Andhra Pradesh- 520010. For the
2)
3)
4)
5)
6)
7)
amount indicated in S.No. 08 towards EMD.
A scanned copy of e- procurement transaction fee. All
the tenderers have to pay non- refundable transaction
fee electronically to M/s Vice Chairman and Managing
Director, Sports Authority of Andhra Pradesh. All the
supporting documents as mentioned in the eligibility
criteria) all the points.
Documents in support of technical specifications
along with make and models of all the items as per
the list mentioned in annexure- 05 duly mentioning
the make.
Annexure-02 of tender document duly signed with office
seal as a token of acceptance of our standard terms and
conditions.
The latest income tax clearance certificate.
List of customers, to whom the bidder had supplied,
offered brand/item in the past along with P.O details
and performance report.
Annexure-08 of bidding document.
The Vice Chairman and Managing Director, SAAP, will
not hold any risk and responsibility for non-visibility of
the scanned document or non- receipt of hardcopies of
the loss in transit. The Documents that are uploaded
online on e-procurement platform will only be considered
for Technical Bid Evaluation.
25
General Terms and Conditions
As per tender documents.
26
Transaction fees
All the tenders have to submit an non-refundable transaction
fee(0.03%) of quoted value + 15% service tax (on 0.03& of Quoted
Value)(Maximum of 10,000/-) up to 25 crores at the time of bid
submission to Managing Director, APTS Hyderabad.
VC&MD, SAAP
Signature of Tender Inviting Authority
3
CONTENTS OF THE TENDER DOCUMENT
1. Schedule of Quantity
Annexure -01
2. Eligibility Criteria & Special Terms and Conditions
Annexure -02
3. List of Documents to be enclosed
Annexure -03
4. List of Addresses
Annexure -04
5. Technical Specifications
Annexure -05
6. Instructions to Bidders
Annexure -06
7. General purchase conditions
Annexure -07
8. Statement of Deviations
Annexure -08
9. Guidelines for Submission of Bank Guarantee
Annexure -09
10. Proforma for performance Bank Guarantee
Annexure -10
4
Annexure-01
SCHEDULE OF QUANTITY
Supply of Sports Equipment with the following specification (as per addresses in
Annexure 04).
Item
Code
Ath-01
Ath-02
Ath-03
Ath-04
Ath-05
Ath-06
Ath-07
Ath-08
Ath-09
Ath-10
Ath-11
Ath-12
Ath-13
Ath-14
Ath-15
Ath-16
Ath-17
Ath-18
Ath-19
Ath-20
Ath-21
Ath-22
Ath-23
Ath-24
Ath-25
Ath-26
Ath-27
Ath-28
Item Name
Athletics
Hurdles
Javelin Fibres
Hammer
Throws
Shot puts
Discuss
Throws
High Jump
sets
High jump
crossbars
High jump
landing pit
High jump
measuring bar
Pole vault box
Pole vault
standards
Pole vault pole
Long take off
board
Pole vault
cross bars
Pole vault set
Long jump
spring board
Shot put stop
board
Starting
blocks
Relay batons
Hurdles board
Hurdles with
board
Mini hurdles
½ feet
Hurdles 1 feet
Steeple chase
hurdles
Discus stands
Hammer
stands
Javelin Stands
Lane marker
Item Specification
Competition
/Training
Qty
Adjustable
600,700,800gms
4/7.26/8/12/16 kgs
Both
Both
Both
400
200 each
200 each
4/6/7.26/8/16 kgs
1/1.5/2 kgs
Both
Both
200 each
200 each
General
Both
20 each
General
Both
50 each
-
Competition
15
-
Both
30 each
For pole vault takingoff
Manual/automatic
Both
30 each
Competition
30
Bamboo/aluminium
General
Both
Both
50 each
20 each
-
Both
30 each
General
General
Competition
Competition
15
50
General
Both
60 each
International
standard
General
Hurdles
Automatic
Both
300 each
Both
Both
Both
30 sets
40 each
150
Iron wired/ thin rod
Both
300 each
Iron wired/Thin rod
Height adjustable
Both
Competition
300 each
250
Competition
Competition
30
30
Competition
Competition
30
200
Price
5
Ath-29
Ath-30
Ath-31
Ath-32
Landing sector
curve tape
Boxes different
sizes
Hurdles
Hammer with
wire
Yellow/Pink/white
Competition
200
½,1,1 ½ , 2 , 2 ½ , 3
foot
Fibre
General
Competitions
50
Both
400
200
Item Code
Item Name
Arc-01
Indian
round Bows
Bow stand
Arm Guard
Chest guard
Finger tap
Quiver
Arrow rest
Wooden
arrow
Spin win
Inn-Nocks
Points
String spool
Surving
spool
Surving jig
Target Box
Target stand
Target face
Target face
pin
Target flog
Recover
Bows Sets
Compound
bow
Recovery
bow
Lens
Arc-02
Arc-03
Arc-04
Arc-05
Arc-06
Arc-07
Arc-08
Arc-09
Arc-10
Arc-11
Arc-12
Arc-13
Arc-14
Arc-15
Arc-16
Arc-17
Arc-18
Arc-19
Arc-20
Arc-21
Arc-22
Arc-23
Item
Competition
Specification
/Training
Archery
Junior/Senior
Both
Qty
50 each
General
General
General
General
General
General
General
Both
Competition
Both
Both
Both
Both
Both
50 each
50
50 each
50 each
50 each
400
3500
General
INN
General
General
General
Both
Both
Both
Both
Both
80 packets
80 packets
80 packets
30
50
General
General
General
122/80 cm
General
Both
Both
Both
Both
Both
20
30
30
300 each
400
General
General
Both
Both
50
20 sets
General
Both
50 each
General
Both
50 each
General
Price
50
6
Item Code
Item Name
Box-01
Boxing
gloves
Head
Guards
Boxing ring
Punching
Pads
Punching
bags
Teeth safe
Lower arm
guards
Box-02
Box-03
Box-04
Box-05
Box-06
Box-07
Item
Code
Item Name
Bas-01
Bas-02
Basket Ball
Basketball
ring
Dunking
rings
Basket ball
net
Backboard
Transparent
Backboard
Ball
carrying
nets
Shooting
boards
Movable
posts
Electronic
score board
Bas-03
Bas-04
Bas-05
Bas-06
Bas-07
Bas-08
Bas-09
Bas-10
Item
Competition
Specification
/Training
Boxing
10/12/16 Ozs
Both
Qty
50 each
Small/Medium
Both
50 each
20x20
General
Competition
10 sets
100
Filled 42
inches
General
Both
Competition
Item
/Training
Specification
Basketball
Size:5/6/7
Both
General
Price
60
50
50
Qty
Price
600 each
100
General
100
General
100
General
General
50
50
General
100
General
13
General
5 sets
General
5(complete
sets)
7
Item
Code
Item
Name
Bad-01
Bad-02
Bad-03
Nets
Poles
Cocks
Bad-04
Bad-05
Rackets
Havoc
mats
Referee
stands
Cock
feeding
machine
Score
boards
Bad-06
Bad-07
Bad-08
Item
Code
Item Name
Bil-01
Bil-02
Bil-03
Bil-04
Pool Cue
Pool Table
Pool cue chalk
Pool cue extra
shaft
Pool cue cases
Pool balls(set)
Pool ball rack
Pool table
brush
Pool ball
cleaner
Bil-05
Bil-06
Bil-07
Bil-08
Bil-09
Item Specification
Competition
/Training
Badminton
General
General
AS2(Feather/Plastic)
Both
Qty
BWF approved
BWF approved
50
50
500
boxes
50
30
General
5 sets
General
13
Price
13
Item
Specification
Billiards
General
General
General
General
Competition
/Training
Qty
Price
20
10
60
30
General
General
General
General
20
30
20
20
General
20
8
Item Code
Item Name
Cri-01
Cri-02
Balls
Bats
Cri-03
Cri-04
Batting gloves
Wicket keeper
gloves
Batting leg
guards
Cricket kit carry
bags
Stumps
Helmet
Practice nets
Cricket Cork
balls
Synthetic ball
White balls
Cricket full mat
Cricket half mat
Wicket keeper
inner gloves
Elbow/Arm
guard
Thigh guard
Abdominal
guards
Chest
protector/guard
Manual score
board
Bowling
machine
Cri-05
Cri-06
Cri-07
Cri-08
Cri-09
Cri-10
Cri-11
Cri-12
Cri-13
Cri-14
Cri-15
Cri-16
Cri-17
Cri-18
Cri-19
Cri-20
Cri-21
Item
Code
Cyc-01
Cyc-02
Cyc-03
Cyc-04
Cyc-05
Cyc-06
CYc-07
Cyc-08
Cyc-09
Cyc-10
Cyc-11
Cyc-12
Item Name
Road Cycles
Road cycles
Trade Cycles
Trade cycles
Rollers(indoo
r)
Mountain
bike cycles
Mountain
Bike cycles
Tyres
Helmets
Pumps
Uniform
Spares
Item
Specification
Cricket
leather
Kashmir/English
willow
Competition
/Training
Qty
Both
Both
600
300
Both
Both
100
50
Both
100
Price
50
Both
Both
600
50
200
100
Nylon
Item
Specification
Cycling
General
General
General
General
General
Both
50
100
20
20
100
100
Both
100
100
Both
100
13
5
Competition
/Training
Qty
Practice
Competition
Practice
Competition
Practice
5
5
5
5
2
General
Practice
5
General
Competition
5
Tubeless
Both
Both
General
General
Price
100
10
10
20
10(complete
9
Item
Code
Fen-01
Fen-02
Fen-03
Fen-04
Fen-05
Fen-06
Fen-07
Fen-08
Fen-09
Fen-10
Fen-11
Fen-12
Fen-13
Fen-14
Fen-15
Fen-16
Fen-17
Fen-18
Fen-19
Fen-20
Fen-21
Fen-22
Item Name
Electric foil
complete
Electric
epee
complete
Electric
sabre S 200
complete
Foil comp
Epee/sabre
Electric foil
blade
complete
Sabre blade
S 2000
Non-electric
foil blade
Non Electric
epee blade
Foil/E/S
Body wire
coloured/
Trans
Foil/sabre
mask
wire(Spiral/
Strt)
Epee mask
350N
Foil/Sabre
mask 350N
Epee mask
washable
Foil/sabre
mask
