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
© Copyright 2026 Paperzz