washable
Electric
jacket foil
Electric
jacket sabre
Ele jacket
foil SS
washable
Ele jacket
sabre SS
washable
F/E
weapon
tester
Fencing
suti 3 pc
CE350N
Full chest
Item
Specification
Fencing
General
Competition
/Training
Price
10
weapon
10
weapon
General
General
General
General
General
sets)
Qty
10
weapon
Training
Training
Both
40
40
50
General
50
Metal point
50
Metal point
50
10/10
General
10/10
General
10
General
10
General
General
10
General
10
General
General
General
General
10
General
30
General
15
10
Fen-23
Fen-24
Fen-25
Fen-26
Fen-27
Fen-28
Fen-29
Fen-30
Item
Code
protector
plastic
M/W
Fencing
shoes(Star
fighter/chin
a)
Master’s
jacket
leather
Master’s
arm leather
Master’s leg
leather
Master’s
gloves
Masters
mask with
black bib
Floor/Piste
cables
Aluminium
piste FIE
40
General
10
General
10
General
10
General
10
General
10
General
4 sets
General
4 sets
Foo-01
Foo-02
Football
Goal
nets
Size-5
8 num
Foo-03
Shooting
boards
2x2 mts
Foo-04
Dummy
opponen
ts
General
Foo-05
Mini goal
posts
Movable
goal
posts
Whistles
Corner
flags
14x6 feet
Competition
/training
Football
cosco gold up
Guptas
heavy(Double
netted)
Teak Wooden
with iron
frame
Heavy Iron
sheet and
wheels(5
members
wall)
3 inch GI pipe
General
5 inch GI pipe
60
Fox-40
General
60
600
Cones
General
Fox-40
5 feet 1.5
inch
synthetic
stick corner
flags
1/1.5/2 feet
heavy bibs
four set with
nos 1-18
Foo-06
Foo-07
Foo-08
Foo-09
Item
Name
General
Item
Specification
Qty
Price
Trai
800/2000
600
60
30
20
600
11
Item
Code
Item
Name
Gol-01
Golf set
Gol-02
Golf ball
Gol-03
Ball
markers
Tees
Flags
Gol-04
Gol-05
Item
Code
Item Name
Gym-01
Gym-02
Gym-03
Parallel bars
Roman rings
Horizontal
bars
Pommel
Horse
Vaulting
Table
Uneven bars
Balancing
beam
Spring
Boards
Gym-04
Gym-05
Gym-06
Gym-07
Gym-08
Gym-09
Spring
boards
Gym-10
Gym-11
Gym-13
Runway mat
Round off
mat
Tumbling
floor
Crash Mats
Gym-14
Throw mats
Gym-15
Foam Cubes
Gym-16
Mini low
beam
Gymnastics
mats
Wall bars
Trampoline
Gym-12
Gym-17
Gym-18
Gym-19
Item
Specification
Golf
16
piece(Callaway)
General(Callaw
ay)
General
Competitio
n/Training
Qty
Left and
Right
Both
2 sets each
Price
100/200
30
General
General
30
40
Item
Specification
Gymnastics
FIG Standard
FIG Standard
FIG Standard
Competitio
n/Training
Qty
Both
Both
Both
6 sets
6 sets
6 sets
FIG standard
Both
6
FIG Standard
6
FIG Standard
FIG Standard
6 sets
6 sets
FIG Standard
with plywood
laminated double
flex with 8
springs
FIG Standard
with plywood top
and steel base 8
springs
25mts
FIG
12
Price
12
Both
Both
6
6
FIG standard
18x2 mts
FIG Standard 3m
x 2m x 30cms
FIG Standard
6mx2mx10cms
FIG standard 6
inches
FIG Standard
6 sets
2mx1mx0.5cms
500
FIG Standard
Big competition
6
6
12
18
3000
10
12
Gym-20
Gym-21
Gym-22
Gym-23
Gym-24
Gym-25
Gym-26
Gym-27
Gym-28
Gym-29
Gym-30
Gym-32
Gym-33
Gym-34
Gym-35
Gym-36
Gym-37
Gym-38
Rhythmic
equipment
Rhythmic
equipment
Rhythmic
equipment
Rhythmic
equipment
Rhythmic
equipment
Climbing
ropes
Magnesium
power
packets
Power stands
Mini rings
Pommel
trunk with
grips
Mushroom
with grips
Mushroom
wide
Mushroom
horse with
grips
Ring Pulley
set with cord
and ring
Double leg
cross trainer
Half moon on
wall bars
Flicflac
trainer
Air mat
impulse floor
– along with
cylinder
Item
Code
Item Name
Han-01
Han-02
Han-03
Han-04
Han-05
Handball
Handball
Handball
Goal post
Goal net &
support
Score
boards
Han-06
Balls
100
Hoop
100
Clubs
100
Ribbon
100
Rope
100
25 mts
20
400 gms
300
General
10 feet high
frame
Methodical
equipment
25
4 nos
Methodical
equipment
Methodical
equipment
Methodical
equipment
4 nos
Methodical
equipment
4 nos
Methodical
equipment
Methodical
equipment
Methodical
equipment
Methodical
equipment
4 nos
Item
Specification
Handball
Men
Women
Sub-junior
Movable
General
General
4 nos
4 nos
4 nos
4 nos
4 nos
Competition
/Training
Qty
Both
Both
Both
Both
Both
800/1000
800/1000
300/500
200
500
Price
30
13
Item
Code
Item Name
Hoc-01
Hoc-03
Hockey
stick
Hockey
stick
Turf balls
Hoc-04
Turf balls
Hoc-05
Goal
keeper kit
Markers
multi color
Kicker
belts
Shin pads
Hoc-02
Hoc-06
Hoc-07
Hoc-08
Hoc-09
Hoc-10
Hoc-11
Hoc-12
Hoc-13
Hoc-14
Hoc-15
Goal post
with board
Goal post
nets
Stick bags
Cork balls
Face guard
Corner
flags
Bibs
Item
Code
Item Name
Jud-01
Jud-02
Jud-03
Judo mats
Judo dress
Sukathe
Judo
control
Item
Code
Item
Name
Kab-01
Ankle
caps
Knee caps
Beep
machine
Marker
machine
Kabaddi
mats
Kab-02
Kab-03
Kab-04
Kab-05
Item
Specification
Hockey
Triple glass
wooden fibre
Composite
Competition
/Training
Qty
Both
400/800
Both
400/800
Multi color
synthetic
plain
Kookabra
plain
Advance turf
Both
300/500
Both
200/200
Both
30/30
Rubber type
Both
300
Nylon
Both
200/200
Classic
moulded
General
Both
200/200
Both
30/30
Double net
Both
60/60
General
200
800
100
600
General
General
Item
Specification
Judo
General
Sr, Jr, Sub-JR
General
400
Competition
/Training
Qty
Both
Both
Both
384/350
150 each
50
Item
Competition
Specification
/Training
Kabaddi
General
Both
General
General
Price
Both
Qty
Price
Price
200/400
200/400
100
General
5
General
15 sets
14
Item
Code
Item
Name
Kho-01
Kho-02
Kho-03
Kho-04
Poles
Ankle caps
Knee caps
Kho-Kho
mats
Number
plates
Display
cards
Kho-05
Kho-06
Item
Code
Item
Name
Neb-01
Neb-02
Neb-03
Netball
Pole
Net
Item
Code
Item Name
Swi-01
Swi-02
Arm pad
Fins or
Flipper
Stretch
cord(Land)
Kick board
Pull buoy
Pace clock
Swi-03
Swi-04
Swi-05
Swi-06
Swi-07
Swi-08
Swi-09
Swi-10
Swi-11
Anti wave
rope
Diving
boards
Water polo
sets
Water polo
balls
Lane
markers
Item
Specification
Kho-Kho
Wooden
General
General
General
Competition
/Training
Qty
Price
500
200/400
200/400
20 sets
Both
Both
General
50 sets
General
100
Item
Competition/Training
Specification
Netball
General
Both
General
General
300
70 sets
150
Item Specification
Competition
/Training
Qty
Both
Both
500
100 each
Both
100
Both
Both
Both
200
400
20
both
100
Swimming
Small/Medium/Large
5/6/7/8/9/10/11
inches
With handle
Single piece model
Single piece model
Normal(Not digital)
single hand
General
General
Qty
Price
Price
20
10
100
25 mts
10 sets
15
Item
Code
Item
Name
Item
Specification
Softball
General
General
General
General
General
Sof-01
Sof-02
Sof-03
Sof-04
Sof-05
Balls
Nets
Gloves
Helmet
Sluggers
Item
Code
Item
Name
Sep-01
Sep-02
Sep-03
Net
Balls
Poles
Item
Code
Item
Name
Item
Specification
Ten-01
Tennis
Balls
Tennis
Nets
Ball
feeding
machine
Rackets(W
ilson)
Score
boards
Poles
Competition
/Training
Qty
Both
Both
Both
Both
Both
100/300
40
50
50
50
Item
Competition
Specification
/Training
Sepaktakraw
General
Both
General
Both
General
both
Price
Qty
Price
50
150
50
Competition
/Training
Qty
Price
General
Both
300 boxes
General
Both
60
Tennis
Ten-02
Ten-03
Ten-04
Ten-05
Ten-06
Item
Code
Tkt-01
Tkt-02
Tkt-03
Item
Code
Tt-01
Tt-02
Tt-03
Tt-04
4
General
60
30
General
Item Name
Rings
Poles
Nets
Item Name
Item
Specification
Tennikoit
General
General
General
Item
Specification
Table tennis
Stag tables with nets
General
Stag balls
General
Stag mini tables
General
Robo ball machine
80
Competition
/Training
Both
Both
Competition
/Training
Qty
Price
600
300 sets
300
Qty
Price
150
1500
60
13 sets
16
Item
Code
Tak-01
Tak-02
Tak-03
Tak-04
Tak-05
Tak-06
Tak-07
Tak-08
Tak-09
Tak-10
Tak-11
Item Name
Item
Specification
Taekwondo
mats
Chest guard
Kicking pad
Power
kicking pad
Punch pad
Head guard
Shin guards
Arm guards
Wrist gloves
Teeth
guards
Grooving
guards
Item
Code
Item
Name
Vol-01
Vol-02
Antenna
Volleyball
Vol-03
Vol-04
Vol-05
Vol-06
Volleyball
Nets
Posts
Beach
volleyballs
Item Name
Wei-01
Wei-02
Squat stands
Wooden boxes
Wei-03
Belts
Wei-04
MGCO3
powder
Mats
Power stands
Weight
training bars
Weight
training
plates
Weight lifting
sets
Weight lifting
platform
Wei-08
Wei-09
Wei-10
Taekwondo
12mx12m
Qty
Both
20 sets
Both
Both
Both
80 each
80 each
80 each
Size: 1/2/3/4
Single/Double
Large/small/me
dium
Medium
Medium blue
and red colours
Medium
Medium
Medium
General
Both
80
150 each
Both
Both
Both
Both
150/200
150/200
150/200
150/300
Medium
Both
60/100
Competition/
Item
Training
Specification
Volleyball
General
Both
Leather
Both
regular/modular
Synthetic/mini
Both
General
Both
General
General
Both
Item
Code
Wei-05
Wei-06
Wei-07
Competition
/Training
Qty
Price
Price
400
3500/5000
1500/2000
2000
800 sets
1000
Item
Specification
Weightlifting
General
General(20cms &
30cms)
Small/medium/l
arge
Light/soft
Competition
/Training
General
General
5 feet/6 feet
Both
Both
100 kgs
Both
Qty
Price
20 pairs
20
Both
20/20
100
packets
50/50
20/20
20/20
8 sets
Eleiko
8 sets
General
6 sets
17
Item
Code
Item Name
Wre-01
Wrestling
mats
Dummies
Dress
Wre-02
Wre-03
Item
Specification
Wrestling
FILA/WFI
approved
General
General
Item Code
Item Name
Yog-01
Yoga mats
Item
Code
Item
Name
Squ-01
Squ-02
Rackets
Balls
Item
Code
Item
Name
Car-01
Car-02
Carrom
boards
Coin set
Item
Code
Item
Name
Che-01
Chess
boards
Stopwatch
Pawns
Che-02
Che-03
Both
200/300
Item
Specification
Yoga
General
Wus-01
Wushu
mats
Head gear
Gloves
Chest
guard
Punching
pad
General
Price
50
50
Competition
/Training
Qty
Price
200
Item
Competition/Training
Specification
Carroms
General
Both
Item Name
Wus-05
Qty
Item
Competition/Training
Specification
Squash
Wilson brand
Both
General
Item
Code
Wus-02
Wus-03
Wus-04
Competition
/Training
Both
Qty
Price
100
50
boxes
Qty
Price
200/500
200/500
Item
Competition/Training
Specification
Chess
Wooden
General
General
Qty
Price
1000
20
1000
Item
Specification
Wushu
General
Competition
/Training
Qty
Both
40/70
General
General
General
Both
Both
Both
40/70
40/70
40/70
General
Both
40/70
Price
18
Wus-06
Wus-07
Wus-08
Wus-09
Wus-10
Wus-11
Wus-12
Wus-13
Wus-14
Item
Code
Com-01
Com-02
Com-03
Com-04
Com-05
Com-06
Com-07
Com-08
Com-09
Com-10
Com-11
Com-12
Com-13
Com-14
Com-15
Com-16
Com-17
Com-18
Com-19
Com-20
Com-21
Com-22
Kicking pad
Standing
dummy
Punching
bag
Licking bag
Rexene
cover
Crush mats
Shan sho
floor mats
Toulu
equipment
Floor carpet
(Toulu)
Item Name
General
General
Training
Training
70
30
General
Training
80
General
General
Training
40
80
General
10x10mts
Both
80
40/60
11x8 mts
Both
40/60
25
Item
Competition
Specification
/Training
Common Items
Weighing machine
General
Skipping ropes
Medium
Medicine balls
1/2/3/4/5 kgs
Wrist weight/ankle weight
½ ,1, 2, 4 kgs
Whistle
Fox-40
Stop watch
100 memories
Stretching rubber
General
Cones 10 inches multi color
Plastic
Cones 6 inches
General
Weight training set
100 kgs
Resistance band/tube
General
Dumbles
½ ,1, 2, 4 kgs
Victory stands
General
Measuring tapes
10, 30, 50, 100
mts
Stadiao metre
Height measure
stand
Ladder(Co-ordination
Nylon+Plastic
exercises)
Ankle band
Stritch land
Cup cones
Markers
Warmup bar iron rods
General
Foot
General
pump(Volleyball/football/bas
ketball)
Tennis balls
General
Changeable LED ground
lights
Indoor/Outdoor
Qty
Price
50
200
100
100
200
300
100
400
100
10
100
50
20
50
10
50
Practice
Practice
600
400
150
50
200
boxes
13
19
Annexure- 02
ELIGIBILITY CRITERIA AND SPECIAL TERMS AND CONDITIONS
A. ELIGIBITITY CRITERIA FOR TENDERS:
1. The Bidder / Authorized suppliers/ Distributors/ Dealers Should be in existence
for the last 05 Years as on bid calling date. Bidder should submit Manufacturer’s
Authorization from specific to this tender. (Bidder’s Format).
2. The Bidder/ Authorized Suppliers/ Distributors/ Dealers should have similar
experience in supplying the Sports material and Equipment to any Govt
institutions/ Agencies/ Organizations worth of 50% value of the tender items in
the last three Years..
3. The bidder of OEM should not have been debarred / blacklisted by any State
Government / Central Government / PSU / Reputed Organizations for any
reason in the last three financial years as on bid calling date. A letter of
undertaking on the letter heads of the Bidder/Manufacturer should be submitted
separately stating that they have not been blacklisted by any State Government /
Central Government / PSU for any reason in the last three years and should be
signed by an Officer competent and having the power of attorney (with Company
stamp) to bind the bidding Firm / Manufactures(s).
4. Tenderer should quote for all schedules in the tender. The evaluation will be
done on the total value of the schedules and the contract will be awarded to
the qualified L1 bidder for the all items of the three schedules. Partly
quoted schedules will be rejected.
5. The manufacturing company of the sports material and equipment should
have and ISO certification rules and the items / Equipment preferably
should have ISI/BIs mark.
B. SPECIAL TERMS AND CONDITIONS:
1. Delivery Period: The proposed activity of Supplying Sports Material and
Equipment should be made within 45 days from the date of receipt of purchase
order by the tenderer.
2. Warranty: All items supplied by the tenderer shall be guaranteed against any
manufacturing defects and the tenderer should provide warranty for a period of
12 Months. Necessary guarantee certificates shall accompany the supplies if any.
The tenderer shall be liable to rectify any defects that may be found in the sports
equipment supplied free of cost.
3. Installation: if any installation required, it should be done as stated in the
Annexure -04 enclosed, free of cost.
4. Resolution Time: The response time of the tenderer to resolve any complaint
upon receipt of the complaint/ information from the user should not be more
than 24 hours.
Note: The bills are to be raised in the name of the : Vice Chairman and
Managing Director, Sports Authority Of Andhra Pradesh, I.G.M.C
Stadium, M.G Road, Vijayawada, Krishna Dist, Andhra Pradesh 520010 and payment will be made by him.
5. The bidders have to produce the sample of the sports material before the
Technical committee at the time of Technical Bid evaluation.
TENDERER SIGN & SEAL
20
Annexure -03
DOCUMENTS TO BE FURNISHED
The following documents should be scanned and uploaded online on
e-procurement platform; otherwise the bidders are liable to be disqualified.
1. All the supporting documents in respect of Eligibility Criteria. i.e.,
a. Registration/ Incorporation Certificate in support of the Existence of the
company for required number of years as per the tender schedule
eligibility criteria.
b. Copies of Purchase Orders in support regarding the supply of required
quantities of items in any of the last three years as per the tender
schedule eligibility criteria.
c. List mentioning the addresses and contact persons with phone numbers of
the Service/ Distribution Centers across the state of Andhra Pradesh.
d. Supporting Documents indicating that the tenderer is the Manufacturer or
the Authorized Distributor/ Dealer.
e. Audited financial statements that are balance sheet, income &
expenditure and profit & loss accounts in support of having required
turnover in the last Three Financial Years.
2. Annexure -02 duly signed & office Seal affixed as a token of acceptance of
Special Terms and Conditions.
3. Documents
in support of
Technical Specifications for
equipment
as
mentioned in Annexure -05 clearly mentioning the make, model and
Specifications.
4. The latest Income Tax Clearance Certificate.
5. The list of customers, to whom the bidder had supplied sports equipment &
materials in the past along with P.O details and performance report, if any.
6. The letter of undertaking should be enclosed.
7. Annexure -08
Note: The Sports Authority of Andhra Pradesh, SAAP will not hold any risk and
responsibility for non visibility of the scanned document or non receipt of
hardcopies or loss in transit. If any deviations of the specifications submitted by the
tenderer The Vice Chairman and Managing Director, SAAP, has right to reject /
accept the same.
1. The documents that are uploaded online on e-procurement pace will only be
considered for Pre-Qualification / Documentation Committee bid and
Technical Bid Evaluation.
2. The tenderer will be disqualified at any stage of the tender process, if found to
have misled or furnished false information in the forms/ Statements/
Certificates submitted in proof of 1 to 7 above.
21
Annexure -04
The address where the Sports Material is to be delivered:
All the District Offices,
(District wise list will be intimated at the time of Distribution)
S.
No
Name of the
District
1
Srikakulam
2
Vizianagaram
3
Visakhapatnam
4
East Godavari
5
West Godavari
6
Krishna
7
Guntur
8
Prakasam
9
SPSR Nellore
10
Chittoor
11
YSR Kadapa
12
Anantapuram
13
Kurnool
Address of Consignee
Quantity of Sports Equipment
to be Supplied District wise
Total
22
Annexure -05
TECHNICAL SPECIFICATIONS
Item
Code
Item Name
Ath-01
Ath-02
Hurdles
Javelin Fibres
Ath-03
Ath-04
Hammer Throws
Shot puts
Ath-05
Discuss Throws
Ath-06
Ath-07
High Jump sets
High jump
crossbars
High jump landing
pit
High jump
measuring bar
Pole vault box
Pole vault
standards
Pole vault pole
Long take off
board
Ath-08
Ath-09
Ath-10
Ath-11
Ath-12
Ath-13
Technical Specification
Vendor to give
quoted material
specification
Athletics
Adjustable
600gms:
1-808411-range 50mts-nemeth
1-990108-range 60mts- nemeth
1-100459-range 70 mts-nemeth
1-120586-range 60 mts-nemeth
800gms:
1-990111-range 60mts-nemeth
1-9901106-range 70mts- nemeth
1-990105-range 80 mts-nemeth
1-990100-range 90 mts-nemeth
4/7.26/8/12/16 kgs made of iron
4kgs:
109mm-IAAF certified no 1-060361-vinex
103mm-IAAF certified no 1-0130639-vinex
109mm-(red)IAAF certified no 1-0102148nelco
104mm-(Black)IAAF certified no 1990137-nelco
104mm-Pink-IAAF certified no 1-120569anand
7.26kg:
129mm-IAAF certified no 1-0625-anand
125mm-IAAF certified no 1-080399-vinex
129mm-(Yellow)IAAF certified no 1010247-nelco
120mm-(Blue)IAAF certified no 1-990134nelco
104mm-Silver-IAAF certified no 1-020287anand
6/7.26/8/16 kgs: IAAF certified
1kg Fiber / Rubber with metal Ring /1.5
kg Fiber with metal Ring /2kg Fiber /
Rubber with metal Ring
General
Fiber Glass Construction
For pole vault taking-off
Manual/automatic
Bamboo/aluminium
Fiber
23
Ath-14
Ath-15
Ath-16
Ath-17
Ath-18
Ath-19
Ath-20
Ath-21
Ath-22
Ath-23
Ath-24
Ath-25
Ath-26
Ath-27
Ath-28
Ath-29
Ath-30
Pole vault cross
bars
Pole vault set
Long jump spring
board
Shot put stop
board
Starting blocks
Relay batons
Hurdles board
Hurdles with
board
Mini hurdles ½
feet
Hurdles 1 feet
Steeple chase
hurdles
Discus stands
Hammer stands
Javelin Stands
Lane marker
Landing sector
curve tape
Boxes different
sizes
General
General
General
62 mm International standard PVC rubber
moulded pedals with spring mechanism.
Heavy steel, chrome plated channel
General
Hurdles
Automatic
Iron wired/ thin rod
Iron wired/Thin rod
Height adjustable
Hold 15 discuss with wheel
Hold 10 hammers with wheel
Hold 30 javelins on wheels
Yellow/Pink/white
½,1,1 ½ , 2 , 2 ½ , 3 foot
24
Item
Code
Item Name
Technical Specification
Arc-01
Indian round
Bows
Arc-02
Arc-03
Bow stand
Arm Guard
Arc-04
Chest guard
Arc-05
Finger tap
Arc-06
Quiver
Arc-07
Arrow rest
(Three part middle part wooden, upper and
lower part bamboo) Limbs are fixed with
metal clamp into the bow .Height of the Bow
60” to 72” (with stabilizer and without
stabilizer (Stabilizer – one long and two
short, one V-Bar, one extension rod 4”, one
aiming point called sight One clicker 4” – 4½
“
Made by metal with three legs
(Made by plastic) and soft material. Fixes
with arm with plastic for protection for the
arm and the string clearance. Length is 6” to
8”
(Made by plastic, rexin or soft material) to
avoid the touch with the cloth and string.
Different size for small medium and large. It
should be adjustable
(Made by leather) protection of finger and
avoid of finger sore). Size of the finger tab,
small, medium and large
(Made by leather rexin and synthetic cloth).
Size small, medium and large
(Made by wood, plastic metal) Placement
should be above the handle grip
Arc-08
Wooden arrow
(Made by sarkhanda Bird fletch, plastic fletch or
spin vanes. Three fletches are pasted at 120
agles. Arrow Body is round forehead called point
it is sharp made by metal. Back side called nock
made by plastic. Length of the Arrow is 22” to 32”
according to the height of the individual Archer
Arc-09
Arc-10
Spin win
Inn-Nocks
Arc-11
Points
Arc-12
String spool
Arc-13
Arc-14
Arc-15
Arc-16
Surving spool
Surving jig
Target Box
Target stand
Arc-17
Arc-18
Target face
Target face pin
Arc-19
Arc-20
Target flog
Recover Bows
Sets
General
INN- (made by plastic) different types nock,
A.C.E. Nock. Different diameter inside). Size
small, large and medium
(Iron/Metal mode) sharp head. Size big,
medium and small (light weight and heavy
weight)
(Made by soft mixed material (cotton, nylon).
Size 60” to 72” according to the bow size
number of thread 6 to 10, according to the
bow poundage
Mixed Nylon thread
(Plastic & metal mix) For serving the string
General
(Made by wood or metal) Three legs or four
legs should be available
(Paper Mode) Sizes are 122 cm and 80 cm.
(Made by plastic / metal) Size 2” to 3” long
with broad head
General
General
Vendor to give
quoted material
specification
Archery
25
Item Code
Item Name
Technical Specification
Box-01
Boxing
gloves
Box-02
Head
Guards
Box-03
Box-04
Boxing ring
Punching
Pads
Box-05
Punching
bags
Box-06
Teeth safe
(As per AIBA/IBF Rules) Boxing gloves are
made out of high quality PVC and cowhide
leather& padded with multi layered foam.
The stitching has to be top notch to ensure
the padding stays where it is supposed to
and is usually a nylon based thread. The
gloves feature a wraparound Velcro wrist
closure which supports the entire fist
.Sizes of 10/12/16 Ozs
(As per AIBA/IBF rules) Must weigh a
maximum of 450 grams (approx. 16
oz).Only Head guards with Velcro closing
systems will be approved for all AOB
Competitions. The padding of the head
guards must respect a minimum thickness
of two to three centimeters. The leather
portion of the head guard should be of
cowhide leather or grade A leather
Sizes:Small/Medium
20x20
These should be made of superior leather
with shock absorbing foam inside it and
with Velcro closing
(As per AIBA/IBF rules) Bags used
shredded fibers or compressed fabric.
(Sand is probably the most commonly
used material to fill heavy bags. Water is
also very commonly used to fill up heavy
bags and it has a lot of great features.
Many people like to use water filled bags
because it provides a realistic striking
experience). The three most popular
materials for bags are leather, vinyl and
canvas.Filled 42 inches
A thermo-plastic material manufactured in
a pre-formed shape in various sizes that
can be adapted to fit more closely to an
individual's teeth Should not be of red and
pink in colour
Vendor to give
quoted material
specification
26
Item Code
Item Name
Technical Specification
Bas-01
Basket Ball
Bas-02
Basketball
ring
Bas-03
Dunking
rings
Basket ball
net
Composite/Synthetic Leather. The outer
surface of the Ball shall be made of toxic
free leather or rubber material having
circumference of 29.5 – 29.875 inches.
For training: the outer surface of the ball
may be made of Rubber having
circumference of 29.5 – 29.875 inches
Size:5/6/7
Flexible ring with a spring inside the
attachment to back board Pressure Release
Ring of solid steel of 20 mm, inside the
attachment to backboard
For training: 20 mm solid steel with
mounting plates
Made of solid iron. Thickness 20 mm &
Circumference 490 mm
White cord material with circumference of
ring size. 400 – 450 mm in length with 12
loops
General
Made of fiber surrounded by iron frame
vertically & horizontally. Thickness 30 mm,
length 1.800 mm width 1.050 mm
Bas-04
Bas-05
Bas-06
Backboard
Transparent
Backboard
Item
Code
Bad-01
Item
Name
Nets
Bad-02
Poles
Bad-03
Cocks
Technical Specification
Vendor to give
quoted material
specification
Vendor to give
quoted material
specification
Depth of the Net 760mm and length 6.1mtr at
minimum thickness of the mesh 15mm20mm. Dimension: Upper edge and lining of
the Net is 75mm white tape. Made: Cotton
For training made of nylon
1.55 mtr height from the surface
Made : Metal
AS2(Feather/Plastic)
(i). Cork Base, Pointed Feathers (ii). Natural,
Synthetic (iii). Firmly with thread or other
suitable material
27
Item Code
Item Name
Fen-01
Electric foil
complete
Electric epee
complete
Electric sabre S
200 complete
Foil comp
Epee/sabre
Electric foil
blade complete
Sabre blade S
2000
Non-electric foil
blade
Non Electric
epee blade
Foil/E/S Body
wire coloured/
Trans
Foil/sabre
mask
wire(Spiral/Strt)
Epee mask
350N
Foil/Sabre
mask 350N
Epee mask
washable
Foil/sabre
mask washable
Electric jacket
foil
Electric jacket
sabre
Ele jacket foil
SS washable
Ele jacket sabre
SS washable
F/E weapon
tester
Fencing suti 3
pc CE350N
Full chest
protector plastic
M/W
Fencing
shoes(Star
fighter/china)
Master’s jacket
leather
Master’s arm
leather
Master’s leg
leather
Fen-02
Fen-03
Fen-04
Fen-05
Fen-06
Fen-07
Fen-08
Fen-09
Fen-10
Fen-11
Fen-12
Fen-13
Fen-14
Fen-15
Fen-16
Fen-17
Fen-18
Fen-19
Fen-20
Fen-21
Fen-22
Fen-23
Fen-24
Fen-25
Fen-26
Technical Specification
Vendor to give
quoted material
specification
Fencing
According to the latest FIE rules
According to the latest FIE rules
According to the latest FIE rules
According to the latest FIE rules
According to the latest FIE rules
According to the latest FIE rules
According to the latest FIE rules
Metal point
Metal point
According to the latest FIE rules
1600 newton with conductive bib
Good quality of mesh
1600 newton
According to the latest FIE rules
According to the latest FIE rules
According to the latest FIE rules
According to the latest FIE rules
According to the latest FIE rules
According to the latest FIE rules
According to the latest FIE rules
According to the latest FIE rules
According to the latest FIE rules
According to the latest FIE rules
According to the latest FIE rules
According to the latest FIE rules
According to the latest FIE rules
28
Fen-27
Fen-28
Fen-29
Fen-30
Master’s gloves
Masters mask
with black bib
Floor/Piste
cables
Aluminium
piste FIE
Item Code
Item Name
Foo-01
Football
Foo-02
Goal nets
Foo-03
Shooting
boards
Dummy
opponents
Mini goal
posts
Movable goal
posts
Whistles
Corner flags
Cones
Foo-04
Foo-05
Foo-06
Foo-07
Foo-08
Foo-09
According to the latest FIE rules
According to the latest FIE rules
According to the latest FIE rules
According to the latest FIE rules
Technical Specification
Vendor to give
quoted material
specification
Size-5:
 Spherical  Made of leather  Of a
circumference of not more than 70 cm(28
ins) and not less than 68 cm (27 ins)  Not
more than 450g (16oz) in weight and not
less than 410g(14oz) at the start of the
match  Of a pressure equal to 0.6-1.1
atmosphere (600 – 1100 g/cm2) atsea
level (8.5 lbs/sq in to 15.6 lbs/sq in)
1. High
Tenacity
Polypropylene.
Polyethylene .Nylon (Grade-I) With
mesh size such that the ball should
not pass through / color preferably
black
2. For training: Nylon (Grade-II)/
Cotton (Should cover 24 x 8 ft. area
with mesh size such that the ball
should not pass through/ color
preferably black)
2x2 mts
General
4x3 mts
General
Fox-40
Mini 5 feet long (Plastic with Metal spring)
06 inch to 12 inches
29
Item Code
Item Name
Gym-01
Gym-02
Gym-03
Parallel bars
Roman rings
Horizontal
bars
Pommel
Horse
Vaulting
Table
Uneven bars
Balancing
beam
Spring
Boards
Spring
boards
Runway mat
Round off
mat
Tumbling
floor
Crash Mats
Throw mats
Foam Cubes
Mini low
beam
Gymnastics
mats
Wall bars
Trampoline
Rhythmic
equipment
Rhythmic
equipment
Rhythmic
equipment
Rhythmic
equipment
Rhythmic
equipment
Climbing
ropes
Magnesium
power
packets
Power
stands
Gym-04
Gym-05
Gym-06
Gym-07
Gym-08
Gym-09
Gym-10
Gym-11
Gym-12
Gym-13
Gym-14
Gym-15
Gym-16
Gym-17
Gym-18
Gym-19
Gym-20
Gym-21
Gym-22
Gym-23
Gym-24
Gym-25
Gym-26
Gym-27
Technical Specification
Vendor to give
quoted material
specification
Gymnastics
FIG Standard
FIG Standard
FIG Standard
FIG standard
FIG Standard
FIG Standard
FIG Standard
FIG Standard with plywood laminated
double flex with 8 springs
FIG Standard with plywood top and steel
base 8 springs
25mts
FIG
FIG standard 18x2 mts
FIG Standard 3m x 2m x 30cms
FIG Standard 6mx2mx10cms
FIG standard 6 inches
FIG Standard
2mx1mx0.5cms
FIG Standard
Big competition
Balls
Hoop
Clubs
Ribbon
Rope
25 mts
400 gms
General
30
Item Code
Item Name
Technical Specification
Han-01
Handball
Han-02
Handball
Han-03
Handball
Han-04
Goal post
Han-05
Goal net &
support
(Ball is made of leather or a synthetic
Material) It must be spherical. Surface
must not be shiny or slippery)
Size & WT 1.For men and male Youth
(over 16yrs) 58 to 60cm (cir) 2. 425-475
gm(wt.)
For training: Size & WT 1.For men and
male Youth (over 16yrs) 58 to 60cm (cir) 2.
425-475 gm(wt.)
For Women Female Youth (over 16 yrs)
and Male Youth(12 to 16yrs) 1. 54-56cm
(cir) 2. 325-375gm(wt.)
Training: For Women Female Youth (over
16 yrs) and Male Youth(12 to 16yrs) 1. 5456cm (cir) 2. 325-375gm(wt.)
For Female Youth age and Male Youth (812yrs) 1. 50-52cm(cir) 2. 290-330gm(wt.)
Training: For Female Youth age and Male
Youth (8-12yrs) 1. 50-52cm(cir) 2. 290330gm(wt.)
Must be made of uniform light material or
synthetic material (rectangular) with
rounded edges & painted in 2 colors.
Aluminium: Internal Height 2m Internal
Width 3m Size 8x8cm (Thickness)
Rounded edges with rounded radius 4+1
mm Gauge 10-14 mm Paint corner(top)28
cm rest 20cm
For training: (Wooden) Internal Height 2m
Internal Width 3m Size 8x8cm (Thickness)
Rounded edges with rounded radius 4+1
mm
Gauge
10-14mm
Paint
corner(top)28cm rest 20cm
(Synthetic thread or cotton made)
Attached in such a way that a ball thrown
into goal cannot immediately rebound or
pass through the goal Depth of the Gold
Net at top 0.9mm behind the goal and the
bottom 1.1mt (tolerance +.0.1mm) Size of
the meshes should not be more the
10x10cm and fixed to the post and the
crossbar at least at every 20cm.
For training: Depth of the Gold Net at top
0.9mm behind the goal and the bottom
1.1mt (tolerance +.0.1mm) Size of the
meshes should not be more the 10x10cm
and fixed to the post and the crossbar at
least at every 20cm.
Vendor to give
quoted material
specification
Handball
31
Item Code
Item Name
Hoc-01
Hoc-02
Hockey stick
Hockey stick
Technical Specification
Hockey
Triple glass wooden fibre




Hoc-03
Turf balls
Hoc-04
Turf balls
Hoc-05
Goal keeper
kit
Markers
multi color
Kicker belts
Shin pads
Goal post
with board
Goal post
nets
Stick bags
Hoc-06
Hoc-07
Hoc-08
Hoc-09
Hoc-10
Hoc-11
Vendor to give
quoted material
specification
HKY. STICK Carbon RCX3 SR.
(WITH- Carbon-G Fiber A.Kevlar)
Lt/Mdm 36.5-38 Bow-17mm-24mm same
HKY. STICK Carbon RCX7 SR. (WITHCarbon- G Fiber A.Kevlar)
L/M/H 36.5-38 BOW-17mm 24mm same
HKY. STICK Carbon RCX8 SR. (WITHCarbon- GF- A.Kevlar)
L/M/H 36.5-38 BOW-17mm 24mm same
HKY. STICK Carbon RCX9 SR. (WITHCarbon- GF- A.Kevlar)
L/M/H 36.5-38 BOW-17mm 24mm
Circumference
224-235mm
Wt-156163gm for competition colour should be
gold
Circumference
224-235mm
Wt-156163gm for training colour should be silver
Advance turf , FULL SET (OBO Style for
Juniors & Sr.)
Rubber type
Nylon
Classic moulded
General
Double net
General
32
Item Code
Item Name
Jud-01
Judo mats
Jud-02
Jud-04
Judo Dress
Sukathe
Judo control
Item Code
Item Name
Kab-01
Kab-02
Ankle caps
Knee caps
Item Code
Item Name
Kho-01
Poles
Kho-02
Kho-03
Ankle caps
Knee caps
Technical Specification
Vendor to give
quoted material
specification
Judo
Thickness : (40-60) + 2mm
Length :2000 + 5 mm
Width :1000 + 5mm
Weight : 21(40mm)- 30(60mm)kg
Fire
Classification:
DFI
S1
Foam
properties Density : 220 + 15%kg/m3
CDH-40% :>78 kPa
Ultimate Elongation (ER): TV70%
Tensile Strength(RR) : >230kPa
Tear resistance(TR) :>7.0 N/cm
Cover Properties Type : PVC Color : redyellow-blue-green, black, grey
Weight :675-744 g/m2
Thickness: 0.71 -0.8mm
Adhesion(cover/foam) : 2550g/5cm
Adhension
after
ageing(cover/foam):
2467g/5cm Resistance to punching:593636 N
Anti-skid properties Type : PVC Color :
Grey
Weight : 600g/m2
Adhesion (anti-skid/foam) :2780 g/5cm
Adhesion after ageing(antiskid/foam) :
2500g/5cm
(International Standard)
For training: Indian standard
JFI recognised
General
Technical Specification
Vendor to give
quoted material
specification
Kabaddi
General
General
Technical Specification
Vendor to give
quoted material
specification
Kho-Kho
(Teak or equivalent wood)
(Two wooden poles uniform, cylindrical
and smooth all over) 120-125 cm above
ground level, diameter 9 to 10 cm and
shall be uniform
General
General
33
Item Code
Item Name
Swi-01
Swi-02
Arm pad
Fins or
Flipper
Stretch
cord(Land)
Kick board
Pull buoy
Pace clock
Anti wave
rope
Technical Specification
Vendor to give
quoted material
specification
Swimming
Swi-03
Swi-04
Swi-05
Swi-06
Swi-07
Small/Medium/Large
5/6/7/8/9/10/11 inches
With handle
Single piece model
Single piece model
Normal(Not digital) single hand
General
Item Code
Item Name
Sof-01
Sof-02
Sof-03
Sof-04
Balls
Nets
Gloves
Helmet
Item Code
Item Name
Ten-01
Ten-02
Tennis Balls
Tennis Nets
Item Code
Item Name
Item Specification
Vendor to give
quoted material
specification
Softball
General
General
General
General
Technical Specification
Vendor to give
quoted material
specification
Tennis
General
General
Technical Specification
Vendor to give
quoted material
specification
Table Tennis
Tt-01
Tt-02
Tt-03
Stag tables
with nets
Stag balls
Stag mini
tables
Item
Code
Item Name
Tak-01
Taekwondo
mats
Tak-02
Chest guard
Tak-03
Tak-04
Kicking pad
Power
kicking pad
As per ITTF norms
As per ITTF norms
As per ITTF norms
Technical Specification
Vendor to give
quoted material
specification
Taekwondo
12mx12m
High quality EVA material
Reversible 1 mtr. x 1 mtr. x 24 mm thick
High wearing comfort
Superb protection
Best non-electric body protector
Reversible
Single/Double
Large/small/medium
34
Tak-05
Tak-06
Punch pad
Head guard
Tak-07
Tak-08
Tak-09
Tak-10
Shin guards
Arm guards
Wrist gloves
Teeth
guards
Grooving
guards
Tak-11
Item
Code
Item
Name
Vol-01
Antenna
Vol-02
Volleyball
Vol-03
Vol-04
Volleyball
Nets
Vol-05
Posts
Medium
Medium blue and red colours
Emmersion-coated
Lightweight foam material (approx. 20 mm)
Velcro fasteners on sides on elasticated chin
strap
Medium
Medium
Medium
General
Medium
Technical Specification
Vendor to give
quoted material
specification
Volleyball
An antenna is a flexible rod, 1.80 m long and 10
mm in diameter, made of fibreglass or similar
material. An antenna is fastened at the outer
edge of each side band. The antennae are placed
on opposite sides of the net. The top 80 cm of
each antenna extends above the net and is
marked with 10 cm stripes of contrasting colour,
preferably red and white.
Synthetic
leather
material
and
colour
combinations of balls used in international
official competitions should comply with FIVB
standards. Multi colour Weight-260-280gmsc
circumference- 65-67 Cms 18 stripes. Pressure
.30 to .325 kg/cm2
For training: The ball shall be spherical, made of
a flexible leather or synthetic leather case with a
bladder inside, made of rubber or a similar
material. Weight-260-280 gms Circumference65-67 Cms 18 stripes. Pressure .30 to .325
kg/cm2
Synthetic/mini
The net is 1 m wide and 9.50 to 10 metres long
(with 25 to 50 cm on each side of the side bands),
made of 10 cm square black mesh. At its top a
horizontal band, 7 cm wide, made of two-fold
white canvas, is sewn along its full length. Each
extreme end of the band has a hole, through
which passes a cord, fastening the band to the
posts for keeping its top taut. Within the band, a
flexible cable fastens the net to the posts and
keeps its top taut. At the bottom of the net there
is another horizontal band, 5cm wide, similar to
the top band, through which is threaded a rope.
This rope fastens the net to the posts and keeps
its lower part taut.
The posts supporting the net are placed at a
distance of 0.50-1.00 m outside the side lines.
35
They are 2.55 m high and preferably adjustable.
For all FIVB, World and Official Competitions, the
posts supporting the net are placed at a distance
of 1 m outside the side lines. The posts are
rounded and smooth, fixed to the ground without
wires. There shall be no dangerous or obstructing
devices.
Item
Code
Item
Name
Wei-01
Squat
stands
Wooden
boxes
Belts
MGCO3
powder
Mats
Power
stands
Weight
training
bars
Weight
training
plates
Item Specification
Vendor to give
quoted material
specification
Weightlifting
Wei-02
Wei-03
Wei-04
Wei-05
Wei-06
Wei-07
Wei-08
Item Code
Wre-01
Item Name
Wrestling
mats
General
General(20cms & 30cms)
Small/medium/large
Light/soft
General
General
5 feet/6 feet
100 kgs
Item Specification
Vendor to give
quoted material
specification
Wrestling
A new FILA approved mat with a 9m
diameter and surrounded by a 1.50 m
border of the same thickness. A red band
of 1 m wide and forming an integral part of
the wrestling area is drawn along the
circumference on the inside of the circle of
9 m in diameter. The central circle
indicates the middle of the mat (1m of
diameter). The inside part of the mat
which is inside the red circle is the central
surface of wrestling (7 m of diameter). The
red strip is 1 m wide. The protection area
is 1m50wide. For all Olympic Games,
World and Continental Championships,
the mat shall be installed on a platform
not higher than 1m10 or lower than
Om50. If the mat lays on a podium and
that the protection margin(covering and
free space around the mat) does not reach
2 meters, the sides of the podium will have
to be covered with 45˚ inclined panels. In
all cases, the colour of the protection area
36
Wre-02
Dummies
will have to be different from the one of the
mat. The wooden floor near the mat will
have to be covered with a strongly well
fixed soft cover. A circle must be traced in
the middle of the mat with an inside
diameter of one meter and a surrounding
band 10cm wide. For Greco-Roman
wrestling, an 8cm width line splits the
circle in two parts. Two perpendicular
lines are traced 40cm from each other and
are called “inside hand line” and “inside
knee line”. The colour of the lines just
described and that of the line marking off
the wrestling area must be red. The
diagonally opposite corners of the mat are
marked out in the wrestler’s colours, red
and blue. The mat should be installed so
that it is surrounded by a wide open space
in order to ensure that the competition
proceeds normally.
General
Item Code
Item Name
Item Specification
Wus-01
Wus-02
Wus-03
Wus-04
Wus-05
Wushu mats
Head gear
Gloves
Chest guard
Punching
pad
Kicking pad
Standing
dummy
Punching
bag
Licking bag
Rexene cover
Crush mats
Shan sho
Toulu
equipment
Wus-06
Wus-07
Wus-08
Wus-09
Wus-10
Wus-11
Wus-12
Wus-13
Vendor to give
quoted material
specification
Wushu
General
General
General
General
General
General
General
General
General
General
General
10x10 mt floor mats
11x8 mts
37
Item
Code
Com-01
Com-02
Com-03
Com-04
Com-05
Com-06
Com-07
Com-08
Com-09
Com-10
Com-11
Com-12
Com-13
Com-14
Com-15
Com-16
Com-17
Com-18
Com-19
Com-20
Com-21
Item Name
Item
Specification
Common Items
Weighing machine
General
Skipping ropes
Medium
Medicine balls
1/2/3/4/5 kgs
Wrist weight/ankle weight
½ ,1, 2, 4 kgs
Whistle
Fox-40
Stop watch
100 memories
Stretching rubber
General
Cones 10 inches multi color
Plastic
Cones 6 inches
General
Weight training set
100 kgs
Resistance band/tube
General
Dumbles
½ ,1, 2, 4 kgs
Victory stands
General
Measuring tapes
10, 30, 50, 100
mts
Stadiao metre
Height measure
stand
Ladder(Co-ordination
Nylon+Plastic
exercises)
Ankle band
Stritch land
Cup cones
Markers
Warmup bar iron rods
General
Foot
General
pump(Volleyball/football/bas
ketball)
Tennis balls
General
Vendor
to give
quoted
material
specifica
tion
Competition/
Training
Practice
Practice
38
Annexure -06
INSTRUCTIONS TO TENDERERS
Date and time of submission of bids
:
30/03/2017 10:00 a.m
Date and time of opening of Technical Bids
:
31/03/2017 11:00 a.m
Date and time of opening of price bids
:
31/03/2017 15:00 p.m
--------------------------------------------------------------------------------The instructions given below must be read very carefully, as failure in compliance
with any of these may render the offer liable for rejection. If a bidder has any
doubt about the meaning of any stipulation herein, General purchase Condition,
specification of materials or any other enclosed document, he should immediately
obtain the clarification/information in writing from the office of Vice Chairman
and Managing Director, Sports Authority of Andhra Pradesh, I.G.M.C
Stadium, M.G Road, Vijayawada, Krishna Dist, Andhra Pradesh -520010.
1. EARNEST MONEY DEPOSIT (EMD):
Offers must accompany Rs.6,00,000/- EMD by Demand Draft to the Vice
Chairman & Managing Director, Sports Authority of Andhra Pradesh,
payable at Vijayawada.
1.1
The EMD shall be forfeited, if
i) Bidder withdraws the bid before expiry of its validity.
ii) Successful bidder who does not accept the order or fails to enter into a
contract within validity period of offer.
iii) Successful bidder fails to furnish Security Deposit within 21 days from the
date of issue of P.O.
1.2 The EMD of unsuccessful bidders shall be returned as soon as the tenders
are finalized. Transaction fee payable to APTS is non refundable.
Payment Terms:
The standard payment terms shall be 100% of all inclusive price after the
Certification by the technical Committee, appointed by the Sports authority of
Andhra Pradesh, A.P. before the dispatch and after supply of the Sports
equipment and material in good condition, at site and after furnishing of
Bank Guarantee / Security Deposit for 1.5% value of the contract covering
the guarantee period subject to penal provisions applicable in case of delay in
the supplies as per the condition 2.4 of annexure -07.
2. PRICE BASIS:
The prices quoted shall be on FOR destination basis as per Annexure-04, and
also shall include:
(a) All Taxes, duties and Levies.
(b) The price of each equipment should be inclusive of all taxes and
Transportation.
(c) The standard payment terms shall be 100% on submission of delivery Challan
duly signed by the consignee with seal and signature as per the annexure -04
along with inspection report by the Technical committee appointed by the
VC&MD, SAAP, Vijayawada.
(d) In case of all the delays in supply as the condition and the penal procedure is
applicable in condition 2.4 of annexure-7.
39
3. COST COMPENSATION FOR DEVIATION:
Deviations specifically declared by the bidders in respective of Deviation schedules of
Bid Proposal Sheets only will be taken into account for the purpose of evaluation. The
bidders are required to declare the prices for the withdrawal of the deviations
declared by them in the Deviation Schedules. Such prices declared by the bidders for
the withdrawal of the deviations in the Deviation Schedule shall be added to the bid
prices to compensate for these deviations. In case prices for the withdrawal of
deviations are not furnished, the tenderer shall convert such deviations into a rupee
value and add to the bid price to compensate for these. In determining the Rupee
Value of the deviations, the tenderer will use parameters consistent with those
specified in the specifications and documents and/ or other information as necessary
and available with VC&MD, SAAP, A.P. In case the bidder refuses to withdraw the
deviations at the cost of withdrawal indicated by the bidder in the deviation schedule,
the EMD of bidder shall be forfeited. Bidder may note that deviation variations and
additional conditions etc., found elsewhere in the bid other than those stated in the
Deviation schedules, say those pertaining to any rebates, shall not be given effect to
in evaluation and it will be assumed that the bidder completes with all the conditions
of Bidder Documents. In case bidder refuses to withdraw, without any cost to
VC&MD, SAAP, A.P. those deviations, which the bidder did not state in the Deviation
Schedules, the EMD of the bidder may be forfeited.
4. Offers should strictly be in conformity with specifications stipulated in the enquiry.
In case no deviations are indicated, it shall be taken for granted that item (s) has /
have been offered strictly as per the requirements given in the enquiry.
5. Delivery
5.1 Delivery Schedule:
The Supply of the material: The bidder shall offer his best, realistic and firm
delivery, which shall be specific and guaranteed. Delivery period shall be reckoned
from the date of P.O. whichever is the first intimation of acceptance of materials as
transporter’s Lorry Receipt/ Goods Receipt/ RR/ PWB/AWB into account 7 days
notice to VC&MD, SAAP, Andhra Pradesh, to depute any inspection committee. In
view of this, delivery time shall be inclusive of time taken for inspection. For
delivery beyond contractual delivery period, provisions of “ General Purchase
Conditions” shall apply.
5.2 Early Delivery:
It shall be noted that if an order is placed on higher bidder, in preference to lowest
acceptable offer, in consideration of an earlier delivery, the bidder shall be liable to
the VC&MD, SAAP, Andhra Pradesh, the difference between the ordered rate (s) and
the rate (s) quoted by the lowest acceptable bid in case the tenderer fails to
complete the supply in terms of such order within the date(s) of delivery specified in
the tender and incorporated in the order. This is without prejudice to other rights of
the VC&MD, SAAP, Andhra Pradesh under terms of order.
6. It is not binding on VC&MD, SAAP, Andhra Pradesh, to accept the lowest or any
bid. The VC&MD, SAAP, A.P reserves the right to place orders with different
bidders and to revise the quantities at the time of placing the order. The quoted
rates, terms and conditions shall apply. The order for the materials may also be
split up between different bidders to facilitate quick delivery of critically required
materials. The VC&MD, SAAP, A.P further reserves the right to accept or reject
any/ all bids without assigning any reason thereof.
40
7. The VC&MD, SAAP, A.P, at its sole discretion unilaterally may change the
quantities of items mentioned in the tender. The successful bidder shall be
bound to supply these quantities on the same rate and terms and conditions.
8. Tenderers are requested to fill in the enclosed proforma with regard to
deviations/ variations (Annexure -08) and submit the same along with their offer.
9. Orders placed against this tender enquiry shall be subject to “General Purchase
conditions” and Eligibility criteria and special Terms and conditions of VC&MD,
SAAP copies of which are enclosed. Bidders are requested to confirm acceptance
of these conditions in to in their offers.
10. Make/Brand of items offered shall be specified failing which offers are liable to
be rejected. It shall be appreciated if one copy of detailed descriptive literature/
pamphlets is enclosed along with the offer which may help technical evaluation.
11. In case material offered is ISI/BIS marked/ tested at any Govt. recognized test
house; copies of relevant certificates shall be furnished along with the offer.
41
Annexure-07
GENERAL PURCHASE CONDITIONS
SECTION-1
GENERAL
1.1 The following terms and expressions used here in shall have the meaning as
indicated therein:
Supplier/ Vendors: shall mean the individual firm or company whether
incorporated or otherwise in whose name the purchase order is addressed and
shall include its permitted assigns and successors.
Purchaser: shall mean VC&MD, SAAP, Andhra Pradesh, Vijayawada.
1.2 Reference:
The purchase order number must appear on all the correspondence, packing
slips, invoices, drawings or any other document or paper connected with the
purchase order.
1.3 Waiver:
Any waiver by the purchaser of any breach of the terms and conditions of the
purchase order shall not constitute any right for subsequent waiver of any
other terms or conditions.
1.4 Sub-letting and Assignment:
The supplier shall not, save with prior consent in writing of the VC&MD, SAAP,
A.P subject, transfer or assign this order or any part thereof or interest therein
or advantage thereof in any manner, whatsoever provided nevertheless that any
such consent shall not relieve the supplier from any obligation, duty or
responsibilities under the contract.
1.5 Information Provided by the VC&MD, SAAP, Andhra Pradesh, All drawings,
data and documentation that are given to the supplier by the purchaser for
the execution of the order are the property of the VC&MD, SAAP, A.P, and
shall be returned when demanded. Except for the purpose of executing the
order of the VC&MD, SAAP, A.P supplier shall ensure that the above
documents are not used for any other purpose. The supplier shall further
ensure that the information given by the VC&MD, SAAP, A.P is not disclosed
to any person, firm, body, corporate and/or authority and make every effort to
keep the above information strictly confidential. All such information shall
remain the absolute property of the VC&MD, SAAP, A.P.
1.6 Supplier’s Liability:
Supplier hereby accept full responsibility and indemnifies the VC&MD, SAAP,
A.P, and shall hold the VC&MD, SAAP, A.P harmless from all acts of omission
and commission on the part of the supplier, his agents, his subcontractors
and employees in execution of the purchase order. The supplier also agrees to
defend and hereby undertakes to indemnify the performance of the work
under the purchase order.
1.7 Access to supplier’s Premises:
The VC&MD, SAAP, A.P, Vijayawada and /or its authorized representative
shall be provided access to the supplier’s and /or his sub- contractor’s
premises, at any time during the pendency of the purchase order, for
expediting the supplies, inspection, checking etc.
42
1.8 Modifications:
This purchase order constitutes and entire agreement between the parties
hereto .Any modification to this order to shall become binding only upon
the same being confirmed in writing duly signed by both the parties
1.9 Inspection /Checking /Testing
All Sports material /Equipment
to be supplied against this purchase
order shall be subject to inspection/checking/testing by the Vice
Chairman
&
Managing
Director,
SAAP,
A.P,
or
its
Authorized
representative at all stages and places, before ,during and after the
manufacture. All these tests shall be carried out in the presence of
authorized representative of the Vice Chairman & Managing Director,
SAAP, A.P., Supplier shall notify the Vice Chairman & Managing
Director, SAAP, A.P, for inspection of Sports material /Equipment when
they are ready, giving at least 10 days notice .If upon receipt at our stores,
the material /equipment does not meet the specifications. They shall be
rejected and returned to the supplier for replacement .In such cases all
expenses including to and fro freight re-packing charges, transit
insurance etc shall be to the account of supplier.
1.10 Packing and marking
All materials /equipment shall be securely packed to the requirement of
transportation by Rail/Road /Sea. All exposed services /connections
/Protrusions shall be properly protected .All unexposed part shall be
packed with due care and the packages should bear the words handle
with care. The packing requirements of Rail /Road transport shall be
complied with so as to obtain clear Railway Receipt /Lorry Receipt i.e.
without any Qualifying remarks
All packages and unpacked materials shall be marked with the name of
consigner, consignee ,Purchase order NO., Gross and Net weight ,sign of
handling, if any ,with indelible paint in English at least at two places .In
case of bundles ,metallic plates marked with the above details shall be
tagged to such bundles .
43
1.12 Dispatch of Materials:
The supplier is responsible for the safe delivery of the goods in good
condition at destination stores .The supplier should acquaint himself of
the conditions relating to handling and transport of the goods to
destination and shall include and provide for security and protective
packing of the goods so as to avoid damage in transit
1.13 Jurisdiction
All and any disputes or difference arising out of or touching this order
shall be decided only by the Courts or Tribunals situated in Vijayawada.
1.14 Validity of offers:
The offers shall be Valid for a period of 90 days from the date of
opening of bids the Period of validity cannot be counted from any other
date other than the date of opening the bids. During this period the
tenderer shall not be permitted to withdraw or vary his offer made and if
the tenderer does so, the EMD shall be forfeited.
44
Section – II
Financial
2.1 Prices
Prices quoted shall be inclusive of all taxes, installation and commissioning
at the location as mentioned in the Annexure-04
2.2
Security Deposit (SD)
2.2.1 The successful bidder shall furnish within 21 days from the date of issue of
PO security deposit in the form of Bank Guarantee ,equal to 1.5%of
value of purchase order for proper fulfillment of the terms and
conditions of the contract and full execution of supplies for a period
of
12 months thereof .The amount of security shall be forfeited to the extent of
financial loss suffered by the Vice Chairman & Managing Director,
SAAP,A.P., if the supplier fails to execute the order and fulfill its terms and
conditions.
2.2.2 Security deposit shall be furnished in the form of DD/BG on any scheduled
bank payable to Vice Chairman & Managing Director, SAAP, Andhra
Pradesh Vijayawada, in case of BG; it shall be in the proforma as at
annexure -09.
2.2.3. Security deposit shall be returned to the supplier as soon as order is fully
executed and supplier has
met all contractual obligations and there is
nothing outstanding either against
this purchase order or any other
purchase order placed by the Vice Chairman & Managing Director, SAAP
AP., on the supplier Security Deposit is to be furnished by a specific date
and it should remain valid for a period of 60 days beyond the date of
completion of all contractual obligations of the supplier, including warranty
Obligations.
2.3 .Terms of payment:
2.3.1
Payment
by
the
purchaser
shall
be made
through
Account
Payee
cheques/RTGS only .Phase wise Part Payments allowed Bank charges if any
shall be borne by the supplier.
2.3.2
If the supplier has received any overpayments by mistake or if any amounts
are due to the Vice Chairman & Managing Director, SAAP, AP., from the
supplier due to any other reason and when it is not possible to recover such
amount under the present purchase order, the Vice Chairman & Managing
Director, SAAP, AP., reserves the right to collect the same from
any
other
45
amounts and /or Bank Guarantee given by the supplier due to or with
the
Vice Chairman & Managing Director, SAAP,AP.,
2.4
Liquidated Damages/Failure and Termination
2.4.1 In the event of any delay in the supply of material beyond the stipulated date
of
completion
including
any
extension
permitted
in
writing
the
Vice Chairman & Managing Director, SAAP, AP., reserves the right to
recover from the supplier a sum equivalent to 0.5% of the value of delayed
Sports material and equipment for each week of delay and part there of
subject to a maximum of 5% of the total value of the order
2.4.2 Alternatively, the Vice Chairman & Managing Director, SAAP, AP ., reserves
the right to give the contract elsewhere at the sole risk and cost of the
supplier and recover all such extra cost incurred by him in procuring
the
materials from the other source.
2.4.3 The Vice Chairman & Managing Director, SAAP, AP., may cancel the
purchase order completely or partly without prejudice to its right under the
alternatives mentioned above.
2.4.4 In case of resource to alternative 2.4.2 and 2.4.3.above the Vice Chairman
& Managing Director, SAAP, AP ., shall have the right to repurchase the
materials which is readily available in the market to meet the urgency
requirements caused by suppliers failure to material is similar or not
2.4.5. Delivery Schedule:
Time is essence of this order and no delay shall be allowed in the delivery
time /schedule mentioned in the purchase order.
2.5.
Insurance:
Supplier shall arrange suitable insurance cover at his risk and cost.
2.6.
Removal of rejected goods and Replacement
a)
If upon delivery, the sports material is found not in conformity with the
specifications stipulated in the Purchase order, whether inspected and
approved earlier or otherwise, such material /Equipment will be rejected by
the Vice Chairman and Managing Director, SAAP , AP., or his authorized
representative. A notice to this effect shall be issued to the supplier,
normally within 30 days from the date of receipt of materials at our stores.
46
b)
Supplier shall arrange suitable replacement supplies and remove the rejected
goods within 30 days from the date of notice failing which , the goods shall
be dispatched to vendor by road transport on freight to pay basis at supplier
risk and cost .
c)
External damages or shortages that are prime – facie as a result of rough
handling in transit or due defective packing shall be intimated to the
supplier within a period of one month of the receipt of the materials spares
etc., In case of internal defects ,damages or shortages of any internal parts
,which cannot ordinarily be detected on a superficial visual examination
though due to bad handling in transit or defective packing , it should be
intimated within 3months from the date of receipt of material .In either case
the damaged or defective materials should be replaced by the supplier free
of cost.
d)
If no steps are taken within 15 days of receipt of intimation of defects or
such other reasonable time as the Vice Chairman & Managing Director,
SAAP, AP., may deem proper to afford , he may without prejudice to its other
rights and remedies arrange for repairs /rectification of the defective
materials or replace entirely and recover the expenditure incurred on
account of these actions from the deposits such as EMD , security deposit or
others money available with the Vice Chairman & Managing Director,
SAAP, AP., or by resorting to legal action.
e)
However, if any advance payment had been made by the Vice Chairman &
Managing Director, SAAP, AP., for the goods so rejected on Technical
ground, rejected materials shall be returned to supplier after receipt of
suitable replacement supplies .If the supplier does not settle the
rejection
within a period of 60 days from the date of notification from stores, rejected
goods shall be sent back to supplier at risk and cost. The dispatch
documents
shall be negotiated through bank to recover the advance
payment already made. Supplier shall make the payment to the bank and
take possession of dispatch documents so as to collect the materials from
other Road Carrier
47
2.7 Force Majeure
2.7.1 The Supplier shall not be liable for delay or failing to supply equipment for
reasons of Force Majeure such as Act of God ,Act of War, Act of Public
enemy, Natural Calamities, Fires, Floods ,Frost, Strikes ,Lockouts etc Only
those causes which have duration of more than 7 days shall be considered
for force majeure
2.7.2 The Supplier shall within 7days from the beginning of such delay notify the
Vice Chairman & Managing Director, SAAP, AP ., in writing the cause of
delay .The Vice Chairman & Managing Director, SAAP, AP., shall verify
the facts and grant such extension of time as facts justify
2.7.3. No Price Variation shall be allowed during the period of force majeure and
liquidated damages would not be levied for this period
2.7.4. At the option of Vice Chairman & Managing Director, SAAP, AP., the order
may be cancelled. Such cancellation would be without any liability
whatsoever on the part of supplier shall refund any amount advanced or
paid to him by the Vice Chairman & Managing Director, SAAP, Andhra
Pradesh and deliver back any materials issued to him and release facilities,
if any provided
48
DEVIATIONS
Bidder’s Name and Address
To
The Vice Chairman and Managing Director,
Sports Authority of Andhra Pradesh,
I.G.M.C. Stadium, Vijayawada.
Dear Sir,
Sub: Supply of _____________________________ against enquiry
No. _____________________ dated __________________.
&&&&
We confirm that following are the only deviations and variations from any
exception to specifications and tender documents for the above mentioned subject
supplies against enquiry No. ___________ which are irrespective of what- so –ever has
been stated to the contrary anywhere else of our office. These deviations and variations
are exhaustive. Except for these deviations, the entire supplies shall be executed as per
specifications and tender documents. Further, we agree those additional conditions, if
any, found in our offer other than those stated below, save that pertaining to any
rebates offered shall not be given effect to.
Sl. No.
Description of Deviation Ref. of page, Clause
*Monetary Implications of the
Bid documents in case of
withdrawal
Rs. (in figures) Rs.(in words)
______________________________________________________________________________________
__________________________ *Note: Here the tenderer should indicate the amount of
money, if any, which he would, charge extra (i.e. in addition to the rates quoted by him)
for withdrawal of his conditions/ deviations and accepting the condition as stipulated in
tender documents. (Use additional sheet of the same size and format if necessary).
Signature:__________________
Designation:
49
Annexure – 09
GUIDE-LINES FOR SUBMISSION OF BANK GUARANTEE TOWARDS
PERFOMANCE SECURITY
The bank Guarantee shall fulfill the following conditions failing which it shall
not be considered valid:
1. Bank Guarantee shall be executed on non-judicial stamp paper of applicable
value purchased in the name of bank.
2. Non – judicial stamp paper shall be used within 6 months from the date of
purchase. Bank Guarantee executed on the stamp paper of more than 6 months
old shall be treated as invalid.
3. The contents of the Bank Guarantee shall be as per our Proforma ( Annexure
10).
4. The Bank Guarantee should be executed by a scheduled bank or banks viz. State
Bank of India, State Bank of Hyderabad, bank of India, Union Bank of India,
Andhra Bank etc.,
5. The executor of Bank Guarantee ( Bank Authority) should mention the Power
of Attorney No. and date executed in his/her favour authorizing him/her to
sign the document or produce the Photostat copy of Power of Attorney.
6. All conditions, corrections, deletion in the Bank Guarantee should be
authenticated by signature of Bank Officials signing the Bank Guarantee.
7. Each page of Bank Guarantee shall bear signature and seal of the Bank.
8. Two persons should sign as witness mentioning their full name and address.
Annexure- 10
50
BANK GUARANTEE PROFORMA FOR PERFORMANCE SECURITY
This agreement has to be executed on a Non- Judicial stamped paper worth Rs.100/Whereas the ………………………………………………. Here-in-after called ( The Bidder) has
submitted
their
bid
dated
……………………………..
for
the
supply
of
………………………………………………….....(Here-in-After
called
“the
Bid”)…………………………………………………..KNOW ALL MEN by these presents that
we……………………………………………………………………………………………………………………
….(Here-in-after called “the Bank”) are bound unto Vice Chairman and Managing Director,
Sports Authority of Andhra Pradesh, Vijayawada, Andhra Pradesh. Hereinafter called “the
purchaser”) in the sum of Rs………………………………………. For which payment will and
truly to be made to the said purchaser, the bank binds itself its successors and assigns by
these presents.
Sealed
with
the
common
Seal
of
the
said
Bank
this
………………………………………………………………………..
day
of
………………………………..201
THE CONDITIONS OF THIS OBLIGATION ARE:
1. When the successful tenderer does not accept the order after issue of preliminary
acceptance letter/letter of indent/purchase order.
2. When the successful tenderer fails to furnish the security deposit within 21 days
from the date of issue of preliminary acceptance letter or the letter of indent or
Purchase Order--------------------------------------------------------------------------------------------.
3. When tender is disqualified for reasons outlined in -----------------------------------------------------.
4. When tenderer alters his prices or withdraws his offer during the validity period.
We undertake to pay to the purchaser the above amount within one week upon
receipt of its first written demand without the purchaser having to substantiate his
demand, without referring to the supplier and without questioning the right of Vice
Chairman and Managing Director, Sports Authority of Andhra Pradesh, A.P, to make
such demand or the propriety or legality of the demand provided that in its demand
the purchaser will note that the amount claimed by it is due to it owing to any of the
occurrence of the above mentioned conditions, specifying the occurred condition or
conditions.
Notwithstanding any thing contained in the foregoing our liability under this
guarantee is restricted to Rs._____________________( Rupees _______________________
only).
Our guarantee shall remain in force until _____. Unless a claim within 3 months from
that date, all your rights under this guarantee shall be forfeited and we shall be
relieved and discharged from all liability thereafter.
We____________________________ Bank Limited lastly undertake not to revoke this
guarantee during its currency except with the previous consent of Vice Chairman and
Managing Director, Sports Authority of Andhra Pradesh, Vijayawada, AP in writing
Date the _______________ Day___________201
Signature
Designation:
for ____________ Bank Ltd.,
Address:
Seal:
51
CHECK LIST OF DOCUMENTS UPLOADED
Name of the Item
Documents
Uploaded
EMD enclosed of Rs.6,00,000/
1. Years of existence of the Company/Company authorized
suppliers
2. Brand Quantity supplied by the Company/OEM/the tenderer
in the last 05 years to State/Central Govt.
Organisations/Reputed Organisations/Public Sector
undertakings.
3. List of customers, to whom the bidder had supplied, offered
brand/items in the last three years.
4. List of customers, to whom the bidder had supplied, offered
brand/items in the past along with P.O details and
performance report.
Manufacturer or the Authorized representative of equipment
i. The Tenderer/Bidding Company have similar experience in
supplying equipment worth of 50% the value of total items in
the tender in last 03 Years.
ii. Not blacklisted by any State Government/Central
Government/PSU/Reputed Organization for any reason in the
last three financial years as on bid calling date
iii. If blacklisted a letter of undertaking.
iv. Annexures-02 A and B duly signed & office Seal affixed as a
token of acceptance of Special Terms and Conditions.
v. Documents in support of technical Specifications for Supply of
tools as mentioned in Annexure-05 clearly mentioning the
make and model.
vi. Latest Income Tax returns.
vii. The list of customers, to whom the bidder had supplied
Sports Equipment in the past along with P.O details and
performance report, if any.
viii. Enclosed Annexure-08.
ix. Specifications of the quoted components/items as per
Annexure-05
x. PAN
xi. VAT Registration Certificate
52